Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Item 4D AGREEMENT - Conformed Manual - Southlake Continental Union Davis Peytonville
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS AND WEST CONTINENTAL BOULEVARD & SOUTH PEYTONVILLE ROUNDABOUT SOU !, H LA KE MAYOR Shawn McCaskill i S�:�F'•OF •rf�9s��1 i it :' ti► f I �!:.......................... / / L. NATHAN ANTE j 11 'p .1 ; ...... 96866 � f1'o•. �� ENEO •�,� February 2025 225 E John Carpenter Fwy Suite 1100, Irving, TX 75062 Tel (214) 420-5600 Firm Registration Number F-928 Lauren LaNeave Addendum No.1 City of Southlake Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/11/2025 To: All Plan Holders of Record This addendum forms part of the Contract Documents and modifies the Contract Documents and Specifications as noted below. Acknowledge receipt of the Addendum in the space provided on the Proposal Form and on the outer envelope of the Bid Proposal. Failure to acknowledge receipt of this Addendum may subject the Bidder to disqualification. This addendum consists of 4 pages and 2 attachments. PRE -PROPOSAL MEETING 1. The pre -proposal meeting was held on 3/5/2025 and the agenda and sign -in sheet are attached. CLARIFICATIONS 1. Due to the high volume of available projects, can this owner push the bid date by one week? The proposal due date will not be changed. 2. Will you provide the Engineer's estimate? An engineer's estimate will not be provided. 3. On plan sheet 12 Task A, the proposed typical section for Davis BLVD shows a 7" lift of D-GR B and a 2" lift of SP-C. The 7" lift falls under item A-13 and the 2" SP-2 falls under item A-14. However, there is no typical section for the intersections on Continental and Union Church for the proposed asphalt. What depth are the intersections going to be? What type of asphalt? The typical section (3/12) shown on plan sheet 12 is for the Davis turn lane asphalt pavement (identified in plan view on plan sheet 17) as well as the intersection asphalt pavement shown in the plans (identified in plan view on plan sheets 14 and 15). Items A-13 and A-14 are for both the turn lane and intersection asphalt pavement. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.1 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/11/2025 Page 1 of 4 4. Please verify the quantity provided for bid item A-15. The quantity of'3,352' SY as shown in the bid proposal form is incorrect. The correct quantity for item A-15 8-INCH THICK, REINFORCED CONCRETE PAVEMENT W/ MONOLITHIC CURB (ROADWAY) is'5,042' SY. In a subsequent addendum, the bid proposal form will be reissued with this revised quantity shown. 5. Item A-49 20" STEEL CASING BY OPEN CUT (WATER) has a quantity of '0' LF shown on the bid proposal form, please clarify. In a subsequent addendum, the bid form will be reissued with a revised quantity of 250 LF for item A-49. 6. When is the project expected to start? Likely the project will be awarded in late May, with notice -to -proceed (NTP) mid -June. 7. Who will pay for materials testing? City pays for first testing, any retests as a result of a first test failure shall be at the contractor's expense. Any costs for notified pick-ups that aren't ready on -time will be at the contractor's expense. 8. Why two plan sets instead of one shared plan set? Design for each intersection occurred at separate times, but due to proximity in location the City deemed it appropriate to combine into one construction project. 9. Explain need/sue for portable changeable message sign. 2 portable changeable message signs will be needed for the full duration of the project. There will be 2 issued for the Davis intersection work, and those can be relocated to Peytonville intersection when Davis work is completed and prior to beginning Peytonville work. Portable changeable message signs are to be on hand to communicate to the public any special notices as needed (as directed by the City). 10. When will contractor need to pothole utilities? Potholing of utilities shall occur after NTP and at the beginning of each milestone section. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.1 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/11/2025 Page 2 of 4 11. Are there removal plans for the project? Removal plans are not included, but removals are notated throughout the plans. 12. Will Saturday/Sunday be charged as working days? For milestone 1, Saturday/Sunday will not be charged to the contractor as a working day, but fees for City inspectors to be available on Saturday/Sunday will be at the contractor's expense. For the remainder of the project milestones, Saturday/Sunday work will be charged if used as a working day. In a subsequent addendum, Special Condition 5-29 will be rewritten as follows: 5-29 NON -PAY ITEM: MODIFIED CRITICAL PATH -BASED WORKING DAYS DEFINITION Replace NCTCOG SPEC 101.1 "Definitions", "Working Day" with: Working days will be charged Monday —Friday, excluding recognized holidays, if weather or other conditions permit the performance of the principal unit of work underway, as determined by the City Engineer (or City Inspector), for at least 5 hours between 7:00 A.M. and 9:00 P.M (working hours in accordance with City of Southlake Noise Ordinance; Chapter 11 Article 3). Contractor has the option of working Saturdays, Sundays, and recognized holidays only if approved by the City Engineer. Provide advance notice (at least 10 calendar days) to the City Engineer when scheduling work on Saturday, Sunday, or recognized holiday. For Milestone No. 1, working days will not be charged for Saturday or Sunday regardless of hours worked but for holidays during milestone No. 1, if work requiring an Inspector to be present or critical path activities are performed on a holiday, and weather or other conditions permit the performance of work for at least 5 hours between 7:00 A.M. and 9:00 P.M., a working day will be charged. For Milestones No. 2-5, if work requiring an Inspector to be present or critical path activities are performed on a Saturday, Sunday, or holiday, and weather and/or other conditions permit the performance of work for at least 5 hours. between 7:00 A.M. and 9:00 P.M., a working day will be charged. Final determination of whether a working day will be charged or not charged will be based on the decision of the City Inspector, but Contractor may discuss potential working day charges with City inspector at the beginning of each day if there are uncertainties in how working days will be charged based on the conditions expected for the day. Time extensions shall only be granted if delays directly impact the critical path and prevent the project from meeting the contractual completion date. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.1 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/11/2025 Page 3 of 4 13. When are low profile concrete barriers needed? LPCBs are not shown on the plans, but a pay item is provided. See pay item description for additional information. Low profile concrete barriers (LPCB) shall be used at the City's discretion. 14. For cement stabilized subgrade, will powder form or slurry form be required/acceptable? For work within TxDOT Right-of-Way(ROW), Contractor shall provide cement stabilized subgrade in accordance with TxDOT specifications and requirements. For continuity, all cement stabilized subgrade shown to be performed/installed at the FM 1938 (Davis Blvd) and Union Church/Continental intersection shall follow TxDOT requirements for work outside TxDOT ROW (inside City ROW). In a subsequent addendum, the bid form will be reissued to include only 1 pay item for cement stabilized subgrade in accordance with TxDOT requirements for the Davis intersection. For the Continental at Peytonville intersection, cement stabilized subgrade shall follow NCTCOG specifications for this work. 15. Will TxDOT pre -certification be a requirement? No, TxDOT pre -certification will not be a requirement, but the contractor will need to submit a permit to TxDOT for the project and provide proof of this request prior to NTP. City will work with contractor to provide information for this permit application. End of Addendum Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.1 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/11/2025 Page 4 of 4 _0(10 ... ........ SOUTHLAKE Kiomley>)) Horn Pre -Proposal Conference Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 107. iT�i0)14&sixOR Time: 10:00 A.M. Location: Southlake City Hall Town Hall Training Room, 3rd Floor, 1400 Main Street, Southlake, TX 76092 Agenda: 1. Review of Notice to Proposers: a. Due Friday March 28t", 2025 by 10:00 A.M. to the City Secretary for the City of Southlake at 1400 Main Street, Suite 270 b. Bid bond required. c. Documents are available at www.civcastusa.corn 2. Bid Form: Bidders to submit a hard copy of the bid form with their bid. Computer - generated pages of the bid form may be used in lieu of the Bid Form provided. This option is provided for the convenience of the Bidder. See Instructions to Bidders. Description of pay items is provided under Special Condition Item 5 in the Project Manual. 3. Competitive Sealed Proposal Criteria: 50% The proposed contract amount 10% Qualifications of key project personnel 10% Similar project experience and Southlake experience 10% Quality of proposer's goods and services 5% Reputation of the proposer 15% Project delivery schedule 4. Addenda: Bidders wanting further information, interpretation or clarification of the Contract Documents must make their requests in writing to Kimley-Horn (Nathan Ante, nathan.ante@kimley-horn.com) by 5:00 P.M. Friday March 14t", 2025. Any questions 1/3 _0(10 ... ........ SOUTHLAKE Kimley>)Morn submitted after this time will not be addressed. Interpretations or clarifications considered necessary in response to such questions will be issued by Addenda which will be uploaded to .w.....c..i..v..c..a..s..t u s..a c..o..m. and notification will be emailed to all parties recorded by OWNER as having received the Bidding Documents. Only questions answered by Addenda will be binding. Reference the Instructions to Bidders. 5. Bonds: Performance, Payment and Maintenance Bonds are all required for the project. They are included in the Project Manual. 6. Project Overview a. General project overview b. Milestones to be completed in the order laid out in the project manual, other than potholing. c. Expectations of portable changeable message signs and project signs. d. 24/7 work allowed within noise ordinance requirements while contractor has Union Church closed. Contractor responsible for any overtime of the inspector. Activities must be low risk for needing back up from operations, i.e. no digging or tunneling operations and no changes made to underground facilities past noon on Friday. e. Potholing in each area required to be completed at the start of construction in each location so that the City has time to coordinate with Franchise Utilities if needed. f. Keeping existing pipes at Peytonville g. Pre- and post -construction surveying of downstream pond (Peytonville) h. Restoration Items 2/3 -0(10 ... ........ SOUTHLAKE Kimley)))Horn 7. Franchise Utility Adjustments 8. Proposer's Questions: 3/3 PRE -PROPOSAL MEETING SIGN -IN SHEET Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Project: Intersection Improvements and Meeting Date: 3/5/2025 West Continental Boulevard & South Peytonville Roundabout Facilitator: City of Southlake Place/Room: TH Training Room Name Company Phone E-Mail A c cvr j� tc,vzl"v Z � 1 �k(_' ZA < C-0 11 -S p6r'k A con C r Al+.1 k--,I*) L9F'-4' RAI ax �V 15 (K)'?) 9,3 7o 6:, C\tklb .'BOO kv CC elqo le A AJ JOHN RYAN KWILEY HORN 214 4205604 JOHN RYAN@KWILEY HORN COM TOM GRANT KWILEY HORN 214 4205622 TOM GRANT&KWILEY HORN COM Page 1 of 1 Addendum No. 2 City of Southlake Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/14/2025 To: All Plan Holders of Record This addendum forms part of the Contract Documents and modifies the Contract Documents and Specifications as noted below. Acknowledge receipt of the Addendum in the space provided on the Proposal Form and on the outer envelope of the Bid Proposal. Failure to acknowledge receipt of this Addendum may subject the Bidder to disqualification. This addendum consists of 1 Page. CLARIFICATIONS 1. Can the March 141h Q&A deadline be extended? The Q&A deadline will be extended to 5 p.m. on March 201h, 2025. End of Addendum Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.2 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/14/2025 Page 1 of 1 Addendum No. 3 City of Southlake Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/25/2025 To: All Plan Holders of Record This addendum forms part of the Contract Documents and modifies the Contract Documents and Specifications as noted below. Acknowledge receipt of the Addendum in the space provided on the Proposal Form and on the outer envelope of the Bid Proposal. Failure to acknowledge receipt of this Addendum may subject the Bidder to disqualification. This addendum consists of 6 pages and 2 attachments (Bid Form and Special Conditions Item 5). CLARIFICATIONS 1. Can the remove existing asphalt items be changed to a SY measurement rather than a TON measurement? Bid item A-6 quantity'1075 TON' has been revised to '3295 SY'. 2. What is the depth of the existing asphalt? The depth of the existing asphalt ranges from 2-inch to 9-inch per TxDOT record drawing CCSJ- 1978-01-029. No separate pay for varying asphalt depths. 3. Is a slip form paver required for concrete paving on this project? Yes, please refer to NCTCOG Spec 303. 4. Why are there TxDOT CRCP details included in the plans? Is any concrete paving on the project CRCP? Disregard TxDOT CRCP Details, Reinforced Concrete Pavement will be per NCTCOG Spec 303. 5. Will two-piece tie bars be allowed? Please use City of Southlake Concrete Pavement Details for jointing. 6. Will the Type E construction provided on sheet SD-3 be used for longitudinal construction joints? No, per City of Southlake detail SD-3, longitudinal construction joints will be Type B. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.3 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/25/2025 Page 1 of 6 7. Can you clarify why keyways are shown on the Type Band Type E joints on sheet SD-3 when there is a note that says "no metal keyways"? Per City of Southlake Detail SD-3 Type B metal keyways are not permissible, keyways can be plastic, wood, etc. 8. Will a stationaryTMA be required for the entire duration of work on FM 1938? Per Note 13 on Cover sheet, at least 1 TMA is required for each TxDOT approach. 9. Will we have to backfill proposed pipe with cement treated sand when being installed under pavement as shown in the details on sheet SD-9 of the standard specifications? Yes, please reference City of Southlake Detail SD-9 for backfill. Backfill will be subsidiary, no separate pay. 10. There looks to be significantly more than 5 tons of temp asphalt on Continental Blvd and Union Church Road, can confirm this quantity? How thick is the temp asphalt supposed to be? What type of asphalt? Can a detail be provided for this? Bid Item A-7 quantity'S TON' has been revised to '900 SY'. Bid Item B-9 quantity'294TON' has been revised to'1040 SY'. Please refer to plans for temporary asphalt thickness, 2-inch HMAC (TY D) on 4-inch Asphaltic (TY B). Please refer to plans for temporary asphalt thickness for sidewalk, 3-inch HMAC (TY D). 11. Is there any MBE/DBE/SBE goal for this project? No, there is not an MBE/DBE/SBE goal for this project. 12. Does a P6 schedule need to be submitted at time of bid? Yes, PDF of schedule should be provided with bid since it is 15% of evaluation criteria. 13. Are there any liquidated damages associated with the milestones on this project? No, LDs are set only for substantial completion. Refer to project manual. 14. Can a detail for the temporary unreinforced concrete be provided? Temporary unreinforced concrete shall be 6-inche thick Class P2. Please refer to NCTCOG spec 303. Mix design will be required as a shop drawing. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.3 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/25/2025 Page 2 of 6 15. Can details be provided for the 2 mountable curb items? Please refer to Detail 3 on Sheet 9 for 4" mountable curb and Detail 4 on Sheet 10 for 3" mountable curb. 16. In Task B, please verify the quantity for bid item B-15. It appears that the islands & driveway areas are included in the 8" paving quantity. Bid item B-15 does not include islands & driveway areas. Bid Item B-15 quantity of'113 SY is accurately represented. 17. Can additional water line lowering details be provided should it be required? Can it be shut-off during the lowering & installed in the same alignment with vertical bends? Or will the existing need to be worked around while the new is installed? Per sheet Note 2, services shall be maintained at all times during construction. This shall be subsidiary to bid item A-53, no separate pay. 18. Should the water line need to be lowered, will additional working days be added to Milestone #1? No, additional working days will not be added to Milestone #1. 19. Can the water line be lowered prior to Milestone 1 starting? No, if needed, this work will be done after NTP as part of Milestone #1. 20. Can potholing of the ROW be performed between award in late May and NTP in mid -June? Specifically before Milestone 1 start.) No, potholing will need to be performed after NTP as part of Milestone #1. 21. For Task A, is there an item to remove the existing Bear Creek Crossing structure? Please see picture attached to this email for reference. Removal of the existing structures is subsidiary to Bid item A-64, please refer to NCTCOG spec 701.2 22. For Task A, please review the quantity for Item A-64 WINGWALL (PW-1)HEADWALL (RAC) 1 EA. Per TxDOT Item 466.4.1, Headwalls & Wingwalls are usually paid by the end of each barrel of structure. That would make the quantity 8 EA. Or can the Task A Headwall items be arranged like Task B with 2 separate pay items, B-67 & B-68? Bid item A-64 quantity'1 EA' has been revised to '2 EA'. Removal includes full removal regardless of number of barrels and is not on a per barrel basis. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.3 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/25/2025 Page 3 of 6 23. In Task B there is a detail for Temporary Earth Retaining Walls. If TEW are deemed necessary by the CoS, will a change order be issued to the contractors for the cost of the Global Stability Analysis, Wall Design & Install? No, please refer to notes 7 and 8 on sheet 98. 24. In the striping plan for this project, it asks for INSTALL TYPE II —A —A RPM and INSTALL TYPE II—C— R, but these 2 are not in the list of items. Raised Pavement Markings are subsidiary to Items A-34 through A-38 and Items B-35 through B- 42 per Bid Item Descriptions in Project Manual. 25. What type of concrete barriers are required in phase 1 on Union Church Road? How are these being paid for? Please disregard note "Prop Concrete Traffic Barriers" on sheet 123, no concrete traffic barriers are anticipated on Phase 1 of Union Church Road. 26. Can you confirm the excavation quantity for Peytonville Roundabout (Item B-11)? Is the existing pavement volume and topsoil volume included in the bid quantity for excavation? Pavement volume removal quantity is quantified in Bid item B-5 and shall be separate from the excavation quantity Bid item B-11. 27. Can you confirm the excavation (A-8) and embankment (A-9) quantity on the Union Church and Continental portion of this project. There looks to be significantly less excavation and significantly more embankment on this project. Is the existing pavement volume and topsoil volume included in the bid quantity for excavation and embankment? Pavement volume removal quantity is quantified in Bid item A-6 and shall be separate from the excavation quantity Bid item A-8 and embankment quantity A-9. 28. Can you confirm the quantity of the temporary unreinforced concrete? The entire median area is only around 400 SY and note 11 say's this is the only area that is to receive the temp concrete. Bid item B-10 quantity'850 SY' has been revised to'630 SY'. The quantity for temporary unreinforced concrete includes the roundabout area's and medians around surrounding as shown in the hatches. 29. Note 7 in the TCP for Union Church and Continental states that working hours are 9AM-3PM Monday -Friday. Does this apply to all work or just lane closures? The TCP shows us maintaining two-way traffic with temporary detours for these projects. Are we still going to be held to working within these time limits if we do not have any additional lanes closed? Please refer to Note 8 on the Cover Sheet and Note 10 on sheet 6. Lane closures within TxDOT ROW can only take place between 9AM-3PM and 7PM-6AM Monday -Friday. If work can be done without lane closures, it can be performed in the peak hours. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.3 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/25/2025 Page 4 of 6 30. Will the temp pavement for sidewalks at the roundabout be paid for by the temp asphalt item? Or is this subsidiary to something else? Yes, temp pavement for sidewalk will be per Bid item B-9. Temporary pavement for sidewalk shall be 3-inch HMAC (TY D). 31. Will existing water and sewer to be abandoned need to be grouted? Per City of Southlake detail SD-9, Pipe Abandonment Plug, pipe shall be filled with CLSM. 32. Is the removal of the 27 LF of existing 7'x4' RCB at the roundabout subsidiary to the removal of the existing headwall? Yes, please refer to NCTCOG spec 701.2. 33. Please confirm the quantity on the Remove RCP item in the roundabout portion of this project (13- 58). There looks to be significantly more shown on the plans. Bid item B-58 quantity'188 LF' has been revised to'513 LF'. 34. How are the sanitary sewer manholes shown to be removed at the roundabout being paid for? Sanitary sewer manhole removal shall be subsidiary Bid item B-4. 35. How is the removal of the existing concrete driveways on Union Church and concrete curb and gutter along Davis being paid for? Driveway removal shall be subsidiary to Driveway Reconstruction item Bid item A-16. Concrete curb and gutter removal shall be subsidiary to Bid item A-4. 36. There is a quantity discrepancy on item B-84 (20" Steel Casing by Open Cut) and B-85 (20" Steel Casing by Other Than Open Cut). It looks like some of the locations are mislabeled on the plans, can you confirm these quantities? Bid item B-84 quantity'20 LF' has been revised to'67 LF'. Bid item B-85 quantity'267 LF' has been revised to'218 LF'. Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.3 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/25/2025 Page 5 of 6 BID FORM 37. Replace the bid form with the attached bid form. The following revision were made: a. Bid item A-6 quantity'1075 TON' has been revised to '3295 SY'. b. Bid Item A-7 quantity'S TON' has been revised to '900 SY'. c. Bid Item A-15 quantity'3,352 SY has been revised to '5,042 SY d. Bid item A-49 quantity'0 LF' has been revised to'250 LF' e. Bid item A-64 quantity'1 EA' has been revised to'2 EA'. f. Bid Item B-9 quantity'294TON' has been revised to'1040 SY'. g. Bid item B-10 quantity'850 SY has been revised to'630 SY'. h. Bid item B-58 quantity'188 LF' has been revised to'513 LF'. i. Bid item B-84 quantity'20 LF' has been revised to'67 LF'. j. Bid item B-85 quantity'267 LF' has been revised to'218 LF'. SPECIAL CONDITIONS ITEM 5 38. Replace The Special Conditions Item 5 section with the attached version. The following revision was made: a. Modified the `working day' definition as described in Addendum I. End of Addendum Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) ADDENDUM NO.3 Intersection Improvements and West Continental Boulevard & South Peytonville Roundabout 03/25/2025 Page 6 of 6 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-1 1 LS MOBILIZATION (5% MAX) Dollars and Cents Per Lump Sum A-2 4 EA PROJECT SIGN Dollars and Cents Per Each $ $ A-3 1 LS PORTABLE CHANGEABLE MESSAGE SIGN Dollars and Cents Per Lump Sum $ $ A-4 1 LS SITE PREPARATION Dollars and Cents Per Lump Sum A-5 699 LF FULL DEPTH SAWCUT Dollars and Cents Per Linear Foot Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-6 3,295 SY REMOVE ASPHALT PAVEMENT rs and Cents Per Ton A-7 900 SY INSTALL TEMP ASPHALT rs and Cents Per Ton A-8 8,000 CY UNCLASSIFIED EXCAVATION Dollars and Cents Per Cubic Yard $ $ A-9 350 CY EMBANKMENT Dollars and Cents Per Cubic Yard $ $ A-10 145 CY FL BS (CMP IN PLC)(TYA GR 1-2)(FINAL POS)(5") Dollars and Cents Per Cubic Yard $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-11 191 TON CEMENT rs and Cents Per Ton PORTLAND CEMENT TREATMENT (8" CEMENT A-12 7,059 SY STABILIZED SUBGRADE) rs and Cents Per Square Yard A-13 346 TON DENSE -GRADED HOT -MIX ASPHALT rs and Cents Per Ton A-14 99 TON SUPERPAVE MIXTURES SP-C SAC -A PG70-28 (2") Dollars and Cents Per Ton $ $ 8-INCH THICK, REINFORCED CONCRETE A-15 5,042 SY PAVEMENT W/ MONOLITHIC CURB (ROADWAY) Dollars and Cents Per Square Yard $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid 8-INCH THICK, REINFORCED CONCRETE A-16 591 SY PAVEMENT (DRIVEWAY) rs and Cents Per Square Yard A-17 103 SY COLORED TEXTURED CONC (8") rs and Cents Per Square Yard A-18 1 LS BARRICADES, SIGNS, AND TRAFFIC HANDLING Dollars and Cents Per Lump Sum $ $ A-19 567 LF CONC CURB & GUTTER (TY II) Dollars and Cents Per Linear Foot Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-20 777 SY 4-INCH THICK, CONCRETE SIDEWALK rs and Cents Per Square Yard A-21 8 EA CURB RAMPS (TY 7) rs and Cents Per Each A-22 4 EA CURB RAMPS (TY 1) Dollars and Cents Per Each $ A-23 334 LF RAIL (TY C221) Dollars and Cents Per Linear Foot $ $ A-24 4 EA ADJUSTING MANHOLES (WATER VALVE BOX) Dollars and Cents Per Each $ $ A-25 3 EA ADJUSTING MANHOLES (SANITARY) Dollars and Cents Per Each $ $ City of Southlake Specification Guidelines March 25, 2025 - Adendum 3 Item 3a - Bid Proposal Continental Boulevard Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-26 9 EA ADJUSTING EX WATER VALVES TO PROP GRADE Dollars and Cents Per Each $ $ A-27 4 EA RELOCATION OF WATER METERS rs and Cents Per Each A-28 1 EA ADJUST OR RELOCATE EXIST FIRE HYDRANT Dollars and Cents Per Each $ $ REMOVE AND RETURN EX STONE WALL TO A-29 1 LS OWNER Dollars and Cents Per Lump Sum $ $ A-30 4 EA REMOVE AND REINSTALL MAILBOX Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-31 5 EA IN SM RD SN SUP&AM TY1013WG(1)SA(P) rs and Cents Per Each A-32 4 EA RELOCATE SM RD SN SUP&AM TY 1013WG rs and Cents Per Each A-33 5 EA REMOVE SM RD SN SUP&AM Dollars and Cents Per Each $ A-34 1135 LF REFL PAV MRK TY I (W)(8")(SOLID)(100MIL) Dollars and Cents Per Linear Foot $ $ A-35 642 LF REFL PAV MRK TY I (W)(12")(SOLID)(100MIL) Dollars and Cents Per Linear Foot $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-36 183 LF REFL PAV MRK TY I (W)(24")(SOLID)(100MIL) rs and Cents Per Linear Foot A-37 13 EA REFL PAV MRK TY I (W)(ARROW)(100MIL) rs and Cents Per Each A-38 7 EA REFL PAV MRK TY I (W)(WORD)(100MIL) Dollars and Cents Per Each $ A-39 3170 LF REFL PAV MRK TY I (Y)(6")(SOLID)(100MIL) Dollars and Cents Per Liinear Foot $ $ A-40 218 LF REFL PAV MRK TY I (W)(4")(BRK) Dollars and Cents Per Liinear Foot $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-41 218 LF PAV SURF PREP FOR MRK (4") rs and Cents Per Linear Foot A-42 3170 LF PAV SURF PREP FOR MRK (6") rs and Cents Per Linear Foot A-43 1135 LF PAV SURF PREP FOR MRK (8") Dollars and Cents Per Linear Foot $ A-44 642 LF PAV SURF PREP FOR MRK (12") Dollars and Cents Per Linear Foot $ $ A-45 183 LF PAV SURF PREP FOR MRK (24") Dollars and Cents Per Linear Foot $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-46 13 EA PAV SURF PREP FOR MIRK (ARROW) rs and Cents Per Each A-47 7 EA PAV SURF PREP FOR MIRK (WORD) rs and Cents Per Each TEX-ART STONE 6' TEMPORARY CHAIN LINK A-48 1 LS FEENCE/GATE WITH BARBED WIRE Dollars and Cents Per Lump Sum $ $ A-49 250 LF 20" STEEL CASING BY OPEN CUT (WATER) Dollars and Cents Per Linear Foot $ $ A-50 2 EA 12" CUT -IN RESILIENT SEATED GATE VALVE/BOX Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-51 1 EA REMOVAL OF GROUND BOXES Dollars and Cents Per Each $ $ A-52 1 EA INSTALL OF GROUND BOXES rs and Cents Per Each A-53 380 LF WATERLINE LOWERING Dollars and Cents Per Linear Foot $ $ A-54 1 EA REMOVE INLET Dollars and _Cents Per Each A-55 2 EA ADJUSTING INLET (CAP) Dollars and _Cents Per Each Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-56 1 EA REMOVE SET Dollars and _Cents Per Each A-57 2 EA REMOVE HEADWALL/WINGWALL nnl Per Each rs and Cents A-58 68 LF REMOVE PIPE Dollars and Cents Per Linear Foot $ $ 18-INCH REINFORCED CONCETE PIPE A-59 962 LF (RCP)(CLASS III) Dollars and Cents Per Linear Foot $ $ 24-INCH REINFORCED CONCETE PIPE A-60 99 LF (RCP)(CLASS III) rs and Cents Per Linear Foot Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid 48-INCH REINFORCED CONCETE PIPE A-61 19 LF (RCP)(CLASS III) Dollars and Cents Per Linear Foot $ $ 12'x8' REINFORCED CONCRETE BOX (RCB)(CLASS A-62 196 LF III) Dollars and Cents Per Linear Foot $ $ A-63 1 EA 2'X3' GRATE INLET Dollars and Cents Per Each $ $ A-64 2 EA WINGWALL (PW-1)HEADWALL (RAC) Dollars and Cents Per Each $ $ A-65 1 EA SET (TY II) (18 IN) (RCP)(3:1)(C) Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-66 1 EA JCTBOX(COMPL)(PJB)(4FTX4FT) Dollars and Cents Per Each $ $ A-67 240 LF INLET PROTECTION (INSTALL/MAINTAIN/REMOVE) Dollars and Cents Per Linear Foot $ $ TEMP SEDMT CONT FENCE A-68 2,700 LF (INSTALL/MAINTAIN/REMOVE) rs and Cents Per Linear Foot A-69 101 LF ROCK FILTER DAMS (INSTALL)(TY 1) Dollars and Cents Per Linear Foot $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-70 101 LF ROCK FILTER DAMS (REMOVE) Dollars and _Cents Per Linear Foot A-71 63 SY CONCRETE PILOT CHANNEL rs and Cents Per Square Yard A-72 360 CY RIPRAP (STONE PROTECTION)(24 IN) Dollars and Cents Per Cubic Yard $ $ A-73 1,095 SY GABION MATTRESSES (GALV)(12 IN) Dollars and Cents Per Square Yard $ $ A-74 2 EA 2'X2' DROP INLET WITH 2' CONCRETE APRON Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-75 1 EA INLET (COMPL)(CURB) Dollars and Cents Per Each $ $ A-76 9 EA 10' TXDOT INLET (I -CO (FTW)) Dollars and Cents Per Each $ $ A-77 26 VLF DRILL SHAFT (TRF SIG POLE)(36 IN) Dollars and Cents Per Vertical Linear Foot $ $ A-78 44 VLF DRILL SHAFT (TRF SIG POLE)(48 IN) Dollars and Cents Per Vertical Linear Foot $ $ A-79 10 LF CONDT (PVC) (SCH 80)(2")(RISER) Dollars and _Cents Per Linear Foot Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-80 45 LF CONDT (PVC) (SCH 80)(2") Dollars and _Cents Per Linear Foot A-81 505 LF CONDT (PVC)(SCH 80)(2")(BORE) Dol Per Linear Foot rs and Cents A-82 160 LF CONDT (PVC)(SCH 80)(Y) Dollars and Cents Per Linear Foot $ $ A-83 35 LF CONDT (PVC)(SCH 80)(4") Dollars and Cents Per Linear Foot $ $ A-84 505 LF CONDT (PVC)(SCH 80)(4")(BORE) Dollars and Cents Per Linear Foot $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-85 1,225 LF ELEC CONDR (NO.6) BARE Dollars and _Cents Per Linear Foot A-86 40 LF ELEC CONDR (NO.6) INSULATED Do Per Linear Foot rs and Cents A-87 1,560 LF TRAY CABLE (4 CONDR) (12 AWG) Dollars and Cents Per Linear Foot $ $ A-88 5 EA GROUND BOX TY D (162922)W/ APRON Dollars and Cents Per Each $ $ A-89 1 EA ELC SRV TY D 120/240 060 (NS)SS(E)PS(U) Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-90 1 EA INSTALL HWY TRF SIG (ISOLATED) Dollars and Cents Per Each $ $ A-91 1 EA REMOVING TRAFFIC SIGNALS rs and Cents Per Each A-92 10 EA VEH SIG SEC (12")LED (GRN) Dollars and Cents Per Each $ $ A-93 7 EA VEH SIG SEC (12")LED (GRN ARW) Dollars and Cents Per Each $ $ A-94 10 EA VEH SIG SEC (12")LED (YEL) Dollars and _Cents Per Each Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-95 7 EA VEH SIG SEC (12")LED (YEL ARW) Dollars and _Cents Per Each A-96 10 EA VEH SIG SEC (12")LED (RED) rs and Cents Per Each A-97 5 EA VEH SIG SEC (12")LED (RED ARW) Dollars and Cents Per Each A-98 8 EA PED SIG SEC (LED)(COUNTDOWN) Dollars and Cents Per Each $ $ A-99 13 EA BACKPLATE MIRED BRDR(3 SEC)(VENT)ALUM Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-100 2 EA BACKPLATE W/RED BRDR(5 SEC)(VENT)ALUM Dollars and Cents Per Each $ $ A-101 1,700 LF TRF SIG CBL (TY A)(14 AWG)(7 CONDR) Dollars and Cents Per Linear Foot $ $ A-102 610 LF TRF SIG CBL (TY A)(14 AWG)(16 CONDR) Dollars and Cents Per Linear Foot $ $ A-103 1,280 LF TRF SIG CBL (TY A)(14 AWG)(2 CONDR) Dollars and Cents Per Linear Foot $ $ A-104 2 EA INS TRF SIG PL AM(S)1 ARM (44')LUM&ILSN Dollars and _Cents Per Each Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-105 2 EA INS TRF SIG PL AM(S)1 ARM (65')LUM&ILSN Dollars and Cents Per Each $ $ A-106 6 EA PED POLE ASSEMBLY rs and Cents Per Each A-107 8 EA PED DETECT PUSH BUTTON (APS) Dollars and Cents Per Each $ $ A-108 1 EA PED DETECTOR CONTROLLER UNIT Dollars and Cents Per Each $ $ A-109 2 EA INSTALL OF (RADD) VEHICLE DETECTORS Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-110 4 EA INSTALL OF (RPD) VEHICLE DETECTORS Dollars and Cents Per Each $ $ A-111 1 EA RELOCATE ITS RADIO Dollars and Cents Per Each $ $ A-112 4 EA ILSN LED Dollars and Cents Per Each A-113 4 EA PRE-EMPTION DETECTOR Dollars and Cents Per Each $ $ Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid A-114 840 LF PRE-EMPTION CABLE Dollars and _Cents Per Linear Foot A-115 3,790 SY TOPSOIL rs and Cents Per Square Yard EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL A-116 1 LS (SWPPP) Dollars and Cents Per Lump Sum $ $ A-117 1 LS LANDSCAPING RESTORATION Dollars and _Cents Per Lump Sum A-118 1 LS IRRIGATION RESTORATION Dollars and _Cents Per Lump Sum Item 3a - Bid Proposal City of Southlake Continental Boulevard Union Church Road at Davis Specification Guidelines Boulevard (FM 1938) Intersection Improvements March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-1 1 LS MOBILIZATION (5% MAX) rs and Cents Per Lump Sum B-2 4 EA PROJECT SIGN Dollars and Cents Per Each $ $ B-3 1 LS PORTABLE CHANGEABLE MESSAGE SIGN Dollars and Cents Per Each $ $ B-4 1 LS SITE PREPARATION Dollars and Cents Per Lump Sum B-5 1,028 TON REMOVE EXISTING ASPHALT PAVEMENT Dollars and Cents Per Ton Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-6 232 SY REMOVE CONCRETE (SIDEWALK rs and Cents Per Square Yard B-7 114 SY REMOVE CONCRETE (DRIVEWAY) rs and Cents Per Square Yard 2-INCH HOT MIX ASPHALTIC CONCRETE PAVEMENT B-8 552 TON (HMAC) MILL AND INLAY (TYPED) Dollars and Cents Per Ton $ $ B-9 1,040 SY INSTALL TEMP ASPHALT Dollars and Cents Per Ton $ $ B-10 630 SY INSTALL TEMP UNREINFORCED CONCRETE Dollars and Cents Per Square Yard $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-11 400 CY UNCLASSIFIED EXCAVATION rs and Cents Per Cubic Yard B-12 1,400 CY EMBANKMENT Dollars and Cents Per Cubic Yard B-13 245 SY 4" THICK, CONCRETE SIDEWALK nil Per Square Yard rs and Cents 8-INCH THICK, REINFORCED CONCRETE B-14 4,045 SY PAVEMENT W/MONOLITHIC CURB (ROADWAY) Dollars and Cents Per Square Yard $ $ 8-INCH THICK, REINFORCED CONCRETE B-15 113 SY PAVEMENT (DRIVEWAY) Dollars and Cents Per Square Yard $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid PORTLAND CEMENT TREATMENT (8" CEMENT B-16 3,715 SY STABILIZED SUBGRADE) rs and Cents Per Square Yard B-17 37 TON CEMENT rs and Cents Per Ton 8-INCH STAMPED REINFORCED CONCRETE B-18 225 SY PAVEMENT(INTEGRAL COLORED) Dollars and Cents Per Square Yard $ $ 12-INCH STAMPED REINFORCED CONCRETE B-19 186 SY PAVEMENT(INTEGRAL COLORED) Dollars and Cents Per Square Yard $ $ B-20 113 LF STONE WALL Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-21 2 EA SIDEWALK FLUME rs and Cents Per Each B-22 216 LF CONCRETE CURB AND GUTTER (Y MOUNTABLE) Dollars and Cents Per Linear Foot $ $ CONCRETE CURB AND GUTTER (4" MOUNTABLE) B-23 404 LF (SPUTTER ISLANDS) Dollars and Cents Per Linear Foot $ $ B-24 1 LS BARRICADES, SIGNS, AND TRAFFIC HANDLING Dollars and Cents Per Lump Sum $ $ B-25 136 LF HANDRAIL (CITY STANDARD DETAIL) Dollars and Cents Per Linear Foot Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-26 254 LF HANDRAIL (MATCH EXISTING PED BRIDGE RAIL) rs and Cents Per Linear Foot B-27 100 LF FULL DEPTH SAWCUT Dollars and Cents Per Linear Foot $ B-28 1 EA ADJUST EX WATER VALVE TO PROP GRADE Dollars and Cents Per Each $ B-29 1 EA REMOVE AND SALVAGE EX FIRE HYDRANT Dollars and Cents Per Each $ $ B-30 1 EA RELOCATE SM RD SN SUP&AM TY 10BWG Dollars and Cents Per Each $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-31 10 EA IN SM RD DN SUP&AM TYS80(1)SA(P) rs and Cents Per Each B-32 5 EA IN SM RD DN SUP&AM TYS80(1)SA(T) rs and Cents Per Each B-33 4 EA IN SM RD DN SUP&AM TYS80(1)SB(T) rs and Cents Per Each B-34 6 EA REMOVE SM RD SN SUP&AM Dollars and Cents Per Each $ $ B-35 1872 LF REFL PAV MIRK TY I (W)(6")(SOLID)(100MIL) Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-36 61 LF REFL PAV MRK TY I (W)(8")(DASH)(100MIL) rs and Cents Per Linear Foot B-37 48 LF REFL PAV MRK TY I (W)(18")(DOT)(101VIIL) Dollars and Cents Per Linear Foot B-38 1929 LF REFL PAV MRK TY 1 (DOUBLE Y)(4")SOLID)(100 MIL) Dollars and Cents Per Linear Foot $ $ B-39 1545 LF REFL PAV MRK TY 1 (Y)(4")SOLI D)(1 00 MIL) Dollars and Cents Per Linear Foot $ $ B-40 358 LF REFL PAV MRK TY 1 (W)(24")(SOLID)(100 MIL) Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-41 11 EA REFL PAV MRK TY 1 (W)(ARROW)(100 MIL) Dollars and Cents Per Each $ $ B-42 4 EA REFL PAV MRK TY 1 (W)(WORD)(100 MIL) Dollars and Cents Per Each $ $ B-43 1683 LF PAV SURF PREP FOR MRK (4") Dollars and Cents Per Linear Foot $ $ B-44 1872 LF PAV SURF PREP FOR MRK (T) Dollars and Cents Per Linear Foot $ $ B-45 61 LF PAV SURF PREP FOR MRK (8") Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-46 48 LF PAV SURF PREP FOR MRK (18") rs and Cents Per Linear Foot B-47 118 LF PAV SURF PREP FOR MRK (24") rs and Cents Per Linear Foot B-48 9 EA PAV SURF PREP FOR MRK (ARROW) Dollars and Cents Per Each $ $ B-49 4 EA PAV SURF PREP FOR MRK (WORD) Dollars and Cents Per Each $ $ RECTANGULAR RAPID FLASHING BEACON (2-WAY B-50 2 EA SOLAR Dollars and Cents Per Each $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-51 2 EA CURB RAMPS (TY 1) Dollars and Cents Per Each $ $ B-52 36 SY TURF REINFORCEMENT MAT Dollars and Cents Per Square Yard $ $ B-53 258 LF LOW PROFILE CONCRETE BARRIER Dollars and Cents Per Linear Foot $ $ B-54 1 EA REMOVE SET Dollars and Cents Per Each B-55 3 EA REMOVE HEADWALL/WINGWALL Dol Per Each rs and Cents Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-56 2 EA REMOVE DROP INLET Dollars and Cents Per Each $ $ B-57 18 SY REMOVE CONCRETE RIPRAP Dollars and Cents Per Square Yard $ $ B-58 513 LF REMOVE RCP Dollars and Cents Per Linear Foot B-59 48 LF REMOVE CONCRETE CHANNEL n, Per Linear Foot rs and Cents 18-INCH REINFORCED CONCETE PIPE (RCP)(CLASS B-60 377 LF III) Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid 24-INCH REINFORCED CONCETE PIPE (RCP)(CLASS B-61 159 LF III) rs and Cents Per Linear Foot 36-INCH REINFORCED CONCETE PIPE (RCP)(CLASS B-62 196 LF III) rs and Cents Per Linear Foot B-63 64 LF 4'X3' REINFORCED CONCRETE BOX(RCB)(CLASS III) Dollars and Cents Per Linear Foot $ $ B-64 169 LF 7'X4' REINFORCED CONCRETE BOX(RCB)(CLAS III) Dollars and Cents Per Linear Foot $ $ B-65 1 EA 2'X3' GRATE INLET Dollars and Cents Per Each $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-66 2 EA 4'X4' DROP INLET rs and Cents Per Each CULVERT A TXDOT PARALLET HEADWALL WITH B-67 1 EA ECD AND WINGWALLS (PW-0)(U/S) D II d o ars an Cents Per Each CULVERT A TXDOT HEADWALL (PW-MOD) AND B-68 1 EA WINGWALLS WITH ECD (D/S) n^���rs and Cents Per Each B-69 2 EA SET (TY II)(18 IN)(RCP)(4:1)( C) Dollars and Cents Per Each $ $ B-70 1 EA SET (TY II)(S=4FT)(HW=5FT)(4:1)(C) Dollars and Cents Per Each $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-71 6 EA 10' STORM INLET rs and Cents Per Each B-72 315 LF INLET PROTECTION (INSTALL/MAINTAIN/REMOVE) Dollars and Cents Per Linear Foot $ $ TEMP SEDMT CONT FENCE B-73 1700 LF (INSTALL/MAINTAIN/REMOVE) Dollars and Cents Per Linear Foot $ $ B-74 54 LF CHECK DAM (ROCK) (INSTALL/MAINTAIN/REMOVE) Dollars and Cents Per Liinear Foot $ $ City of South lake Specification Guidelines March 25, 2025 - Adendum 3 Item 3a - Bed Proposal West Continental Boulevard South Peytonville Avenue Roundabout I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-75 170 SY GABION STRUCTURES(12 IN) Dollars and Cents Per square Yard $ $ B-76 30 CY RIPRAP (STONE PROTECTION)(24 IN) Dollars and Cents Per Cubic Yard $ $ B-77 112 CY RIPRAP (STONE PROTECTION)(12 IN) Dollars and Cents Per Cubic Yard $ $ B-78 125 SY CONCRETE RIPRAP Dollars and Cents Per Square Yard $ $ VEGETATION REMOVAL AND REUSE, CLEARING B-79 1 LS AND GRUBBING Dollars and Cents Per Lump Sum $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-80 113 SY TOPSOIL rs and Cents Per Square Yard TEMPORARY EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL B-81 1 LS (SWPPP) Dollars and Cents Per Lump Sum B-82 1 LS LANDSCAPING RESTORATION rs and Cents Per Lump Sum B-83 1 LS IRRIGATION RESTORATION Dollars and Cents Per Lump Sum $ $ B-84 67 LF 20" STEEL CASING BY OPEN CUT (WATER) Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid 20" STEEL CASING BY OTHER THAN OPEN CUT B-85 218 LF (WATER) n^���rs and Cents Per Linear Foot B-86 203 LF 12" WATER CARRIER PIPE rs and Cents Per Linear Foot B-87 83 LF 8" WATER CARRIER PIPE rs and Cents Per Linear Foot B-88 434 LF 12" WATER PIPE Dollars and Cents Per Linear Foot $ $ B-89 128 LF 8" WATER PIPE Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-90 8 LF 6" WATER PIPE rs and Cents Per Linear Foot B-91 5 TON DUCTILE IRON WATER FITTINGS WITH RESTRAINT Dollars and Cents Per Ton $ $ B-92 4 EA PIPE ABANDONMENT PLUG (WATER) Dollars and Cents Per Each $ $ B-93 482 LF REMOVE EXISTING WATERLINE Dollars and Cents Per Linear Foot $ $ CONNECTION TO EXISTING 4-INCH TO 12-INCH B-94 4 EA WATER MAIN Dollars and Cents Per Each $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-95 3 EA 12" RESILIENT SEATED GATE VALVE W/ BOX Dollars and Cents Per Each $ $ 12" CUT -IN RESILIENT SEATED GATE VALVE W/ B-96 3 EA BOX Dollars and Cents Per Each $ $ B-97 2 EA 8" RESILIENT SEATED GATE VALVE W/BOX Dollars and Cents Per Each $ $ B-98 1 EA 8" CUT -IN RESILIENT SEATED GATE VALVE W/ BOX Dollars and Cents Per Each $ $ B-99 1 EA 6" RESILIENT SEATED GATE VALVE W/ BOX Dollars and Cents Per Each $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-100 1 EA FIRE HYDRANT rs and Cents Per Each B-101 570 LF TRENCH SAFETY (WATER) rs and Cents Per Linear Foot B-102 108 LF WATERLINE CONDUIT INSTALLATION (2.5") Dollars and Cents Per Linear Foot $ $ B-103 108 LF WATERLINE CONDUIT INSTALLATION (1") Dollars and Cents Per Linear Foot $ $ PRE -CONSTRUCTION TV INSPECTION OF B-104 560 LF SANITARY SEWER Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid POST -CONSTRUCTION TV INSPECTION OF B-105 580 LF SANITARY SEWER n^���rs and Cents Per Linear Foot B-106 354 LF 8" SANITARY SEWER PIPE Dollars and Cents Per Linear Foot $ $ B-107 20 LF 4" SANITARY SEWER PIPE Dollars and Cents Per Linear Foot 20" STEEL CASING BY OTHER THAN OPEN CUT B-108 246 LF (SANITARY SEWER) Dollars and Cents Per Linear Foot $ $ 20" STEEL CASING BY OPEN CUT (SANITARY B-109 10 LF SEWER) Dollars and Cents Per Linear Foot $ $ City of South lake Specification Guidelines March 25, 2025 - Adendum 3 Item 3a - Bed Proposal West Continental Boulevard South Peytonville Avenue Roundabout I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid 10" STEEL CASING BY OPEN CUT (SANITARY B-110 55 LF SEWER) Dollars and Cents Per Linear Foot $ $ B-111 256 LF 8" SANITARY SEWER CARRIER PIPE Dollars and Cents Per Linear Foot $ $ B-112 55 LF 4" SANITARY SEWER CARRIER PIPE Dollars and Cents Per Linear Foot $ $ B-113 55 LF REMOVE EXISTING SANITARY SEWER LINE Dollars and Cents Per Linear Foot $ $ B-114 6 EA PIPE ABANDONMENT PLUG (SANITARY SEWER) Dollars and Cents Per Each $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid 4-FOOT DIAMETER STANDARD MANHOLE (0-6 FT B-115 3 EA DEPTH) Dollars and Cents Per Each $ $ 5-FOOT DIAMETER STANDARD MANHOLE (0-6 FT B-116 2 EA DEPTH) Dollars and Cents Per Each $ $ B-117 1 EA 5-FOOT DIAMETER DROP MANHOLE (0-6 FT DEPTH) Dollars and Cents Per Each $ $ B-118 4 VF EXTRA DEPTH FOR 4-FOOT DIAMETER MANHOLE Dollars and Cents Per Vertical Foot $ $ B-119 11 VF EXTRA DEPTH FOR 5-FOOT DIAMETER MANHOLE Dollars and Cents Per Vertical Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-120 6 EA MANHOLE TESTING Dollars and Cents Per Each $ $ B-121 1 LS BYPASS PUMPING Dollars and Cents Per Lump Sum $ $ B-122 358 LF TRENCH SAFETY (SANITARY SEWER) Dollars and Cents Per Linear Foot $ $ PRE -CONSTRUCTION SURVEY OF DOWNSTREAM B-123 1 LS POND Dollars and Cents Per Linear Foot $ $ POST -CONSTRUCTION SURVEY OF DOWNSTREAM B-124 1 LS POND Dollars and Cents Per Linear Foot $ $ Item 3a - Bed Proposal City of South lake West Continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 tsia summa DESCRIPTION TOTAL Task A Total: Task B Total: Total: The undersigned hereby declares he has visited the site of the work, and has carefully examined the contract documents relating to the work covered by the above bid. The undersigned further declares that he will work to carry out the above -mentioned work covered by this proposal in strict accordance with the Contract Documents, and the requirements pertaining hereto, for the sums set forth. The undersigned agrees to commence work within ten (10) days after written Notice to Proceed, or as otherwise outlined in the Notice to Proceed. Contractors proposes to fully complete work on which he has bid within 545 working days from the written Notice to Proceed. Milestone Completion. Milestone completion is defined as occurring when traffic is following the lane arrangement described below and/or the final lane configuration. All pavement construction, resurfacing, traffic control and safety devices and pavement markings shall be in their final position (or as called for in the plans for the specified phase of work) at this time. The milestones for this project are shown in the following table: No. Milestone Location Starts Ends I Max. Max. Wo,rkin Contract g Day Working Du,ratio bay, n for,Deadline M ilesto ne 1 Substantial Reference First contract When Union Church Road 95 95 Completion of Plans calendar day pavement limits are opened Union Church Road to traffic. 2 Substantial Reference Completion of When Continental Boulevard 110 205 Completion of Plans Milestone 1 and Davis Boulevard Continental pavement limits and signal Boulevard and work are opened to traffic. Davis Boulevard 3 Substantial Reference Completion of When Continental Boulevard 290 495 Completion of Plans Milestone 2 and Peytonville Avenue Continental Roundabout pavement limits Boulevard and are opened to traffic. Peytonville Avenue Roundabout 4 Project Substantial Entire Completion of Substantial Completion of all 20 515 Completion Project Milestone 3 contract requirements, Limits including mill and overlay. 5 Project Final Entire Completion of Final Completion of all 30 545 Completion Project Milestone 4 contract requirements Limits City of Southlake Page 4 of 5 Item 3a — Proposal Specification Guidelines Continental Boulevard & Union Church Road at Davis March 25, 2025 - Adendum 3 Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout Enclosed with the proposal is satisfactory Bid Security in the form of a Cashier's or Certified Check for: / Dollars ($ ) or a Bid Bond for the amount of five 5% percent of the Base Bid. It is understood that the Bid Security shall be collected and retained by the OWNER as liquidated damages in the event a contract award is made by the OWNER based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within fifteen (15) calendar days from the date he/she is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. A Contractor shall be selected based on offering the Best Value to the City; refer to Special Conditions in Item 5 of the Contract Documents for additional information. Respectfully submitted, Name: (Name and Title) (Print Name and Title) Company Receipt is acknowledged of the following addenda. Attested by: (Print Name and Title) Company Name and Address: (SEAL) If Bidder is a Corporation Addendum No. 1 Addendum No. 2 Addendum No. 3 Note: Do not detach this Proposal from the Contract Documents. Make all entries on these pages in ink and submit complete with any required bond. City of Southlake Page 5 of 5 Item 3a — Proposal Specification Guidelines Continental Boulevard & Union Church Road at Davis March 25, 2025 - Adendum 3 Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout ITEM 5 SPECIAL CONDITIONS This project shall be constructed in accordance with the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges adopted September 1, 2024 (hereinafter referred to as the "TxDOT SPECS"), and Division 100 and all remaining provisions of the NCTCOG SPECS, all of which are incorporated herein and made a part of this agreement the same as if written herein; provided that where any discrepancies occur between the Special Conditions and the General Conditions, the Special Conditions shall govern. The Special Conditions are included herein for the purpose of adapting the TxDOT SPECS and NCTCOG SPECS to the project which is the subject to this agreement and of adding thereto such further provisions as may be necessary to state the agreement in its entirety. 5-1 NON-PAY/TEM: COMPETITIVE SEALED PROPOSAL Replace NCTCOG SPEC 103.2. with: Per Texas Gov't Code Ch. 2269 Subchapter D, this project will be bid through Competitive Sealed Proposals. Any references in the contract documents to "bid(s)", "bid bond", "bidders", "offerors" etc. shall be interpreted as referring to these documents and the required documentation related to this competitive sealed proposal. The evaluation process and criteria for ranking order of negotiations shall follow the guidelines listed below. The City will convene a Committee to review and evaluate all submitted proposals and shall rank the Proposals in order of priority for negotiating a construction contract. The City shall use the following procedures: • The City shall convene a Proposal Evaluation Committee (Committee) for this project using Competitive Sealed Proposal method of procurement. The Committee shall evaluate all submitted Proposals and rank the Proposals in order of priority for negotiations. • The Committee shall consist of the City Public Works Director, the City Engineer, and the City's consultant, Kimley-Horn and Associates, or other designated representatives. • The Committee shall use the following procedures to evaluate the proposals: o As soon as reasonably possible following the public opening of Proposals, the City will conduct a preliminary examination of each Proposal for compliance with the published requirements. o The Committee shall meet to conduct thorough discussions and evaluations of all Proposals and may select Proposers to be interviewed in person by the Committee. Proposers will be notified of the date, time and location of any interviews. City of Southlake 5-1 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout o The Committee shall produce a ranking of Proposers in the order of best value to the City. o The Committee shall base its recommended ranking on the information provided in the Proposals, any reference checks conducted, during interviews if conducted, and from personal knowledge. Unless modified by addendum prior to the opening of Proposals, the Committee will utilize the following criteria to rank Proposals: Evaluation Criteria Proposed Contract Amount (50%). Costs that are under the estimated budget for the project by a significant amount may indicate a lack of full understanding of the scope of work; poor estimating practices or use of less experienced labor to accomplish the work. Costs that are significantly over the estimate may result in the City investing more than necessary for the work. Qualifications of Key Project Personnel (10%). The proposal should include a list of key company personnel and their relevant experience in the industry as well as a five-year employment history. Five years' experience in the field should be considered an absolute minimum to qualify for the job. While employment stability with a single firm is very important, the overall experience in the industry is equally important. Both will be considered in the evaluation. Similar Project Experience and Southlake Experience (10%). See Article 2 Item 3c and Article 2 Item 3d. Quality of the Bidder's Goods and Services (10%). This includes an evaluation of previous projects and references that can have a number of issues that ultimately can become critical to a successful project. The following items should be considered in evaluating this point; • The Proposer shall submit a project plan that addresses the need to meet the specified milestones. • The Proposer shall submit a description of proposed methods for maintaining the traffic control throughout the project phasing. • The Proposer shall submit a description of proposed methods for installing the storm drainage and water/sanitary sewer utilities. • Reputation of the Proposer, including familiarity of City and Engineer with the Proposer (5%). • Project Delivery Schedule, to include shop drawings and material procurement, a work breakdown of the proposed phases of work, and sufficient detail to evaluate the Proposer's work plan to demonstrate final completion of the work within the allowable contract time. This includes the phasing of Union Church and Continental Boulevard intersection closure, Davis Boulevard and Continental Boulevard, and Peytonville Avenue and Continental Boulevard intersection with through traffic access. This also includes an evaluation of any construction duration time savings. (15%) City of Southlake 5-2 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout For this project, NCTCOG Item 101.1 Definitions, Proposal shall be defined as: Proposal: The written statement or statements duly filed with the OWNER specified in the advertisement for proposals of these specifications by the person, persona, partnership, company, firm, association, or corporation proposing to do the work contemplated, including the approved forms on which the formal competitive sealed proposal for the work are to be prepared. For this project, NCTCOG Item 101.1 Definitions, Proposer shall be defined as: Proposer: Any person, persons, partnership, company, firm, association, or corporation acting directly or through a duly authorized representative submitting a competitive sealed proposal for the work contemplated. 5-2 NON -PAY ITEM: CONSTRUCTION STAKES (NCTCOG 105.4) All construction staking for this project shall be provided by the Contractor. The Contractor shall provide competent staff or employ a qualified surveyor. All surveying under this section performed by the contractor shall be done by a Texas Registered Professional Land Surveyor (RPLS). Payment for construction staking shall be considered subsidiary to all other bid items; no additional payment shall be provided. After completion of staking, the Contractor shall furnish survey field notes and cut sheets to the Owner for review. 5-3 NON-PAYITEMS: SAMPLES AND TEST OF MATERIALS (NCTCOG 106.5) Material testing for this project will be at the expense of the Owner. Facilities for these tests as well as coordination of these tests shall be the responsibility of the Contractor and consist of the following: oCompaction Testing on Trenches & Manholes at a rate of 1 per 300 L.F. per lift. Lifts shall be no greater than 12" loose. Tests shall be staggered so that test of adjacent lifts are not directly over the previous lift. If the distance between manholes exceeds 300 L.F., a minimum of 2 tests per lift shall be taken. The testing lab shall provide the location of all results on a plan and profile sheet prior to trench acceptance. The Paving Contractor shall not begin work until the City of Southlake has approved all trench work. oCast Test Cylinders for all Cast -In -Place Concrete, provide four (4) test cylinders for every 150 cubic yards of concrete being placed, with a minimum of one set of cylinders per day. Cure and test cylinders at 7 and 28 days per NCTCOG specifications. oCast Test Cylinders for Controlled Low Strength Material (CLSM) per the City Inspector's direction and provisions of SC 5-15 herein, with a minimum of one set of cylinders per day. Test 1 cylinder at 3 days and 2 at 28 days in accordance with provisions of SC 5-15 herein. The Contractor will be responsible for the following tests: oProvide a pre -construction TV inspection of all new sanitary sewer mains. oConduct Mandrel test in accordance with NCTCOG Specifications and City of Southlake requirements. This test shall be considered subsidiary to the project and additional compensation will not be paid. City of Southlake 5-3 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout oPerform an exfiltration test on all new sanitary sewer lines & manholes by hydrostatic or pneumatic methods in accordance with NCTCOG Specification and City of Southlake requirements. Compensation shall be per bid item. oProvide a post construction TV inspection of all new sanitary sewer mains prior to the City's acceptance of the lines. Compensation shall be per bid items B-102 and B-103. 5-4 NON -PAY ITEM: ACCESS TO PRIVATE PROPERTIES Access to adjacent property shall be maintained at all times unless otherwise approved by the OWNER. The Contractor shall not leave open construction pits overnight. "Extended period of time" is defined as overnight, weekends, holidays, or periods of inclement weather. The Contractor shall leave with the Owner the phone numbers of responsible persons available twenty-four (24) hours a day to handle emergencies. 5-5 NON -PAY ITEM: USE OF PRIVATE PROPERTY The Contractor shall not at any time use private property to park or turn around construction vehicles or store equipment and/or materials without the written permission of the property Owner involved. The Contractor shall not at any time use water metered by meters set for the property Owner's use without written permission of the property Owner. Written permissions are to be presented to the Owner upon request. • � e •► • e� e ► ':•' The Contractor shall be responsible for the protection of all trees, shrubs and other improvements on the property adjoining the construction site from damage by the Contractor's equipment and men. The Contractor shall be responsible for notifying the property Owners and obtaining written permission in advance of any trimming to be done on the trees. The Contractor shall notify the City of Southlake if any trees, shrubs, or bushes must be removed for construction. No trees will be removed by the Contractor until permission is granted by the Owner or his designated representative. The Contractor will not be allowed to place excess material, forms, equipment, or any other material outside the street right-of-way without written permission of the property Owner, to be presented to Owner upon request. 5-7 NON-PAY/TEM: MAIL, TRASH, AND RECYCLING SERVICES Every effort will be made by the Contractor to ensure that no damage is done to the existing mailboxes and that they are in place each and every day of the construction period so that the property owner's mail service and access to the mailbox is not disrupted. The Contractor shall coordinate access to mailboxes with the Postal Superintendent. To the maximum extent possible, the Contractor shall not interfere with the collection of trash or recycling. If the Contractor's operations cannot avoid conflict with trash or recycling collection, the Contractor shall ensure collection by one of the following means: Residential: Label curbside bin(s) with the street address to which the bin(s) belong using a non- permanent method (such as masking tape or watercolor marker) and move the bin(s) to a location in the immediate vicinity that is collectible (such as up -street, down -street, or across the street), and notify the resident by note taped to the front door or personal conversation to inform the resident of their bin(s) location. City of Southlake 5-4 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout Retail/commercial: As much as possible, schedule work on non -collection days for work that must be done in front of commercial trash containers. Where conflict cannot be avoided, coordinate with the property owner and trash/recycling collection company to arrange an alternate pick-up date. 5-8 NON -PAY ITEM: SALVAGEABLE MATERIAL (NCTCOG 106.3) All salvageable material shall be designated by and remain the property of the Owner. Any designated salvageable material that is destroyed or damaged due to negligence of the Contractor shall be replaced with new material by the Contractor at no expense of the Owner. Salvage material, unless designated for reuse, shall be returned to a location designated by the Owner. 5-9 NON -PAY ITEM: UTILITY COORDINATION AND PROTECTION (NCTCOG 107.24.4) The Contractor will not have exclusive use of the easement/ROW as this project may require concurrent utility relocations and/or adjustments for electrical, communication, cable television and/or gas lines throughout the construction period. The Contractor will be required to cooperate with other contractors performing this work, and to schedule and sequence construction operations to facilitate utility adjustments and relocations by other contractors, public and private, working within this project. The Owner will, however, make every effort to encourage any conflicting utilities to expeditiously adjust their adjustments/conflicts. Since the Owner has no jurisdictional authority to neither set a time limit upon nor force quick action in utility adjustments of conflicts and relocation of lines, failure on the part of any utility, to expeditiously eliminate the conflict/adjustments shall not be a basis for a claim to the Owner for delay or lack of production. The Contractor shall protect and save harmless the Owner from any claims whatsoever resulting from damages, injuries, delay, and/or lack of production because of failure upon the part of such utilities to adjust their lines and remove conflicts in a timely manner. This requirement is not intended to deny the Contractor any rights or remedy at law which it may have against utilities or other third parties causing such lack of production. 5-10 NON-PAY/TEM: TRENCH EMBEDMENT & BACKFILL All embedment and backfill shall be in accordance with the City of Southlake standard detail sheet SD-9, "Embedment Details". Trench embedment and backfill shall be subsidiary to pipe bid items. Separate payment for embedment and backfill will not be issued. 5-11 NON -PAY ITEM: CONSTRUCTION WATER (NCTCOG 107.13) Water required for construction shall be provided at the Contractor's expense. Contractor shall contact City of Southlake Public Works and obtain a hydrant meter for use during construction. At project completion, Contractor shall return the hydrant meter and reimburse/pay City for all water used during construction. The Contractor shall not operate any City -owned valve. Upon notifying the Owner's construction inspector, a valve crew will be provided to operate valves necessary for the work. 5-12 NON-PAY/TEM: PUMPING & DEWATERINGOPERATIONS Work to be performed may require draining, pumping and de -watering, and certain operations necessary to complete the work as specified and as indicated on the drawings. It is the intent of these specifications that such draining, pumping and de -watering, and operations shall be the obligation of the Contractor. March 25, 2025 - Addendum 3 The Contractor shall provide all necessary pumping, as required by the excavation work specification, to remove all surface water, ground water, leakage, and water from other sources from excavation. Pumping shall be considered a subsidiary item. 5-13 NON-PAY/TEM: RETAINAGE (NCTCOG 109.5.2.) Replace NCTCOG SPEC 109.5.2. with: "As security for the faithful completion of the work by the CONTRACTOR, the OWNER shall retain 10-percent of the total dollar amount of work done on a contract less than $5 Million, and 5-percent of the total dollar amount of work done on a contract more that $5 Million as is allowed by Texas Gov't Code Ch. 2252." 5-14 NON-PAY/TEM: WORKING HOURS The work for "CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS" shall be allowed during the working hours defined by City of Southlake's noise ordinance. On Saturday and Sunday, only work that does not create noise audible at the property line is permitted. However, for construction in TCP phase 1 where a full closure of Union Church Road is anticipated, the contractor shall be allowed to work 24 hours a day 7 days a week until Phase 1 is complete in order to shorten the duration of TCP phase 1 road closures. Contractor will be responsible for any overtime of inspectors. 5-15 NON-PAY/TEM: PROJECT CLEAN-UP (NCTCOG 107.25) The Contractor shall be responsible for controlling blowing dust and debris generated from the project site. 5-16 NON-PAY/TEM: MINIMUM WAGE RATES (NCTCOG 109.1) For the work required of this project, the CONTRACTOR and all sub -contractors shall pay his/her employees the prevailing wage rates in accordance with the Texas Government Code, Chapter 2258. The prevailing wage rates determined applicable for this project are the current prevailing wage rate schedules of the United States Department of Labor adopted in accordance with the Davis -Bacon Act (40 U.S.C. Section 276a, et. seq.) and its subsequent amendments for Tarrant County, Heavy Construction Projects General Decision Number: TX20240026 03/01/2024.These prevailing wage rates can be obtained from the following web page: https://sam.gov/wage-determination/TX20240026/1. 5-17 NON-PAY/TEM: INSURANCE REQUIREMENTS (NCTCOG 103.41 Add the following to NCTCOG Item 103.4. Insurance: Insurance shall not include any exclusion that may be relied upon to cause the OWNER not to be covered. All insurance other than Worker's Compensation shall be of the occurrence type. The company shall be acceptable to the OWNER and more specifically shall be adequately capitalized rated and shall be a company admitted in Texas. At the time of the execution of the contract and before commencing work, the CONTRACTOR shall submit to the OWNER a certificate of insurance in the favor of the OWNER with a 30-day notice of cancellation, naming the OWNER as an additional insured and showing that the CONTRACTOR has the coverage required herein. All coverages shall include a waiver of subrogation clause in favor of the OWNER. The certificates of insurance shall show the type, amount, class of operations covered, effective dates, and dates of 5-6 Item 5 —Special Conditions March 25, 2025 - Addendum 3 expiration of policies. Such certificates shall contain substantially the following statement: "The insurance covered by this certificate will not be canceled or materially altered except after thirty (30) days written notice has been received by the OWNER." CONTRACTOR will not be issued a Work Order to commence work on this Contract until he/she has obtained all the insurance required under this section and such insurance has been approved by the OWNER or his representative. CONTRACTOR shall procure and shall maintain during the life of this Contract, insurance coverage as herein specified, and in case of any work sublet, shall require any subcontractor in like manner to secure and maintain such minimum limits of insurance coverage, also. 5-18 NON-PAY/TEM: INSURANCE - WORKERS' COMPENSATION (NCTCOG 103.4.1.1) In addition to the provisions of NCTCOG Item 103.4.1.1. Worker's Compensation, add the following: Workmen's Compensation Insurance: Statutory requirements as specified by the Workmen's Compensation Law of the State of Texas and adopted by the Texas Workers' Compensation Commission per Title 28, TAC §110.110. Workers' Compensation Insurance Coverage: A. Definitions: (1) Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project for the duration of the project. (2) Building or construction - Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - A Person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage - Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage Agreement - A written agreement on form TWCC-81, form TWCC- 82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project - Includes the time from the beginning of the work on the project until the work on the project has been completed and accepted by the governmental entity. 5-7 Item 5 —Special Conditions March 25, 2025 - Addendum 3 (7) Persons providing services on the project ("subcontractor" in §406.096) - Includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project - Includes the provision of all services related to a building or construction contract for a governmental entity. B. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the project for the duration of the project C. The CONTRACTOR must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the project the CONTRACTOR must prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The CONTRACTOR shall obtain from each person providing services on the project and provide to the governmental entity: (1) A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) No later than seven days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The CONTRACTOR shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the CONTRACTOR knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The CONTRACTOR shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 5-8 Item 5 —Special Conditions March 25, 2025 - Addendum 3 I. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: (1) Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) Provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) Provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) Obtain from each other person with whom it contracts, and provide to the CONTRACTOR: (a) A certificate of coverage, prior to the other person beginning work on the project; and (b) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the governmental entity that all employees of the CONTRACTOR who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The CONTRACTOR's failure to comply with any of these provisions is a breach of contract by the CONTRACTOR which entitles the governmental entity to declare the contract void if the CONTRACTOR does not remedy the breach within ten (10) days after receipt of notice of breach from the governmental entity. 5-9 Item 5 —Special Conditions March 25, 2025 - Addendum 3 In accordance with statutory requirements, the CONTRACTOR shall: (1) Provide coverage for its employees providing services on the project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) Provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) Provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the project; (4) Obtain from each person providing services on the project, and provide to the governmental entity: (a) A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) No later than seven (7) days after receipt by the contract, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after CONTRACTOR knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) Post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text in Figure 1 provided by the commission on the sample notice, without any additional words or changes: Figure 1: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee" 5-10 Item 5 —Special Conditions March 25, 2025 - Addendum 3 "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." In NCTCOG Item 103.4.1.1. Worker's Compensation, change the minimum coverage as follows: Each Accident $ 100,000 Disease — Each Employee $ 100.000 Disease — policy limit $ 500,000 5-19 NON-PAY/TEM: INSURANCE - COMMERCIAL GENERAL LIABILITY (NCTCOG 103.4.1.2) In NCTCOG Item 103.4.1.2. Commercial General Liability, change the minimum coverage as follows: General Aggregate $ 1,000,000 Products — Components/Operations Aggregate $ 1,000,000 Personal and Advertising Injury $ 600,000 Each Occurrence $ 600,000 Fire Damage (any one fire) $ 50,000 Medical Expense (any one person) $ 5,000 5-20 NON-PAY/TEM: INSURANCE -AUTOMOBILES (NCTCOG 103.4.1.3) In NCTCOG Item 103.4.1.3. Automobiles, change the minimum coverage as follows: Combined Bodily Injury and Property Damage $ 600,000 per occurrence Separate Limits - Bodily Injury $ 250,000 per person Separate Limits - Bodily Injury $ 500,000 per person Separate Limits- Property Damage $ 100,000 5-21 NON-PAY/TEM: INSURANCE- UMBRELLA LIABILITY INSURANCE (NCTCOG 103.4.3) In addition to the provisions of COG Item 103.4.3. "Umbrella" Liability Insurance, add the following: Contract shall obtain, pay for and maintain umbrella liability insurance during the Contract term, insuring the CONTRACTOR for an amount of not less than $1,000,000 per occurrence combined limit for bodily injury and property damage. 5-22 NON-PAY/TEM: INSURANCE -CONTRACTOR AGREEMENTS (NCTCOG 103.4.5.3) In addition to the provisions of NCTCOG Item 103.4.5.3. Contract Agreements, add the following: (6) Deductible limits on insurance policies exceeding $10,000 require approval of the CITY; (7) Any of such insurance policies required under this paragraph may be written in 5-11 Item 5 —Special Conditions March 25, 2025 - Addendum 3 combination with any of the others, where legally permitted, but none of the specified limits may be lowered thereby; (8) Prior to commencement of operations pursuant to this Contract, the CONTRACTOR shall furnish the CITY with satisfactory proof that he has provided adequate insurance coverage in amounts and by approved carriers as required by this Agreement; (9) CONTRACTOR shall provide notice of any actual or potential claim or litigation that would affect required insurance coverages to the CITY in a timely manner; (10) CONTRACTOR agrees to either require its Subcontractors to maintain the same insurance coverage and limits as specified for the CONTRACTOR or coverage of Subcontractors shall be provided by the Contract; and (11) Prior to the effective date of cancellation, CONTRACTOR shall deliver to the CITY a replacement certificate of insurance or proof of reinstatement. 5-23 NON -PAY ITEM: NOTICE TO PROCEED AND COMMENCEMENT OF WORK (NCTCOG 103.6) In addition to the provisions of NCTCOG Item 103.6 Notice to Proceed and Commencement of Work, add the following: The Contract Time will commence to run on date indicated on the Notice to Proceed for Construction. A Notice to Proceed for Construction may be given at any time within one hundred eighty (180) days after the Effective Date of the Agreement. 5-24 NON -PAY ITEM: TXDOT PERMIT Contractor required to submit proof of request prior to NTP. 5-25 NON -PAY ITEM: PARCEL NO. 5 TCE The City has obtained a temporary construction easement (TCE) for use by the Contractor. Parcel No. 5 TCE shall be valid for 1 year from NTP. If the Contractor requires access within this TCE after 1 year, the TCE will expire and must be renewed. The cost of renewal will be borne by the Contractor, paid to the owner in the amount of $13,950. 5-26 NON -PAY ITEM: REPAIRS THAT REQUIRE TRAFFIC SIGNAL ADJUSTMENTS Repairs caused by the Contractor that require traffic signals to be turned off for an extended period will need to be completed Saturday, or at nighttime. Optimal time of signal shutdowns will be determined by the City's representative during the coordination of the repair and proposed traffic control measures. 5-27 NON -PAY ITEM: SUBMISSIONS Contractor is required to submit storm water pollution prevention plan (SWPPP) and notice of intent (NOI) prior to notice to proceed (NTP). All shop drawings to be submitted within 60 days of NTP issuance. 5-28 NON -PAY ITEM: UTILITY CONSTRUCTION 5-12 Item 5 —Special Conditions March 25, 2025 - Addendum 3 Utility mobilization will need to occur a minimum of 2 times on this project. Contractor should factor in the cut in the isolation valves, utility adjustments, and utility relocates and adjustments. 5-29 NON -PAY ITEM: MODIFIED CRITICAL PATH -BASED WORKING DAYS DEFINITION Replace NCTCOG SPEC 101.1 "Definitions", "Working Day" with: Working days will be charged Monday —Friday, excluding recognized holidays, if weather or other conditions permit the performance of the principal unit of work underway, as determined by the City Engineer (or City Inspector), for a period of at least 5 hours between 7:00 A.M. and 9:00 P.M (working hours in accordance with City of Southlake Noise Ordinance; Chapter 11 Article 3). Contractor has the option of working Saturdays, Sundays, and recognized holidays only if approved by the City Engineer. Provide advance notice (at least 10 calendar days) to the City Engineer when scheduling work on Saturday, Sunday, or recognized holiday. For Milestone No. 1, working days will not be charged for Saturday or Sunday regardless of hours worked but for holidays during milestone No. 1, if work requiring an Inspector to be present or critical path activities are performed on a holiday, and weather or other conditions permit the performance of work for at least 5 hours between 7:00 A.M. and 9:00 P.M., a working day will be charged. For Milestones No. 2-5, if work requiring an Inspector to be present or critical path activities are performed on a Saturday, Sunday, or holiday, and weather and/or other conditions permit the performance of work for at least 5 hours between 7:00 A.M. and 9:00 P.M., a working day will be charged. Final determination of whether a working day will be charged or not charged will be based on the decision of the City Inspector, but Contractor may discuss potential working day charges with City inspector at the beginning of each day if there are uncertainties in how working days will be charged based on the conditions expected for the day. Time extensions shall only be granted if delays directly impact the critical path and prevent the project from meeting the contractual completion date. 5-30 NON -PAY ITEM: CRITICAL PATH SCHEDULE REQUIREMENTS Replace NCTCOG SPEC 108.1 "Progress Schedule" with: Construction Schedule Initial CPM Schedule Submission and Baseline Approval • Submission Deadline: Within 14 calendar days after the Notice to Proceed (NTP), the Contractor shall submit a comprehensive Critical Path Method (CPM) baseline schedule. This schedule must: 1. Clearly define the critical path. 2. Detail all major activities, their durations, and logical sequencing. Activity durations shall not exceed 20 working days without Owner approval. There shall be no open-ended activities (tasks with no logical connection to predecessors or successors). 3. Include procurement activities, material deliveries, and key milestones. 4. Account for weather -sensitive activities and contractual constraints. • Format: Each iteration of the schedule shall be submitted in PDF format. 5-13 Item 5 —Special Conditions March 25, 2025 - Addendum 3 • Review & Approval Process: 1. If the initial schedule is found to be deficient or inaccurate, the Contractor shall submit a corrected schedule within 7 calendar days of receiving comments. 2. The Owner's approval of the baseline schedule is required before the first progress payment is issued. 3. Acceptance of the baseline schedule does not relieve the Contractor of responsibility for timely completion or compliance with contract requirements. Monthly Schedule Updates • Update Frequency: The Contractor shall submit monthly CPM schedule updates with each progress payment request. • Update Requirements: Each update must: 1. Reflect actual progress, including actual start and finish dates for completed activities. 2. Identify any changes to the critical path and potential impacts on project completion. 3. Show deviations from the approved baseline schedule and indicate causes of delays. 4. Include a written narrative explaining: • Causes of any delays or sequencing changes. • Impacts on the critical path and forecasted completion date. • Proposed mitigation or recovery strategies. Schedule Review and Acceptance • If an update is found to be deficient or inaccurate, the Contractor shall submit a corrected schedule within 7 calendar days of receiving comments. • The Owner's acceptance of monthly schedule updates does not constitute approval of any time extension requests. Non -Compliance and Withholding of Payments • Failure to Submit the Baseline or Updates: 1. If the Contractor fails to submit the baseline schedule within the required timeframe, the Owner may withhold progress payments until the schedule is received and accepted. 2. Failure to submit monthly updates in accordance with these requirements may result in payment withholdings or additional corrective actions as determined by the Owner. • Deficient Submissions: 1. Schedules that do not comply with these requirements will be returned for correction and must be resubmitted within 7 calendar days. 5-31 NON -PAY ITEM: SHOP DRAWING SUBMITTALS All shop drawings and submittals required in the contract documents shall be submitted for review within 60 days of issuance of Notice to Proceed. 5-32 NON -PAY ITEM: WORKING AREA (NCTCOG 107.221 Add to NCTCOG SPEC 107.22 Working Area with the following: "The CONTRACTOR shall be responsible for providing its own staging areas for materials and equipment." 5-14 Item 5 —Special Conditions March 25, 2025 - Addendum 3 [THIS PAGE INTENTIONALLY LEFT BLANK] March 25, 2025 - Addendum 3 BID ITEM DESCRIPTIONS 5-33 BID ITEM DESCRIPTIONS Bid items beginning with "A -"is under the construction plans titled "CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS". Bid items beginning with "B-"is under the construction plans titled "WEST CONTINENTAL BOULEVARD & SOUTH PEYTONVILLE AVENUE ROUNDABOUT". 5-33.1 Davis Boulevard at Continental Boulevard/Union Church Road ITEM A-1 (TXDOT 500) - MOBILIZATION (5% MAX) The work under this item shall include the establishment of offices and other facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. The cost of all bonds and insurance for the project will also be considered part of this specification. Mobilization will be measured and paid as a lump sum (LS) item and will be paid in partial payment. Partial payments for mobilization shall be paid for at the Total Unit Price as shown in the bid proposal with the regular monthly estimates as follows: a. When 1 % and less than 5% of the adjusted contract amount for construction items is completed, 50% of the mobilization lump sum bid will be paid. b. When 5% and less than 10% of the adjusted contract amount for construction items is completed, 75% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. C. When 10% or more of the adjusted contract amount for construction items is completed, 95% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. d. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate. Mobilization shall encompass cost for the entire project. The Contractor will be expected to work continuously regardless of franchise utility relocations. If the Contractor stops work for any reason and remobilizes, the cost of remobilization will be at the Contractor's expense. ITEM A-2 (NCTCOG 107.21) - PROJECT SIGN Project signs shall be furnished and installed in accordance with NCTCOG Item 107.21, the detail below (placeholder only, City to provide final sign layout) and all related City of Southlake requirements. During construction, the project signs shall be moved to the various project sites throughout City of Southlake. March 25, 2025 - Addendum 3 City of Southlake Capital Improvements Program IIR da t IlfF II II 19 8 IU n tIII rn Ip . For more information, visit CONNECTSOUTHLAKE.COM Supported and approved by your _ City of Southlake City Council m THh pgoy th fvndzdIby the City of S—th[A. and the Tarrant County Cwm Ed,—, Covetth... gh&e Tav—C—rzy 2021 n... r V-IB-dIPrcgr— Measurement for payment shall be at the unit price bid per each (EA) and shall include all labor, equipment, materials, tools, and incidentals required to construct the project sign, complete in place, and maintain it throughout construction. ITEM A-3 (TXDOT 503) — PORTABLE CHANGEABLE MESSAGE SIGN All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 503 Portable Changeable Message Sign, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. This item includes the use of 2 portable changeable message signs for the full duration of the project and the required minimum of 3 portable changeable message signs for all major traffic pattern changes. Exact locations shall be communicated at the pre - construction meeting. ITEM A-4 (NCTCOG 203.1) - SITE PREPARATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. This item governs the preparation of the right-of-way and those areas adjacent to or offsite as may be designated on the plans to remain in place. This item shall include all work associated with removal of existing trees for the project as shown on the plans. No additional trees shall be removed without written approval from the Ofwner. Unless indicated otherwise with a specific pay item, all removals of any item within the limits of the project that are not specifically called out to remain will be considered March 25, 2025 - Addendum 3 subsidiary to this item. Subsidiary items include, but are not limited to: trees, fences, gates, pavement markers and markings (existing, and temporary), signage, asphalt, gravel, base, headwalls, wingwalls, walls, junction boxes, flumes, manholes, inlets, storm drain culverts and pipes, bollards, pavers, any concrete under pavers in the median, any concrete within the medians, handrails, metal beam guard fence, mow strips, landscaping, entry features, gutter drains, poles, foundations, fire hydrants and associated piping, blocking and valves, lighting poles/fixtures/foundations, conduit (lighting and signal), irrigation facilities, franchise utility markers and/or abandoned franchise utilities, etc. Unless indicated otherwise with a specific pay item, all adjustments of any existing appurtenance within the limits of the project that are not specifically called out to remain will be considered subsidiary to this item. Subsidiary items include, but are not limited to: existing water valves, water meters, manholes, gas valves, gas meters, ground boxes, irrigation facilities, franchise utility appurtenances, and any other appurtenances to finished grade. Abandonment and removal of existing water lines, and all appurtenances are subsidiary to this item. If Contractor damages any item not designated to be removed within the limits of construction, it must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be based on the unit price bid lump sum (LS) of site preparation and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM A-5 (NCTCOG 402.3) - FULL DEPTH SAWCUT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 402.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-6 (NCTCOG 203.2) - REMOVE EXISTING ASPHALT PAVEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the asphalt and other materials off the site. No separate payment will be made for saw cutting. March 25, 2025 - Addendum 3 ITEM A-7 (NCTCOG 302) - INSTALL TEMP ASPHALT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 302, unless otherwise specified. Installation of temporary asphalt pavement shall also include temporary shoring, cut or fill related to temporary asphalt, removal of temporary asphalt, including the work associated with the hauling and legal disposal of the temporary asphalt and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-8 (NCTCOG 203.2) - UNCLASSIFIED EXCAVATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-9 (NCTCOG 203.5) - EMBANKMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.5, unless otherwise specified. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-10 (TXDOT 247) - FL BS (CMP IN PLS (TYA GR 1-2)(FNAL POS) (51 All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 247 Flexible Base, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-11 (NCTCOG 301.3) - CEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-12 (NCTCOG 301.3) - PORTLAND CEMENT TREATMENT (8" CEMENT STABILIZED SUBGRADE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-13 (TXDOT 340) — DENSE -GRADED HOT -MIX ASPHALT All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 340 Dense -Graded Hot -Mix Asphalt, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-14 (TXDOT 344) - SUPERPAVE MIXTURES SP-C SAC -A PG70-28 (21 All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 344 Superpave Mixtures, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Item A-15 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT WITH MONOLITHIC CURB (ROADWAY) Item A-16 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT (DRIVEWAY) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. March 25, 2025 - Addendum 3 Item A-17 (TXDOT 528) - COLORED TEXTURED CONC (8" All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 528 Colored Textured Concrete, unless otherwise specified. Westwood Brown C-27 color and Yorkstone stamp pattern or similar materials should be used for the colored textured concrete. Contractor shall submit shop drawings for Owner approval prior to construction. All color applications for special concrete shall be integral to the material batch mix process. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. Item A-18 (TXDOT 502) - BARRICADES. SIGNS. AND TRAFFIC HANDLING All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 502 Barricades, Signs, and Traffic Handling, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Prior to the start of work, the Contractor shall develop, in detail, a construction schedule and sequence of construction, and traffic control plan that shall cause minimum interference with traffic along, across and adjacent to the project during construction for Owner review and approval. TCP plans shall be prepared by a Licensed Engineer in the State of Texas. Contractor shall provide, install, and maintain all necessary traffic control devices to ensure a safe work environment during the entire period of construction. A traffic control plan is provided in the plan set. These measures represent minimum traffic control measures. The City Engineering Department and/or inspectors may require additional traffic control measures which shall be subsidiary to this item. TCP measures shall conform to the "Texas Manual on Uniform Traffic Control Devices" Latest Revision. Portable message boards will be required on this project and are to be in place two weeks prior to construction commencement (see Item A-3 Portable Changeable Message Sign). Item A-19 (TXDOT 529) - CONCRETE CURB & GUTTER (TY II) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT 529 Concrete Curb, Gutter, and Combined Curb and Gutter, unless otherwise specified. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-20 (NCTCOG 305.2) - 4-INCH THICK, CONCRETE SIDEWALK All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 305.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-21 (TXDOT 531) - CURB RAMPS (TY 7) ITEM A-22 (TXDOT 531) - CURB RAMPS (TY 1) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 531 Sidewalks, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-23 (TXDOT 450) - RAIL (TY C221) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 450 Railing, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-24 (TXDOT 479) - ADJUSTING MANHOLES (WATER VALVE BOX) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 479 Adjusting Manholes and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-25 (TXDOT 479) - ADJUSTING MANHOLES (SANITARY) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 479 Adjusting Manholes and Inlets, unless otherwise March 25, 2025 - Addendum 3 specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-26 (NCTCOG 502.6) - ADJUST EX WATER VALVE TO PROP GRADE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-27 (NCTCOG 502) - RELOCATION OF WATER METERS All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-28 (NCTCOG 502.3) - ADJUST OR RELOCATE EXISTING FIRE HYDRANTS All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.3, unless otherwise specified. Contractor shall prime and paint fire hydrants per revised Southlake Standards. M&H Valve Company and American Flow Control are both approved by the City of Southlake for fire hydrant paint requirements. Contractor to coordinate with the Water Division of Southlake Public Works for any additional prime and finish paint requirements. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-29 - REMOVE AND RETURN EXISTING STONE WALL TO OWNER This item includes delivery, loading and hauling to desired location within a 20-mile radius. This item shall consist of the work, labor, equipment, and materials necessary to remove and return existing stone wall to Owner. All existing stone wall shall be removed and returned per the plans. Contractor shall remove existing stone wall and return to the Owner. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be March 25, 2025 - Addendum 3 the total compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Item A-30 - REMOVE AND REINSTALL MAILBOX This item shall consist of the work, labor, equipment, and materials necessary to remove and reinstall mailboxes. This item includes contractor removing and installing a new mailbox if existing mailbox is unsalvageable. Contractor shall reconstruct mailbox to satisfaction of Owner. Submit shop drawings for approval prior to construction. Coordination with homeowner for acceptance of procured mailbox if existing is not salvageable. Temporary mailboxes should be procured, installed, and maintained. All mailboxes shall be installed per the plans. Measurement and payment shall be at the unit price bid per each (EA) and shall be the total compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. ITEM A-31 (TXDOT 644) - IN SM RD SN SUP&AM TY10BWG(1)SA(P) ITEM A-32 (TXDOT 644) - RELOCATE SM RD SN SUP&AM TY 10BWG All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-33 (TXDOT 644) - REMOVE SM RD SN SUP&AM All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Contractor shall carefully remove small roadside sign assemblies. Contractor shall protect these items from damage once removed and deliver these appurtenances to the Owner's specified facility. If Contractor damages any item removed, the damaged appurtenances must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. March 25, 2025 - Addendum 3 ITEM A-34 (TXDOT 666) - REFL PAV MRK TY I (W)(8")(SOLID)(100MIL) ITEM A-35 (TXDOT 666) - REFL PAV MRK TY I (W)(12")(SOLID)(100MIL) ITEM A-36 (TXDOT 666) - REFL PAV MRK TY I (W)(24")(SOLID)(100MIL) ITEM A-39 (TXDOT 666) - REFL PAV MRK TY I (Y)(6")(SOLID)(100MIL) ITEM A-40 (TXDOT 666) - REFL PAV MRK TY I (W) 4" (BRK) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM A-37 (TXDOT 666) - REFL PAV MRK TY I (W)(ARROW)(100MIL) ITEM A-38 (TXDOT 666) - REFL PAV MRK TY I (W)(WORD)(100MIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM A-41 (TXDOT 678) - PAV SURF PREP FOR MRK (4") ITEM A-42 (TXDOT 678) - PAV SURF PREP FOR MRK (6") ITEM A-43 (TXDOT 678) - PAV SURF PREP FOR MRK (8") ITEM A-44 (TXDOT 678) - PAV SURF PREP FOR MRK (12") ITEM A-45 (TXDOT 678) - PAV SURF PREP FOR MRK (24") All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM A-46 (TXDOT 678) - PAV SURF PREP FOR MRK (ARROW) ITEM A-47 (TXDOT 678) - PAV SURF PREP FOR MRK (WORD) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to March 25, 2025 - Addendum 3 complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM A-48 - TEX-ART STONE 6' TEMPORARY CHAIN LINK FENCE/GATE WITH BARBED WIRE All work shall be performed as shown in the plans, plan notes, details, unless otherwise specified. This item includes the removal of existing chain link fence and gates with barbed wire fence within the limits of disturbance on the Tex -Art Stone property and setting a temporary 6' high chain link fence and gates with barbed wire and locking capabilities in its place. Items shall remain in place for the duration of construction, or until the property owners sets the new fence and gates (whichever occurs first). Contractor shall be responsible for coordinating with the property owner. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-49 (NCTCOG 501, 503) - 20" STEEL CASING BY OPEN CUT (WATER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501 and 503, unless otherwise specified. The casing pipe shall be high density steel pipe. All joints are to receive welds around the entire circumference of the pipe, (100% weld). The welds are to be tested to ensure a complete bond has been achieved. Any removal and repairing of the weld is considered incidental to this bid item. Any overcutting of the casing hole is to be filled with hydraulically placed non -shrink grout, per ASTM C476. Support and protection of existing utilities will not be measured or paid for separately and shall be included in this bid item. The carrier pipe is not included in this pay item All removal and replacement of existing infrastructure as a result of the installation of the proposed pipeline that is not specifically accounted for in a sperate bid item including, but not limited to, existing storm sewer, existing pavement, etc. shall be subsidiary to the cost of this pay item. Horizontal and vertical location of proposed casings shall be confirmed with Owner during construction. Contractor shall coordinate with Owner and receive in writing horizontal and vertical location prior to installation of casings. No additional payment shall be made for any delays, storage fees, etc., related to the coordination and installation of the casings. Any adjustment of the casing pipe length or location, based upon field conditions, requires written approval from the City prior to installation. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) March 25, 2025 - Addendum 3 and shall be full compensation for all labor, equipment, tools, material, excavation and backfill, dewatering, disposal of material, furnishing, placement, bedding material, trench safety, end caps, clean-up, surface markers, and appurtenances necessary to install the casing pipe. Installation of steel casing pipe by open cut will be measured horizontally along the pipe centerline, in place. ITEM A-50 (NCTCOG 502.6.2) - 12" CUT -IN RESILIENT SEATED GATE VALVE BOX All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6.2, unless otherwise specified. Contractor shall submit shop drawings for proposed connection procedures, dewatering and disposal procedures, and proposed equipment to be utilized for cut -in valves to Owner for approval. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, backfill, and incidentals necessary to complete the work. Payment for cut -in valves shall also include materials, labor, equipment, tools, shop drawings, and incidentals necessary to locate, excavate, dewater, embedment, backfill, restore pavement, and cleanup proposed installation locations. ITEM A-51 (TXDOT 624) - REMOVAL OF GROUND BOXES All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 624 Ground Boxes, unless otherwise specified. Measurement and payment shall be for the unit price bid per each (EA) ground box removal and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM A-52 (TXDOT 624) - INSTALL OF GROUND BOXES All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 624 Ground Boxes, unless otherwise specified. Measurement and payment shall be for the unit price bid per each (EA) ground box removal and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM A-53 (NCTCOG 502, 506) -WATER LINE LOWERING All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502 and 506, unless otherwise specified. This pay item shall consist of all work associated with providing additional water line maintenance, temporary by-pass, and improvements for the project. The plan shall March 25, 2025 - Addendum 3 employ measures to maintain water line services during the duration of the project. Unless indicated otherwise with a specific pay item, all water line measures within the limits of the project will be considered subsidiary to this item. Subsidiary items include, but are not limited to: valves, fittings, service connections, etc. This pay item includes the installation, maintenance (throughout the Project duration) and removal of these items. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, backfill, and incidentals necessary to complete the work. ITEM A-54 (NCTCOG 701.2) - REMOVE INLET All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM A-55 (NCTCOG 701.2.3) - ADJUSTING INLET (CAP) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 701.2.3, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-56 (NCTCOG 701.2) - REMOVE SET ITEM A-57 (NCTCOG 701.2) - REMOVE HEADWALL/WINGWALL All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM A-58 (NCTCOG 701.2) - REMOVE PIPE All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site.complete the work. ITEM A-59 (NCTCOG 501.6) - 18-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM A-60 (NCTCOG 501.6) - 24-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM A-61 (NCTCOG 501.6) - 48-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM A-62 (NCTCOG 501.6) - 12'x8' REINFORCED CONCRETE BOX (RCB)(CLASS 111) All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 501.6, 504, 508, unless otherwise specified. Backfill and embedment shall be per City detail and in accordance with NCTCOG Item 504. All bends shall be pre -fabricated. Where leads or pipe terminate into an existing system, a concrete collar shall be poured at the junction to form a watertight connection. When pipe terminates at locations which do not include connections to drainage structures, the end of the pipe shall be plugged with a field -cast unit as shown on the plan -profile sheets, and the cost thereof are to be included in the price bid to furnish and install reinforced concrete pipe. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, excavation, embedment, backfill, wyes, bends, plugs, and incidentals necessary to complete the work. ITEM A-63 -2'X3' GRATE INLET All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-7, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-64 (TXDOT 466) - WINGWALL (PW-1) HEADWALL (RAC) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 466 Headwall and Wingwalls, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Rail Anchorage Curb (RAC) to be subsidiary to this item. March 25, 2025 - Addendum 3 ITEM A-65 (TXDOT 467) - SET (TY II) (18 IN) (RCP) (3:1) (C) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 467 Safety End Treatment, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-66 (TXDOT 465) - JCTBOX (COMPL)(PJB)(4FTX4FT) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 465 Junction Boxes, Manholes, and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-67 (NCTCOG 202.14) - INLET PROTECTION (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.14, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-68 (NCTCOG 202.5) - TEMP SEDMT CONT FENCE (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.5, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-69 (TXDOT 506) - ROCK FILTER DAMS (INSTALL) (TY 1) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 506 Temporary Erosion, Sedimentation, and Environmental Controls, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to March 25, 2025 - Addendum 3 complete the work. ITEM A-70 (TXDOT 506) - ROCK FILTER DAMS (REMOVE) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 506 Temporary Erosion, Sedimentation, and Environmental Controls, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-71 - CONCRETE PILOT CHANNEL All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-8, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-72 (TXDOT 432) - RIPRAP (STONE PROTECTION) (24 IN) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 432 Riprap, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-73 (TXDOT 459) - GABION MATTRESSES (GALV) (121N) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 459 Gabions and Gabion Mattresses, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-74 - 2'X2' DROP INLET WITH 2' CONCRETE APRON All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-6, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full March 25, 2025 - Addendum 3 compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-75 (TXDOT 465) - INLET (COMPL) (CURB) ITEM A-76 (TXDOT 465) -10' TXDOT INLET (I -CO (FTW)) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 465 Junction Boxes, Manholes, and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEMS A-77 TO A-112 - VARIOUS TRAFFIC SIGNAL ITEMS All work shall be performed as shown in the plans, plan notes, details, and in accordance with applicable TxDOT Items, unless otherwise specified. Contractor shall submit shop drawings to Owner for review and approval prior to furnishment and installation. Measurement and payment shall be at the unit price and measurement as shown in the bid form and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM A-113 - PRE-EMPTION DETECTOR All work shall be performed as shown in the plans, plan notes, details, and City specifications for pre-emption equipment (to be provided by City) and shall match the existing pre-emption equipment already installed at the intersection. Contractor shall submit a shop drawing to Owner for review and approval prior to furnishment and installation. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. ITEM A-114 - PRE-EMPTION CABLE All work shall be performed as shown in the plans, plan notes, details, and City specifications for pre-emption equipment (to be provided by City) and shall match the existing pre-emption equipment already installed at the intersection. Contractor shall submit a shop drawing to Owner for review and approval prior to furnishment and installation. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. ITEM A-115 (NCTCOG 204.2) - TOPSOIL All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 204.2, unless otherwise specified. Topsoil must be approved as "Topsoil" by Owner prior to installation. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-116 (NCTCOG 107.28) - EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL (SWPPP) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 107.28, unless otherwise specified. Prior to the start of work, the Contractor shall develop, in detail, an erosion control plan that conforms to all state and local regulations. Contractor shall provide, install and maintain all necessary erosion control devices during the construction period. An erosion control plan is provided in the plan set. These measures represent minimum erosion control measures. The City Engineering Department and/or inspectors may require additional erosion control devices which shall be subsidiary to the erosion control measures line items. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals required to implement and maintain erosion control measures, complete in place. ITEM A-117 (NCTCOG 204) - LANDSCAPING RESTORATION All work shall be performed in accordance with NCTCOG Item 204, unless otherwise specified. Any landscape systems impacted by the project shall be restored to equal or better conditions. This includes restoring any features that will be impacted with the project. Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. This pay item shall not include any landscape improvements that are included or quantified under a separate pay item. March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the City prior to NTP for landscaping adjustments and restoration prior to construction. ITEM A-118 (NCTCOG 201.2) - IRRIGATION RESTORATION All work shall be performed in accordance with NCTCOG Item 201.2, unless otherwise specified. Any irrigation systems impacted by the project shall be restored to equal or better conditions. This includes all areas impacted with water installation, wastewater installation, pavement replacement, drainage inlets, sidewalk/ramp construction, and any other construction impacting landscape, hardscape, and irrigation systems. This includes restoring any features that will be impacted with the project (i.e. stone edges, walls, planter beds, lighting, flumes, etc.). Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. Contractor shall coordinate with property owners to test existing irrigation systems prior to construction. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the City prior to NTP for landscaping adjustments and restoration prior to construction. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 5-33.2 West Continental Boulevard & South Peytonville Avenue ITEM B-1 (TXDOT 500) - MOBILIZATION (5% MAX) The work under this item shall include the establishment of offices and other facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. The cost of all bonds and insurance for the project will also be considered part of this specification. Mobilization will be measured and paid as a lump sum (LS) item and will be paid in partial payment. Partial payments for mobilization shall be paid for at the Total Unit Price as shown in the bid proposal with the regular monthly estimates as follows: a. When 1 % and less than 5% of the adjusted contract amount for construction items is completed, 50% of the mobilization lump sum bid will be paid. b. When 5% and less than 10% of the adjusted contract amount for construction items is completed, 75% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. C. When 10% or more of the adjusted contract amount for construction items is completed, 95% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. d. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate. Mobilization shall encompass cost for the entire project. The Contractor will be expected to work continuously regardless of franchise utility relocations. If the Contractor stops work for any reason and remobilizes, the cost of remobilization will be at the Contractor's expense. ITEM B-2 (NCTCOG 107.21) - PROJECT SIGN Project signs shall be furnished and installed in accordance with NCTCOG Item 107.21, the detail below (placeholder only, City to provide final sign layout) and all related City of Southlake requirements. During construction, the project signs shall be moved to the various project sites throughout City of Southlake. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 City of Southlake Capital Improvements Program C 'S:: �.brnit. BOL,flIe"ai"'Id & '°aOLIAli e,_yM ndAve IIRoundabout For more information, visit CONNECTSOUTHLAKE.COM Supported and approved by your _ City of Southlake City Council 1 This .p cue t is is dythe City of Sauthllalke and the Tarrant County C—iss"—rs Cavort through th..e Tarrant C—ty 2021 Transp-a[iom Bond'.. P,,g,, m. Measurement for payment shall be at the unit price bid per each (EA) and shall include all labor, equipment, materials, tools, and incidentals required to construct the project sign, complete in place, and maintain it throughout construction. ITEM B-3 (TXDOT 503) - PORTABLE CHANGEABLE MESSAGE SIGN All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 503 Portable Changeable Message Sign, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. This item includes the use of 2 portable changeable message signs for the full duration of the project and the required minimum of 3 portable changeable message signs for all major traffic pattern changes. Exact locations shall be communicated at the pre - construction meeting. ITEM B-4 (NCTCOG 203.1) - SITE PREPARATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. This item governs the preparation of the right-of-way and those areas adjacent to or offsite as may be designated on the plans to remain in place. This item shall include all work associated with removal of existing trees for the project as shown on the plans. No additional trees shall be removed without written approval from the Owner. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Unless indicated otherwise with a specific pay item, all removals of any item within the limits of the project that are not specifically called out to remain will be considered subsidiary to this item. Subsidiary items include, but are not limited to: trees, fences, gates, pavement markers and markings (existing, and temporary), signage, asphalt, gravel, base, headwalls, wingwalls, walls, junction boxes, flumes, manholes, inlets, storm drain culverts and pipes, bollards, pavers, any concrete under pavers in the median, any concrete within the medians, handrails, metal beam guard fence, mow strips, landscaping, entry features, gutter drains, poles, foundations, fire hydrants and associated piping, blocking and valves, lighting poles/fixtures/foundations, conduit (lighting and signal), irrigation facilities, franchise utility markers and/or abandoned franchise utilities, etc. Unless indicated otherwise with a specific pay item, all adjustments of any existing appurtenance within the limits of the project that are not specifically called out to remain will be considered subsidiary to this item. Subsidiary items include, but are not limited to: existing water valves, water meters, manholes, gas valves, gas meters, ground boxes, irrigation facilities, franchise utility appurtenances, and any other appurtenances to finished grade. Abandonment and removal of existing water lines, and all appurtenances are subsidiary to this item. If Contractor damages any item not designated to be removed within the limits of construction, it must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be based on the unit price bid lump sum (LS) of site preparation and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM B-5 (NCTCOG 203.2) - REMOVE EXISTING ASPHALT PAVEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the asphalt and other materials off the site. No separate payment will be made for saw cutting. ITEM B-6 (NCTCOG 203.2) - REMOVE CONCRETE (SIDEWALK) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 necessary to complete the work. ITEM B-7 (NCTCOG 203.2) - REMOVE CONCRETE (DRIVEWAY) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Removal of concrete driveways shall be made to an existing joint or to a saw cut line. Payment for removal shall also include work associated with the hauling and legal disposal of the concrete and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-8 (NCTCOG 302.9) - 2-INCH HOT MIX ASPHALTIC CONCRETE PAVEMENT (HMAC) MILL AND INLAY (TYPE D) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 302.9, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-9 (NCTCOG 302) - INSTALL TEMP ASPHALT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 302, unless otherwise specified. Installation of temporary asphalt pavement shall also include temporary shoring, cut or fill related to temporary asphalt, removal of temporary asphalt, including the work associated with the hauling and legal disposal of the temporary asphalt and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-10 (NCTCOG 303) - INSTALL TEMP UNREINFORCED CONCRETE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Installation of temporary unreinforced concrete pavement shall also include temporary shoring, cut or fill related to temporary unreinforced concrete, removal of temporary unreinforced concrete, including the work associated with the hauling and legal disposal of the temporary unreinforced concrete and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-11 (NCTCOG 203.2) - UNCLASSIFIED EXCAVATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-12 (NCTCOG 203.5) - EMBANKMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.5, unless otherwise specified. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-13 (NCTCOG 305.2) - 4-INCH THICK, CONCRETE SIDEWALK All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 305.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-14 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT W/MONOLITHIC CURB (ROADWAY) ITEM B-15 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT (DRIVEWAY) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-16 (NCTCOG 301.3) - PORTLAND CEMENT TREATMENT (8" CEMENT STABILIZED SUBGRADE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-17 (NCTCOG 301.3) - CEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-18 (NCTCOG 303) - 8-INCH STAMPED REINFORCED CONCRETE PAVEMENT (INTEGRAL COLORED) ITEM B-19 (NCTCOG 303) - 12-INCH STAMPED REINFORCED CONCRETE PAVEMENT (INTEGRAL COLORED) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Westwood Brown C-27 color and Yorkstone stamp pattern or similar materials should be used for the colored textured concrete. Contractor shall submit shop drawings for Owner approval prior to construction. All color applications for special concrete shall be integral to the material batch mix process. Measurement and payment shall be at the unit price bid per square yard (SY) and shall City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-20 (NCTCOG 802) - STONE WALL All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 802, unless otherwise specified. Subsidiary items include, but are not limited to access, excavation, subgrade preparation, shoring, placing, furnishing, placing, and compacting backfill including flowable or unreinforced concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, filter fabric, and incidentals. Dewatering of the creek shall be performed at the Contractor's discretion as approved by the Owner. Dewatering and erosion control measures for structures are subsidiary. Contractor shall provide cut sheets for stone wall prior to installation for Owner approval. Measurement and payment shall be for the unit price bid per linear foot (LF) and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM B-21 (NCTCOG 303) - SIDEWALK FLUME All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Installation sidewalk flume shall also include fabrication and installation of ADA Pedestrian Rated Grates and Frames at locations where the flume crosses the sidewalk. Grates shall be ADA compliant, and pedestrian rated. Contractor shall submit shop drawings for finish, material, and manufacturer for Owner approval prior to construction. Measurement and payment shall be based on the price bid per each (EA) concrete flume under sidewalk and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. Payment for this item shall include, but is not limited to formwork, reinforcing, concrete, finishing, curing, joints, sealants, special finishes if required, additional samples, testing and all appurtenances. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-22 (NCTCOG 305.1) - CONCRETE CURB AND GUTTER (Y MOUNTABLE) ITEM B-23 (NCTCOG 305.1) - CONCRETE CURB AND GUTTER K' MOUNTABLE) (SPLITTER ISLANDS) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 305.1, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-24 (TXDOT 502) - BARRICADES. SIGNS. AND TRAFFIC HANDLING All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 502 Barricades, Signs, and Traffic Handling, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Prior to the start of work, the Contractor shall develop, in detail, a construction schedule and sequence of construction, and traffic control plan that shall cause minimum interference with traffic along, across and adjacent to the project during construction for Owner review and approval. TCP plans shall be prepared by a Licensed Engineer in the State of Texas. Contractor shall provide, install, and maintain all necessary traffic control devices to ensure a safe work environment during the entire period of construction. A traffic control plan is provided in the plan set. These measures represent minimum traffic control measures. The City Engineering Department and/or inspectors may require additional traffic control measures which shall be subsidiary to this item. TCP measures shall conform to the "Texas Manual on Uniform Traffic Control Devices", Latest Revision. Portable message boards will be required on this project and are to be in place two weeks prior to construction commencement (see Item B-3 Portable Changeable Message Sign). ITEM B-25 (TXDOT 450) - HANDRAIL (CITY STANDARD DETAIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 450 Railing, unless otherwise specified. Contractor shall submit shop drawings to Owner for review and approval prior to City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 furnishment and installation. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-26 (TXDOT 450) - HANDRAIL (MATCH EXISTING PED BRIDGE RAIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 450 Railing, unless otherwise specified. Contractor shall submit shop drawings to Owner for review and approval prior to furnishment and installation. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-27 (NCTCOG 402.3) - FULL DEPTH SAWCUT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 402.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-28 (NCTCOG 502.6) - ADJUST EX WATER VALVE TO PROP GRADE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-29 (NCTCOG 701.2) - REMOVE AND SALVAGE EX FIRE HYDRANT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Contractor shall carefully remove fire hydrant, fire hydrant lead and any associated valves, bends and other relevant parts. Contractor shall protect these items from damage once removed and deliver these appurtenances to the Owner's specified City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 facility. If Contractor damages any item removed, the damaged appurtenances must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-30 (TXDOT 644) - RELOCATE SM RD SN SUP&AM TY 10BWG All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-31 (TXDOT 644) - IN SM RD SN SUP&AM TYS80(1)SA(P) ITEM B-32 (TXDOT 644) - IN SM RD SN SUP&AM TYS80(1)SA(T) ITEM B-33 (TXDOT 644) - IN SM RD SN SUP&AM TYS80(1)SB(T) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-34 (TXDOT 644) - REMOVE SM RD SN SUP&AM All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Contractor shall carefully remove small roadside sign assemblies. Contractor shall protect these items from damage once removed and deliver these appurtenances to the Owner's specified facility. If Contractor damages any item removed, the damaged appurtenances must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-35 (TXDOT 666) - REFL PAV MRK TY 1 (W)(6")(SOLID)(100MIL) ITEM B-36 (TXDOT 666) - REFL PAV MRK TY 1 (W)(8")(DASH)(100MIL) ITEM B-37 (TXDOT 666) - REFL PAV MRK TY 1 (W)(18")(DOT)(10MIL) ITEM B-38 (TXDOT 666) - REFL PAV MRK TY 1 (DOUBLE Y)(4")(SOLID)(100MIL) ITEM B-39 (TXDOT 666) - REFL PAV MRK TY 1 (Y)(4")(SOLID)(100MIL) ITEM B-40 (TXDOT 666) - REFL PAV MRK TY 1 (W)(24")(SOLID)(100MIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM B-41 (TXDOT 666) - REFL PAV MRK TY 1 (W)(ARROW)(100MIL) ITEM B-42 (TXDOT 666) - REFL PAV MRK TY 1 (W)(WORD)(100MIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM B-43 (TXDOT 678) - PAV SURF PREP FOR MRK (4") ITEM B-44 (TXDOT 678) - PAV SURF PREP FOR MRK (6") ITEM B-45 (TXDOT 678) - PAV SURF PREP FOR MRK (8") ITEM B-46 (TXDOT 678) - PAV SURF PREP FOR MRK (18") ITEM B-47 (TXDOT 678) - PAV SURF PREP FOR MRK (24") All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM B-48 (TXDOT 678) - PAV SURF PREP FOR MRK (ARROW) ITEM B-49 (TXDOT 678) - PAV SURF PREP FOR MRK (WORD) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM B-50 (TXDOT 6420) - RAPID RECTANGULAR FLASHING BEACON (2-WAY SOLAR) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Special Specification 6420 Solar Powered Rectangular Rapid Flashing Beacon Assemblies (RRFB), unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-51 (TXDOT 531) - CURB RAMPS (TY 1) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 531 Sidewalks, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-52 - TURF REINFORCEMENT MAT This pay item shall consist of all work associated with providing turf reinforcement mats for the project and shall be performed in accordance with the plans and Technical Specifications. Refer to the plans for approximate turf reinforcement mat locations. Contractor shall provide cut sheets for each turf reinforcement mat prior to installation for Owner approval. All turf reinforcement mats shall be installed per manufacturer recommendations. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-53 (TXDOT 512) - LOW PROFILE CONCRETE BARRIER All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 512 Portable Traffic Barrier, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-54 (NCTCOG 701.2) - REMOVE SET ITEM B-55 (NCTCOG 701.2) - REMOVE HEADWALL/WINGWALL ITEM B-56 (NCTCOG 701.2) - REMOVE DROP INLET All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM B-57 (NCTCOG 701.2) - REMOVE CONCRETE RIPRAP All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM B-58 (NCTCOG 701.2) - REMOVE RCP ITEM B-59 (NCTCOG 701.2) - REMOVE CONCRETE CHANNEL All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-60 (NCTCOG 501.6) - 18-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM B-61 (NCTCOG 501.6) - 24-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM B-62 (NCTCOG 501.6) - 36-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM B-63 (NCTCOG 501.6) - 4'X3' REINFORCED CONCRETE BOX (RCB)(CLASS 111) ITEM B-64 (NCTCOG 501.6) - 7'x4' REINFORCED CONCRETE BOX (RCB)(CLASS 111) All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 501.6, 504, 508, unless otherwise specified. Backfill and embedment shall be per City detail and in accordance with NCTCOG Item 504. All bends shall be pre -fabricated. Where leads or pipe terminate into an existing system, a concrete collar shall be poured at the junction to form a watertight connection. When pipe terminates at locations which do not include connections to drainage structures, the end of the pipe shall be plugged with a field -cast unit as shown on the plan -profile sheets, and the cost thereof are to be included in the price bid to furnish and install reinforced concrete pipe. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, excavation, embedment, backfill, wyes, bends, plugs, and incidentals necessary to complete the work. ITEM B-65 -2'X3' GRATE INLET All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-7, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-66 (TXDOT 465) - 4'X4" DROP INLET All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 465 Junction Boxes, Manholes, and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-67 (TXDOT 466) - CULVERT A TXDOT PARALLEL HEADWALL WITH ECD AND WINGWALLS (PW-0) (U/S) ITEM B-68 (TXDOT 466) - CULVERT A TXDOT HEADWALL (PW-MOD) AND WINGWALLS WITH ECD (D/S) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 466 Headwall and Wingwalls, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-69 (TXDOT 467) - SET (TY 11) (18 IN) (RCP) (4:1) (C) ITEM B-70 (TXDOT 467) - SET (TY 1) (S= 4FT)(HW= 5FT)(4:1) (C) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 467 Safety End Treatment, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-71 (NCTCOG 502.12) - 10' STORM INLET All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.12, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, excavation, form work, concrete reinforcing, curing, protection, backfill, embedment and incidentals necessary to complete the work. ITEM B-72 (NCTCOG 202.14) - INLET PROTECTION (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.14, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-73 (NCTCOG 202.5) - TEMP SEDMT CONT FENCE (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.5, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-74 (NCTCOG 202.9) - CHECK DAM (ROCK) (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.9, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-75 - (TXDOT 459) GABION STRUCTURES (12 IN) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 459 Gabions and Gabion Mattresses, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-76 (TXDOT 432) - RIPRAP (STONE PROTECTION) (24 IN) ITEM B-77 (TXDOT 432) - RIPRAP (STONE PROTECTION) (12 IN) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 432 Riprap, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-78 (NCTCOG 803.3) - CONCRETE RIPRAP All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 803.3, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment shall also include, but not limited to, excavation, subgrade, flowable or soil fill, concrete reinforcing, concrete, placement, joins, finishing, curing, protection, backfill, gravel pockets, and all appurtenances necessary to complete the work. ITEM B-79 (NCTCOG 204.1) - VEGETATION REMOVAL AND REUSE, CLEARING AND GRUBBING All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 204.1, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-80 (NCTCOG 204.2) - TOPSOIL All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 204.2, unless otherwise specified. Topsoil must be approved as "Topsoil" by Owner prior to installation. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-81 (NCTCOG 107.28) - EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL (SWPPP) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 107.28, unless otherwise specified. Prior to the start of work, the Contractor shall develop, in detail, an erosion control plan that conforms to all state and local regulations. Contractor shall provide, install and maintain all necessary erosion control devices during the construction period. An erosion control plan is provided in the plan set. These measures represent minimum erosion control measures. The City Engineering Department and/or inspectors may require additional erosion control devices which shall be subsidiary to the erosion control measures line items. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 required to implement and maintain erosion control measures, complete in place. ITEM B-82 (NCTCOG 204) - LANDSCAPING RESTORATION All work shall be performed in accordance with NCTCOG Item 204, unless otherwise specified. Any landscape systems impacted by the project shall be restored to equal or better conditions. This includes restoring any features that will be impacted with the project. Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. This pay item shall not include any landscape improvements that are included or quantified under a separate pay item. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the Owner prior to NTP for landscaping adjustments and restoration prior to construction. ITEM B-83 (NCTCOG 201.2) - IRRIGATION RESTORATION All work shall be performed in accordance with NCTCOG Item 201.2, unless otherwise specified. Any irrigation systems impacted by the project shall be restored to equal or better conditions. This includes all areas impacted with water installation, wastewater installation, pavement replacement, drainage inlets, sidewalk/ramp construction, and any other construction impacting landscape, hardscape, and irrigation systems. This includes restoring any features that will be impacted with the project (i.e. stone edges, walls, planter beds, lighting, flumes, etc.). Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. Contractor shall coordinate with property owners to test existing irrigation systems prior to construction. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the Owner prior to NTP for landscaping adjustments and restoration prior to construction. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-84 (NCTCOG 501, 503) - 20" STEEL CASING BY OPEN CUT (WATER) ITEM B-85 (NCTCOG 501, 503) - 20" STEEL CASING BY OTHER THAN OPEN CUT (WATER) ITEM B-108 (NCTCOG 501, 503) - 20" STEEL CASING BY OTHER THAN OPEN CUT (SANITARY SEWER) ITEM B-109 (NCTCOG 501, 503) - 20" STEEL CASING BY OPEN CUT (SANITARY SEWER) ITEM B-110 (NCTCOG 501,503) - 10" STEEL CASING BY OPEN CUT (SANITARY SEWER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501 and 503, unless otherwise specified. The casing pipe shall be high density steel pipe. All joints are to receive welds around the entire circumference of the pipe, (100% weld). The welds are to be tested to ensure a complete bond has been achieved. Any removal and repairing of the weld is considered incidental to this bid item. Any overcutting of the casing hole is to be filled with hydraulically placed non -shrink grout, per ASTM C476. Support and protection of existing utilities will not be measured or paid for separately and shall be included in this bid item. The carrier pipe is not included in this pay item. All removal and replacement of existing infrastructure as a result of the installation of the proposed pipeline that is not specifically accounted for in a sperate bid item including, but not limited to, existing storm sewer, existing pavement, etc. shall be subsidiary to the cost of this pay item. Horizontal and vertical location of proposed casings shall be confirmed with City during construction. Contractor shall coordinate with Owner and receive in writing horizontal and vertical location prior to installation of casings. No additional payment shall be made for any delays, storage fees, etc., related to the coordination and installation of the casings. Any adjustment of the casing pipe length or location, based upon field conditions, requires written approval from the Owner prior to installation. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, material, excavation and backfill, dewatering, disposal of material, furnishing, placement, bedding material, trench safety, end caps, clean-up, surface markers, and appurtenances necessary to install the casing pipe. Installation of steel casing pipe by open cut will be measured horizontally along the pipe centerline, in place. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-86 (NCTCOG 503, 506) - 12" WATER CARRIER PIPE ITEM B-87 (NCTCOG 503, 506) - 8" WATER CARRIER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 503 and 506, unless otherwise specified. Contractor shall provide grouting of annular space between casing and carrier where specified in the plans. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, specified accessories within steel casing pipe, and incidentals necessary to complete the work. ITEM B-88 (NCTCOG 506) - 12" WATER PIPE ITEM B-89 (NCTCOG 506) - 8" WATER PIPE ITEM B-90 (NCTCOG 506) - 6" WATER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 506, unless otherwise specified. Water pipe shall be AWWA C900 PVC DR 18. Contractor shall submit shop drawings to Owner for approval. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-91 (NCTCOG 502.5) - DUCTILE IRON WATER FITTINGS WITH RESTRAINT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.5, unless otherwise specified. Install mechanical joint ductile iron fittings for water service including thrust restraint (retainer glands). Measurement and payment for this item shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-92 (NCTCOG 502.5) - PIPE ABANDONMENT PLUG (WATER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.5, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-93 (NCTCOG 203.1) - REMOVE EXISTING WATER LINE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, backfill and incidentals necessary to complete the work. ITEM B-94 (NCTCOG 506.9) - CONNECTION TO EXISTING 4-INCH TO 12-INCH WATER MAIN All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 506.9, unless otherwise specified. Contractor shall submit shop drawings for connection fittings/appurtenances, connection work plan including schedule, communication plan, sequencing, procedures and contingency plans to Owner for approval. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, excavation, disposal of excavated soil, locating the existing water line prior to connecting; dewatering; furnishing, hauling, and laying of pipe fittings and tapping sleeves; protection of existing structures and utilities; property restoration; coordination and notification; clean-up; and incidentals necessary to complete the work. ITEM B-95 (NCTCOG 502.6.2) - 12" RESILIENT SEATED GATE VALVE W/ BOX ITEM B-96 (NCTCOG 502.6.2) - 12" CUT -IN RESILIENT SEATED GATE VALVE W/ BOX ITEM B-97 (NCTCOG 502.6.2) - 8" RESILIENT SEATED GATE VALVE W/ BOX ITEM B-98 (NCTCOG 502.6.2) - 8" CUT -IN RESILIENT SEATED GATE VALVE W/ BOX ITEM B-99 (NCTCOG 502.6.2) - 6" RESILIENT SEATED GATE VALVE W/ BOX All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6.2, unless otherwise specified. Contractor shall submit shop drawings for proposed connection procedures, dewatering and disposal procedures, and proposed equipment to be utilized for cut -in valves to Owner for approval. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, backfill, and incidentals necessary to complete the work. Payment for cut -in valves shall also include materials, labor, equipment, tools, shop drawings, and incidentals necessary to locate, excavate, dewater, embedment, backfill, restore pavement, and cleanup proposed installation locations. ITEM B-100 (NCTCOG 502.3) - FIRE HYDRANT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.3, unless otherwise specified. This item shall include necessary extensions to achieved final grade, connection to the proposed main, and concrete blocking. Contractor shall prime and paint fire hydrants per revised Southlake Standards. M&H Valve Company and American Flow Control are both approved by the City of Southlake for fire hydrant paint requirements. Contractor to coordinate with the Water Division of Southlake Public Works for any additional prime and finish paint requirements. Contractor shall submit shop drawings to Owner for approval. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, extensions to achieved final grade, connection to the proposed main, concrete blocking, and incidentals necessary to complete the work. ITEM B-101 (NCTCOG 107.20.3) - TRENCH SAFETY (WATER) ITEM B-122 (NCTCOG 107.20.3) - TRENCH SAFETY (SANITARY SEWER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 107.20.3, unless otherwise specified. Trench safety/shoring design shall be signed and sealed by a professional Texas engineer. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, trench safety/shoring design, backfill, and incidentals necessary to complete the work. ITEM B-102 (NCTCOG 503) -WATERLINE CONDUIT INSTALLATION (2.5") All work shall be performed as shown in the plans, plan notes, City of Southlake detail SD-1 and in accordance with NCTCOG Item 503, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 and shall be full compensation for all labor, equipment, tools, materials, trenched and bored conduit, and incidentals necessary to complete the work. ITEM B-103 (NCTCOG 503) -WATERLINE CONDUIT INSTALLATION (1") All work shall be performed as shown in the plans, plan notes, City of Southlake detail SD-1 and in accordance with NCTCOG Item 503, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, trenched and bored conduit, and incidentals necessary to complete the work. ITEMS B-104 (NCTCOG 507.5.2) - PRE -CONSTRUCTION TV INSPECTION OF SANITARY SEWER ITEM B-105 (NCTCOG 507.5.2) - POST -CONSTRUCTION TV INSPECTION OF SANITARY SEWER All work shall be performed in accordance with NCTCOG Item 507.5.2, unless otherwise specified. Perform Closed Circuit Television (CCTV) inspection of existing and proposed sanitary sewer lines prior to and upon completion of sanitary sewer pipeline installation. Submit pre and post CCTV inspection videos and reports. CCTV shall be performed in accordance with COG 507.5.2 and the following requirements: • GENERAL (PRE -CONSTRUCTION): The contractor shall locate, identify, mark and record active laterals & services and document the pre -construction condition of existing sewer pipes. The contractor shall identify defects in the existing pipe system which would require corrective actions that are above and beyond allowance for repairs included in the bid items. Any areas that may require additional corrective actions shall be documented and provided to the Engineer for immediate review and direction. • GENERAL (POST -CONSTRUCTION): After completion of all testing (i.e. mandrel & air), all sections of sanitary sewer lines shall have a television inspection performed. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed-circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. • TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 • EXECUTION: If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the contractor shall be required to re -televise and provide a good video of the line at no additional cost to the Owner. If a good video cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-106 (NCTCOG 501.17) - 8-INCH SANITARY SEWER PIPE ITEM B-107 (NCTCOG 501.17) - 4-INCH SANITARY SEWER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501.17, unless otherwise specified. Sanitary sewer pipe shall be ASTM D3034 SDR-26 PVC. Contractor shall submit shop drawings to Owner for approval. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-111 (NCTCOG 501.17, 503) - 8-INCH SANITARY SEWER CARRIER PIPE ITEM B-112 (NCTCOG 501.17, 503) - 4-INCH SANITARY SEWER CARRIER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501.17 and 503, unless otherwise specified. Contractor shall provide grouting of annular space between casing and carrier where specified in the Drawings. Contractor shall submit shop drawings for pipeline, casing spacers, annular grout mix design and installation procedures (if required in the plans) to Owner for approval. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, specified accessories within steel casing pipe, and incidentals necessary to complete the work. ITEM B-113 (NCTCOG 203.1) - REMOVE EXISTING SANITARY SEWER LINE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, backfill and incidentals necessary to complete the work. ITEM B-114 (NCTCOG 506.8) - PIPE ABANDONMENT PLUG (SANITARY SEWER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 506.8, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-115 (NCTCOG 502.1) - 4-FOOT DIAMETER STANDARD MANHOLE (0-6 FT DEPTH) ITEM B-116 (NCTCOG 502.1) - 5-FOOT DIAMETER STANDARD MANHOLE (0-6 FT DEPTH) ITEM B-117 (NCTCOG 502.1) - 5-FOOT DIAMETER DROP MANHOLE (0-6 FT DEPTH) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.1, unless otherwise specified. Concrete grade rings are not allowed on manholes. Manholes depths shall be measured from the rim elevation to the flowline elevation of the outgoing pipe. Manholes shall be measured and paid for on a per each basis for the specified depth stated in the bid item. Extra manhole depth beyond 6-feet shall be measured and paid for on a vertical foot basis. Drop manholes shall include additional drop piping and appurtenances as indicated in the plans. Plans specify concrete collars construction on certain manholes. However, all concrete collars construction shall be approved by the City Inspector. Concrete collars built in an unimproved area or HMAC asphalt shall be measured and paid for on a per each basis. Repairs to existing concrete pavement caused by sanitary sewer manhole construction in concrete pavement areas shall be subsidiary to the concrete pavement repair item. Separate payment shall not be issued for concrete pavement repair around manholes. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-118 (NCTCOG 502.1) - EXTRA DEPTH FOR 4-FOOT DIAMETER MANHOLE ITEM B-119 (NCTCOG 502.1) - EXTRA DEPTH FOR 5-FOOT DIAMETER MANHOLE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.1, unless otherwise specified. Concrete grade rings are not allowed on manholes. Manholes depths shall be measured from the rim elevation to the flowline elevation of the outgoing pipe. Manholes shall be measured and paid for on a per each basis for the specified depth stated in the bid item. Extra manhole depth beyond 6-feet shall be measured and paid for on a vertical foot basis. Drop manholes shall include additional drop piping and appurtenances as indicated in the plans. Plans specify concrete collars construction on certain manholes. However, all concrete collars construction shall be approved by the City Inspector. Concrete collars built in an unimproved area or HMAC asphalt shall be measured and paid for on a per each basis. Repairs to existing concrete pavement caused by sanitary sewer manhole construction in concrete pavement areas shall be subsidiary to the concrete pavement repair item. Separate payment shall not be issued for concrete pavement repair around manholes. Measurement and payment for this item shall be at the unit price bid per vertical foot (VF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-120 (NCTCOG 502.1.5) - MANHOLE TESTING All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.1.5, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, testing, and incidentals necessary to complete the work. ITEM B-121 - BYPASS PUMPING This item governs the furnishing, installation, operation, and removal of the bypass pumping of the existing sanitary sewer systems. Bypass pumping shall be in accordance with all applicable provisions of the COG, the Construction Drawings, Occupational Safety and Health Organization (OSHA), and all related City of Southlake requirements. Contractor shall schedule meeting with Owner to review sewer shutdown prior to replacing or rehabilitating any facilities. Owner reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. Contractor shall review bypass pumping arrangement or layout in the field with Owner City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 prior to beginning operations. Facilitate preliminary bypass pumping run with Owner present to affirm the operation is satisfactory to the Owner. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with Owner. Contractor shall provide onsite continuous monitoring during all bypass pumping operations using personnel on site or portable SCADA equipment. SUBMITTALS: a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the Owner for approval a minimum of 14 days prior to commencing work. Include the following details: (1) Schedule for installation and maintenance of the bypass pumping system (2) Staging areas for pumps (3) Pump sizes, capacity, number of each size, and power requirements (4) Calculations for static lift, friction losses, and velocity (5) Pump curves showing operating range and system head curves (6) Sewer plugging methods (7) Size, length, material, joint type, and method for installation of suction and discharge piping (8) Method of noise control for each pump and/or generator, if required (9) Standby power generator size and location (10) Suction and discharge piping plan (11) Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill (12) Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) (13) A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems (14) A contingency plan to implement in the event of high river flow or a flood event. High river flows are considered to exist when water levels rise to that of the existing river bank (15) Procedures for repairing of existing sanitary sewer upon completion of bypass pumping measures. EQUIPMENT: (1) Pumping (a) Provide equipment that will convey 100 percent of wet weather peak flow conditions. (b) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming the system. (c) Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. (d) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. (e) If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. (f) Noise levels of the pumping system must follow the requirements of the City noise ordinance. (2) Piping City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 (a) Install pipes with joints which prevent the incident of flow spillage. (3) Plugs or Stop Logs (a) Plugs (i) Select a plug that is made for the size and potential pressure head that will be experienced. (i i) Provide an additional anchor, support or bracing to secure plug when back pressure is present. (iii) Use accurately calibrated air pressure gauges for monitoring the inflation pressure. (iv) Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. (v) Never over inflate the plug beyond its pressure rating. (b) Stop Logs (i) Use stop log devices designed for the manhole or sewer vault structure in use. (ii) If applicable, obtain stop logs from City that may be used on specific structures. PREPARATION (1) Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. (2) Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen -deficient atmospheres and confined spaces. (3) Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. INSTALLATION (1) Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. (2) Sewer flow stoppage (a) Plugging (b) Use confined space procedures and equipment during installation when necessary. (c) Thoroughly clean the pipe before insertion of the plug. (d) Insert the plug seal surface completely so it is fully supported by the pipe. (e) Position the plug where there are not sharp edges or protrusions that may damage the plug. (f) Use pressure gauges for measuring inflation pressures. (g) Minimize upstream pressure head before deflating and removing. (3) Sewer flow control and monitoring (a) Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. (b) Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. (c) Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. (d) Do not construct bypass facilities where vehicular traffic may travel over the City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 piping. (i) Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. TESTING (1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. City shall be on site during tests. (2) Once plugging or blocking is no longer necessary, Contractor shall remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall include development of bypass plans, transportation and storage, setup, confined space entry, plugging, pumping, cleanup, manhole restoration, surface restoration, repair to existing pipe (if necessary), repair of existing sanitary sewer manholes including all labor, equipment, tools, materials, incidentals necessary to complete the work. ITEM B-123 - PRE -CONSTRUCTION SURVEY OF DOWNSTREAM POND Perform survey of the downstream pond Northeast of the Continental Boulevard and Peytonville Avenue intersection prior to beginning construction in this area to document the condition of the pond, pond banks, and surrounding area prior to construction. Submit pre -construction survey. All surveying performed by the Contractor shall be done by a Texas Registered Professional Land Surveyor (RPLS). Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-124 - POST -CONSTRUCTION SURVEY OF DOWNSTREAM POND Perform survey of the downstream pond Northeast of the Continental Boulevard and Peytonville Avenue intersection after completion of construction in this area to document the condition of the pond, pond banks, and surrounding area after construction. Submit post -construction survey. All surveying performed by the Contractor shall be done by a Texas Registered Professional Land Surveyor (RPLS). Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 [THIS PAGE INTENTIONALLY LEFT BLANK] March 25, 2025 - Addendum 3 [THIS PAGE INTENTIONALLY LEFT BLANK] TABLE OF CONTENTS SECTION I STANDARD SPECIFICATIONS Table of Contents Item 1 Invitation for Proposals Item 2 Notice to Proposers Item 3 Proposal Item 4 General Provisions - Division 100 General Provisions of thdh5 Edition NCTCOG Standard Specifications for Public Works Construction, reprinted herein Item 5 Special Conditions Item 6 Construction Contract Item 7 Performance Bond Item 8 Payment Bond Item 9 Maintenance Bond Item 10 Certificate of Insurance TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges adopted September 1, 2024 By reference, TxDOT Standard Specifications 2024 for: Item 247 — Flexible Base Item 340 — Dense -Graded Hot -Mix Asphalt Item 344 — Superpave Mixtures Item 416 — Drilled Shaft Foundations Item 432 — Riprap Item 450 — Handrail Item 459 — Gabion Mattresses Item 465 — Junction Boxes, Manholes, and Inlets Item 466 — Headwall Item 467 — Set (TY II) Reinforced Concrete Pipe Item 479 — Adjusting Inlet or Manholes Item 500 — Mobilization Item 502 — Barricades, Signs, and Traffic Handling Item 506 — Temporary Erosion Sedimentation and Environmental Controls 1 7 Item 512 — Low Profile Concrete Barrier Item 528 — Colored Textured Concrete Item 529 — Concrete Curb, Gutter, and Combined Curb and Gutter Item 531 — Sidewalks, Ramps, and Barrier Free Ramps Item 618 — Conduit Item 620 — Electrical Conductors Item 621 — Tray Cable Item 624 — Ground Boxes Item 628 — Electrical Service Item 636 — Aluminum Signs Item 644 — Small Roadside Sign Assemblies Item 666 — Retro Reflectorized Pavement Markings City of Southlake TOC-1 Table of Contents Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout Item 678 — Pavement Surface Preparation for Markings Item 680 — Highway Traffic Signals Item 682 — Vehicle and Pedestrian Signal Heads Item 684 — Traffic Signal Cables Item 686 —Traffic Signal Pole Assemblies (Steel) Item 687 — Pedestal Pole Assemblies Item 688 — Pedestrian Detectors and Vehicle Loop Detectors Item 690 — Maintenance of Traffic Signals Item 6001 — Portable Changeable Message Sign Item 6027 — Preparation of Existing Conduits, Ground Boxes or Manholes Item 6045 — Install RADD Vehicle Detectors Item 6046 — Install RPD Vehicle Detectors Item 6062 — Intelligent Transportation System (ITS) Radio Item 6069 — Radar Detector and Communication Cable Item 6090 — LED Internally Illuminated Street Name Signs Item 6420 — Solar Powered Rectangular Rapid Flashing Beacon Assemblies (RRFB) Item 7030 — Water and Wastewater Main Relocations By reference, NCTCOG 5' Edition Standard Specifications for: Item 107 — Legal Relations and Contract Responsibilities Item 201 — Site Protection Item 202 — Temporary Erosion, Sedimentation, and Water and Control Item 203 — Site Preparation Item 204 — Landscaping Item 301 — Subgrade, Subbase, and Base Preparation Item 302 — Asphalt Pavement Item 303 — Portland Cement Concrete Pavement Item 305 — Miscellaneous Roadway Construction Item 402 — Pavement Cut, Excavation, and Repair Item 501 — Underground Conduit Materials Item 502 — Appurtenances Item 503 — Trenchless Installation Item 506 — Open Cut- Water Conduit Installation Item 507 — Open Cut — Wastewater Conduit Installation Item 701 — General Structures Item 702 — Concrete Structures Item 802 — Steps and Retaining Walls Item 803.3 — Slope and Channel Protection Pollution Prevention Refer to Item 5 Special Conditions and/or attached specifications for the following City specifications: SC — Remove and Return Existing Stone SC — Remove and Reinstall Mailbox SC — Tex -Art Stone 6' Temporary Chain SC — 2'x3' Grate Inlet SC — Concrete Pilot Channel SC — Drop Inlet with Apron SC — Pre-emption Detector SC — Pre-emption Cable City of Southlake TOC-2 Wall to Owner Link Fence/Gate with Barbed Wire Table of Contents Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout SC — Signal Related Landscaping Removal/Repair SC — Turf Reinforcement Mat SC — Bypass Pumping SECTION II — CONSTRUCTION PLANS Refer to accompanying construction plans titled "CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS" and "WEST CONTINENTAL BOULEVARD & SOUTH PEYTONVILLE AVENUE ROUNDABOUT" by Kimley-Horn and Associates, Inc. SECTION III — GEOTECHNICAL ENGINEERING STUDY Refer to accompanying study "GEOTECHNICAL ENGINEERING STUDY DRAINAGE IMPROVEMENTS CONTINETNAL BOULEVARD & UNION CHURCH ROAD SOUTHLAKE, TEXAS" dated 9/30/2022. City of Southlake TOC-3 Table of Contents Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout [THIS PAGE INTENTIONALLY LEFT BLANK] ITEM 1 INVITATION FOR PROPOSALS The City of Southlake is soliciting proposals for the construction of the following project: CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1939) INTERSECTION IMPROVEMENTS AND WEST CONTINENTAL BOULEVARD & SOUTH PEYTONVILLE ROUNDABOUT Proposals must be delivered to the City Secretary for the City of Southlake at 1400 Main Street, Suite 270, Southlake, Texas 76092, no later than 10:00 AM local time, Friday, March 28th, 2025, and then publicly opened and read aloud Town Hall Training Room, 3rd Floor. All late proposals shall be rejected. Electronic (PDF) Plans, Specifications and Contract Documents may be downloaded free of charge from https://www.civcastusa.com/ starting Sunday, February 23rd, 2025. Contract Documents may be examined or purchased at the Kimley-Horn office at the following address: Kimley-Horn and Associates, Inc. 225 E John Carpenter Fwy, Suite 1100 Irving, Texas 75062 The cost for Contract Documents is $50 per set of documents and will be available beginning Sunday, February 23rd, 2025. The cost of Contract Documents is nonrefundable. Submit check, cashier's check or money order for payment. Cash will not be accepted. Prospective proposers shall provide Engineer with one day's advance notice prior to examining/purchasing plans, specifications and contract documents. Questions regarding distribution of Contract Documents and design related questions for this project shall be directed to Kimley-Horn and Associates (attention Nathan Ante). Email questions to Nathan Ante at Nathan.AnteC@kimley-horn.com. All questions concerning this project shall be submitted by 5:00 PM on Friday, March 14th, 2025. Any questions submitted after this time and date will not be addressed. An optional Pre -Proposal Conference will be held at 10:00 AM, Wednesday, March 5th, 2025, at Southlake Town Hall (1400 Main Street, Southlake, TX 76092) in the Town Hall Training Room, 3rd Floor. This conference is for the purpose of interpretation for Contractors of Contract Documents, including plans and specifications, for construction of the project. This project consists of intersection and approach reconstruction at the intersection of FM 1938 (Davis Boulevard), intersection of Peytonville Avenue, and Union Church Road/Continental Boulevard with paving, drainage, creek, and traffic signal improvements. The Contractor will be selected based on offering the best value to the City. Proposers must submit a cashier's check, certified check, or acceptable proposer's bond with their proposal as a guarantee that the proposer will enter into a contract for the project with the Owner within ten (10) days of Notice of Award of the contract. The security must be payable to the City of Southlake in the amount of five percent (5%) of the proposal submitted. Contractor must execute the contract, bonds and certificates of insurance on the forms provided in the Contract Documents. Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the contract documents. Performance, Payment and Maintenance Bonds, bound to the City of Southlake are required, each in an amount of not less than one -hundred percent (100%) of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supplying labor or furnishing materials. The City of Southlake reserves the right to adopt the most advantageous interpretation of the proposals submitted in the case of ambiguity or lack of clearness in stating proposal prices, to reject any or all proposals, and/or waive formalities. Proposals may not be withdrawn within ninety (90) days from date on which proposals are opened. Advertising Dates: February 23rd, 2025 and March 2nd, 2025 City of Southlake 1-1 Item 1— Invitation for Proposals Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout [THIS PAGE INTENTIONALLY LEFT BLANK] ITEM 2 NOTICE TO PROPOSERS RECEIPT AND OPENING OF PROPOSALS The City of Southlake (herein called the "Owner"), invites proposals on the form attached hereto, all blanks of which must be appropriately filled in. Proposals will be received by the Owner addressed to the City Secretary until 10:00 AM local time, Friday, March 281h, 2025, and then publicly opened and read aloud in the office of the Town Hall Training Room, 3d Floor. Late proposals shall be rejected. A Contractor shall be selected based on offering the established criteria listed in Special Condition 5-1 in Item 5 of the Contract Documents. The envelopes containing the proposals must be sealed, addressed to the City Secretary at 1400 Main Street, Suite 270, Southlake, Texas 76092 and designated as Proposal for the: CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS AND WEST CONTINENTAL BOULEVARD & SOUTH PETONVILLE ROUNDABOUT The Owner may consider informal any proposal not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all proposals. Any proposal may be withdrawn prior to the above scheduled time for the opening of proposals or authorized postponement thereof. Any proposal received after the time and date specified shall not be considered. No proposer may withdraw a proposal within 90 days after actual date of the opening thereof. 2. PREPARATION OF PROPOSAL Each proposal must be submitted in a sealed envelope bearing on the outside the name of the proposer, his address, "Proposal" and the name of the project for which the proposal is submitted. If forwarded by mail, the sealed envelope containing the proposal must be enclosed in another envelope addressed as specified in the proposal form. 3. METHOD OF PROPOSAL The Owner invites the following proposal(s): As noted in Item 3 - Proposal 4. QUALIFICATIONS OF PROPOSER Selection criteria are included in Special Condition 5-1 in Item 5 of the Contract Documents The proposer is responsible for submitting information and references sufficient for the Owner to evaluate Best Value. The Owner may make such investigations as he deems necessary to evaluate the reputation and ability of the proposer and key personnel to perform the work, and the reputation and quality of the proposer's goods and services, and the proposer shall furnish to the Owner all such information and data for this purpose. The Owner reserves the right to reject any proposal if the evidence submitted by, or investigation of, such proposer fails to satisfy the Owner that such proposer is properly qualified to carry out the City of Southlake 2-1 Item 2 — Notice to Proposers Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout obligations of the contract and to complete the work contemplated herein. Accordingly, proposer participants, whether general contractor, prime contractor, joint venture contractor or sub -contractor, shall provide documented evidence of having completed at least five (5) projects including the following similar project components: • Complex Project Phasing and Milestones • Multiple Water and Sanitary Sewer Installation by Other Than Open Cut on One Project • Roadway Cement Stabilized Subgrade • Drainage Improvements Construction in Bodies of Water such as Creeks Proposer shall submit no fewer than three (3) references of previous projects with key personnel for Owner to verify references. This experience documentation shall be submitted as part of the sealed proposal, prior to, and as a special requirement for, being considered for award of the contract for the subject project. Conditional proposals will not be accepted. 5. LIMITATIONS AND SPECIAL APPROVALS FOR SUBCONTRACTING The proposer shall expect to perform a minimum of 30% of the project scope with a workforce directly employed by the proposer. The Contractor shall not award work under the Contract to subcontractor(s) in excess of 50% of the total contract price without written approval of the Owner. 6. PROPOSAL SECURITY Each proposal must be accompanied by a certified check of the proposer, or a bond, duly executed by the proposer as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the proposal. Such checks, or bonds will be returned to all except the three lowest proposers within thirty days after the opening of proposals, and the remaining checks or bonds will be returned promptly after the Owner and the accepted proposer have executed the contract, or, if no award has been made within 90 days after the date of the opening of proposals, upon demand of the proposer at any time thereafter, so long as he has not been notified of the acceptance of his proposal. 7. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful proposer, upon his failure or refusal to execute and deliver the contract and bonds required within 10 business days after he has received notice of the acceptance of his proposal, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security depositedwith his proposal. 8. TIME OF COMPLETION AND LIQUIDATED DAMAGES Proposers must agree to commence work on or before a date to be specified in awritten "Notice To Proceed" of the Owner and to fully complete the project within the specified time as stated in the proposal. Proposer must agree to pay liquidated damages, as per Item 108.8 of the "North Central Texas Council of Governments Standard Specifications for Public Works Construction." Time is of the essence in the Contract and the deadlines for achieving substantial completion and final completion will be strictly enforced. Liquidated damages will be assessed against the CONTRACTOR for failure to achieve substantial completion by the City of Southlake 2-2 Item 2 — Notice to Proposers Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout date established by the Contract and shall continue to be assessed until the CONTRACTOR achieves total (100%) final completion as required by the Contract. The CONTRACTOR agrees that that the liquidated damages provisions in the Contract are reasonable, facially valid, are not a penalty, and do not otherwise operate as a penalty. Moreover, the sum of money deducted or charged as liquidated damages is not to be considered as a penalty, but shall be deemed, taken, and treated as reasonable liquidated damages, representing a reasonable estimate of damages, or a reasonable forecast of just compensation, because the harm caused by the breach is incapable or extremely difficult of estimation due to the public nature of the work and the likely loss to be sustained by the OWNER and the general public, estimated at or before the time of executing the Contract. 9. CONDITIONS OF WORK Each proposer must inform itself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful proposer of its obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible, the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 10. ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications, or other pre- proposal documents will be made to any proposer orally. Every request for such interpretation should be emailed to Kimley-Horn (attention Nathan Ante nathan.ante(a-)-kimley-horn.com) and to be given consideration, must be received at least seven days prior to the date fixed for the opening of proposals. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be emailed no later than three days prior to the date fixed for opening of proposals. Failure of any proposer to receive any such addendum or interpretation shall not relieve such proposer from any obligation under his proposal as submitted. All addenda so issued shall become part of the contract documents. 11. CONTRACT DOCUMENTS AND PRIORITY ORDER The Contract Documents are complementary and shall be interpreted as a whole. Where any discrepancies occur in the Contract Documents, the priority order shall be in the order listed below: 1. Construction Contract, 2. Executed Bonds, 3. Proposal, 4. Addenda in reverse chronological order, 5. Notice to Proposers, 6. Invitation for Proposals, 7. Special Conditions, 8. Technical Specifications, 9. City of Southlake General Notes City of Southlake 2-3 Item 2 — Notice to Proposers Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout 10. City of Southlake Standard Details 11. Item 4 General Provisions - Division 100 of the 51h Edition Standard Specifications for Public Works Construction as amended and published by the North Central Texas Council of Governments, 12. TxDOT Fort Worth District General Notes, 13. TxDOT Standards and Specifications 2024 (SEE NOTE BELOW), 14. Remaining Divisions of the 51h Edition Standard Specifications for Public Works Construction as amended and published by the North Central Texas Council of Governments, 15. Construction Plans. REFERENCE TO TxDOT STANDARDS AND SPECIFICATIONS: The applicable portions of TxDOT standards and specifications, latest editions, shall be incorporated into this contract by specific reference in the contract plans and specifications, as determined by the OWNER in its sole discretion. In the event of conflict with other documents, TxDOT standards and specifications shall govern for construction materials and methods where noted. In the event of conflict with other documents, Contract documents listed above shall govern for contract procedures and measurement and payment. The specifications in Items 100 through 789 of the TxDOT standards and specifications shall be interpreted to exclude the TxDOT general contract terms and conditions relating to proposal instructions or procedures; payment terms; liquidated damages; dispute or claims procedure; abbreviations, definitions, and bonding requirements in conflict with the limited scope and intent of this Contract; scope and prosecution of the work, including any claims for delays or change order requests; and any other TxDOT term or condition that may create a conflict or ambiguity with this Contract, as determined by the City in the City's sole discretion. 12. SECURITY FOR FAITHFUL PERFORMANCE Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the General Conditions included herein, and in compliance with Texas Gov't Code Ch. 2253, as amended. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 13. POWER OF ATTORNEY Attorneys -in -fact who sign proposal bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 14. NOTICE OF SPECIAL CONDITIONS Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials (b) Insurance requirements (c) Wage rates (d) Stated allowances (e) Retainage (f) Working hours (g) Selection of Contractor (Proposer Selected by Evaluation Criteria) City of Southlake 2-4 Item 2 — Notice to Proposers Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout 15. LAWS AND REGULATIONS The proposer's attention is directed to the fact that all applicable State laws, municipal ordinances, and rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 16. METHOD OF AWARD — COMPETITIVE SEALED PROPOSAL A Contractor shall be selected based on offering the Best Value to the City; refer to Special Condition 5-1 in Item 5 of the Contract Documents for additional information. The City reserves the right to reject any and/or all proposals and waive any and/or all formalities. In case of ambiguity or lack of clearness in stating proposal prices, the City reserves the right to adopt the most advantageous construction thereof, or to reject any or all proposals and waive any or all formalities. If all proposals exceed the amount of funds estimated by the Owner as available to finance the contract, all proposals may be rejected. No combined or conditional proposals will be accepted. A proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. 17. OBLIGATION OF PROPOSERS At the time of the opening of proposals each proposer will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any proposer to examine any form, instrument or document shall in no way relieve the proposer from any obligation in respect to his proposal. 18. WORK ORDER CHANGES It is understood that the quantities of work to be done at unit prices is approximate only and are intended principally to serve as a guide in evaluating proposals. Any valid change order will be approved by the Owner in writing prior to work being started on said change. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth except as provided for in the specifications. The Owner reserves the right to increase or decrease the amount of work to be done by any amount not to be exceeded by twenty-five percent (25%) of the original contract amount, in accordance with Texas Local Gov't Code Ch. 252. In the event the increase pertains to items not originally included in the proposal, the Contractor shall submit a change order proposal in writing to the Engineer for approval. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer, but not shown on the plans or required by the specifications, in accordance with the provisions of the general conditions; similarly, they may be decreased to cover deletion of work so ordered. The Owner reserves the right to reject the Contractor's change order proposal on such City of Southlake 2-5 Item 2 — Notice to Proposers Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout extra work and secure such work to be done other than by said Contractor. 19. MAINTENANCE BOND Maintenance Bonds to cover defective workmanship of materials are required for all projects in the amounts and time periods as discussed in the Special Conditions. City of Southlake 2-6 Item 2 — Notice to Proposers Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout 2-4 [THIS PAGE INTENTIONALLY LEFT BLANK] ITEM 3 PROPOSAL STATEMENT OF QUALIFICATIONS STATEMENT OF SIMILAR PROJECT EXPERIENCE STATEMENT OF PAST CITY OF SOUTHLAKE PROJECTS ITEM 3a - PROPOSAL TO: City Secretary City of Southlake 1400 Main Street, Suite 270 Southlake, TX 76092 PROPOSAL FOR: CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS AND WEST CONTINENTAL BOULEVARD & SOUTH PEYTONVILLE AVENUE ROUNDABOUT The undersigned Offeror, pursuant to the foregoing Invitation to Offerors, having carefully examined the Invitation to Offerors, this Proposal, the General Provisions, the Special Conditions, the Construction Contract, the Performance Bond, the Payment Bond, the Maintenance Bond, the Material Specifications, the Construction Specifications, the Plans, the project site and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material which is necessary to fully complete the work as provided in the Plans and Contract Documents. Total quantities given in the proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The unit price amounts in words shall supersede the unit price amounts in figures. Upon acceptance of this proposal, the bidder is bound to execute a contract and bonds, according to the prescribed forms, and to furnish and install the following units of work at the prices quoted as found in the following pages. The following documents are attached to and make a part of this Proposal. a. This Bid Proposal (Criteria 1) b. Bid Security in the form of a Cashier's or Certified Check or a Proposers Bond c. Statement of Qualifications (Criteria 11) d. Statement of Similar Project Experience (Criteria 111) e. Statement of past City of Southlake Projects (Criteria IV) City of Southlake Page 2 of 5 Item 3a — Proposal Specification Guidelines Continental Boulevard & Union Church Road at Davis November 1, 2024 Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (M 1938) Intersection Improvements Estimated Rem No, Quantity Unit Description Unit Cost Total Amount Bid A-11 I LS MOBIUI T[ N (50A MAX) -/%�ustalj' wpm Dollars and /Vo Cents Per Lurnp Sum A-2 EA PROJEC'r SIGN 00 Dollars and Cents Per r Each $ 75" 5 A-3 1 LS PORTA '7LE CH NGEABLEE MES:SA, J.'EJ03 ...... . ..... A Dollars and j-e' Cents Per LurnpS1Jm V $ 17 A-4 11 LS SIT PRFfIAR TICN ..—Dollars and Cents Per Lump Suns $ A-5 699 LP FU DEPTH SAWCUT ee ei Dollars and —7 Cents 74- 3 Per Linear Foot $ Z" lNm) 3a -raid Proposal City M SOLAhkike Confinentall Boulevard Union Church Road at Davis Sp,ocfficafion GuWelines BOUlevard (FM 1938) InWrsadion; Improvements March 25, 2025 - Adendum, 3 Instructions: Unit and Lurnp Turn prices, must be shown, in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly, ............ Task A - Continental Boulevard' & Union Church Road at Davis Boulevard' (FIVI 19i38) Intersection Improvements Estimated fte,m No, Quantity Unit Descripfion Unit Cost Total Arnount Bid A-6 3,295 SY REMOVE :SPHALT PAVEMENT Dollars and 'Cents Pet -Ton A-7 900 SY INSTALL T;MP ASPHALT Dollars and /W- -Cents Per Ton A-8 8,000 CY UN IFIE LAS FCAVATION ��P� x Dollars arid ,Cents Pei, Cubic Yard A-9 50 CY EMBANKMENT Dollars and Per Cubic Yard qO 3.j- $ 4 A-10 145 CY FIL BS (C P IN Pr)(TY 1 -2)(FINAL POS)(F) GR Dollars and Cents '01 7 Per Cutaic Yard City of Sotflhlake Spet,ificalion GuWelln" March 25, 2025 - AdendIUMI 3 Hem 3a - Bid Proposat Confinental BOUlevard Uniofl Chu mh Road at DaWs Boulevard (FM 1938) interseciian improvernants Instructions: Unit and Lump Sum prices must be shown in both words, and figures for each bid itern listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road'at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No, Quantity Unit DescrIption Unit Cost Total Amount Bid A- 11 191 TON CEMW- I- 6, Ix —Dollars and Cents Per Ton PORTLAND CEMENT TREATM ENT (8" CEMENT A-12 7,059 SY STABI,,ZED SUBGRADE) Dollars and Cents Per Square Yard A-13 346 TON UN� --GR EIS 14T,'-MIXASPHALT Dollars and Cents Per Ton A-1 4 99 TON SUPERPrE 7S M h'U -C SAC -A PG70-28 (2'�") SP I I eF Vf Dollars and cents Per"Ton B-INCI-11 THICK, REINFORCED CONCRETE A-1 5 5,042 SY PAVEMENT W1 MON(41THIC CURB (ROADWAY) $ $A(22- s A - .7,C), 1, �> 7j $ _F t _Dollars and eo- Cents Per ',';quare Yard $ 7 6 $ Mai 3a - Bid ProposM Clay Of SOUthtake ContinenIal Bodevard Union Church Road at Davis Spetffication GuideRnes BoWevaod (FM 1938) inteisedion improvements March 25, 2025 . Adendum 3 lnstructions:. Unit and Lump Sum prices must be shown in both words ands figures for each bid item listed in this Proposal, in the event of a, discrepancy, the words, shall govern. Please type or write legibly, Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No, Quantity Unit Description Unit Cost Total Amount Bid 8-INCH THICK, REINFORCED CONCRETE A-16 591 SY PAVEMEN7 (DRIVEWAY) Dollars and ,P . .......... Fa er 9 uare Yard ard A-17 103 Sy CCILi RE TEXTYREEICONC Q8") _tzle Dollars and . .......... - ..... Cents Re C. .Square Yard I p $ $ 7611 "�, P A-18 1 LS BARRI "ADEP SIGPIXSAND 'I FFIC,11A LING FIA* 'Dollars and Cents Per LMp, SLlTi $ $ A-19 567 LF CONC CURF�3 GUTt'ER (TY 11) —Dollars and Per Linear Foot $ City of Southiake Specificalimi Guidelines Marcti 25. 2025 - Adendurn 3 Item 3a - Bid pmpo,"l Confinen]M Boulevard Union Churrh Road at Davis Boulevard (1:7M 1938), intersection ImprovornonN Instructions: Unit and Lurnp Sum prices MUst be shown In both words and figures for each bid item listed in this Proposat. In the event of a discrepancy, the words shall govern, Please type or write legibly, Task A - Continental Boulevard & Union, Church Road at Davis Boulevard (FM 1938) Intersection Improvements Eskirnated Item No, Quanfity Unit Desc6ptlon Unit Cost 1'otal Amount Bid A-20 777 SY 4-INCH TH K, CONCRETE SIDEWALK .'/4�1 Dollars and Lavfe'�d Cents _ Per r Square I and A-21 8 EA RB RAMMP�SJY 7 Dollars and Cents Per Ea A-22 4 EA C RB AMPS (TY 1) x Da[lars arid Cents Per Each A-23 334 L,F RAI , (TY C221) �4-v Acloy:tl Dollars arid . &" "tA ey"t rz&—Cents Per Unear Foot I tgur? A-24 4 EA JU,$,TIN. IVIANH I).E (WATER VAIVE BOX) 4d _7 �;z $ ADollars and Cents Pe rE h A-25 3 EA ADJUSTING MA !HOLES 7 (S ITARY) r A0 Dollars and Cents 7. Fier s z $ City of Sou thWo Specffltafion GuWelines March 25, 2025 - Ad end Ll M 3 item 3a - Bid Proposal Continentall BuAevard Union Church Road at Davis Bouievard (FM 1938) Intersection 9miprovem:ents Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern, Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 19138) Intersection Improvements Estirnated ftern No, Quantity Unit Description UnR Cost 'fatal Amounit Bid A-26, 9 EA tp VAL �JUSI G EX XT I'o PtOP GRADE i; Dollars and —,— Cents e - P ' k $ Ef,,ahi A-.27 4 E, RAELATI N OF WA M R E Dollars and C ents Per Each $ . . . ................................ A-28 1 EA AD 'ST RELO ATE xi IrFIRE HYDRANT a e, e e, Dollars and Cents Per Each REMOVEAN PEI URN EX STONE WALL TO O� A-29 1 I.StwIEFT SO, Dollars and Cents Per Lump Surn A-30 4 EA REMOVE ND R. STA MAILBOX Dollars and AAA Cents PerEach $ w $ Hem3a - ffid Propo,"i City of Southiake CorifinantW BOUlevard Union Church Road at Davis Specification GWddjnms BOUlevard (FM 1,93B) Inteiseclion Improvements Marc,h 25, 2025 , Adendum 3 Instructions: Unit and Lump Surn prices must be shown, in both words and figures for each bid itern listed in this Proposal. In the event of a discrepancy, the words shall govern, Please type or write legibly. Task A - Continental Boulevard'& Union Church Road at Davis, Boulevard (FM 1938) Intersection Improvements . . . ....... Estimated Item No, Quantity Unit Description Unit Cost Total Amount Bid A.-31 5 EA (P) Dollars and —.—Cents 19 Per Each $ $ _11PL- ,,r I A-32 4 EA RELOCAITESS,1 RD I SU&AM rry 10VV BG Dollars and 'enis C $ Pei, EacV $ . .. . ........... .......... A-33 5 EA REMOVE M R Sty 'UP&AM Dollars and Cents $ Per acl� 7?. 26 A-34 1135 LF REFtftV MRK TY I (W)(8")(SOLID)(100MIL) Dollars and Cents Per Linear root A-35 642 LE RYLP'AVMRKTYI(W)(12")(SOLID)(100MIL) Dollars and 2D44 Cents Per Linear Foot City of Soutbilake Speciffication Guiddne, WON 25,2025 , Adendum 3 Item 3o - Bid Proposal Conflneolal Boulevard Union Chuch Road W Davis Boulevard (rM 1938) intefsv(lon Improvements Instructions: Unit and Lump Sum prices nnust be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy,, the words shall govern. Please type or write legibly, . .................... . . ......... Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FIVI 1938) Intersection Improvements . . . ........... . . .................... Estimated Item No, Quantity Unit DescripOon Unit Cost Total Amount Bid A36 183 LF REFXPAV TRK TY I (W)(24")(SOUD)(1OOM1L) and Cents Per Linear Foot $ $ A-37 13 EA REFL PAVMRK L Dollars and 0 Cents A 4" 0 Per Each $ 2, A-38 7 EA REF L PAV71RK 1I (W) WORD)(lOTli_) and —Cents Per Each $ 04, Liq A-39 3170 LF REFL PAV MRK TY I (Y)(6")(SOLlD)(1OOMlQ T41101 Dollars and Cents 77 Per Unear Foot A-40 218 LF REFIL PAV MIRK] Y I (VV)(4')(BRK) Dollars and tye.,�, --Cents Per L.Ilned Foot $ $ �� X-5 Item 3'a - Bid ploposall City 0 Soulh[ako Continental Boulevard Union Church Road at Davis SpedN,,alJon GuldoRnes Bouivvao:1 (FM 1938) lntersadon improvements Mardi 25, 20�25 - Adendum 3 I nstructions: Unit and Lump Sum prices must be shown in both; words and figures for each bid item listed in this Proposal, In the event of a discrepancy, the words shoal[ govern, Please type or write legibly, ...... ... ........................... ...... . . . . . . . . . . ........................... _1...___. . ......... I .. . .. . ............... . Task A - Continental Boulevard' & Union Church Road at Davis Bouilevard (FM 1'938) Intersection Improvements .... . .... .... . ... . . ..... ----- ---- ---- Esfirnated Item No, Quantity Unit Description A-41 218 LF PAV SURF PREP FOR DIRK' (4") _142 Dollars and! X Cents Per Linear Foot A-42 3170 LF PAV SURF PREP FOR DIRK (6) Doilars and Cents Per Lj;ear Foot A-43 1135 LF PAV 11SU PREP FOR MIRK (8") Dollars and Cents Per Linear Foot A-44 642 LF PAV SURE PREP FOR MRK (12") Dollars and _7 Cents Per"Linear Frye A-4 5 183 LF PAV SURF PREP FOR MRK (24") . ......... Crallars and Per LineaKool City of Souffilake Specificaflon Guldf3lines March 25, 2025 Adendunt 3 Unit Cost Total Amount Bid $ e« 0�" �eg"_ $ $ s 7. loll - item M - Bid Proposal ContineM.W Boulevard Union CiNturch Road at Daviis BOLdeVard (FM 193B) interserfion Improvernenis Instructions: Unit and Lump SLIM prices must be shown in both words and figures for each bid item listed In this Proposal, In the event of a discrepancy, the words shall govern, Please type or write legibly, . .......... . . . ........... .... .. . ..... . ......... . ....... . ..... I ... .. ........ . . . ....... ..... ... .. Task A - Continental Boulevard & Union Church Road at Davis Bo�ul'evard (FIVI 1938) Intersection Improvements Estimated Item No, Quantity Unit Description A-46 13 EA PAV "U,RF PREP FOR MIRK (ARROW) Dollars and Cents Per b-ch A-47 7 EA PAV SURF PREP FOR MRK (WORID) 9 0 Dollars and 44614". —Cents PeIF'Hch ' TEX.-ART STONE 6''TEMPORARY CHAIN LINK A-48 1 LS FEENCE )ATE WITHWARBEDWIl r't'g, tlx Dollars arid Cents, Per Lump Sum A-49 250, LF 2PTEEL StIG BY OPEN CUT WATER) Dollars and Cents Per Linear Foot Unit Cost Total Amount Bid $ $ 6 71�. 7 3 A-501 2 EA 'I "CUT-1 RE; ILI T SLAT TE VALV0130X Dollars and Per Each —Cents 7 2472 City of SaLiftilake Spedficallon Guidelines MarcJi 25, 2025 - Adendon 3 torn 3a - Bid Proposal Con4nental BOUlevard Union Church Road at Davis BOUlevard (I'M 1938)� Intersoct5ofl Improvemonis lnstructions: Unit and LUMP, Sum prices must be shown in both words and figures fair each bid item listed in this Proposal, In the event of a discrepancy, the words shiall govern. Please type or write legibly, Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FWI� 1938) Intersection Improvements EsUrnsted Item No. Quarifity Unit Descripfion Unit Cost Total Amount Bid A-51 1 EA t T-'OVAL OF "ROU BO S F" 0 Dollars and Cents 7 Per a Echi $ A-52 I EA NS17 1015 ROUNDIB W.YE Dollars and Cents Per Each s A-53 380 LF VV&TER IN'E L EIMP Gre4 ilvd) YAd Dollars and oe e Cents $ $ Per ff6ar �ooit A-54 I EA REMO E INLE Dollars and S Per Each A-55 2 EA., ADUSTI G INLET (CAP) o /Vif 5 Dollars, and Cents $ - od Per Each I tem 3a - H I d Pfuposd City of Soullilake Conflneniall Boulevard Union Church Road W Davis Specificallon, Guidelines Boulevard (FM 1938) lintersedWin March 25, 2025 Adiendurn 3 lnstrucfions°, Unit and Lump Slum prices must be shown In both words and figures for each bid Item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. . .. . ........... . . . .... . . ..... . .... . .... . . . ........ . .. . .. . ........... ... ............... . .... . ...... ..... . ...... . ... .. ... .. ............ . . ..... Task A - Continental Boulevard'& Union, Church Road at Davis Boulevard (FM 1938) Intersection Improvements . .... . . . . . ....... E'shmated Item No,, Quantity Unit DescTiptlon A-56 I EA „�.MOV SET Dollars and V-10 -Cents Per Each A-57 2 EA �UM VI HEADVV Ll_lWZGALL02 Dollars, and Cents Per F. ach f A-58 68 LF REY,OVE PI Dollars and —Cents Per Lineia'ot 18-INCH REINFORCED C NCET PIIPE A59 962 LF jRCP)(C ASS II) Dollars and Per Linear teat 2!4-INCH REINFORCED CONCETE PIPIT A-60 99 LF (R P)(C ASYS) ,Vnr' Ott Dollars and 6?l cents Per 1-616ar I'det City of "Duffitake specification GUidefines March 25, 2025 - Adendum 3 Unit Cost Total Amount Bid $ $ $ q fq. 8 $ 1 d llieul la - Bid Proposal Confinental Boulevard Union ChUrO Road at Davis Boulevard (PM 1938) Intersection Improvement,,; lnst�ructions: Unit and Lump SLIM prices must be s,hown in both words and figures for each bid item listed in this Proposal. In the event of a dliscrepanicy, the words, shah govern. Please type or write legibly. . .... . ....... .... . Task A - Continental Bouleivard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No. QUanifty Unit Description Unit Cost Total Amount Bid 48-INCH REINFORCED CONCE T'E PIPE A-61 19 Ll (R' �P)IC'LZS 11'1�� 7 'W �e Dollars and Cents Pe � $ ot $ . -,-!ii 12'x8'REIINFORCED CON!, LRET BOX (RCB)(CL.ASS A-62 196 LF ljjl) Dollars and Cents Per Linear Foot $Z �YAOV sur A-63 I EA 2'X3 ,�'C') A-rEYNLEr 7",T Dollars and $ Per Each $ A-64 2 EA J'ZW kqGALL /V� L (RAC) t Dollars and Cents Per Ea('14 $ A-65 I EA SET (TY 11 ) (18 IN) Cp) �'Cpl -61A Dollars and V�c Cents Per 'Each s, Itern 3a , Bid Proposal City of Struthialke Continental BoWevaird Union, church Road at Davis Specification GUidefines, Boulevard (FM 1938) Intersnction Improvements March 25, 2025 - Adondum 3 I riistruction s: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal, in the event of a discrepancy, the words shalli govern. Please type or write legibly, ............ Task A - Continental Boulevard & Union Church Road at Davis Bouilevard (FIVI 1938) Intersection Improvements Esfirnated item No, Quantity Unit Description Unit Cost Toiall Amount Bid! A-66 I EA J`j TBOX(C PL)(PJB)( --rX4F-- ;r and Cents, Per Each $ A-67 240 LF INLET P'ROI ECTION (lINSTALUMAl NTAIN/REMOVE) and O'er Linear Cents $z I 1 760 TEMP SEDIVITCONT FENCE A-68 2,700 LF (IN U./mAINTAINIREMOVE) Dollars and Cents Per Linear Foogt .mm$ A-69 101 LF ROCK Fli TER DAMS (INSTALL)(TY 1) Dollars and ..Cents 1.3 Pe�'61near �oot $1 -?, , Pern 3a - Bid Proposal City of Souffilake Confinerital Bouievard Union Church Road al Davis SpecIficabon Guidelines Boulevard (rM 1938) inlerseQilori improvements March 25, 2,025 , AdendLIM 3 lnstructjons; Unit and Lump Sum prices must be shown in both words and figures for each bid itern listed in thiiis Proposal, In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A Continental Boulevard & Union Church, Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated: Item No, Quantity Unit DescrlpUon Unit Cost Totai Aramint Bid A-70 101 LF RC K F11 Y rER Y�MS (REMOVE) 2int and 2, Per Linear Foot $ A-71 63 SY CONCRETU-PILO CHITINEL Dollars and Cents Per Squ_are Yard $ 2oej $ 7 A-72 360 CY a FIFRAP ) :CTON" 0) ECTION)(24 N Dollars and y 7 Cents '101 10 Per Cubic Yard $ Z7L� $_%',7 2' A-73 1,095 SY G =0N TTREP3ES 2 IN) Dollars and 4e_tog Cents 3 Per quare Yard A-74 2 EA ZXYROPINLET #]TF�CO CRETE APRON V Dollars and 7 Per Each Hom 3a - Bid Noposal City ol! SourNake Gonflrier,[W Boulevard UnWii church Road at Davis Speciflcaffw Goidell"es Boulevard (FM 1938) intersecClon improvements March 25, 2,025- Ad endum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in Viis Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Un:ioin Church Road at Davis Boulevard (�FM 1938) Intersection Improvements Estimated R&P No. Quantity Unit Description Unit Cost Total, Amount Bid A-75 1 EA IN (C MPI (.jCRB) Dollars and Cents Per Each s,2� s,,, 7, A-76 91 EA 1,�L.ET (1 0 (F W)) t" fj_]r7nDollars and 2 4 ev, Cents Per Each, $7_ A_77 26 VLF DRILL tl r�AZT (1":=LE)(36 IN) —Dollars and L W/4L_ Cents Per ertical Linear Foot m $ A-78 44 VLF D OL7(48 IN) -U: sil P Dollars and A Cents er Vertitbl Line; r oo P $ A-79 '10 LF CjW ,T (PVC) ( VGH..'80)(2")(RISER) podpars and Cents Per Lines Cot $ $ Itern 3a • Bid! Proposal City of Soutiilake Confinenlal Boulevard Union Church Road at Davis Spedflcafioni Guidelines Boulevard (FM 1938) lNersection hnpuuveinents March 25, 2025 , AdendUrn, 3 Instructions: Unit and Lump Sum prices miust be shown in both words and figures for each bid item listed in this Proposal, In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road' at Davis Boulevard (FM 1938) Intersection, Improvements Estimated Item No, Quantity Unit Description, Unit Cost Total Arnount Bid A-80 45 LF C 07N T C) (S 80)(2") (P —,,—Dollars, '11 C"'o- Per Linear :.00t and -Cents 52 31 11 $ A-81 505 LF CO T (,T C) (S C 4 8r( )(BORE) LD and Ve.Cents -Dollars 3�8 4-C71.7 111, 01C� el, Pet Linear Foot $ A-82 160 LF CON T (PVC)(SCH 80�(Y) Dollars and -40( lfy,,ed-z, z, 1", 4 Per Linear FA Cents, $ 6"1 3 A-83 35 LF COWT (�VC) SCH 80)(4") Dollars and 22,661 -Cents 's, Per Linear �ool k $ A-84 5,05 LF CONIDT(PVC fSC ,8 (4")(BORE) Dollars and ents r J� _4 C$ Pe $ iterni 3a - Did Proposat City of Souililake ContinenWl Bmlevard tMiton Church Road at Davis Spedflcatlon Guidelines Boulevard (FM 1938) Intersection Improvements March 25. 20,25 - Adendum 3 Instructions: Unit and Lump Stara prices must be shown in bo0i words and figures for each bid item listed in this Proposal!. In the, event of a discrepancy, the words shaIll govern. Please type or write legibly. Task A - Continental Boulevard & Union C�hurch Road at Davis Boullevard (FM 1938) Intersection Improvements Estirnated fttmi No, Quantity Unit Description A-85 1,225 LF El_ CONDR, (NIO.6) BARE 0 Dollars and Cents Per Linear Foot A86 40 LF EL 0.6) INSULATED Dollars and -----Cents Per Linear- Foot $ Unit Cost Total Aimiount Bid A-87 1,560 LF TRAY CAB,L E (4 CONDR) (12 AVVG) ollars and . ... ...... .: Cents Per I inear Foot A-88 5 EA GRYUN BOXTYD(162'9',2)W/ PRON I and Cents Per Each $ J, $ X89 I EELCC WRVTY 120/24006 (NS)SS(E S(Li , e kL?&L-,Dol1ars and Cents '7 Per Each $ Cliy of Souffilake SperfficaWxi Guidetioes, March 25, 2025 - Adendwn 3 Itmn la - tend Proposaw ConflroeOal Baluievard Union Chwch Road at Davis Boutevard (FM 1938) intersection Improvemorft Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid Item listed in this Proposal, In the event of a discrepancy, the words shall govern. Please type or write legibly, Task A - Continental Boulevard & Union Church Road at Davis Boulevard(M 19i38) Intersection Improvements Estimated Itern No. Quantity Unit Description Unit Cost Total Amount Bid A-90 I EA. jim"..) I)RL.L HVVY Awe", Dollars and Per Each Cents s L3 A-91 I EA r RIMOVING TRAWFIC SIGN�-S' fit 'i It" Dollars and f Cents Per Each 7 /7,109C32, <" A-92 10 EA VEH SIG SE (12-)Lf-D (G N) kCd Dollars and Al%� Cents 3 ,9 � L Per Each $ $ A-93 7 EA VEH SIG EC (1 )LE (G �R Dollar -s and Cents Pei, Each In 7 �05 $ $3 0 A--94 10 EA VEH S11 SE, 0 2") E L. A Dollars and Cents Per Each $ $ item dal- F31d proposW City of Southiake Confir,eriNrl Boulevard Urtion Church Road at Davis Specificallon Guldetirw, Boulevard (FM 1938) Interseclion Improvements March 25, 2025 - Adendurn 3 Instructions: Unit and Lump Surn prices must be shown in both words and fig!ures for each bid Item listed in this Proposal. In the event of a discrepancy, the words shW1 govern, Please type or write legibly, Task A - Continental Boulevard & Union Church Road at Davis Boulevard (F'M oIrovements 1938) Intersectin I mp E,90mated Item No, Quantity Unit Description Unit Cost Total Arriounit Bid A-95 7 EA V91d SIG E)12")LrgL A'W) Dollars and Cents 3e) er W Each $ $ A-916, 10, EA YEH SG f SE (12" LE pp 10 Dollars and Ath,gf Cents $ Per Each _vL A-97 5 EA '21 Dollars and Per ILaCt7 $ A-98 8 EA PED Si EC (LED) `OUK[DO N) Dollars and —Cents 40. Per Each $ -'s A-99 13 EA _U�NCKP ATE E DR De (3 G)(YENT)AILUM IR --Dollars and Cents $ der Each' 1c, Hem 3a - Bid Pr oposall CJiy of Southlake Coriflnental IBeufeverd Union Church Roaid al Davi., Specification Guidelines Boulewird (FM 1938) intersuction Ira provernents March 25, 20�25 - Adendurn 3 11 nstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Bouilevard & Uniion Church Road at Davis Boulevard (FM 1938) Intersection Improvements Estimated Item No Quantity Unit Description Unlit Cost Total Amount Md A-100 2 EA BACKP! ATE /R BRDN SEC Er ALUM WW �nDol and Cer $ Per Each A-101 1,700 LF TRF CBL (TY A)(14 AW'G)(7 CON DR) .,—.—,—DoIIars and Per Linear Foot A- 1: 02 610 LF TR F S �IG BL (T Y A)(1 4 AWG)(1 6 C 0 N DR) A Dollars and ;ents CX" -i—AZI&I Per Linear xout $ $ $ Z-,) -rb- A-103 1,280 LF TR IG CBL (TY A)(14 AWG)(2 CONDR) Dollars and Cents Per 'l-inear -oot t.7 s If A-104 2 EA INS TRF SIG PL AM% ARM (4 ')LZUM&�Ift N Dollars and '7� Per Each $ -5 City of Soutfilake Spedficaljon Goidtflhea Mairch 25, 2025 - Ade�ndum 3 Item 3a - BW Proposal Confinentat IFoulevard Union Church Road at Davis Bouilevard (FM 19:38) hiteirseclion IImproverTients Instructions. Unit and Lump S,um prices must be shown in both words and figures for each bid item listed in this Proposal, In the event of a discrepancy, the words shall govern. Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements (Estirrated Item No, Quantity Unit DescOplion, Unit Cost l'otal AMOUnt Bid A-1 05 2 Er IN TRF SS PLAM( )i , M 1 (6 "1) 1 - �M & 11�1 N e , °_Dollars and Cents Per Ea&i — — --------- - .......... A-106 6 EAE,- POLfASS . Dollars and 7 V, Cents " Per Eacn $ A-107 8 EA PE-_ DETECT PtJSI TON OP Dolbrs and Cents $ . . . ................... . ................... ........... „ ,� . .4 Per, Each $ E' ETO .. sr C:O&R Ot)�' E A-108 I EAf�- C ;iLk W and Cents 3 Per Each A-1 019 2 EA INS LLOII,( D) CT EFIJIICIEDTTE�r I 'S ' Dollars and Cents 7 'Ad Per Each $ Hem 3a - Hid ProposM Cily of Soutllake Continentaf Boulevard Uniori Chindi Road atDavis specification Guidefines Boulevard (FM 1:938) Interseclion ImprovemenIs MarM 25, 2025- Adendurn 3 Instructions: Unit and Lump Sum prices must be shown in both word's and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall glovern. Please type or write legibly. Task A - Continental Boulevard & Union C�hurch Road at Davi's Boulevard (FM 1938) Intersection Improvements ........ ..... ... ......... . ... Estimated Itenn No, Quantity Unit Description Unit Cost Total Amount Bid A-110 4 EA INST LL0F(Rq,VZ"-lJ1CtICE ECTg�q�, Dollars and C 1 15 T%r Cents 6� Ps er Each I A-111 1 EA RELYID "t PlO ATE JS IAA IC mm Dollars and Cents '7 7 Per Each $ $ ,-,I A-1 12 4 EA I 'NI LED 0 Dollars and b y Cents Per $ Each A-1 13 4 EA MPTION ETEC, OR Dollars and Cents o, $ s, 4." s ex, 12 7,(1,0 Per Each Item 3a - Bid Proposal City of Southla" Continentall Boulevard Union Church Road at Davis Speclriinaftn Goldeflrie,% Boulevard (FM 10,38) Werseclion Improvements March 25, 2025 - Adendurn 3 Instructjons: Unit and Lump Sum prices must be shown in both words and figures for each bid item hated In this Proposal, In the event of a discrepancy, the words, shall govern, Please type or write legibly. Task A - Continental Boulevard & Union Church Road at Davis Boulevard', (M 1938) Intersection Improvements . . .. ........ . .... ..... ....... . ....... Estimatrd Item No. Quantity Unit Descripfion Unit Cast Total Amount Bid A-1 14 840 LF PRF KjON CABLE 0 Dollars and Cents Per Linear Foot $ A-1 15 3,790 SY TOPSOIL (tt 11 1 Dollars and: Cents Per Square Yard $ -------- - -- EROSION, SEDIMENTATION, AND WATER POLLUTION PREVE TIC) AND CONTR, OL A-116 I LS gVPPP) ---Dollars and Cents Per Lurnp Sum $ U 4/ $ / ell / X. 117 1 La LAN APING REW 'ITIO V N "OV" 7r .... 4 Dollars and Cents Per Lump Sum I $ A-1 18 1 L & and Cents -- 7 Per wu Lump Sum' Item 3a - Bid Proposal City of Souffilake Continental Boulavard JNori Church �rood at Davis SpecifiBo caflori Guidelines ulevard (FM 1938) iniierseat[on irnprovements March 25, 2025 - Adendudn 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal, In the event of a discrepancy, the words shall govern, Please type or write legibly. Task B - West Continental Boulevard & South Peytonvill�e Avenue Roundabout Estirnated Item No,, Quantity Unit Description Unit Cost Total Amount Bid B-1 1 LS M BILl TIO (5ox MAX)�"!!!� Dollars and Cents Per Lump Sum $ B-2 4 EA PROJECT SIGN Dollars and Cents, O' J-3 Per, Eac ro B-3 LS PORTABLE CHANGEABLE MESSAGE SIGN Dollars and Cents Per Each B-4 1 LS SITE PREPARATION v e Dollars and Cents Per Lumf Sum $ $ . ... . ...... B-5 11,028 TON REMOVE EXISTING ASPHALT PAVEMENT . . ..... ........... —Dollars and f;k Cents Per Ton' $ item 9a -, Bad PraposaI City ty of Sou th lake West continental Boulevard Specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adenduni 3 Instructions: Unit and LUMP SUM prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shalll govern. Please type or write legibly, Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Rem No. Quantity Unit Description Unit Cost Total Amount Bid B-7 114 13-8 552 SY REMOVE CONCRETE (SIDEWALK Dollars and Cents Per Square Yard SY REMOVE CONCRETE (DRIVEWAY) Dollars and 2', tf -e.1111 Cents Per Sr~ dare Yard $ 2-INCH HOT MIX ASPHALTIC CONCRETE PAVEMENT' TON (HMAC) MILL AND INLAY TYPE D) Dollars and el Per Ton $ 3 2 9 0 B-9 1,040 SY INSTALL TEMP ASPHALT . .1 7 z �z Dollars and Cents _7 Per Ton' $ w$ 7 B-10 63O SY INSTALL TEMP UNREtNFORCED CONCRETE Dollars and 1�5 --2 Cents )51111' $ Per? and $ Item 3a - Bed Proposal Gity of Southlake West continental Boulevard Spedfication Guidellneg South Peytonville Avenue Roundabout March 2'5, 2025 - Adendum 3 Instructions: Unit and LUMP SUM prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B - West Continental Boulevard & South Peytonvill�e Avenue Roundabout Estimated ltern No. Quantity Unit Description Urift Cost Total Amount Bid B-1 1 400 CY UNCLASSIFIED EXCAVATION Dollars and U Cents "Yard Per Cubic $ B-12 1,400 CY EMBANKMENT . . ........... -Dollars and . . . ................... Cents Per6ub ic Ydrd $ 4.0' $ 5 B-13 245 SY 4" THICK, CONCRETE SIDEWALK Dollars and Cents, WZ Z� 7 Per Square rd 8INCH THICK, REINFORCED CONCRETE B-14 4,045 SY PAVEMENT WWONOLITHIC CURB (ROADWAY) Dollars and 14 Per Squar4'yard s s-3/J 8-INCH THICK, REINFORCED CONCRETE B-1 5 113 S,Y PAVEMENT (DRIVEVWAY) Dollars and .. . . ........... . ..... . . Cents 'Pod fe) 5A! '�quafe Yard $ $ e Item 3a - Bed Proposal City of Souffilake West Continental Boulevard Specification Guidelines Souffi Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 lnstructions� Unit and Lump Surn prices must be shown in both words and figures for each bid item, listed in this Proposal. In the event of a discrepancy,, the words shall govern. Please type or write legibly, Task B, - West Continental, Boulevard & South Peytgip' nville Avenuie Roundabout . .... . . ........... ........... . ................. ............. __.. . .. . ....... . . . .. .. ........ . . .................... Estimated (tern No. Quantity Unit Description Unit Cost Total AirnOUnt Bid PORTLAND CEMENT TREATMENT (8"CEMENT B-16 3,715 SY STABfl..IZE.D SUBGRADE) -Dollars and o7 0 S Cents, - Per Square Yard $ $ /5, )20 B-17 37 TON CEMIFNT Dollars and Cents Per Ton 2 1175? 17, $ Zz 8-IINCH STAMPED REINFORCED CONCRETE B.-I 8 225 SY PAVEMENT(INTEG AL COLORED) _L,46ry Dollars and —Cents Per Square Yard 12..INCFI STAMPED REINFORCED CONCRETE B-19 186 SY PAVEMENT(�NTEGZL COLORED) -Z r Dollars and 7-- Cents Per Squ&e Yard s 3 ef, $ B-20 11!3 LF STONE WALL Dollars, and —Cents Per Linear Foot I to rn 3a - Bed' Proposal' City of Southlake West Continental BOLAIevard Spefification Guidelines SoUth Reytonville Avenue Roundabout March 25, 2025 ..• Aidendurn 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal, In the event of discrepancy, the words shall) governi. Please type or write legibly. — - ----------- Task B - West Continental Boulevard & South Peytonville Avenue Roundabout ... . ............ Estimated Item No, Quantity Unit Description Unit Cost 'Total Amount Bid B-21 2 EA SIDEWALK FLUME DNA and Cents $ 37 Per E/ach B-22 216 LF CONCRETE CURB AND GUTTER (3" MOUNTABLE) ZG. . ........... Dollars and 4 Cents Per Lineaiw'foot $ 1'e, $ 02 CONCRETE CURB AND GUTTER (4" MOUNTABLE) B-23 404 LF (SPLITTER ISLANDS) .. ....... —Doillars and 61' 7Z, NJ Cents &/ 7 Per Linearefoot $ $ B-24 1 LS BARRICADtS, '�IGNS, AND TRAFFIC HANDUNG C Dollars and —Cents 2.4 Per Lurnp um $ eo $ B-25 136 LF HANDRAIL (CITY STANDARD DETAIL) W c) Poliars and Cents 5_2 "-I Ir ............ Per Lineaf(Foot ;K__ City of Southlake specification Guldeiines March 25, 2025 - Adendurn 3 tern 3a - Bed Proposal West Continefltall Boulevard SOUth PeytonviNe Avenue Roundabout Instructions: Unit and Lump Sum prices must be shown in both, words and figures for each bid item listed in this Proposal In the event of a discrepancy, the words shall govern. Please type or write legibly, Task B - West Continental Boulevard & Souith Peytonville Avenue Roundabout . . ........ Estimated Itern No. Quantity Unit Description Unit Cost Total Amount Bid B-26 254 LF HANDRAIL (MATC, EXISTIING3 RED BRIDGE RAIL) 4 ---Doillars and Cents Per Line r Foot B-27 100 LF FUL DEPTH SAWCUT Dollars and 4 Cents Per Linear o(oot $ s-A 06 .. ..... 7 $ '3 $ "3,5,"z B-28 1 EA ADJUST EXWAT R V LVE TO PROP GRADE Dollar's and __ Cents _5 77 Per Each ZZ 4 73 B-2,91 1 EA REMOVE AND SALVAGE E-C FIR HYDRANT Dollars and 0 Cents 6 Per Each 6-30 1 EA RELOCATE SM RD S,,N SU P&AM TY I 013WQ_ . Dollars and ... . ..... — Cents -77 Per achy $ item 3a - Bed ProposW City of Southlake West Continental Bouievard Specification Guidelines SOL& PeytonvHle Avenue ROUndabout March 25. 2025 - Adiendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid Item listed in this Proposal. in the event of a discrepancy, the words shall govern. Please type or write legibly. Estirnaled iten-i No. Quantity Unit Descripfion Unit Cost Total Amount Bid B.-31 10 EA IN SM RD DN S3 &AM Tyssom A(P) A r Dollars and 3 Cents Per Ea6h B32 6 EA IN SM! RD DN SUP&AM TYS80(1)SA(,r), .—Dollars and Each .—Cents 17 lPer OF $ B.-33 4 EA IN S,M RD DN SLJP,&AM TYS80(1)SB(T) AJI —Dollars and Cents $ Per Each B-34 6 EA REMOVE SM RSN UP &AM Dollars and Per Each B-35 1872 LE REEL PAV MRK TY I (W)(6)(SOLID)(1100MIL) Dollars and:, Cents Per Linear at $ � . ..... . $ Item 3a - Bed Proposal City of Southlake West Continental Boulevard Specirication Guidelinos Soutb Peytonville Avenue Roundabout March 25, 2025 - Adendurn 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write (legibly. Task 8 - West Continental Boullevard & South Peytonville Avenue Roundabout Estimated Item No, Ouantity Unit Description Unit Cost Total An"Munt Bid B-36 61 LF REFL,,PAV MLiKTYI(W)(8")(DASH)(10OMIL) Dollars and z/ Cents Per Line Foot $ B-37 48 LF REFLPA lVlRKTYl(W)(18")(D0'T)('l0MlL) Dollars and C Per dirt cast ents0t s-j-L $ . . . .......... B-38 19129 LF REFL PAV IVIRKTY 11 (DOUBLE Y)(4")SOLID)(100 MIL) --Dollars and L —Cents. 7 Per Linedf oot s 3 B-39 1545 LF REFIL PAV MIRK TY I (Y)(4")S0LlD)(1 00 IVAL) —Dollars and �Cents Per Llnq4;�Folot $ B-40 358 LF RFL-FAV IVIRK TY 1 (W)(24")(SOLID)(1 00 MIL) V Dollars and J Cents `7 C $ Per Linea(-o 'r ot $ 051 Item 3a - Bed Proposal City of Southlake West C ontin o n tal 60 U I ev a rd Specification Guidelines South Perytonville Avenue Roundabout March 25. 2025 - AdendUm 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid itern listed in this Proposal. In the event of a discrepancy, the words shall govern, Please type or write legibly. . ....... . . I . . ..... ... . .. .. ... Task B - West Cod dabout Estimated Item No. Quantity Unit Description Unit Cost Total Arnount Bid B-41 11 EA REFLPAV MRK,Y,1(W)(ARRPYV)(10OM1,L)"", 14 . ...... -Dollars and kce,, Cents Per Each $ B-42 4 EA REFLPAVMRK TY1jW)(W0RD)(l00M1L) I laars land Cents Perh Ear6" B-43 1683 LF PAV SURF PREP FOR IVIRK (4") Dollars and Cents Per Linear Foot B-44 11872 LF PAV SURF PREP FOR MRK (6') . __-Dollars and Cents Per Linear Foot 8-45 61 LF PAV SURF PREP FOR MRK (6) ,&I e"17 WRI11MM - 6 'e, ,I X" . r., . ..... _Cents Per Linear Foot $ , e-)t $ /a,"') �?4r $ � 41 Item 3a - Bed Proposal City of Southlake West Continental Bo�ulevard Specification Guidelines Sowth, Poytonville Avenue Roundabout March 25,, 2025 - Adendurn 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid itern listed in this Proposal. in the event of a discrepancy, the words shall govern. Please type or write legibly, Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost rotal Amount Bid B,-46 48 LF PAV SURF PREP FOR IVIRK (18") Dollars and 2 �Ler"-C-- Cents "P4 Per Linear Foot B-47 118 LF PAV SURF PREP' FOR MRK (24") ........... Dollars and ......... Cents Per Linea oot $ B-48 9 EA PAV SURF PREP FOR IVIRK (ARROW) ... . . . ............ Dollars and Cents Y ol —2 Per Each" $ ..... . .......... B-49 4 EA PAV SURF PREP FOR IVIRK (WORD) DolIars and Cents Per Echn RECTANGULAR RAPID FLASHING BEACON (2-WAY B-50 2 EA SOLAR Total Amount Bid: $34,650 --7 hs Cents 2 Per Each $ / " Item 3a - Be,d Proposal City of SouOilake West Continental Boulevard Specification GiAdefines South Peytonville Avenue Roundabout March 25, 2025 - Adendurn 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed ill this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly, FTask Bi - West Continental BoPeiytoinville Avenue Roundabout . .... . . . . . . ............ Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B-51 2 EA,,_CeB RAMPS (TY 11) Zk ' ovciv &,.c 1,11 DoHars and -Cents -A, F) 4 � 0 PerEacK $ 8-52 36 BY TURF REINFORCFME, TM �774 Dollars and Cents 7 Per Square Yt(rd . ..... B-53 258 LF LOW PROFILE CONCRETE BARRIER Dollars and Cents 4�401 "0/ Per�LJ'nearoot $ B-54 1 EA REMOVE SET L Dollars and 3 Per Each $ /67 B-5,5 3 EA REWVE HEADWALLANINGWAL E Zlu ..---_-,Dollars and koo _7 ,j4v Cents Per Each $ 73 Itern 3a - Bed Proposal City of Southtake West Continental BoLdevardl Specffication Guidelines, South, Peytonville Avenue Roundabout March 25, 2025 - Adenclum 3 lnstructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. ............... Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantlty Unit Description Unit Cost Total Arnount Bid B-56 2 EA REMOVE DRO and ....Cents Per Each . . . . . ...:2 70 s B.-57 18 SY REMOVE CONCRE'TE RIPRAP Dollars and Cents Per Squaral,' and $--L/ . ....... 513 LF REMOVE RCP Zu .. . . ........-Dollars and Cents 17 —3 P"er Linear FaW, $ B-59 48 LF REMOVF_CONCRETE CHANNEL Dollars and `2 "? r ITS. Cents Per Lime ar Foot 18-INCH REINFORCED CONGETE PIPE (RCP)(CLASS B-60 377 LF 111) -I " Dollars and —Cents 7 item 3a - Bed Propos,M fluty of Smithlake West ConUnental BOLdevard Spec[ficaflon Guldelknes, South, Peytonville Avenue Roundabout March 25, 2025 AdenclUm 3 lnstructions: Unit and Lump Sum prices MUst be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. -------------- I I -- Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Esthriated Iteni No, Quantily Unnit Descrlption Unit Cost Total Amount Bid 24-INCH REINFORCED CONCETE PIPE (RCP)(CLASS B-61 159 LF 1111) Dollars and --- Cents Per Line Fo/bt $ $ 4-1 LIP I 36-INCH REMFORCED CONCETE PIPE (RCP)(CLASS B-62 1916 L.F 111) I . ......_Dollars and Cents Per Linear Foot $ (1 13 _6 B-63 64 LF 4'XTREINFORCED CNCR1ETE,,8OX(RCB)(,CLASS 111) I I ", '0 Dollars and "3 a.Cents Per Linear Foot� $ —7 -4, B-64 1169 LF T R H � CED CONCRETE BOX(RCB)(CLAS 111) Dollars and 14 Cents Per Line�ar Foot, $ /,6o, �z�7 e; B-65 1 EA 21X31 GRATE INLET Dollars and Cents Per Each City of Soluthlake Specification Guidelines March 25, 2025 - Adendurn 3 $ ;2 Itern 3e - Bed ProposM West ContinernM Boulevard Sot,419 Peytonville Avenue Roundabout Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item fisted In this Proposal. In the event of a: discrepancy, the words shalt/ govern. Please type or write legiibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated ltem No. Quantity Unit Descfliption Unit Cost Total Amount Bid B-66 2 EA 4'X4'DROP INLET Dollars and 4-7' .—Cents 6V, 7 3 Per Each CULVERT A TXDOT PARALLET HEADWALL WITH B-67 I EA ECD AND WINGWALLS (PW-0) /S, Dollars and Cents ents -3 Per Each / ' $ 27 CULVERT A TXDOT HEADWALL (PW-MOD) AND B-68 1 EA WINPWALLS WITH ECD (M) �j —Dollars, and 7-5 Cents $ e Per Each $- �3 ", 4s B-69, 2 EA SET (TY 11)(18 IN)(RCP)(4:1)(C) Dollars and! — ---Cents Per Each 3) B-70 I EA SET (TY lI)(S=4FT)(I-IW=5FT)(41)(C) &L^e and A-Y- 1 Cents 3,9 . . . ....... - / $ PerEach7Y 00 (tent 3a - Bed Proposal Oty of Soluthllake West continental BoLiOevard Specftatjan Guidelines South Peytonville Avenue, Roundabou� Marcb 2'5, 2025 - Adendurn 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item fisted in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. .......... Task B - West Continental Boulevard & South Peytonville Avenue Roundabout Estinnated Item No. owntity unit Description Unit Cost Total Amount Bid B-71 6 EA 10'STORM INLET L pjDoIWs and Cents Per Each 4� B-72' 315 LF INLET PROTEC-110N (INSTALUMAINTAIN/REMOVE) IN I Dollars, and . .... _Cents Per Linear1root TEMP SEDMT CONT FENCE 6-73 1700 LF (IN s-rALLIMIAINTAINI/REMOVE) D0ars and _Cents ents Per Linear Foot B-74 54 LF CHECK DAM (ROCK) (IN' STALUMAINTAIWREMOVE) Dollars and Per Ljjnear root cents City of Southlake Specificafion Guidelines March 25, 2025 - Adenduni 3 Item 3a - Bed Proposal West Continental Boulevard South Peytonvifie Avenue Roundabout Instructions: Unit and LUMP Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. - --------- TaskContinental Boullevard & South P,eytonville Avenue Roundabout Estimated Hems No. QUantity unit Descriptlon UnIt Cost 'rotal Amount Bid B-75 170 SY GABION STRUCTURES(12 IN) 0 Dollars and 10, 2 Cents 3 44 Per square Yard B-76 30 CY RI 'RAP (STONE PROTECTION)(24 IN) -Doillars and Cents Per Cubic and s B-77 112 CY RIPRAP (STONE PROTECTION 12 IN) - - -- -- -------- - 3 Dollars and Z_ s Z6 ;0�e' ._2 711 Per Cubic Yard J or $ 31 $ B-78 125 SY CONCRETE RIPRAP Dollars and Pei, Square Yard —Cents $ - - �211 $__2-42' lf__ VEGETATION REMOVAL AND REUSE, CLEARING B-79 I LS AND GRUBBING /4'v —Dollars and Cents $ Per Lump S 'i Item 3a - Bed Proposal City of SoutNake West continental Boulevard SpeCifiCM100 GUOelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid Item fisted in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly. Task B, - West Continental Boulevard & South Peytonville Avenue Roundabout ........... Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid; 13-80 113 SY TOPSt 11 Dollws, and ...... Cents Per Square and TEMPORARY EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL B-81 1 LS (SWPPP) t Dollars and $ . .......... — t7e? —Cents, '35 Per Lump Sum $ B-82 I LS LANDSCAPING RESTORATION! Dollars and . . . .............. . —Cents Per Lump Sum B-83 I LS IRRIGATION RESTORATION Dollars and Cents um Per Lump B-84 67 LF 20" STEEL CASING BY OPEN CUT (WATER) Dollars and Per Linear Foof City of Souihlake Spedfication Guidelines March 25, 2025 - Adendwrn 3 C) s 7/ s 7, 3 7�1 $ Item 3a - Bed Proposai W8,st Continental Boulevard South Peytonville Avenue Roundabout instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid Item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legVy, Task B - West Continental Boulevard & South Peytonvi:l'le Avenue Rou�ndabout . .. .... . . ... ... Estimated Itern No. Quantity Unit Description Unit Cost Total Amount Bid 20" sTEEL CASING BY OTHER THAN OPEN CUT B-85 218 LF (WATER) Dollars and —.77 - 12, 13 Cents Per Linear Oot $ B-86 2013 LF 12"' WATER CARRIER PIPE Cellars and! O'S A J 't� Cents 7, 41 �4' Per Linealo'Foot $ 3 &S' $.-" B-87 83 LF 8" WATER CARRIER PIPE -Dollars and Cents Per Linear Foot $ $ /v' B-88 434 LF 12" WATER PIPE IaIlars and Cents Per Linear qat $ ;2, $ . ......... -.-- B-89 128 LF 8WATER PlPE Dollars and Cents Per LiKear Foot City of Southlake specification Guidelines March 25, 2025 - Adendium 3 $ $ - ------- itern 3a -eyed Proposall West Confinentall Boulevard Souffi Peytonvifle Avenue Roundabout Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in thiis Proposal. In the event of a discrepancy, the words shall govern, Please type or write legibly, Task B - West Continental Boulevard! & South Peytonville Avenue Roundabout Estimated Item No, QUantity Unit Description B-90 8 LF 6" WATER PIPE �J .-.-.—Dollars and Cents Per Linear Foot $ Unit Cost Total Arnount Bid 6-91 5 TON DUCTILE IRON WATER FITTINGS WITH RESTRAINT Z z -Dollars and e/ .. j Cents . ......... $ Per Ton $ 55 B-92 4 EA PIPE ABANDONMENT PLUG (WATE ✓I Y-1 Dollars and 61 Cents Per Each B-93 482 LF REMOVE EXISTING WATER LINE --- - ------- Z_71 . . .......... . Dollars and I —Cents, er Linear Foot CONNECTION TO EXISTING 4-INCH TO 12-INCH B-94 4 EA 6f#1ATER MAIN • k, t Dollars and . . . . .............. Cents, Per Each City of sou ftake Specification Guidelknes Mardi 25, 2025 - Adendum 3 Iterri 3a - Bect Proposal West continental SoulevaM South Peytonville Avenue Roundabf)ut Instructions: Unit and Lump SLIM prices Irnust be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern, Please type or write legibly. Task B - West Continental Boulevard & South Peytonville Avenue Roundabout ............. Estimated Item No. Quantity Unit Description Unit Cost Total Amount Bid B.-95 3 EA 12" RESILIENT SEATED GATE VALVE W/ BOX ... F_ Dollars and Cents Per Each $ 12" CUT -IN RESILIENT SEATED GATE VALVE M B-96 3 EA BOX pgpp and Cents 7 Per Each $ $ B-97 2 EA 8,RESILIENT SEATED GATE VALVE W/B7X Dollars and _E�WL,__Cents / Per Each B-98 1 EA 8"' CUT -IN RESIL SEATED GATE VALVE W/ BOX -Dollars and Cents Per Each s 2:21S 7:211j, B-99 I EA 6"' RESILIENT SEATED GATE VALVE W/ BOX Total Amount Bid: $4,065.60 Dollars, and 4Z Cents Per Each e� $ Hem 3a - Bed Proposal City of Southlake West Continental Boulevard Specification Guidelines South Peydonvillle Avenue Roundabout March 2'5, '22025 - Adenduni 3 Instructions: Unit and Lump Surn prices must be shown in both words, and figures for each bid item listed nn this Proposal, In the event of a discrepancy, the words shall govern. Please type or write legibly, Task B - West Continental Boulevard & South Peytonville Avenue Roundabou Esfirrmted Item NoQuantity Unit Description Und Cost Total Amount Bid B-11010, I EA FIRE HYDRANT —Dollars and Cents tile Per Each $ B-101 570 LF TRENCH SAFETY (WATER) z L0611 Dollars and Cents Per Linear Foot $ -�0'1 $ 13A� B-102 108 LF WATERLINE CONDUIT INSTAL LION (2.5") .............. Dollars and Cents 21 Per LinearF oot $ $ B-103 108 LF WATERLINE CONDU IN T LLATION (1") I -Dollars and '7 Cents Per 1_66ar Foot $ PRE -CONSTRUCTION TV INSPECTION OF B-104 560 LF SANITARY SEWER 725, Dollars, and v Cents Per I-In4ar Foot Itern, 3e - Bed Proposal City of Southlake West Confinental Boulevard specification Guidelines South Peytonville Avenue Roundabout March 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal, In the event of a discrepancy, the words shall govern. Please type or write legibly. . . ........ . ....... . . ................................... . Task B - West Co�nt�i'nental Boulevard & South Peytonville Avenue Roundabout Estimated Item Na. Quantity Unit Description Unit Cost Total; Arnount Bid POST -CONSTRUCTION TV INSPECTION OF B41 05 580 LF SANITARY SEWER -Dollars and Per l.dnet B-1 06 354 LF 8" SANITARY SE E IPE Dollars and . ...... _.—Cents Per L14ar Fd6t $ B-107 20 LF A SW EER PIP '�ITARY 77 Dollars and Cents Per Linear Foot $ 201" STEEL CASING BY OTHERTHAN OPEN CUT B.. 108 246 LF N TARY SEWER) t_J I Dollars and ""I" 7-A Cents (3 Per Ljneao�#oot 20" STEEL CASING, BY OPEN CUT (SANITARY B- 1 O9 10 LF SEWER) IDI.-otslarld Cents rt Per Linear Foot $ Itern 3a - Bed Proposal City of Sou thlake West continental Boulevard Specification Gkjadelines South Peytonville Avenue Roundabout Match 25, 2025 - Adendum 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal, In the event of a discrepancy, the words shall govern. Please type or write legibly, Task B - West Continental Boulevard & South Peytonville Avenue Roundabout . ..... .... Estimated Item No. Quantity Unit Description Unit Cost Total: Amount Bid 10" STEEL CASING BY OPEN CUT (SANITARY B-110 55 LF SEWER) Doflars, and '-e-" cents Per Linear Foo( B-1 11 256 LF 8" SANITARY SEWER CARRIER PIPE ut -D"oflars'and Cents Per Linear FO B-1 12 55 LF 4" SANITARY SEWER CARRIER PIPE rol'lars and Cents Per Linear Foot B.- 113 55 LF REMOVE EXISTING SANITARY SEWER LINE t ~� Dollars and f L L, Cents Per Linear Foot B-114 6 EA PIPE ABANDONMENT PLUG (SANITARY SEWER) Dollars and Cents Per Each City of SoUthlake Specification Guidelines March 25, 2025 - Adendum 3 $ $ $ 3V $ tern 3a - Bed Proposal West Continental Boulevard SOUthi Peytonville Avenue Roundabout Instructions: Unit and Lump, Sum prices must be shown in both words and figures for each bid item listed in thiis Proposal. in the event of a discrepancy, the words shall govern. Please type or write, legibly, Task B, - West Continental Boulevard & South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit DescCiptloin Unit Cost Total Amount Bid 4-FOOT DIAMETER STANDARD MANHOLE (0-6 FT 8-1 15 3 EA DEPTH) ... ........ .45 7 "L&VXv )�uU D o 11 [a rs and Cents Per Each 5-FOOT DIAMETER STANDARD MANHOLE (0 6 FT B.- 116 2 EA DEPTH) .7 7111" ollars and ................ __ .__.._Cents $ $ Per Each B-117 1 EA 5-FOOT DIAMETER DROP MANHOLE (0-6 FT DEPTl f) Dollars and . . ........ . .. ............... Cents '7 Per Each $ $ Total Amount Bid: B-1 18 4 VF EXTRA DEPTH FOR 4-FOOT DIAMETER MANHOLE $5,773.00 o 7"1'7 ttA t,d[JPO'� ollars and Cents Per Verfical aot B-119 11 VF EXTRA DEPTH FOR 5-FOOT DIAMETER MANHOLE Z '2 7z r' Dollars and 24 Cents Per VerficW Foot'-"' $ $ item 3a - Sed Proposal City of SauWake West Continental BOUlevard Spedfication Guidelines South Peytonville Avenue Roundabout March 25, 20725 - AdendUni 3 Instructions: Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly, . . . . ........... ........... ... - ------- ------- --- -- Task Bi - West Continental Boiul�e�vard'& South Peytonville Avenue Roundabout Estimated Item No. Quantity Unit Description Unit Cost 'Total Amount Bid B-120 6 EA MANHOLE TESTING 401liars and 2 7A Ary� Cents Per Each $ 5-121 I LS BYPASS PUMPING Dollars Cents Per Lurnp Sum" $ B-122 358 LF TRENCH SAFETY (SANITARY SEWER) W. Dollars and cents Per Linear Fiat." $ PRE-CONsTRUCTION SURVEY OF DOWNSTREAM Unit Price: Total Amount Bid: B-123 1 I-S POND $17,300.00 $17,300.00 ,I Z/ Cents Per'Linear Foot $ POST -CONSTRUCTION SURVEY OF DOWNSTREAM Unit Price: Total Amount Bid: B-124 I LS POND $17,300.00 $17,300.00 ol ars and Cents $ Per Linear Foot City of Southlake specification Guidelines March 25, 2025 - Adendium 3 Rein 3a - Bed Proposal West Continental Birxflevard Souffi P'eylonville AvenUe Roundabout I Mi 16ram. Task A Total: N 1-fl A7V I y 13. ;� Task B Total: $4,116,455.17 Total: $8,519,868.46 The undersigned hereby declares he has visited the site of the work, and has carefully examined the contract documents relatingto the work covered by the above bid. The undersigned further declares that he will work to carry out the above -mentioned work covered by this proposal in strict accordance with the Contract Documents, and the requirements pertaining hereto, for the sums set forth. The undersigned agrees to commence work within ten: (10) days after written Notice to Proceed, or as otherwise outlined in the Notice to Proceed. Contractors proposes to fully complete work on which, he has bid within 545 working days from the written Notice to Proceed. Milestone Completion. Milestone completion is defined as occurring when, traffic is following the lane arrangement described below and/or the final lane configuration. All pavement construction, resurfacing, traffic control and safety devices and pavement markings shall be in their final position (or as called for in the plans for the specified phase of work) at this time. The milestones for this, project are shown in the following table: No. Milestone Location Starts Ends Max. Workin gi Day Duratio n for Milesto ne Max. Contract Working Day Deadline 1 Substantial Reference First contract When Union Church Road 95 95 Completion of Plans calendar day pavement limits are opened Union Church Road:: to traffic. 2 Substantial Reference Completion of When Continental Boulevard 110 205 Completion of Plans Milestone 1 and Davis Boulevard Continental pavement limits and signal Boulevard and work are opened to traffic. Davis, Boulevard _Substantial .- —Reference Completion —of-- When —Continental Boulevard 290 495 Completion of Plans Milestone 2 and Peytonville Avenue Continental Roundabout pavement limits Boulevard and are opened to traffic. Peytonville Avenue Roundabout 4 Project Substantial Entire Completion of Substantial Completion of all 20 515 Completion Project Milestone 3 contract requirements, Li rn its including mill and overlay. 5 Project Final Entire Completion of Final Completion of all 30 545 Completion Project Milestone 4 contract requirements Limits City of Southlake Page 4 of 5 Item 3a — Proposal Specification Guidelines Continental Boulevard & Union Church Road at Davis March 25, 2025 - Adendurri 3 Boulevard (FIVI 1938), Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout Enclosed with the proposal is satisfactory Bid Security in the form of a Cashier's or Certified Check for: -- --- - ------------------ -- f Do rl , a , F§, -or a Bid Bond for the amount of five (5%) Percent of the Base Bid. It is understood that the Bid Security shall be collected and retained by the OWNER as liquidated damages in the event a contract award is made by the OWNER based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within fifteen (15) calendar days from the date he/she is notified and has received the conformed documents. After this, period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. A Contractor shall be selected based on offering the Best Value to the City; refer to Special Conditions in Item 5 of the Contract Documents for additional information. (Print Name and Titl Company 'j (SEAL) If Bidder is a Corporation Receipt is acknowledged of the foliowingi addenda. Addendum No, 1 Addendum No, 2 VIP Addendum No, 3LL4�4__ Note: Do riot detaO this Proposal from the Contract ,6cuments, Make all entries qrf','A' ese pages in ink and submit complete with any required bond. City of Southlake Page 5 of 5 Item 3a — Proposal Specification Guidelines Continental Boulevard & Union Church Road at Davis March 25, 2025 - Adendurni 3 Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue ROUndabout ITEM 3b — STATEMENT OF QUALIFICATIONS ARTICLE 1: REQUIREMENTS FOR THE STATEMENT OFQUALIFICATIONS 1.01 The Statement of Qualifications must be submitted and include, as a minimum, the information as described herein. Failure to submit the required information in the Statement of Qualifications may result in the Owner considering the Proposal non -responsive and result in rejectionofthe Proposal bv the Owner. Proposers may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Qualifications. 1.02 Proposers must provide the information requested in the Statement of Qualifications using the forms attached tothis Section. Acopy ofthese forms can baprovided inMicrosoft Word toassist with the preparation ofthe Statement ofQualifications. Information inthese forms must boprovided completely and indetail. The information in these forms will be used to make direct comparisons with the information provided by other Proposers. Failure to include the information completely and clearly may result in lower scores inthe evaluations. Information that cannot be totally incorporated inthe form may beincluded inanappendix tothe form. This appendix must beclearly referenced byappendix number in the form, and the appended material must include the appendix number on every sheet of the appendix. The appendix must include only the information that responds to the question or item number towhich the appended information applies. ARTICLE 2: STATEMENT OFQUALIFICATIONS SUBMITTAL REQUIREMENTS, EVALUATION CRITERIA AND WEIGHTING STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS ARE AS FOLLOWS: A. Proposer General Information: 1. The proposer shall complete and submit Table I and any needed appendix to the form (See section 1.02 above). B. Project Organization and Experience and Qualifications of Proposed Key Personnel: 1. Provide anorganizational chart for this Project showing the structure ofP[000aeroProject team with lines identifying the significant positions which shall include as a minimum the Key Personnel positions and other positions that are responsible for major a|ennenteoftheP jecd execution. Significant positions indicated on the organizational chart can have named individuals other than Key Personnel, For those additional individuals, a summary paragraph can be included on these individual's qualifications and experience to describe their Projectro|o and responsibilities. Except for the Key Personnel, it is acceptable for chart to have a position without 8 named individual. The chart shall indicate the anticipated percentage of each person'S time that will becommitted tothe Project. /N8nnininnunntheonUcipoiedpercentoQaofeoohKey Peroonne|'Stime will beprovided. Critical support elements ofproject nDanogernentaDd administration, quality control, safety, subcontractor management, etc. shall be identified. Charts and accompanying summary paragraph on other individuals named on the charts will be not subject tothe page limit. 2. The Proposer shall complete and submit Table 2. Provide the names of the Key Personnel that will beactively working onthis Project inTab|e2. Key Personnel include the Project MGnager. Project Superintendent, Safety Manager and Quality Control Manager. |fone ormore 0fthese Key Personnel roles are tObefilled byone individual, this information is tobeprovided with the list of proposed individuals. The Proposer must provide the services of the proposed Key Personnel for the life ufthe Project 88aconditionofqua|ihoobon. Failure toprovide the proposed Key Personnel may result in the disqualification of the Proposer and may void the award of the Contract. Key Personnel may only be changed with the prior written consent of the Owner. The Owner reserves the right to request a resume and conduct an interview with the City ofSouth|ake Page 1uf12 Item 3b—Statement ofQualifications Specification Guidelines Continental Boulevard & Union Church Road atDavis February 19,2U2G 8ou|evard(FK4 1938) Intersection improvements and West Continental Boulevard & South Peytonvi||eAvenue Roundabout substitute candidate todemonstrate that he/she ieaequalified and experiencedaeorbetter than the Key Personnel individual. The Owner also reserves the right to rejectthe substitute candidate. 3. Provide the resumes (not boexceed one page for each) of proposed Key Personnel with the Statement of Qualifications. The resume shall include: a. Education and formal training credentials b. Technical and managerial experience C. Pertinent work history which describes project expehenc88|onQvvbhro|eand responsibilities unthose projects d. Information on prior projects that demonstrates experience with similar projects as this Project 4. Proposers are toinclude alist ofthe current project oSaiQnnnentaforeaohUftheKeyPenaonne| proposed, the anticipated completion date for these assignments and the percentage of the time they will have available todevote tothe City of8outh|akeProject. The Project 8uperintendeni must be dedicated to the City of Southlake Project full time for the duration of the Project. 5. The Proposer will provide information onpast projects vvheR*KeyPeraonne|v/orked1ogether. C. Project Resources; Subcontractors and Suppliers; and Safety 1. The Proposer shall complete and submit Table 3. Z. The Proposer shall complete and submit the Safety Record Questionnaire. Table I - Proposer General Information Proposer doing business as McMahon Contracting and Construction LLC dba McMahon Contracting, LP Business address of principle 3019 Roy Orr Blvd office Grand Prairie, TX 75050 Main number 972-263-6907 Form of business (check one) I I A corporation �/ A partnership An individual I Date of incorporation State ofincorporation Chief Executive name President name becretary Treasurer name Date of organization State whether partnership ia cieneral or limited Business address January 1993 City ofSouth|ake Page Zof12 Item 3b—Statement of Qualifications Specification Guidelines Continental Boulevard & Union Church Road ztDavis February 2\282S Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonvi||eAvenue Roundabout City ofSouth|ake Page 3ofl2 Item 3b—Statement ofQualifications Specification Guidelines Continental Boulevard & Union Church Road atDavis February 19,2U35 Boulevard (FIVI 1938) Intersection Improvements and West Continental Boulevard & South PeytonvU|eAvenue Roundabout mpanies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? Yes If applicable, Surety A.M. Best rating A (Excellent XV shl tiig Fne ity of5outhbke Specification Guidelines C Page 4of12 Item 3b—Statement of Qualifications Continental Boulevard & Union Church Road at Davis Bou|evard(RN 1938)Intersection |mprovementsand Table 2— Proposed Key Personnel McMahon Contracting, LP Table 2 continued — Proposed Proiect Manager Proposer doing business as McMahon Contracting, LP Hif Keith Ghanrna M-Moffllllejm� Project Engineer Project Engineer Organization City of Frisco a --- -3 Pal M- I Frisco Miscellaneous Intersections Esters Road City ofSouth|oke Specification Guidelines February 19, 2025 Page 5of12 Item 3b—Statement ofQualifications Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938)Intersection Improvements and Table 2 continued — Proposed Project Superintendent Name of individual Sergio Gonzalez Percent of time proposed for this project 25% Years of experience as project superintendent 21 years Years of experience with this proposer 15 years Number of similar projects as superintend 30 Number of similar projects in other positions 15 Current projec assignments Name of assignment Percent of time used for this project Estimated project completion date Frisco Miscellaneous Intersections 25% 2/11/25 Hickory Creek Streets Ph I Jown of Hickory Creek 25% 1/6/26 Bailey Road 2-City of Sachse 25% 10/14/25 Wylie Cooper -City of Wylie EDC 25% 6/23/25 Reference contact information (listing names indicates approval to contacting the named individuals as a reference) Name Jeffrey McSpadden Name Corey Nesbit Title/ position Public Works Director Title/ position Public Works Director Organization Town of Hickory Creek Organization City of Sachse Telephone 469-576-5094 Telephone 469-429-4792 Email effrey.mcspedden@hickorycreek-tx.gov Email cnesbit@cityofsachse.com P roj ect Hickory Creek Streets Phl Jown of Hickory Creek Project Bailey oad 2-City of �achse Candidate role on project Senior Project Superintendent Candidate role on project Senior Project Superintendent Table 2 continued — Proposed Safety Manager McMahon Contracting, LIP Osvaldo Gonzalez Title/ position City Inspector IIIIIIII11111351110*011111MMINOR M., organization City of Grand Prairie 817-992-6566 City of8outhbke Specification Guidelines Page 6 of 12 Item 3b —Statement of Qualifications Continental Boulevard & Union Church Road aiDavis Boulevard (FyW1938)Intersection Improvements and West Continental Boulevard & South PeytonviUeAvenue Roundabout Candidate role on project Manager Candidate role on project Safety Manager -----Safety Table 2 continued — Proposed Quality Control Manager Name of individual Jeremiah Brooks/Sergio Gonzalez Percent of time proposed for this project IMEWT27ro M 11 City mfSouth|ake Specification Guidelines Continental Boulevard & Union Church Road at Davis Page 7of13 Item ]b—Statement ofQualifications Boulevand(FIVI 19SO)Intersection Improvements and City ofSouth|ake Specification Guidelines February 19,202S Page 8 of 12 Item 3b —Statement of Qualifications Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938)Intersection Improvements and Proeoser doino business as: McMahon Contracting, LP Provide a list of subcontractors Est. percent HUB/MWBE Name Work to be provided of contract firm El Cala Construction Flatwork Blue Bird Construction Fence 6 If. American Striping Striping Provide information and identify any of the proposed Key Personnel who have prior experience working with each of the Subcontractors listed above. am Provide a list of major equipment and materials proposed for use on this project. Attach additional information if necessary. Furnish HUB/M Supplier name Equipment / Material Provided Furnish only and WBE install firm Chisolm Trail Concrete Ready Mix Fabco Reinforced Steel V Lime V City of Southlake Page Sof12 Item 3b—Statement of Qualifications Specification Guidelines Continental Boulevard & Union Church Road atDavis February 19,2025 0ou|exond(FIVI 193O)Intersection |mprovementsand West Continental Boulevard & South PeytonvU|eAvenue Roundabout The Owner desires to consider the safety records of potential contractors prior to awarding a proposal on this contract. The Owner uses the following written definition and criteria for accurately determining the safety record of proposer prior to awarding a proposal on this contract. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The Owner shall consider the safety record of the proposers in determining the responsibility thereof. The Owner may consider any incidence involving worker safety or safety of the pub|ic, be it related or caused by environmental, nnenhanica|, operationa|, supervision or any other cause or factor. Specifically, the 0vvnar may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission /[>SHRC\, against the proposer for violations of OSHA regulations within the past three /3\ years. b. Citations /oa defined below) from an Environmental Protection Agency (as defined below) for violations within the past five /5\years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers /U8ACOE\. the U.S. Fish and Wildlife Gen/ice (USFVVG). the Environmental Protection Agency (EPA), the Texas Commission on Environmental OU3|ity(TCEQ). the Texas Natural Resource Conservation Commission (TNQCC) (predecessor to the TCEQ\. the Texas Department of State Health 8en/ioaa (DGHS). the Texas Parka and Wildlife Department /TPVVO\. the Structural Past Control Board /8PCB\, agencies of local governments responsible for enforcing environmental protection orworker safety related |evvS or ragu|otionG, and ainni|8r regulatory agencies of other states of the United States. Citations include notices of vio|ation, notices of mnforoement, suspension/revocations of state or federal |ioanSea or regietr3done, fines assessed, pending criminal connp|uinte, indictnnenhs, or convictions, administrative on]ers, draft orders, final ordare, and judicial final judgments. C. Convictions of criminal offense within the past ten /10\ yo3na, which resulted in bodily harm or death. d. Any other safety related matter deemed by the Owner to be mekario| in determining the responsibility of the proposer and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of proposer and the public. In order to obtain proper information from proposers so that the Owner may consider the safety records of potential contractors prior to awarding a proposal on this contract, the Owner requires that proposers answer the following four /4\questions and submit them with their proposals: QUESTION ONE Has the pn}poaer, or the fiOn, ourporo[OD, padoerehip, or institution represented by the proposer, or anyone acting for such finn, corporation, partnership or inatitutiun, received citations for violations ofOSHA within the past three (3)years? _� YES NO,*, If the proposer has indicated YES for question number one above. the proposer must provide to City of Southlake, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. City ofSouth|ake Page 1Oof12 Item 3b—Statement ufQualifications Specification Guidelines Continental Boulevard & Union Church Road uiDavis February l9,2O25 Boulevard (FM 1938)|niersecdon improvements and West Continental Boulevard & South Peytonvi|ieAvenue Roundabout Proposer's Initials QUESTION TWO Has the proposer, or the finn, oorporaion, padnerehip, or institution represented by the proposer, or anyone acting for such finn, uorporoton, partnership or inetitution, received oitGUnna for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal |ioenaea, or negietrationn, fines assessed, pending criminal oomp|ointo, indintnnenta, or convictions, administrative o[dera, draft o[deny, final orders, and udicial final judgments. f the proposer has indicated YES for question number two above, the proposer must provide to City of Southlake, with its proposal submission, the following information with respect to each such conviction: I Date of offense or occurrence, location where offense occurnad, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the p[0poaer, or the finn, oorporaton, paUnenehip, or institution represented by propoaor, or anyone acting for such firm, corpornton, padnerohip, or institution, ever been convicted, within the past ten /10A years of criminal offense which resulted in serious bodily injury or death? YES N If the proposer has indicated YES for question number three above, the proposer must provide to City of Southlake, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty QUESTION FOUR Provide your cmnlpam/e Experience K8udhioeUun Rate, as stated by your inaurer, for the past three years and supporting information: 2024 0.84 2023 0.74 2022 0.66 City ofSouth|ake Specification Guidelines Page 11 of 12 Item 3b —Statement of Qualifications Continental Boulevard & Union Church Road at Davis Boulevard (FM 199O)Intersection Improvements and ACKNOWLEDGEMENT THE STATE [)FTEXAS COUNTY OF TARRANT | certify that | have made no vvi|Uu| misrepresentations in this Questionnaire, nor have | withheld information in my statements and answers t0questions. | onl aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. City of3outhbke Specification Guidelines Signature Scott Cummings -President Page 12 of 12 Item 3b — Statement of Qualifications Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and ITEM 3c — STATEMENT OF SIMILAR PROJECT EXPERIENCE ARTICLE 1: REQUIREMENTS FOR THE STATEMENT 0FSIMILAR PROJECT EXPERIENCE 1.01 The Statement ofSimilar Project ExoerkenoennuatbesUbnoittedondindUde,auanniOinoum.the information as described herein. Failure to submit the required information in the Statement of Similar Project Experience may result in the Owner considering the Proposal non -responsive and result in rejection ofthe Proposal bythe Owner. Proposers may berequired Loprovide supplemental information if requested by the Owner to clarify, enhance, or supplement the information provided in the Statement ofSimilar Project Experience. 1.02 Proposers must provide the information requested in the Statement of Similar Project Experienceusing the forms attached tothis Section. Acopy ufthese forms can b8provided inMicrosoft Word toassist with the preparation of the Statement ofSimilar Project Experienoe. Information inthese forms must be provided completely and in detail. The information in these forms will be used to make direct comparisons with the information provided byother Proposers. Failure toinclude the information completely and clearly may result in lower scores in the evaluations. Information that cannot be totally incorporated inthe form may beincluded inanappendix tothe form. This appendix must beclearly referenced by appendix number in the form, and the appended material must include the appendix number onevery sheet ofthe appendix. The appendix must include only the information that responds tothe question Oritem number iowhich the appended information applies. ARTACLE3: STATEMENT OF SIMILAR PROJECT EXPERIENCE SUBMITTAL REQUIREMENTS, EVALUATION CRITERIA AND WEIGHTING STATEMENT OF SIMILAR PROJECT EXPERIENCE SUBMITTAL REQUIREMENTS ARE ASFOLLOWS: AminimUm of five (5)Similar Projects must be provided for each category listed under the definition of Similar Project. Similar Projects anadafned as: Complex Project PhasOgandMikeoLon8a Multiple Water and Sanitary Sewer Installations by Other Than Open Cut on One Project Ui Roadway Cement Stabilized Suborade |\( Drainage Improvements Construction inBodies OfWater such aeCreeks Projects included must have been completed within the last five (5) years. The same projectmay beused torepresent exp riemcmwithmultioleoateuries if it involved more than one ofthe categories. Proposers shall complete and submit Table 1for each Similar Project, an0ininnunnoffive(5)ia required. The involvement of the Key Personnel and/or Subcontractors in these projectsahaUbe identified and highlighted with a nlininouno ofproject position/title and responsibilities. The Proposer will submit Similar Project deSoriptiven8[[8tiveevvhichd8ecriboa|esSOno|eorned from previous project 8xperienoesth8tvvou|dbonefitthioPr jectintheare000f: minimization of disruption and inconveniences Ofconstruction tothe public, and delivering projects aiorunder owner's budgets. This narrative ianot tUexceed one page inlength per Similar Project. City ofSouthbke Specification Guidelines Continental Boulevard & Union Church Road at Davis Page 1of2 Item 3c—Statement ofSimilar Project Experience Boulevard (FK81938)Intersection Improvements and u A) 0' L- a. E in a 0 m E 0 4- 0' L- 0. 0 _0 -C co -0 a) i m px� rl, N3 c 0 Fog z gy 110"i, a) 2:E 0 U3 k Irlso/11111 gfq/m, 0 MIN ................ M=C, . . . . . . . . . cu 0.- . . Ou - c NORIO, •6 -Y Ch ca > "IRE2,11 a) 0 •> IBM, AyRka", .n cc CO E 0 C', 5 To o a C6 C31:1 -.0 OC 2 • (n 4) • -.2 0 '/Psi • (n illoull" Uf N .E I ail No Text • RENNIE' �j 'N' A LL Orl SIR • Iof 0 ggg E 'M P�g ma • C MIMI ICU .U) a) LL D_ "M MY Ma log", > sm SAM IS IMP 0 _1z 13ml E JO a) > l ly M� E of, 0 a 01 c 01 Al"It, f f (, x a) Asio/i a) '0 • E E ,Aq/ 0 M U) a) > 0— A ef/ 41111 P,o • 0 0)0) INS," Iuw omi a)• fVAD, Ilo� > o > C: IP xw, sla, w 0 -0 +1 U C -J ro 41 CO E 0 �i E Im U .2 '0 'd > (A C dj C 4- 0 0 41 C: a) E a) U) mo u -Fu m 49 r E m w > 4.1 -T =3 0 o U o C13 Y 0 u I ul CD o) M 0 CL < -C-0 7go •r MCA gg g/ W -10--) gIH, 03 (D W/ SI IN !E 2 �N 0� • IN ca05y) o� Qin 1q, 1U%j� . (u• a -0 C: N I •0 IN 00 tu (D 11, (1) 0 r a) 0 (D _0 INS 01 _0 a) I Lg/5, fly), :3 m 1 a) •U) 0 (a 111,01 (n 4) 2 0 E T — M (1) 1 0 C: E Lo 122 'S 19 if -E- a) S fig a) uW r�"lw o (n 0 4-; • a) 0 P/1 aj:F C, CID () a) u) E a) -2 0 U), a) (D 0 CL "goI a) o c: 0.? 0 (n gw� 011 W- SIR/ OR% SO pi ON Of • BENZ," Y, Ell gym vggg • lGl N,,"" . . . . . 1115,� 0 M CL ITEM 3d - STATEMENT OF PAST CITY OF SOUTHILAKE PROJECTS ARTICLE 1: REQUIREMENTS FOR THE STATEMENT OFPAST CITY QFSOUTHLAKE PROJECTS 1.01 The Statement ofPast City ofSUuth|mkeProjects nnaybeaubrnKLedendindude`aaanninimunn'tha information aadescribed herein. Proposers donot need prior experience with the City ofGouth|8heto submit a proposal, however past experience/relationship with the City is a component of the Best Value Criteria. 1.02 Proposers must provide the information requested inthe Statement ofPast City of8outh|akeProjects using the forms attached tothis Section. Acopy ofthese forms can beprovided /nMicrosoft Word to assist with the preparation ofthe Statement ofPast City of8outh|okeProjects. Information |nthese forms must be provided completely and in detail. The information in these forms will be used to make direct comparisons with the information provided by other Proposers. Failure to include the information completely and o|aady may result in lower scores in the evaluations. Information that cannot be totally incorporated in the form may be included in an appendix to the form. This appendix must be clearly referenced by appendix number in the form, and the appended material must include the appendix number on every sheet of the appendix. The appendix must include only the information that responds to the question or item number to which the appended information applies. ARTICLE 2: STATEMENT OFPAST CITY C]FSQUTHLAKEPROJECTS SUBMITTAL REQUIREMENTS, EVALUATION CRITERIA AND WEIGHTING STATEMENT OFPAST CITY OFSgUTHLAF{E PROJECTS SUBMITTAL REQUIREMENTS ARE ASFOLLOWS: Provide any ns}exont past City ofSouth|ake Project experience (up to five total) Projects included must have been completed within the last ten (10) years. Proposers shall complete and submit Table 1for each Past City of8outh|aheProject, Theinvo|vennent ofthe Key Personnel and/or Subcontractors inthese projects ohoUbeidentifiedandhigh|igh[edviUla minimum ofproject posifiOn/tideondnaeponSibi|idea. The Proposer will submit past City of8outh|aheproject descriotivenarnativeovvhiohdescribee|eoaons learned from previous project experienC*athotvvou|dbeneUtthiaPr jeoLintheoreesof:nnin|nnizatioDof disruption and inconveniences ofconstruction tocitizenry, and delivering projects otoruDderVvvner'n budgets. This narrative ianot toexceed one page inlength per Similar Project. City ofSoutNaka Specification Guidelines February 19,2O25 Page 1of2 Item 3d—Statement ofPast City ufSnuth|mkeProjects Continental Boulevard & Union Church Road atDavis Boulevard (FIVI193O)Intersection Improvements and lgrf g, I ff j H` ff f ffil 10 ®R I NOR MEN, ( IN ell, NO, ' j% ®r% Nil 1/1110 ITS", K 77 It f 10, �g fb K All a rg"a" Slid• fl mg yg, w MINES.,, 41 • roll,g" AN u 0 Ai of a • /// 7(D tz, gg,', rp'-g �RNOJ Ul LO (u 43 oa o L/) U 4- 0 u >- (1) 4� 0- G V) LL E7 ITEM 4 GENERAL PROVISIONS The General Provisions of this project shall be in accordance with Division 100 5th Edition Standard Specifications for Public Works Construction as amended and issued by the North Central Texas Council of Governments (hereinafter referred to as the "NCTCOG SPECS') and any remaining divisions of the NCTCOG SPECS, which NCTCOG SPECS are incorporated herein and made a part of this agreement the same as if written herein; provided that where any discrepancies occur, the priority order of contract documents shall be the order established in the Notice to Proposers. City of Southlake 4-1 Item 4 — General Provisions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout [THIS PAGE INTENTIONALLY LEFT BLANK] No Text STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 DIVISION 100 GENERAL PROVISIONS TABLE OF CONTENTS Item # Subiect Pages 10I.. IDIF...IFIlimi nOINS AIMID II II IRIF...VII ">iIams 101 1 to 101 101.1. IE)eflirniil' iieirnS ......................................................................................................... .101.::2.:: A.Ila.11air �rii ..ii .irn.s. gIrnd a.g. n..li......................................... _..__. __ . 102.. IPIROPOS II.... IPIROCIF...DUIRIF...S 102 1 to 102 3 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... ..�2....�..::............................If �Ir Il..af:...�..rfrm. 1..02..2 .::...........................6 uuafrntiitiies...ii.irn...If::�fr�.11a���ll..af:: �lrl 102.3. .::............................11 ac I iiin ii in..�:f..IF:III inS S 2ciificatiiolrns...afrn.d... .iite...of tlrne...Worlk ................................x........... .10.2.:.?..............................FF Ir .p. !E ii.0,irn...of..if,irkP 11 ..... .02lFlriloi��...�g.irr _ .::.::.............................nX 102.6Filir0 f)op .. . ::............................Ii. 11 ..0.2....'...................................... lm iraWiiim.q...F��ir 11 ............................. e n r!Ir p 2........................... il11 102.ConsiderationiiofIFIro la..::........................................................................:................���ll ..2......::......................IIIrIruullir lf::fr.11a falls .........................................................! eje2.:.iiofrn....of..f:)lrop 11 102.12.If�iis. uuallii.ficatiio.irn...of IE;.iid'deirs .1O2....l.3 ...........................If....e.t..u.nr..oflf::)rola .........................103.. AWAIRID AIMID F...XIF.Cu"IiIam coI�V"rRAC"r 103...1 to 103... ,,,,,,,,"l,.,,,,..............................,,s..........,in" llt"ii,,,,d..........,,i,..........................................,................................................................................................................................................................................................. .... .�3....�...............................��irn.�lr��..�.r'� ilValrlra.rnliie� a.rn� �..rn�elrslain. d.irnq ......................................................................................................................................................... 103.2. Award of Ceirntrad ........................................................................................................................................... 0....3.::........................... uuir :.t.Y...If 3ofrn.ds 10 3.4 . Il irn S u lra irn c e ...................................................................................................... 103.5. If::xecuGiieirn of Coirntrad ............................................................................................................................................................ 103.6. INN iice to IF:IIreceed airnd CeinninneirnceinneirnG of Work ..................................................................................................................................................................................................................................................................................... 0.3.......::............................. plla.X...of.Coirn..ira. .t 103.3. Order of Work to The IFleIrforinned STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 Item # Subiect Pages 107.. 11 IEGAII.... IRIFII.... ">C°igimS 107,..1 to 107,..14. .......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... IMID c61m"FIRACT IRIESIPOIMSIIII IIII....IFnIES ....................................................................................................................................................................................... .....................................ol �frador_Ilirnde.11a in fn ......................... ......::............................I.N..o.Thiilyd...IFlarty n.�lr uu Il...lf ii Irn 107.3. Il irndern irn ii fiicaU iie irn ............................................................................................................................... 107.4. Owner's Office Einnp ......... .. ..... k. ....... . . ..N�'. ... .::........................... vtl✓i II. u.e a.i.114..�... G..o.W2.r.! IIii Il�...ii::: � ..�.�....::............................Ilse Waiivelr..of..11:::ega.II...IRii�ImlS /. /. .................................................................................................... Sevelralbiillii y 107.3. ...................................................................................x Il llead'iiirngS ..0.7....::...........................�1bllii.qa.0 oirn...i':.o...If..leilorrttn...lf....Uirn.�UibinS 10/.10. .............................+...............................................'.......I..........'.....................,..............+.........,................+................y............................+........................+..... IFlellelnrnnairnce of UJhe Work .II.. O..'7..... ..............................S..u.c..c.tl✓wJwJ.o.Ir.s a.i 114.,�... �"lwJ s'I �I II wJ 107.1..::.....................Su� ..................................................................................................... elrviiSiic�in....ain ...�c�inSlIru� liic�in c�f If::1lrc� e u�IreS 107.13. ..................................................................................................................................................... Il...albor and IMlal'eriialls ........:.::......................if.uu.Il...ifi Ilyif n:�...t141ru ul nY 107.15. ....................................................................................................................................................................................................................................... SUaUe and II...ecall Sales and Use "Taxes 107.16. ............................................................................................ IFlaG eirnG S 107.1 7. CQ1111rnIDllllain0e Willh II...aWS ..i.7.....1.8..::..................... lrn.iii':.airY...lf lr Miis.iio ns. . i.'.7.l9. .......... ..................................................................................................................................................................................... .F�.a..1b.11ii.c Ceirnveirniieirn.ce airn.' Sale l 1_07.. 0......................IFlro. ..................................................................................................................... edibin.of.in orlk_a and of IFlelrSeirnS and IFIrep�fr�y ..i.7.....l...::......................IflrjG...iii n .......:: ............................................. inl�lrlkiil n..irea. 1..07...::......................IRaiill a ..�lrq ...... :.::......................1f acii iiln ... iruu. Guair .x...fF"aciilliifles..a1nd... 1E.14�.gEPlrn, i2 0'� 5 ....................................................................... IF�Irepe 1..07.. 6 .::......................I[2iis osaIL_of..I a�eriia.Ils �..i .7....7.. ........................................................................ .FlesLo.ira.Gii irn of IF.I..relp 1i!Y ........................................................... f irnviiirofrn.irnrn.elrn�ail...Coln�llii.a..ln. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 Item # Subiect Pages .1........................1..........................." .........................................................f.o.r ...C.2.o.ye..o...ein.ge ....o.f Llb.e ....O.W.r.er 108.12.. ..:.....................CIlaiifnn iifrn.s�...Owinefr_afrnd AG�iieIn "TIh�elreeirn ............................................................................ O.....1..::......................�U .e o. C.2.r�.p.11 � �....If��fr�ii�in�...o:�..W.o..rlk 109.. IMF... SUIRIF...II IF...IM"r AIMID IP XII IFIM"r 109 1 to 109 T, 9.�. IF: I a v 'n, n e i n t felrll...al�elrairnd IMaGelriiall: INe II...iiein, S 110.. AIR QUAII....IIT> Y IMFQUIIIRIF...II IF...IM"r FOR IF... UIIIPII IF...IN"r 110 1 to 110 2 .I....�..2..J..::............................11. !.ii.11al inj..If:p qauiilr i In.I .110... .::...........................GAP. Iralii�Irn. II...If: auiilr i In .11..0...::............................I���22LtiiIrn.g...:�o...O irner 110.4. IE::irn felrceinn eirn G .................................................................................................................... STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 101. DEFINITIONS AND ABBREVIATIONS 101.1. DEFINITIONS The following words and expressions, or pronouns used in their place, shall wherever they appear in this Contract be construed as follows, unless a different meaning is clear from the context: Addendum, Bulletin or Letter of Clarification: Any additional contract provisions, or change, revisions or clarification of the contract documents issued in writing by the OWNER, to prospective bidders prior to the receipt of bids. Advertisement: All of the legal publications pertaining to the work contemplated or under contract. Approved, Directed, Required, and Words of Like Import: Whenever they apply to the work or its performance, the words "directed," "required," "permitted," "ordered," "designated," "established," "prescribed" and words of like import used in the contract, specifications or upon the drawings shall imply the direction, requirement, permission, order, designation or prescription of the OWNER; and "approved," "acceptable," "satisfactory" and words of like import shall mean approved by, acceptable to or satisfactory to the OWNER. Backfill: embedment and final backfill Base: a layer of specified material of plan thickness placed immediately below the pavement course surfacing. Bedding: material upon which a pipe rests. Bid: The written statement or statements duly filed with the OWNER specified in the advertisement for bids of these specifications by the person, persona, partnership, company, firm, association, or corporation proposing to do the work contemplated, including the approved form on which the formal bids for the work are to be prepared. Bidder: Any person, persons, partnership, company, firm, association, or corporation acting directly or through a duly authorized representative submitting a bid for the work contemplated. Bulletin: see Addendum. Calendar Days: Any successive days of the week or month, no days being excepted. It shall be taken to mear the same as a normal calendar day. Change Order: A properly authorized written order to the CONTRACTOR, signed by the OWNER directing an addition, deletion or revision in the work within the general scope of the contract documents, or authorizing an adjustment in the contract price or the contract time. Completion Time: The time set forth in the contract for the performance and completion of the work contracted for. The time may be expressed as calendar days, working days or a specific date. Conflict of Interest: A conflict of interest is when any person employed by bidder or bidder's company has any known business relationships, other than previous contracts awarded through a competitive bidding process, or has an existing relationship with any employee of the OWNER. Construction Equipment: All machinery of 25 horsepower or more which is powered by an internal combustion engine, but which is not used solely for competition or as a motor vehicle subject to the requirements of Texas Transportation Code 502.002. This includes, but is not limited to, excavators, graders, generators, and similar equipment. Contract or Contract Documents: Contract documents are all of the written, printed, typed and drawn instruments that comprise and govern the performance of the contract as defined herein. The contract and contract documents include the advertisement, instructions to bidders, proposal, addendum, specifications, including the general, special and technical conditions, provisions, plans or working drawings — and any change orders, or supplemental agreements pertaining to the work or materials thereof; and bonds and any additional documents incorporated by reference in the above. Contract Price: The total monies payable to the CONTRACTOR under the terms and conditions of the contract documents. When used in such context, it may also mean the unit price of an item of work under the contract terms. Contract Time: See "Completion Time" Contract Work: Everything expressly or impliedly required to be furnished and done by the CONTRACTOR by any one or more parts of the contract documents, except "extra work" as hereinafter defined; it being understood that, in case of any inconsistency between any part or parts of this Contract, the OWNER shall determine which shall prevail in accordance with Ilteir�.-105...1..,: Contract Documents hereof. Consulting Engineer: The person, firm, or entity hired as an independent consultant by the OWNER to design the Project and represent the OWNER in the administration of the CONTRACT in whatever capacity the OWNER designates; the OWNER may, at its sole option, designate the Consulting Engineer to be the Engineer for 101-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 purposes of administration of the CONTRACT. The Consulting Engineer shall be understood to be the Consulting Engineer of the OWNER, and nothing contained in the CONTRACT Documents shall be construed to make the Consulting Engineer an employee of the OWNER, nor shall they be construed to create any contractual or agency relationship between the Consulting Engineer and the CONTRACTOR. The term includes the officers, employees, associates, agents, and subconsultants of Consulting Engineer, if any. CONTRACTOR: The person, persons, partnership, firm, corporation, association or organization, or any combination thereof, as an independent CONTRACTOR entering into the contract for the execution of the work, acting directly or through a duly authorized representative. Other CONTRACTORS: Any CONTRACTOR, other than the CONTRACTOR or Its SUBCONTRACTORS, who has a direct contract with the OWNER for work on or adjacent to the site of the work. Days: See "Completion Time" Deleterious: Substances, elements, or components are those that are damaging, harmful, undesirable, or adulterating to the integrity or purity of the specified base material. Drawings or Contract Drawings: Only those drawings specifically entitled as such and as specified in the contract, or in any bulletin, or any detailed drawing furnished by the OWNER, pertaining or supplemental thereto. Embedment: bedding and initial backfill. Engineer: The Engineer or its duly authorized representative means the Engineer of the OWNER. Equal: Materials, articles or methods which are of equal or higher quality than those specified or shown on the drawings and as further defined in Il."g.ir�-1-06"..j..,: Substitution of Materials, as determined by the OWNER. Extra Work: Work other than that which is expressly or impliedly required by the Contract documents at the time of the execution of the Contract. Final backfill: material required to fill the trench from the top of the initial backfill to ground elevation or subgrade of a street. Hazardous Substance: (1) any asbestos or any material which contains any hydrated mineral silicate, including chrysolite, amosite, crocidolite, tremolite, anthophylite, or actinolite, whether friable or non -friable; (2) any polychlorinated biphenyls (PCBs), or PCB -containing materials, or fluids; (3) radon; any other hazardous, radioactive, toxic, or noxious substance, material, pollutant, or solid, liquid or gaseous waste; (4) any pollutant or contaminant (including but not limited to petroleum, petroleum hydrocarbons, petroleum products, crude oil or any fractions thereof, any oil or gas exploration or production waste, any natural gas, synthetic gas or any mixture thereof, lead, or other toxic metals) which in its condition, concentration or area of release could have a significant effect on human health, the environment, or natural resources; (5) any substance that, whether by its nature or its use, is subject to regulation or requires environmental investigation, monitoring, or remediation under any federal, state, or local environmental laws, rules, or regulations; (6) any underground storage tanks, as defined in 42 U.S.C. Section 6991(1)(A)(1) (including those defined by Section 9001(1) of the 1984 Hazardous and Solid Waste Amendments to the Resource Conservation and Recovery Act, 42 U.S.C. Section 6901 et seq.; the Texas Water Code Annotated Section 26.344; and Title 30 of the Texas Administrative Code Sections 334.3 and 334.4), whether empty, filled or partially filled with any substance; (7) and any other hazardous material, hazardous waste, hazardous substance, solid waste, and toxic substance as those or similar terms are defined under any federal, state, or local environmental laws, rules, or regulations. Initial backfill: material that covers the wastewater collection system and water lines. Inspector: Any representative of the OWNER designated to inspect the work. Letter of Clarification: see Addendum. Low -Use Equipment: Any piece of equipment which is used for less than ten hours per week on a single public works contract. Maintenance Bond: A bond executed by a corporate surety in accordance with Section 3503.002, Vernon's Texas Insurance Code, in the amount of the contract guaranteeing the prompt, full and faithful performance of the general guaranty and warranty contained in the Contract Documents. Major Item: A major item is any line item of the work to be performed which amounts to 5 percent or more of the total contract amount. 101-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 Material Man or Supplier: Any SUBCONTRACTOR contracting with the CONTRACTOR, or any of its SUBCONTRACTORS, to fabricate or deliver or who actually fabricates or delivers, materials, supplies or equipment to be consumed or incorporated into the work. Notice: Written notice effective the date of the postmark thereon, or if hand delivered, effective the date of hand delivery, or if electronically delivered, effective as described in Il. g.ir�_1_0..8.,,, Service of Notices. OWNER: The public governmental agency identified throughout the contract documents or the entity as specifically identified in the contract. The term OWNER means the OWNER or its authorized representative(s). OWNER's Representative: The Engineer or other duly authorized assistant, agent, inspector or superintendent acting within the scope of the particular duties instructed to him or her by the OWNER. Payment Bond: A bond executed by a corporate surety in accordance with Section 3503.002, Texas Insurance Code and Chapter 2253, Texas Government Code, in the amount of the contract, solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the general CONTRACTOR or a SUBCONTRACTOR to supply public work labor or material. Performance Bond: A bond executed by a corporate surety in accordance with Section 3503.002, Texas Insurance Code and Chapter 2253, Texas Government Code, in the amount of the contract, solely for the protection of the OWNER, conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Plan or Plans: The plans are the drawings or reproductions therefrom made by or approved by the OWNER showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the OWNER may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the OWNER. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. Proposal: The written and signed offer of the bidder, when submitted on approved proposal forms, to perform the contemplated work and furnish the necessary material and labor in accordance with the provisions of the plans and specifications, special and general provisions, and all contract documents. Site: The area upon or in which the CONTRACTOR's operations are carried on, and such other areas adjacent thereto as may be designated as such by the OWNER. Special Provisions or Conditions: The special clauses of the contract, setting forth conditions or requirements peculiar to the specific project involved, supplementing the standard or general specifications and taking precedence over any conditions or requirements of the standard or general specifications with which they are in conflict. Specifications or Contract Specifications: All of the general, special and technical conditions or provisions, and all addendum or supplements thereto. Subbase: a layer of specified material of plan thickness between a base and a subgrade. SUBCONTRACTORS: Any persons, firm or corporation, other than employees of the CONTRACTOR, who or which contracts with the CONTRACTOR to furnish, or who actually furnishes, labor and/or materials and equipment at or about the site. Subgrade: that portion of the roadbed upon which the subbase, base or the pavement is to be placed. It includes the OWNER's required distance beyond the back of the curb for streets, which are to be paved with concrete. Superintendent: A person who has permission to act as an agent of the CONTRACTOR and has authority to issue both verbal and written agreements. Sureties: The corporate bodies which are bound by such bonds as are required with and for the CONTRACTOR. The sureties engaged to be responsible for the entire and satisfactory fulfillment of the Contract, and for any and all requirements as set out in the specifications, Contract or plans. In order for a surety to be acceptable, the surety shall conform to the requirements of Section 3503.002, Texas Insurance Code. Texas Low Emission Diesel (TxLED): Diesel fuel which is compliant with the TxLED program requirements as set forth by the TCEQ. Work: All work including the furnishing of all labor, materials, tools, equipment, required submittals and incidentals to be performed by the CONTRACTOR under the terms of the contract. Working Time: See "Completion Time" Working Day: A working day is defined as a calendar day not including Saturdays, Sundays or those legal holidays as specified in the list prepared by the OWNER for contract purposes, in which weather or other 101-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 conditions not under the control of the CONTRACTOR shall permit the performance of the principal units of work underway for a continuous period of not less than seven hours between 7:00 am and 6:00 pm. A principal unit of work shall be that unit which controls the completion time of the contract. 101.2. ABBREVIATIONS AND ACRONYMS References to specifications, standards, and guidelines throughout this text shall refer to the most current adopted versions. Wherever the abbreviations defined herein occur on the plans, in the specifications, contract, bonds, advertisement, proposal, or in any other document or instrument herein contemplated or to which the specifications apply or may apply, the intent and meaning shall be as follows: % Percent Foot or Feet " Inch or Inches # Pound or pounds, or number if it precedes a numeral AASHTO American Association of State Highway and Transportation Officials ABA American Bankers Association ACI American Concrete Institute am, a.m. Before noon ADA Americans with Disabilities Act ANSI American National Standards Institute Asph. Asphalt Assn. Association ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials APWA American Public Works Association AWPA American Wood -Preservers' Association AWS American Welding Society AWWA American Water Works Association Bc Outside diameter of Pipe Bd Trench width BMP Best Management Practice C Centigrade cc Cubic Centimeter CFR Code of Federal Regulations cfs Cubic feet per second Cl Cast Iron CL Center Line cm Centimeter CO Cleanout C.O.C. Cleveland Open Cup Conc. Concrete Cond. Conduit Corr. Corrugated cSt Centistokes (Viscosity) Cu. Cubic Culy. Culvert CY, C.Y. Cubic Yard D Inside Diameter DI Ductile Iron Dia. Diameter Dr. Driveway Elev. Elevation F Fahrenheit 101-4 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 FM Factory Mutual fps Feet per second Ft. Foot or Feet Gal. Gallon g, gm Gram HDPE High Density Polyethylene HP Horsepower Hr. Hour ID Inside Diameter in. Inch or Inches ISSA International Slurry Surfacing Association iSWM Integrated Stormwater Management Kg or kg Kilogram kPa Kilopascals L Liter Lb. Pound or Pounds LDPE Low Density Polyethylene LF. Linear foot or feet Lin. Linear LL Liquid Limit LLDPE Linear Low Density Polyethylene LMDPE Linear Medium Density Polyethylene LOI Loss on Ignition M Meter Max. Maximum MH Manhole Min. Minimum or Minute M.J. Mechanical Joint mm Millimeter Mod. Modified Mono. Monolithic mph Miles per hour MSS Manufacturers Standardization Society of the Valve and Fittings Industry MS4 Municipal Separate Storm Sewer System MPa Megapascal MUTCD (Texas) Manual on Uniform Traffic Control Devices NACE National Association of Corrosion Engineers Nat'l National NEMA National Electrical Manufacturers Association No. Number N.P.T. National Pipe Thread NRMCA National Ready -mixed Concrete NSF National Sanitation Foundation o.d., OD Outside Diameter OSHA Occupational Safety and Health Administration oz. Ounce Pa Pascal PI, P.I. Plasticity Index pm, p.m. Afternoon psi Pounds per Square Inch PVC Polyvinyl Chloride PVCO Molecularly Oriented PVC 101-5 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 R Radius RAP Recycled/Reclaimed Asphalt Pavement RCP Reinforced Concrete Pipe RCRA Resource Conservation and Recovery Act Reinf. Reinforced or reinforcing Rem. Remove Rep. Replace RAN, ROW, Right -of -Way RofW Sani., San. Sanitary Sec. Second S.F. Square Foot or Saybolt Furol (Viscosity) Sq. Square SSPC The Society for Protective Coatings [formerly Steel Structures Painting Council] St. Street or Storm Std. Standard Str. Strength SWPPP Storm Water Pollution Prevention Plan SY Square Yard TAC Texas Administrative Code TAS Texas Accessibility Standards Tex-###-X Refer to TxDOT Manual of Testing Procedures TCEQ Texas Commission on Environmental Quality [formerly Texas Natural Resource Conservation Commission (TNRCC)] TDLR Texas Department of Licensing and Regulations TMUTCD Texas Manual on Uniform Traffic Control Devices TxDOT Texas Department of Transportation TxDOT Item # Refer to TxDOT Standard Specifications for Construction of Highways, Streets and Bridges UL Underwriter's Laboratory um, tam Micrometers US, U.S. United States U.S.C. United States Code USEPA United States Environmental Protection Agency Vert. Vertical Vol. Volume Wt. Weight Yd. Yard 101-6 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 102. PROPOSAL PROCEDURES 102.1. PROPOSAL FORM The OWNER shall furnish bidders with proposal forms which shall state the general location and description of the contemplated work and which shall contain an itemized list of the items of work to be done or materials to be furnished, and upon which bid prices are asked. The proposal form shall specify the form and amount of the proposal guaranty. 102.2. QUANTITIES IN PROPOSAL FORM The quantities of the work and materials set forth in the proposal form or on the plans approximately represent the work to be performed and materials to be furnished, and are for the purpose of comparing the bids on a uniform basis. Payment shall be made to the CONTRACTOR only for the actual quantities of work performed or materials furnished as measured in the field or otherwise determined by the OWNER in accordance with the Contract; and it is understood that the quantities may be increased or decreased as hereinafter provided, without in any way invalidating the bid prices. 102.3. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF THE WORK Bidders are advised that the plans, specifications and other documents on file as stated in the advertisement shall constitute all the information, which the OWNER shall furnish. Bidders are required, prior to submitting any proposal, to review the plans and read the specifications, proposal, Contract and bond forms carefully; to obtain and read the most current versions of all referenced State, Federal, and National standards; to visit the site of the work; to examine carefully local conditions; to inform themselves by their independent research, tests and investigations of the difficulties to be encountered and judge for themselves the accessibility of the work and all attending circumstances affecting the cost of doing the work or time required for its completion; and to obtain all information required to make a proposal. No information given by the OWNER or any official thereof, other than that shown on the plans and contained in the specifications, proposals and other Contract documents, shall be binding upon the OWNER. Bidders shall rely exclusively upon their own estimates, investigations, tests and other data, which are necessary for full and complete information upon which the proposal may be based. Any bidder, by submitting a bid, represents and warrants: that it has prepared the bid in accordance with the specifications, with full knowledge and understanding of the terms and provisions thereof; that it has done any inspection or test it deems appropriate; that it has reviewed, studied and examined its bid prior to the signing and submission of same; and that it was cognizant of the terms of its proposal, verified its calculations and found them to be correct and agrees to be bound thereby. 102.4. PREPARATION OF PROPOSAL The bidder shall submit its proposal on the forms furnished or approved by the OWNER. All blank spaces in the form shall be correctly filled in and the bidder shall state the prices, both in words and numerals, for which it proposes to do the work contemplated or furnish the material required. Such prices shall be written in ink distinctly and legibly or submitted electronically if allowed by OWNER. In cases of discrepancy, the OWNER shall select the one most favorable to the OWNER, provided that it does not create a material mistake in the bid or otherwise change the result of bidding. If an individual submits the proposal, that individual or duly authorized agent must sign the proposal. If an association or partnership submits the proposal, the name and address must be given and the proposal signed by a duly authorized member of the association or partnership. If a corporation submits the proposal, the corporate name and business address must be given and the proposal signed by a duly authorized corporate officer or agent. Powers of attorney authorizing agents to sign the proposal must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. When allowed by the bid documents, bids by internet, electronic mail or facsimile are acceptable as long as all legal and bid requirements are met. The CONTRACTOR accepts all risks associated with bidding in this manner. It is understood and agreed that the proposal may not be withdrawn once the bid -opening process has begun. 102.4.1. Safety Record. If the safety record is part of the bid requirements in accordance with Section 252.0435, Local Government Code, each CONTRACTOR bidding on projects must submit a notarized 102-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 affidavit with its bid attesting to its safety record. This information may be considered in determining the responsibility of the bidder for purposes of award. 102.5. PROPOSAL GUARANTY No proposal shall be considered unless it is accompanied by a cashier's check on any state or national bank or acceptable bidder's surety bond, as specified in fteinn 1.0 . Award and Execution of Contract, payable unconditionally to the OWNER. The cashier's check or bidder's surety bond shall be in the amount of not less than five percent of the total amount of the bid. The proposal guaranty is required by the OWNER as evidence of good faith and as a guarantee that if awarded the Contract, the bidder shall execute the Contract and furnish the required bonds and evidence of insurance within 10 days after receipt of the awarded Contract or pay the damages as set forth below. The bidder's surety bond shall be conditioned that, if the proposal is withdrawn after the bids have been opened or the CONTRACTOR refuses to execute the Contract in accordance with its proposal and provide the required surety bonds, the CONTRACTOR and the surety shall become liable to the OWNER for the amount of the bidder's surety bond. In the event a cashier's check is submitted along with the proposal of the bidder, and the CONTRACTOR does not execute the Contract and provide the required surety bonds and evidence of insurance within 10 days after receipt of the awarded Contract, or withdraws its bid after bids have been opened, the OWNER shall be entitled to the proceeds of such check. 102.6. FILING OF PROPOSALS No proposal shall be considered unless it is filed at the place and within the time limit for receiving proposals as stated in the advertisement and/or Notice to Bidders or any addendum. Each proposal shall be in a sealed envelope, plainly marked with the word "Proposal" and the name or description of the project as designated in the advertisement. 102.7. WITHDRAWING PROPOSALS Proposals filed with the OWNER can be withdrawn or modified and redeposited prior to the time set for opening proposals. Request for non -consideration of proposals must be made in writing addressed to the OWNER prior to the time set for opening proposals. After other proposals are opened and publicly read, the proposal for which non -consideration is properly requested will be returned unopened. The proposal may not be withdrawn after the bid opening has commenced. The bidder, in submitting the same, warrants and represents that its bid has been carefully reviewed and checked and that it is in all things true and accurate and free of mistakes and that such bid shall not and cannot be withdrawn after opening because of any mistake committed by the bidder; provided, however, that any bidder may withdraw its bid 90 days after the actual date of opening thereof, should no award have been made to such bidder. 102.8. OPENING PROPOSALS The proposals filed with the OWNER shall be opened at the time stated in the advertisement and/or in the Notice to Bidders or any subsequently issued addendum, and publicly read aloud, and shall thereafter remain on file with the OWNER. No Contract shall be awarded based on such proposals until after at least two days have elapsed. 102.9. CONSIDERATION OF PROPOSAL After proposals are opened, the proposals shall be tabulated for comparison on the basis of the bid prices and quantities shown in the proposal. Until final award of the Contract, the OWNER reserves the right to reject any or all proposals, to waive technicalities or irregularities at its option, to re -advertise for new proposals or proceed to do the work otherwise in the best interests of the OWNER. Each bidder shall be furnished a copy of the bid tabulation upon request. 102.10. IRREGULAR PROPOSALS Proposals shall be considered irregular if they show any omissions, alterations of form, additions, unbalanced values or conditions not called for, unauthorized alternate bids or other irregularities of any kind. The OWNER may reject any proposal containing any such irregularity. The OWNER, however, reserves the right to waive any irregularities and to make the award in the best interest of the OWNER. 102-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 The BIDDER or CONTRACTOR shall not take advantage of any error in the bidding or contract documents. Anything mentioned in the specifications and not shown on the drawings, or shown on the drawings and not mentioned in the specifications, shall be of like effect as if shown in or mentioned in both. In the case of any apparent difference between the drawings and specifications, or any other apparent error which the BIDDER or the CONTRACTOR may discover, the BIDDER or CONTRACTOR shall refer the matter to the OWNER, to which the decision of the OWNER shall govern. The OWNER shall have the right to correct any error discovered. 102.11. REJECTION OF PROPOSALS The OWNER reserves the right to reject any or all proposals; and all proposals submitted are subject to this reservation. Proposals may be rejected for any of the following reasons, but not necessarily limited thereto: (1) proposal received after the time limit for receiving proposals as stated in the advertisement or any subsequently issued addendum; (2) proposal unaccompanied by the required bid security; (3) proposal constituting a nonresponsive bid; (4) proposal containing unsolicited conditions or qualifications; (5) failure to use the OWNER'S form of bid bond in submitting proposal, if included in the bid documents; or (6) a proposal submitted with a bid bond issued by a surplus line company or by a surety not licensed to transact insurance business in the State of Texas. (7) In the judgment of the OWNER, the proposal is incomplete. (8) All rejections shall be final. (9) The OWNER has the right to reject any and all bids and to accept or reject any and all schedules. 102.12. DISQUALIFICATION OF BIDDERS Bidders may be disqualified and their proposal not considered for any of the following reasons, but not necessarily limited thereto: (1) reasonable belief that collusion exists among the bidders; (2) reasonable belief that any bidder is interested in more than one proposal for the work contemplated; (3) the bidder having a history of filing frequent, excessive, meritless, or fraudulent claims against the OWNER, or against other CONTRACTORS on a project of the OWNER, or against other OWNERS or CONTRACTORS; (4) the bidder or its surety having defaulted on a previous contract, or the bidder performing poorly on a previous or current contract; (5) lack of competency, skill, judgment, financial capability, resources, integrity, reputation, reliability or responsibility to perform the work as revealed by the bid proposal, bid questionnaires, financial statement, performance history or other relevant information obtained by the OWNER. (6) uncompleted work which in the judgment of the OWNER shall prevent or hinder the prompt completion of additional work if awarded; (7) failure of bidder to use OWNER'S form of bid bond in submitting its bid, or submission of a cashier's check drawn on a state or national bank not located in the OWNER'S jurisdictional area; (8) unbalanced value of any bid items; (9) the bidder is currently a party to any litigation against the OWNER. (10) bidder's unexcused failure to properly and/or timely complete a project with the OWNER. (11) the OWNER's decision that the bidder is disqualified shall be final. 102.13. RETURN OF PROPOSAL GUARANTY Upon request, the OWNER shall return the proposal guaranties accompanying all proposals (except for the three apparent low proposals, or per policy of the OWNER. The three apparent low proposal guaranties shall be retained by the OWNER until the required Contract and surety bonds have been executed, after which they shall be returned. 102-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 103. AWARD AND EXECUTION OF CONTRACT 103.1. CONTRACTOR'S WARRANTIES AND UNDERSTANDING In consideration of, and to induce the award of this Contract to it, the CONTRACTOR represents and warrants: (1) that it is financially solvent, and sufficiently experienced and competent to perform the work; (2) that the facts stated in the proposal and the information given by it pursuant to the bidding documents are true and correct in all respects; (3) that it has read, understood and complied with all the requirements set forth in the bidding documents; (4) that it is familiar with and understands all laws and regulations applicable to the work; and (5) unless otherwise specifically provided for in the Contract documents, the CONTRACTOR shall do all the work and shall furnish all the tools, equipment, machinery, materials, supplies, labor and appliances, except as herein otherwise specified, necessary or proper for performing and completing the work required by this Contract, in the manner and within the time herein prescribed. By executing the Contract, the CONTRACTOR represents that it has visited the site of work, has fully familiarized itself with the local and on -site conditions under which the work is to be performed and has correlated its observation with the requirements of the Contract documents. In addition, the CONTRACTOR represents that it has satisfied itself as to subsurface conditions at the site of the work. Information, data and representations contained in the Contract documents pertaining to the conditions at the site, including subsurface conditions, are for information only and are not warranted or represented in any manner to accurately show the conditions at the site of the work. The CONTRACTOR agrees that it shall make no claims for damages; additional compensation or extension of time against the OWNER because of encountering actual conditions in the course of the work, which vary or differ from conditions or information, contained in the Contract documents. Except as provided in Iltgi J 0..Z... ..,, Existing Structures, Facilities and Appurtenances, all risks of differing subsurface conditions shall be borne solely by the CONTRACTOR. CONTRACTOR assumes all risks for differing site conditions, and all risks and costs. Unless otherwise stated in the Contract, the CONTRACTOR agrees that all or a portion of the work required by this Contract is a governmental function of the OWNER. 103.2. AWARD OF CONTRACT The OWNER will attempt to award the Contract within 90 days after the opening of proposals. The award, if made, shall be to the lowest responsible bidder; but in no case shall the award be made until after investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. If awarded the Contract, the bidder shall execute the Contract and furnish the required bonds and evidence of insurance within 10 days after receipt of the awarded Contract. 103.3. SURETY BONDS 103.3.1. CONTRACTOR Surety Bonds. With the execution and delivery of the Contract, the CONTRACTOR shall furnish and file with the OWNER in the amounts herein required, the surety bonds specified hereunder. Without exception, the OWNER's bond forms must be used, and exclusive venue for any lawsuit in connection with such bonds shall be specified as the county in which the OWNER's principal office is located. Such surety bonds shall be in accordance with the provisions of Texas Government Code, Chapter 2253, as amended, and Section 3503.002 of the Insurance Code, as amended. These bonds shall automatically be increased by the amount of any change order or supplemental agreement which increases the Contract price with or without notice to the surety, but in no event shall a change which reduces the Contract amount reduce the penal amount of such bonds. If performance and payment bond forms are included in the bid documents, these forms shall be used with this Contract. 103.3.1.1. Performance Bond. A good and sufficient bond in an amount not less than 100-percent of the approximate total amount of the Contract, as evidenced by the proposal tabulation, or, conditioned on the faithful performance of the work in accordance with the plans, specifications and Contract documents, including performance of any guarantees or warranties required by OWNER, and including any extensions thereof, for the protection of the OWNER. This bond shall provide for the repair and/or replacement of all defects due to faulty materials and workmanship that appear within a period of one 103-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 year from the date of completion and acceptance of the improvement by the OWNER or such lesser or greater period as may be designated in the Contract documents. 103.3.1.2. Payment Bond. A good and sufficient bond in an amount not less than 100-percent of the approximate total amount of the Contract, as evidenced by the proposal tabulation, or otherwise solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the prime CONTRACTOR or a SUBCONTRACTOR to supply public work labor or material. 103.3.1.3. Additional or Substitue Bonds. If at any time the OWNER is or becomes dissatisfied with any surety on a performance or payment bond, the CONTRACTOR shall, within five days after notice from the OWNER to do so, substitute an acceptable bond (or bonds), or provide an additional bond, in such form and sum and signed by such other surety or sureties as may be satisfactory to the OWNER. The premiums on such bonds shall be paid by the CONTRACTOR without recourse to the OWNER. No further payments under the Contract shall be deemed due or payable until the substitute or additional bonds have been furnished to and accepted by the OWNER. 103.3.1.4. Bond Amounts Based on Contract Amount. If the amount of the Contract, including OWNER -accepted alternates and allowances, if any, is greater than $100,000, Performance and Payment Bonds in 100% of the Contract amount are mandatory and shall be provided by the bidder receiving the award. If the Contract amount is greater than $50,000 but less than or equal to $100,000, only a Payment Bond in 100% of the Contract amount is mandatory; provided, however, that the bidder receiving the award may elect to furnish a Performance Bond in the same amount if the bidder so chooses. If the Contract amount is less than or equal to $50,000, the bidder receiving the award may elect not to provide Performance and Payment Bonds; provided that in such event, no money will be paid to the CONTRACTOR until final completion and acceptance of all work by OWNER. If the bidder receiving the award elects to provide Performance and Payment Bonds in 100% of the Contract amount, progress payments will be disbursed in accordance with the applicable Contract provisions. 103.3.2. Developer Surety Bonds. In order to insure that it might not incur liabilities, an OWNER may require, before it gives approval of the plans for development, that the OWNER of said development shall provide sufficient surety bond(s) to guarantee that claims against such development, in the event of default, shall be satisfied. Model Forms A.10, through A.13, for private development are in Appendix A. Claimants may also seek recovery by other means. 103.3.3. Sureties. No sureties shall be accepted by the OWNER who are now in default or delinquent on any bonds or who are interested in any litigation against the OWNER. All bonds shall meet the applicable requirements of Section 3503.002, Texas Insurance Code and Chapter 2253, Texas Government Code, shall be made on forms furnished by the OWNER, and shall be executed by not less than one corporate surety authorized to do business in the State of Texas and acceptable to the OWNER. The Texas Insurance Board can be contacted at 800-578-4677. Each bond shall be executed by the CONTRACTOR and surety. Each surety shall designate on the bond the name, address and phone number of a representative for the surety located in a county of the State of Texas acceptable to the OWNER to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. The OWNER reserves the right to reject any and all sureties. 103.4. INSURANCE Any insurance policies required under this Il.�eir� 103.4 Insurance may be written in combination with any of the others, where legally permitted, but none of the specified limits may be lowered thereby. 103.4.1. CONTRACTOR'S Insurance. Without limiting any of the other obligations or liabilities of the CONTRACTOR, during the term of the Contract the CONTRACTOR and each SUBCONTRACTOR at its own expense shall purchase and maintain the herein stipulated minimum insurance with companies duly approved to do business in the State of Texas and satisfactory to the OWNER. In no case shall the insurance be less than that specified in the contract by the OWNER. Certificates of each policy and a copy of each policy shall be delivered to the OWNER before any work is started, along with a written statement from the issuing company stating that said policy shall not be canceled, renewed or materially changed without 30 days advance written notice being given to the OWNER, except when the policy is being canceled for nonpayment of 103-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 premium, in which case 10 days advance written notice is required. Prior to the effective date of cancellation, the CONTRACTOR must deliver to the OWNER a replacement certificate of insurance or proof of reinstatement. A model Certificate of Insurance is illustrated in Model Form A.6. in Appendix A. Coverage shall be of the following types and not less than the specified amounts: 103.4.1.1. Worker's Compensation. Workers' compensation as required by Texas law, with the policy endorsed to provide a waiver of subrogation as to the OWNER; employer's liability insurance of not less than $100,000 for each accident, $100,000 disease - each employee, $500,000 disease - policy limit. 103.4.1.2. Commercial General Liability. Commercial general liability insurance, including independent CONTRACTOR's liability, completed operations and contractual liability, covering, but not limited to, the liability assumed under the indemnification provisions of this Contract, fully insuring CONTRACTOR'S (or SUBCONTRACTOR'S) liability for injury to or death of OWNER's employees and third parties, extended to include personal injury liability coverage with damage to property of third parties, with minimum limits as set forth in Table 103.4.1.2.(a) General Liability Insurance Minimum Coverage. The policy shall include coverage extended to apply to completed operations, asbestos hazards (if this project involves work with asbestos) and XCU (explosion, collapse and underground) hazards. The completed operations coverage must be maintained for a minimum of one year after final completion and acceptance of the work, with evidence of same filed with OWNER. Table 103.4.1.2.(a) General Liability Insurance Minimum Coverage General Aggregate $1,000,000 Products - Components/Operations Aggregate $1,000,000 Personal and Advertising Injury $ 600,000 Each Occurrence $ 600,000 Fire Damage (any one fire) $ 50,000 Medical Expense (any one person) $ 5,000 103.4.1.3. Automobiles. Comprehensive automobile and truck liability insurance, covering owned, hired and non -owned vehicles, with a combined bodily injury and property damage minimum limit of $600,000 per occurrence; or separate limits of $250,000 for bodily injury (per person), $500,000 for bodily injury (per accident) and $100,000 for property damage. Such insurance shall include coverage for loading and unloading hazards. 103.4.2. OWNER'S Protective Liability Insurance. CONTRACTOR shall obtain, pay for and maintain at all times during the prosecution of the work under this Contract an OWNER's protective liability insurance policy naming the OWNER and the Engineer as insureds for property damage and bodily injury, which may arise in the prosecution of the work or CONTRACTOR's operations under this Contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the CONTRACTOR's liability insurance with a combined bodily injury and property damage minimum limit of $600,000 per occurrence and $1,000,000 aggregate. 103.4.3. "Umbrella" Liability Insurance. If required by OWNER, CONTRACTOR shall obtain, pay for and maintain umbrella liability insurance during the Contract term, insuring CONTRACTOR for an amount of not less than $1,000,000 per occurrence combined limit for bodily injury and property damage that follows form and applies in excess of the primary liability coverages required hereinabove. The policy shall provide "drop down" coverage where underlying primary insurance coverage limits are insufficient or exhausted. OWNER and Engineer shall be named as additional insureds. 103.4.4. Railroad Protective Insurance. When required in the Special Provisions, CONTRACTOR shall obtain, maintain and present evidence of railroad protective insurance (RPI). The policy shall be in the name of the railroad company having jurisdiction over the right-of-way involved. The minimum limit of coverage shall meet the specifications provided by the railroad company. The OWNER shall specify the amount of RPI necessary. 103-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 103.4.5. Policy Endorsements and Special Conditions 103.4.5.1. Endorsements. Each insurance policy to be furnished by CONTRACTOR shall include the following conditions by endorsement to the policy: (1) each policy shall name the OWNER as an additional insured as to all applicable coverage; (2) each policy shall require that 30 days prior to the cancellation, nonrenewal or any material change in coverage, a notice thereof shall be given to OWNER by certified mail. If the policy is canceled for nonpayment of premium, only 10 days written notice to OWNER is required; (3) the term "OWNER" shall include all authorities, boards, bureaus, commissions, divisions, departments and offices of the OWNER and individual members, employees and agents thereof in their official capacities and/or while acting on behalf of the OWNER; (4) the policy phrase "other insurance" shall not apply to the OWNER where the OWNER is an additional insured on the policy; and (5) all provisions of the Contract concerning liability, duty and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 103.4.5.2. Insurance Requirements. Insurance furnished by the CONTRACTOR shall be in accordance with the following requirements: (1) any policy submitted shall not be subject to limitations, conditions or restrictions deemed inconsistent with the intent of the insurance requirements to be fulfilled by the CONTRACTOR. The OWNER's decision thereon shall be final; (2) all policies are to be written through companies duly licensed to transact that class of insurance in the State of Texas; and (3) all liability policies required herein shall be written with an "occurrence" basis coverage trigger. 103.4.5.3. CONTRACTOR Agreements. CONTRACTOR agrees to the following: (1) CONTRACTOR hereby waives subrogation rights for loss or damage to the extent same are covered by insurance. Insurers shall have no right of recovery or subrogation against the OWNER, it being the intention that the insurance policies shall protect all parties to the Contract and be primary coverage for all losses covered by the policies; (2) companies issuing the insurance policies and CONTRACTOR shall have no recourse against the OWNER for payment of any premiums or assessments for any deductibles, as all such premiums and deductibles are the sole responsibility and risk of the CONTRACTOR; (3) approval, disapproval or failure to act by the OWNER regarding any insurance supplied by the CONTRACTOR (or any SUBCONTRACTORS) shall not relieve the CONTRACTOR of full responsibility or liability for damages and accidents as set forth in the Contract documents. Neither shall the bankruptcy, insolvency or denial of liability by the insurance company exonerate the CONTRACTOR from liability; and (4) no special payments shall be made for any insurance that the CONTRACTOR and SUBCONTRACTORS are required to carry; all are included in the Contract price and the Contract unit prices. (5) approval, disapproval or failure to act by OWNER regarding any insurance supplied by CONTRACTOR or its SUBCONTRACTORS shall not relieve CONTRACTOR of full responsibility or liability for damages, errors, omissions or accidents during the term of the Contract. 103.5. EXECUTION OF CONTRACT 103.5.1. OWNER AND CONTRACTOR Responsibilities. The CONTRACTOR shall within 10 business days after receipt of the Contract sign the necessary agreements entering into the required Contract with the OWNER. No Contract shall be binding on the OWNER until all authorized signatures required by law have been affixed and the executed Contract delivered to the CONTRACTOR. 103.5.2. Failure to Execute. The failure of the CONTRACTOR to execute the Contract or provide the required statutory surety bonds within 10 business days after the Contract is received shall constitute a breach of its proposal and the OWNER may annul the award and retain the proceeds of the bid security. In the event the OWNER should re -advertise for bids, the defaulting CONTRACTOR may not be eligible to bid. 103-4 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 103.6. NOTICE TO PROCEED AND COMMENCEMENT OF WORK Upon OWNER receipt of the executed Contract and the required insurance and surety bonds, a notice to proceed shall be issued by the OWNER indicating the date upon which the Contract time shall start and the projected date of completion. The OWNER will attempt to provide the notice to proceed within the time specified in the plans. The CONTRACTOR shall commence work within 10 days from the date specified in the written notice to proceed. No work shall commence before the notice to proceed has been issued. Unless otherwise specified in the contract, there shall be a preconstruction meeting between the OWNER and CONTRACTOR prior to the commencement of work. 103.7. DELAY OF CONTRACT The CONTRACTOR shall not be entitled to any claim for damages due to delay in the award or notice to proceed. If the CONTRACTOR encounters any delay occasioned by the OWNER's failure or inability to obtain right-of-way or is delayed by the relocation or removal of any of the utilities or other installations of similar kind, the CONTRACTOR shall not be entitled to any claim for damages by virtue of any delay. Should the OWNER unreasonably delay the issuance of the notice to proceed through no fault of the CONTRACTOR, the CONTRACTOR shall be entitled only to an extension of Contract time, the Contract amount to remain unchanged. The OWNER has the right to reject any and all bids and to accept or reject any and all schedules. At such time as actual construction has been started, the work will not be stopped or delayed without written permission of the OWNER, excluding delays caused by adverse weather conditions. The CONTRACTOR shall maintain at all times sufficient equipment and personnel on the project to produce satisfactory progress during the construction period. 103.8. ORDER OF WORK TO BE PERFORMED After a contract has been awarded and before the "Notice to Proceed" is issued, the OWNER reserves the right to prioritize the order of the Work to be performed. 103-5 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 104. SCOPE OF WORK 104.1. INTENT OF CONTRACT DOCUMENTS The intent of the documents, unless otherwise specifically provided, is to produce complete and finished work, which the CONTRACTOR undertakes to do in full compliance with the Contract documents. It is not intended to mention every item of work in the specifications that can be adequately shown on the drawings nor to show on the drawings all items of work described or required by the specifications. All materials or labor for work shown on the drawings or reasonably inferable therefrom as being necessary to produce a finished job shall be provided by the CONTRACTOR whether or not same is expressly covered in the specifications. No verbal conversation, understanding or agreement with any officer or employee or agent of the OWNER, either before or after the execution of the Contract, shall affect or modify any of the terms, conditions or obligations contained in the Contract documents. The CONTRACTOR shall do all work as provided in the plans, specifications, special provisions, bid and contract, and shall do such additional extra work as may be considered necessary to complete the work in a satisfactory manner acceptable to the OWNER. The CONTRACTOR shall furnish all labor, tools, materials, machinery, equipment, and incidentals necessary to the satisfactory prosecution and completion of the work. 104.1.1. Arrangement of Specifications and Headings. The inclusion of any particular specification in the various sections and divisions of these specifications does not indicate that it is applicable only to work specified within that section. For any particular item of work on any type of project, the specification describing that item shall govern regardless of the section of these specifications within which it is included. The specifications included herein are grouped together for convenience only and not for the purpose of restricting the application of any specification. The titles and headings contained in the contract documents and the subject organization are used only to facilitate reference, and in no way define or limit the scope or intent of any of the provisions of this contract. 104.2. CHANGE OR MODIFICATION OF CONTRACT 104.2.1. Increased or Decreased Quantities of Work. The OWNER reserves the right to make changes in the quantities of the work, as may be considered necessary or desirable, and such changes shall not be considered as waiving or invalidating any conditions or provisions of the Contract or bonds. The CONTRACTOR shall perform the work as altered, whether increased or decreased, and no allowances shall be made for anticipated profits. The OWNER reserves the right to decrease the work under this Contract. Payment to the CONTRACTOR for the Contract items shall be made for the actual quantities of work performed and material furnished at the unit prices set forth in the Contract, except as provided below. When the quantity of work to be done or of materials to be furnished under any major item of the Contract is more than 125 percent of the quantity stated in the Contract, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 125 percent of the quantity stated in the Contract. When the quantity of work to be done or of materials to be furnished under any major item of the Contract is less than 75 percent of the quantity stated in the Contract, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the work performed. Any revised consideration shall be paid for as is hereinafter provided under Il.�eir�._1.0 Payment for Extra Work. The foregoing notwithstanding, the total original Contract amount shall not be increased more than 25 percent; the CONTRACTOR, by submission of a bid and execution of the Contract, is deemed to consent to the OWNER's right to reduce the total original Contract amount by more than 25 percent. The Contract amount or the Contract time can only be increased or decreased by a properly written change order. 104.2.2. Alteration of Plans and Specifications. The OWNER reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original plans and specifications or change the general nature of the work as a whole. Such changes shall not be 104-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 considered as waiving or invalidating any condition or provision of the Contract and bonds. Such changes shall be issued by the OWNER. 104.2.3. Extra Work. When any work is necessary to the proper completion of the project and for which no prices are provided for in the proposal and Contract, the CONTRACTOR shall do such work, but only when and as ordered in writing by the OWNER. Extra Work is further explained in Il.f':em 1.0 ...., Payment for Extra Work and Il.teir�._1.04.3. Disputed Work and Claims for Additional Compensation. Payment for Extra Work shall be made as hereinafter provided in Iltgir� 10 ...3... Payment for Extra Work. No work shall be undertaken which requires extra payment without having an executed change order approved by the CONTRACTOR and the OWNER, except when so ordered in writing. 104.2.4. Finality of Change Orders. In addition to the OWNER, the CONTRACTOR shall sign the Change Order Documents to verify the terms and conditions established by the Change Order; however, failure or refusal of the CONTRACTOR to sign a Change Order shall not relieve the CONTRACTOR of its obligation to execute the proposed changes in accordance with this Item and the other terms and provisions of this Contract. Each Change Order shall be specific and final as to prices and the extension of time, if any, and no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. 104.2.5. General Claim Procedures. Except where otherwise provided in the Contract Documents, claims by the CONTRACTOR, whether for damages, additional compensation, additional time or other reasons must be made by written notice to the OWNER within fourteen days after occurrence of the event or events giving rise to the particular claim. Every claim, whether for damages, additional compensation, additional time or other reasons shall be signed and sworn to by an authorized corporate officer (if not a corporation, then an official of the company authorized to bind the CONTRACTOR by his or her signature) of the CONTRACTOR, verifying the truth and accuracy of the claim. Such verification shall be a condition precedent to the acceptability of any claim asserted by the CONTRACTOR. The CONTRACTOR shall be deemed to have waived any claim not made strictly in accordance with the procedure and time limits set out in this paragraph. 104.3. DISPUTED WORK AND CLAIMS FOR ADDITIONAL COMPENSATION If the CONTRACTOR is of the opinion that: (1) certain work necessary or required to accomplish the result intended by this Contract or certain work ordered to be done as contract work by the OWNER is actually Extra Work and not CONTRACTOR work, or (2) any determination or order of the OWNER violates the terms and provisions of this Contract, then the CONTRACTOR shall promptly, either before proceeding with such work or complying with such order or determination, notify the OWNER in writing of its contentions with respect thereto and request a final determination by the OWNER. Such determination of the OWNER shall be given in writing to the CONTRACTOR. If the OWNER determines that the work in question is Extra Work and not Contract work, or that the order complained of requires performance by the CONTRACTOR beyond that required by the Contract or violates the terms and provisions of the Contract, thereupon the OWNER shall cause either (a) the issuance of a change order covering the Extra Work as provided for in Il.teir�._1.04. Change or Modification of Contract hereof, or (b) the determination or order complained of to be rescinded or so modified so as to not require performance beyond that required by the terms and provisions of the Contract. If the OWNER determines that the work in question is Contract Work and not Extra Work, or that the determination or order complained of does not require performance by the CONTRACTOR beyond that required by the Contract or violate the terms and provisions of the Contract, the OWNER shall direct the CONTRACTOR to proceed, and the CONTRACTOR must promptly comply. In order to reserve its right to claim compensation for such work resulting from such compliance, however, the CONTRACTOR must, within fourteen (14) days after receiving the OWNER's determination and direction, notify the OWNER in writing that the work is being performed, or that the determination and direction is being complied with, under protest. If the OWNER is properly notified of a protest by the CONTRACTOR, then the cost of such disputed work shall be accounted for in accordance with the force account method described in l.e...o.n 1 0.2.....3 .,, Force Account Work. Payment, if any is due, shall be made when the OWNER makes a final determination regarding the merit of the CONTRACTOR's protest. The final determination of the cost 104-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 of disputed work under this method, or of any issue regarding the merits of a protest, is not waived by the OWNER's issuance of any Change Order providing for the funding of the disputed work. If the CONTRACTOR fails to so appeal to the OWNER for a determination or, having so appealed, should the CONTRACTOR thus fail to notify the OWNER in writing of its protest, the CONTRACTOR shall be deemed to have waived any claim for extra compensation of damages therefore. No oral appeals or oral protests, no matter to whom made, shall be deemed even substantial compliance with the provisions of this item. A delay of the CONTRACTOR due to a court order against the OWNER, or due to the OWNER's failure to secure right-of-way at the time required or because of a conflict of a utility with the work, shall not be cause for additional compensation for damages sustained by the CONTRACTOR, but may be a cause for extension of Contract working time only. In addition to the foregoing requirements, the CONTRACTOR shall, upon notice from the OWNER, produce for examination and audit at the CONTRACTOR's office, by the representatives of the OWNER, all its books and records showing all of its acts and transactions in connection with contractual performance as well as relating to or arising by reason of the matter in dispute. At such examination a duly authorized representative of the CONTRACTOR may be present. Unless the aforesaid requirements and conditions shall have been complied with by the CONTRACTOR, the OWNER shall be released from all claims arising under, relating to or by reason of this Contract, except for the sums to be due under the payment provisions of this Contract. It is further stipulated and agreed that no conduct on the part of the OWNER or any agent or employee of the OWNER shall ever be construed as a waiver of the requirements of this section, when such requirements constitute an absolute condition precedent to any approval of any claim for extra compensation, notwithstanding any other provisions of the Contract documents; and in any action against the OWNER to recover any sum in excess of the Contract amount, the CONTRACTOR must allege and prove strict compliance with the provisions of this section. In connection with the examination provided for herein, the OWNER, upon demand therefore, shall also produce for inspection by the CONTRACTOR such records as the OWNER may have with respect to such disputed work or work performed under protest pursuant to order of the OWNER, except those records and reports which may have been prepared for the purpose of determining the accuracy and validity of the CONTRACTOR's claim. 104.4. PERFORMANCE OF EXTRA OR DISPUTED WORK While the CONTRACTOR or any SUBCONTRACTOR is performing Extra Work in accordance with Iltelrtt�.-109..3...,: Force Account Work or is performing disputed work or complying with a determination or order under protest in accordance with Il.f':2.o.n_1_0.4... Disputed Work and Claims for Additional Compensation (the cost of which shall also be determined by the method set out in Il.teinn 109.3.3..Force Account Work), the CONTRACTOR shall daily furnish the OWNER or other representative of the OWNER at the project site with three copies of verified statements showing: (1) the name and number of each worker, foreman, timekeeper, mechanic, or laborer employed on such work or engaged in complying with such determination or order, the character of such work each is doing and the wages paid to him or her, including the rate and amount of payroll taxes, contribution for insurance and federal social security; and (2) the nature, cost and quantity of any materials, supplies, tools, plant or construction equipment furnished or used in connection with the performance of such work or in complying with such determination or order, and from whom purchased or rented. The above required statements and submittals are in addition to and not in lieu of statements or submittals required under ,Iteir�,,,,1,0;4.3. Disputed Work and Claims for Additional Compensation and Il;tg,ir�,,,,109... ,;. Payment for Extra Work. A copy of such statements shall be signed by the OWNER's representative, noting thereon any items in question, and shall be returned to the CONTRACTOR within two working days after submission. This signature shall not be construed as the OWNER's agreement and acceptance of items not questioned since all items are subject to subsequent review and audit by OWNER representatives. The CONTRACTOR and Its SUBCONTRACTORS, when required by the OWNER, must also produce for inspection and audit by designated OWNER representatives, any and all of their books, vouchers, records, daily job diaries and reports, canceled checks, etc. showing the nature and quantity of labor, materials and equipment actually used in the performance of the such Work or Disputed Work; the amounts expended therefore; and the costs 104-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 incurred for insurance premiums and other items of expense directly chargeable to such Extra Work or Disputed Work. The CONTRACTOR must permit the OWNER's representatives to make extracts there from or copies thereof as may be desired. Failure of the CONTRACTOR to comply strictly with these requirements shall constitute a waiver of any claim for extra compensation on account of the performance of such Extra Work or Disputed Work. 104-4 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 105. CONTROL OF WORK 105.1. CONTRACT DOCUMENTS 105.1.1. Priority of Contract Documents. In case of conflict between Contract documents, priority of interpretation shall be in the following order: (1) signed agreement (or Contract); (2) performance and payment bonds; (3) proposal; (4) special provisions (or conditions); (5) advertisement for bids (or invitation to bidders, or request for proposals); (6) project (or Contract) drawings; (7) Standard Specifications from Public Works Construction Standards - North Central Texas, and any addendum; (8) Standard Drawings from Public Works Construction Standards - North Central Texas, and any addendum; (9) referenced specifications. 105.1.2. Correlation of Documents. The Contract documents are complementary and what is called for by any one shall be as binding as if called for by all. 105.1.3. Contract Drawings and Specifications. The OWNER shall furnish the CONTRACTOR such copies of the Contract and any supplemental drawings and specifications reasonably necessary for the proper execution of the work. At least one copy of all drawings and specifications shall be accessible at all times to the OWNER at the job site. The plans, the specifications, the proposal, special provisions and all supplementary documents are intended to describe a complete work and are essential parts of the Contract. All requirements occurring in any of them are binding. In cases of discrepancies, figured dimensions shall govern over scaled dimensions; plans shall govern over Standard Specifications, special provisions shall govern over both plans and Standard Specifications. All other provisions of these Standard Specifications shall remain in force. 105.1.4. Supplemental Drawings and Specifications. In order to carry out the intent of the Contract documents and to assist the CONTRACTOR in performing its work, the OWNER, after the execution of the Contract, may, by supplemental drawings, specifications or otherwise, furnish additional information or instructions as may be necessary for construction purposes. All such supplemental drawings, specifications or instructions are intended to be consistent with the Contract documents and reasonably inferable therefrom. Therefore, no extra costs shall be allowed by the OWNER on a claim that particular supplemental drawings, specifications or instructions differ from the requirements of the Contract documents, incurring extra costs, unless the CONTRACTOR has first brought the matter, in writing, to the OWNER's attention for adjustment before proceeding with the work covered by such. If the OWNER shall decide that there is no departure from the requirements of the Contract documents, the CONTRACTOR shall then proceed with the work as shown, specified or directed. If the OWNER shall decide that extra work is involved, OWNER shall so modify the supplemental drawings, specifications or instructions to eliminate the extra work, or cause a written change order to be issued in accordance with Il. 2J22_10.4 2.. Change or Modification of Contract herein. 105.1.5. Referenced Standards. All referenced State, Federal, and National standards are the most current version in effect, unless specifically noted otherwise. Referenced standards may include, but are not limited to, the latest version of publications such as TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, TxDOT Manual of Testing Procedures, Federal Specifications, ASTM designations, AWWA standards, TMUTCD, ADA, TAS, and standards of other professional societies and associations. 105.1.6. Errors and Corrections in Drawings and Specifications. The OWNER shall be permitted to make such corrections or interpretations as may be necessary for the fulfillment of the intent of the Contract documents. The CONTRACTOR shall not take advantage of any apparent errors, omissions or discrepancies in the drawings or specifications. In case of any errors, omissions or discrepancies in the drawings or 105-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 specifications, the CONTRACTOR shall promptly submit the matter to the OWNER who, in turn, shall promptly make a determination and issue the necessary instructions in writing. Any adjustment by the CONTRACTOR without this determination and instructions shall be at the CONTRACTOR's own risk and expense. The work is to be made complete as intended by the Contract documents. 105.2. WORKMANSHIP, WARRANTIES, AND GUARANTEES 105.2.1. Workmanship. Unless otherwise expressly provided in the Contract drawings or specifications, the work shall be performed in accordance with the best modern practice with materials and workmanship of the highest quality and suitable for their purpose. The OWNER shall judge and determine the CONTRACTOR's compliance with these requirements. 105.2.2. Special Warranty. If within one year after final acceptance of the work by the OWNER, as evidenced by the final certificate of acceptance or within such longer or shorter period of time as may be prescribed by law or by the terms of any other applicable special warranty on designated equipment or portions of work as required by the Contract documents, any of the work is found to be defective or not in accordance with the Contract documents, the CONTRACTOR shall correct it promptly after receipt of a written notice from the OWNER to do so. This obligation shall survive termination of the Contract. The OWNER shall give such notice promptly after discovery of the condition. 105.2.3. SUBCONTRACTORS' and Manufacturers' Warranties. All SUBCONTRACTORS', manufacturers' and suppliers' warranties and guarantees, express or implied, respecting any part of the work and any materials used therein, shall be obtained and enforced by the CONTRACTOR for the benefit of the OWNER without the necessity of separate transfer or assignment thereof, provided that if directed by the OWNER, the CONTRACTOR shall assign such warranties and guarantees in writing to the OWNER. 105.2.4. Corrected Work Warranty. Any work repaired or replaced shall be subject to the provisions of this section to the same extent as work originally performed. 105.2.5. Rights and Remedies. The rights and remedies of the OWNER provided in this section are in addition to, and do not limit, any rights or remedies afforded to the OWNER by law or any other provision of the Contract documents, or in any way limit the OWNER's right to recovery of damage due to default under the Contract. 105.3. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Shop drawings are drawings, diagrams, schedules and other data specially prepared for the work by the CONTRACTOR or any SUBCONTRACTOR, manufacturer, supplier or distributor to illustrate some portion of the work. Product data or manufacturer's data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the CONTRACTOR to illustrate a material, product or system for some portion of the work. Samples are physical examples, which illustrate materials, equipment or workmanship and establish standards by which the work shall be judged. With reasonable promptness and in such sequence as to cause no delay in the work or in the work of the OWNER or any separate CONTRACTOR, CONTRACTOR shall submit an acceptable number of copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the OWNER for review. Submittals may be checked by and stamped with the approval of the CONTRACTOR and identified as the OWNER may require. Such review by the OWNER shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the OWNER, which may result from OWNER's review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the CONTRACTOR of responsibility for errors or omissions in the submitted data. The OWNER may require that certain submittals be sealed by a licensed Texas Engineer. Processed shop drawing submittals are not change orders. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. The CONTRACTOR shall not be relieved of responsibility for any deviation from the requirements of the Contract documents by the OWNER's approval of shop drawings, product data or samples unless the CONTRACTOR has specifically informed 105-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 the OWNER in writing of such deviation at the time of submission and the OWNER has given written approval to the specific deviation. The purpose of submittals by the CONTRACTOR is to demonstrate that the CONTRACTOR understands the design concept, and that it demonstrates its understanding by indicating which equipment and materials it intends to furnish and install, and by detailing the fabrication and installation methods it intends to use. The CONTRACTOR shall be responsible for dimensions that are to be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of its work with that of other trades and satisfactory performance of its work. The CONTRACTOR shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. No portion of the work requiring submission of a shop drawing, product data or sample shall be commenced until the submittal has been approved by the OWNER. All such portions of the work shall be in accordance with approved submittals. The CONTRACTOR shall be responsible for delays caused by rejection of the submittal of inadequate or incorrect shop drawings, product data or samples. The CONTRACTOR shall be responsible for providing all copies of approved shop drawings necessary for the construction operations. Three (3) copies of the approved submittals shall be retained by the CONTRACTOR until completion of the project and presented to the OWNER in bound form. 105.4. CONSTRUCTION STAKES Unless otherwise expressly provided in the Contract drawings or specifications, the CONTRACTOR is responsible for locating or reestablishing project survey control, construction staking, including benchmarks, centerlines, and other measurements necessary for the proper execution of the project. The OWNER shall furnish the CONTRACTOR with all necessary information relating to the lines and grades. All surveying under this section performed by the CONTRACTOR shall be done by a Texas Registered Professional Land Surveyor (RPLS). After completion of staking, the CONTRACTOR shall furnish survey field notes and cut sheets to the OWNER for review. Review of survey field notes and cut sheets shall in no way relieve the CONTRACTOR of liability for incorrectly setting stakes. When not listed as a separate pay item in the Contract, construction staking shall be considered as incidental work, and the cost thereof shall be included in such pay items as are provided in the Contract. 105.5. MEANS AND METHODS OF CONSTRUCTION Unless otherwise expressly provided in the Contract drawings, specifications or bulletins, the means and methods of construction shall be such as the CONTRACTOR may choose; subject, however, to the OWNER's right to prohibit means and methods proposed by the CONTRACTOR which in the OWNER's judgment: (1) shall constitute a hazard to the work, or to persons or property, or shall violate express requirements of applicable laws or ordinances; or (2) shall cause unnecessary or unreasonable inconvenience to the public; or (3) shall not produce finished work in accordance with the requirements of the Contract documents; or (4) shall not assure the work to be completed within the time allowed by the Contract. The OWNER's approval of the CONTRACTOR's means or methods of construction, or the OWNER's failure to exercise OWNER's right to prohibit such means or methods, shall not relieve the CONTRACTOR of its responsibility for the work or of its obligation to accomplish the result intended by the Contract documents; nor shall the exercise or non -exercise of such rights to prohibit create a cause of action for damages or provide a basis for any claim by the CONTRACTOR against the OWNER. Where the Contract drawings, specifications or bulletins do not require the use of specific means or methods of construction, sequencing of construction or a specific traffic control plan, the CONTRACTOR shall submit its proposed plan of procedure, sequencing or traffic control plan to the OWNER sufficiently in advance of the work affected to permit a reasonable time for review and comments. The sequence of construction and traffic control plan must be approved in advance by the OWNER before construction begins. Failure to submit the proposed plan within a reasonable time shall not create a claim for damages for resulting delay in the work or for damages, nor shall it be a cause for extension of working time to complete the work. CONTRACTOR further agrees to defend and indemnify OWNER for any claim or cause of action brought by any third party against the OWNER provided for in Ilteirt�..-107..3... Indemnification hereof. 105-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 105.5.1. Conformity with the Plans. All work shall conform to the lines, grades, cross -sections, and dimensions shown on the plans. Any deviation from the plans which may be required by the emergency needs of construction will be determined and authorized in writing by the OWNER. 105.5.2. Public Utilities and Other Property to be Changed. In case it is necessary to change or move the property of any OWNER or of a public utility, such property shall not be moved or interfered with until ordered to do so by the OWNER. The right is reserved to the OWNER of public utilities to enter upon the limits of the contract for the purpose of making such changes or repairs to their property that may be made necessary by performance of the contract. The OWNER reserves the right of entering upon the limits of a contract for the purpose of repairing or relaying sewer and water lines and appurtenances, repairing structures, etc. and for making other repairs, changes, or extensions to any property on the project site. 105.6. SUPERVISION BY CONTRACTOR The status of the CONTRACTOR is that of an independent CONTRACTOR under Texas law and the work under this Contract shall be under the direct charge and superintendence of the CONTRACTOR. Except where the CONTRACTOR is an individual and gives its personal superintendence to the work, the CONTRACTOR shall provide a competent superintendent or general foreman on the work site at all times during progress with full authority to act for CONTRACTOR. The CONTRACTOR shall also provide an adequate staff for the coordination and expediting of its work. The superintendent and staff shall be satisfactory to the OWNER. The superintendent or general foreman shall not be changed during this Contract except with the written consent of the OWNER or unless the superintendent or general foreman proves unsatisfactory to the CONTRACTOR and ceases to be in its employ. If the superintendent or any staff should be or become unsatisfactory to the OWNER, he/she shall be removed by the CONTRACTOR upon written direction of the OWNER, and in such event, the CONTRACTOR shall not be entitled to file a claim for any additional working time or money from the OWNER. The CONTRACTOR shall provide the OWNER a list of a minimum of three working contacts who are available 24 hours per day, seven days per week. 105.7. OWNER'S REPRESENTATIVES Where the Contract documents indicate that determinations, directions or approvals shall be made by the OWNER or "OWNER's representatives," this shall mean the OWNER acting directly, or through duly authorized persons acting within the limit of authority delegated to them. 105.7.1. Authority of the Engineer. All work shall be performed in a good and workmanlike manner and to the satisfaction of the Engineer. The Engineer shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, sequence of the construction, interpretation of the plans and specifications, acceptable fulfillment of the Contract, compensation, mutual rights between CONTRACTORS under these specifications and suspension of the work. Engineer shall determine the amount and quality of work performed and materials furnished, and Engineer's decisions and estimates shall be final. Engineer estimate in such event shall be a condition precedent to the right of the CONTRACTOR to receive money due under the Contract. 105.7.2. OWNER'S Representative's Final Determination. The OWNER's representative's determinations shall be final relative to the proper performance of the work and the materials used, and the CONTRACTOR is bound thereby. It is hereby covenanted and agreed between the two parties of this Contract that the OWNER's representative shall review and determine all disputes, controversies or claims of either party in relation to this Contract or its performance. Such determination shall be made in writing by the OWNER's representative within a reasonable time and shall be final and conclusive upon both the CONTRACTOR and the OWNER. It is further covenanted and agreed between the two parties to the Contract that the determination by the OWNER's representative shall be a condition precedent to the right of any legal action at law or in equity that either party may have against the other. 105-4 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 105.8. SERVICE OF NOTICES The OWNER and the CONTRACTOR shall designate an address and, if available, a facsimile number, an email address, and other mutually agreeable contact methods where all notices, directions or other communications may be delivered. Notices to the surety or sureties on Contract bonds shall be directed or delivered to the surety's home office or to the surety's designated agent for delivery of notices. Service by mail shall be presumed complete upon deposit of the paper, enclosed in a postpaid, properly addressed envelope, in a post office or official depository under the care and custody of the United States Postal Service. Service by facsimile or email after 5:00 p.m. local time of the recipient shall be deemed delivered on the following business day. A party may change its designated address, facsimile number, email address, or other mutually agreeable method of communication by delivering written notice of the change, properly signed, to all interested parties. Nothing herein contained shall be deemed to preclude hand delivery of any notice, direction or communication to a party mentioned above. 105.9. INSPECTION It is the intent of the OWNER to inspect all work on this project. The CONTRACTOR shall obtain written verification from the OWNER if an inspector is not needed before proceeding with that particular item of work. The CONTRACTOR must pay for all testing needed to determine acceptability for any work done without inspection, as directed by the OWNER. The CONTRACTOR shall furnish the OWNER with every reasonable facility for ascertaining whether or not the work performed was in accordance with the requirements and intent of the plans and specifications. Any work done (except excavation) or materials used without suitable inspection by the OWNER may be ordered removed and replaced at the CONTRACTOR's expense. 105.9.1. Removal of Defective and Unauthorized Work. All work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at the CONTRACTOR's expense. Defective materials shall be immediately removed from the site of the work. Work done without line and grade having been given, work done beyond the lines or not in conformity with the grades shown on the plans or as given, save as herein provided, work done without written authority and prior agreement in writing as to process, shall be done at the CONTRACTOR's risk and shall be considered unauthorized and at the option of the OWNER may not be measured and paid for and may be ordered removed at the CONTRACTOR'S expense. Upon failure of the CONTRACTOR to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized or condemned work or materials immediately after receiving notice from the OWNER, the OWNER shall, after giving written notice to the CONTRACTOR, have the authority to cause defective work to be remedied or removed and replaced, or to cause unauthorized work to be removed and to deduct the cost thereof from any monies due or to become due the CONTRACTOR. Alternatively, the OWNER may, at its option, declare the CONTRACTOR in default, in which event the performance bond surety shall complete the Contract. 105.9.2. Final Inspection. Whenever the improvements provided for by the Contract shall have been completely performed on the part of the CONTRACTOR, the CONTRACTOR shall notify the OWNER that the improvement is ready for final inspection. If the work is not acceptable to the OWNER at the time of such inspection, OWNER shall inform CONTRACTOR as to the particular defects to be remedied before final acceptance shall be made. CONTRACTOR shall promptly remedy the identified defects. The OWNER will notify the CONTRACTOR of the time allowed for correction of the unacceptable items found during the final inspection. The OWNER shall make final inspection of all work included in the Contract as soon as practicable after remedies have been made and the work is ready for acceptance. 105.9.3. Inspection Overtime. Project inspectors must be paid via the contract. The CONTRACTOR is required to reimburse the OWNER or its designated representative for the cost of all inspection overtime which may be necessary for the successful and expeditious prosecution of the work included in this Contract. Requests for overtime inspection must be submitted to the OWNER two working days in advance and on the proper form. Payment to the OWNER or its designated representative for overtime inspection costs will be made within 10 days of receipt of invoice. Failure to submit payment for overtime inspection may result in the 105-5 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 OWNER withholding the next monthly partial payment. No additional compensation or time shall be granted the CONTRACTOR for withheld monthly partial payments due to nonpayment of inspector overtime. The maximum overtime rate for construction inspectors shall be determined by the OWNER. In case of disputes, the OWNER's decision shall be final. Model Form A.8. Inspection Overtime is included in Appendix A. 105.10. ACCEPTANCE Once the work is satisfactory to the OWNER and in accordance with the specifications and Contract documents, the CONTRACTOR shall be issued a certificate of acceptance. The Certificate of Acceptance will not be issued until all work required by the Contract, including all water and wastewater appurtenances have been adjusted to their final position. 105-6 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 106. CONTROL OF MATERIAL 106.1. SUBSTITUTION OF MATERIALS The specifications for materials set out the minimum standard of quality that the OWNER believes necessary to procure a satisfactory project. No substitutions will be permitted until the CONTRACTOR has received written permission of the OWNER to make a substitution for the material that has been specified. Requests for substitution shall be made prior to the date of the preconstruction conference. Where the term "or equal," or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the OWNER. If a product of any other name is proposed for use, the OWNER'S approval thereof must be obtained before the CONTRACTOR procures the proposed substitute. Where the term "or equal," or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the CONTRACTOR shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the OWNER, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "Substitutions" shall be applicable to all sections of these specifications. Should an authorized substitution require redesign of a portion of the work or alterations to the plans or specifications in order for the materials or articles which are to be substituted to properly fit or in other ways to be satisfactory, the OWNER shall accomplish such redesigns and alterations. The CONTRACTOR shall bear all reasonable costs associated with redesign and alteration efforts performed by the OWNER. 106.2. MATERIALS AND EQUIPMENT The CONTRACTOR shall be free to obtain the approved materials, equipment and articles from sources of its own selection. However, if the OWNER finds that the work shall be delayed or adversely affected in any way because a selected source of supply cannot furnish a uniform product in sufficient quantity and at the time required and a suitable source does exist, or the product is not suitable for the work, the OWNER shall have the right to require the original source of supply changed by the CONTRACTOR. The CONTRACTOR shall have no claim for extra cost or damage because of this requirement. The CONTRACTOR warrants to the OWNER that all materials and equipment furnished under this Contract shall be new unless otherwise specified in the Contract documents and that same shall be of good quality and workmanship, free from faults and defects and in conformance with the Contract documents. All materials and equipment not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective and shall be promptly repaired or replaced by the CONTRACTOR at the CONTRACTOR's sole cost upon demand of the OWNER. If required by the OWNER, the CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 106.3. SALVAGEABLE MATERIAL All salvageable material shall be designated by and remain the property of the OWNER. Any designated salvageable material that is destroyed or damaged due to negligence of the CONTRACTOR shall be replaced with new material by the CONTRACTOR at no expense to the OWNER. Salvage material, unless designated for reuse, shall be returned to a location designated by the OWNER. 106.4. OFF -SITE STORAGE Materials shall be stored so as to insure the preservation of their quality and fitness for the work. When directed by the OWNER, they shall be placed on wooden platforms or other hard, clean surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. Payment for costs incurred in storage of materials or equipment away from the project site will not be made by the OWNER unless: (1) the OWNER has approved off -site storage in writing; and (2) the materials will not be incorporated into the project within the next 60 days; 106-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 (3) the materials or equipment are stored in a bonded warehouse located in the County approved by the OWNER and identified with the project for which they are stored as evidenced by warehouse receipts and appropriate documents of title; (4) an official PAID receipt from the material supplier is provided; and (5) CONTRACTOR may invoice only for the amount actually paid for the storage of the material. (6) Storage in facilities of the manufacturer or CONTRACTOR will not be permitted or paid for, unless such storage is expressly approved in writing by the OWNER. 106.4.1. Early Delivery to Project Site. All materials or equipment delivered to the project site earlier than thirty (30) days prior to an approved schedule for delivery to the project site shall be classified as an "early delivery". All early delivery materials or equipment must have written permission of the OWNER to be stored on the project site. Should any unauthorized early delivery occur, CONTRACTOR shall, at the CONTRACTOR's expense, cause such early delivery to be removed from the project site and stored off -site until required at the project site. All costs of labor, transportation and storage will be included as part of the expense. If the CONTRACTOR fails or refuses to remove unauthorized early delivery materials, the OWNER may cause such materials to be removed at the CONTRACTOR's sole expense, and amounts may be withheld from the CONTRACTOR's Application for Payment to reimburse the OWNER for any costs incurred in removing unauthorized early delivery materials. The OWNER will not be responsible for the protection of or risk of loss on any early delivery materials or equipment, nor will the OWNER be liable for any payment thereon. 106.5. SAMPLES AND TESTS OF MATERIALS Unless otherwise stipulated in the Contract documents, initial testing of all materials, construction items or products incorporated in the work shall be performed at the direction and expense of the OWNER, including initial compaction and density tests deemed necessary. In the event materials, construction items or products incorporated in the work fail to satisfy the minimum requirements of the initial test, appropriate prove out test shall be made as directed by the OWNER to determine the extent of the failure and to verify that the corrective measures have brought the item up to specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the CONTRACTOR. The failure of the OWNER to make any tests of materials shall in no way relieve the CONTRACTOR of its responsibility of furnishing materials conforming to the Contract documents. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American Society for Testing and Materials. The CONTRACTOR shall provide such facilities as the OWNER may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The CONTRACTOR shall furnish adequate samples without charge. Test materials and samples shall be stored so as to ensure the preservation of their quality and fitness for the Work. If directed by the OWNER, they shall be placed on wooden platforms or other hard, clean surfaces and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. The inspections and tests made by the OWNER, its inspectors or agents, shall ordinarily be made without cost to the CONTRACTOR unless otherwise expressly specified in the Contract documents. The CONTRACTOR shall furnish without additional cost to the OWNER such materials for testing as may be reasonably necessary. Retesting after failure to pass tests shall be at the expense of the CONTRACTOR. Should the percentage of rejected material or equipment be unreasonably large, the additional cost of such inspection and tests resulting therefrom shall be borne by the CONTRACTOR. The OWNER shall determine what extra inspection is and shall determine the additional cost incurred thereby and payable by the CONTRACTOR, and such determination shall be final. 106.6. SURPLUS MATERIALS Surplus materials shall be disposed of by the CONTRACTOR at his expense. Surplus materials including excavation shall be removed from the site unless specified otherwise under the performance specifications. 106-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 ITEM 107. LEGAL RELATIONS AND CONTRACTOR RESPONSIBILITIES 107A. CONTRACTOR INDEPENDENCE While engaged in carrying out and complying with the terms and conditions of this Contract the CONTRACTOR is, and shall be, an independent CONTRACTOR and shall not, with respect to its acts or omissions, be deemed an officer, employee or agent of the OWNER. The CONTRACTOR shall not at any time or in any manner represent that it or any of its agents or employees are in any manner agents or employees of the OWNER. CONTRACTOR Is, and shall remain, an independent CONTRACTOR, with full, complete and exclusive power and authority to direct, supervise, and control its own employees and SUBCONTRACTORS and to determine the method of the performance of the work covered under this Contract. The fact that the OWNER or the Engineer shall have the right to inspect or observe CONTRACTOR's work during performance and to exercise the other rights and prerogatives expressly reserved to the OWNER or the Engineer under this Contract is not intended to, and shall not any time, change or affect the status of the CONTRACTOR as an independent CONTRACTOR with respect to the OWNER, the CONTRACTOR's own employees or any other person, firm or corporation. Nothing contained in the Contract documents shall create any contractual or agency relationship between the Engineer and the CONTRACTOR. 107.2. NO THIRD PARTY CONTRACTUAL RIGHTS This Contract is solely for the benefit of the parties to this Contract and are not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 107.3. INDEMNIFICATION CONTRACTOR covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, OWNER, its officers, officials, agents and employees, from and against any and all claims or suits, judgments and costs and expenses for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the work and services to be performed hereunder by CONTRACTOR, its officers, officials, agents, employees, SUBCONTRACTORS, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, agents, and employees, of the OWNER. CONTRACTOR likewise covenants and agrees to, and does hereby, indemnify and hold harmless OWNER from and against any and all injuries, damage, loss or destruction to property of OWNER during the performance of any of the terms and conditions of this contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, agents, or employees of OWNER. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 107.4. OWNER'S OFFICERS, EMPLOYEES OR AGENTS 107.4.1. Claim Against Officers, Employees or Agent of the OWNER. No claim whatsoever shall be made by the CONTRACTOR against any officer, employee, or agent of the OWNER for or on account of, anything done or omitted to be done in connection with this Contract. 107.4.2. Financial Interest in Any Contract by OWNER'S Officers, Employees or Agents. CONTRACTOR is hereby advised to comply with the OWNER's financial interest or comparable policy. If OWNER does not implement a financial interest or comparable policy of its own, provisions of this Item shall govern matters of financial interest. No officer, employee, or agent of the OWNER shall have a financial interest, direct or indirect, in any contract with the OWNER or be financially interested, directly or indirectly, in the sale to the OWNER of any land, materials, supplies or services, except on behalf of the OWNER as an officer or employee. Any violation of this article with the knowledge, expressed or implied, of the persons, partnership, company, firm, association or corporation contracting with the OWNER shall render the Contract involved voidable by the OWNER. 107.4.3. Conflict of Interest. CONTRACTOR shall complete and submit the State of Texas Conflict of Interest Questionnaire, form CIQ as required by Texas Local Government Code, Chapter 176. 107-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 107.5. VENUE AND GOVERNING LAW The parties herein agree that this Contract shall be performed in the county in which the OWNER's principal office is located, and if legal action is necessary in connection therewith, exclusive venue shall lie in this county. The terms and provisions of the Contract documents shall be construed in accordance with the laws and court decisions of the State of Texas. 107.6. NO WAIVER OF LEGAL RIGHTS Inspection by the OWNER; any order, measurement, quantity or certificate by the OWNER; any order by the OWNER for payment of money; any payment for or acceptance of any work; or any extension of time or any possession taken by the OWNER shall not operate as a waiver of any provisions of the Contract or any power therein reserved to the OWNER of any rights or damages therein provided. Any waiver of any breach of Contract shall not be held to be a waiver of any other or subsequent breach. The OWNER reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract documents. The OWNER reserves the right to recover by process of law sums as may be sufficient to correct any error or make good any deficiency in the work resulting from such error, dishonesty or collusion by the CONTRACTOR or its agents that is discovered in the work by the OWNER after the final payment has been made. Neither final acceptance of the work nor final payment shall relieve the CONTRACTOR of responsibility for faulty materials or workmanship, and the CONTRACTOR shall promptly remedy any defects due thereto and pay for any damage to other work resulting therefrom. Likewise, neither final acceptance nor final payment, nor partial or entire use or occupancy of the work by the OWNER shall constitute acceptance of work not done in accordance with the Contract documents or relieve CONTRACTOR of liability with respect to any expressed or implied warranties or responsibility for faulty materials or workmanship, whether same be patently or latently defective. The OWNER, or any officer or agent thereof, shall not be precluded at any time, either before or after final completion and acceptance of the work and final payment therefrom: (1) showing the true and correct amount, classifications, quality and character of the work done and materials furnished by the CONTRACTOR or any other person under this Contract, or (2) from showing at any time that any determination, return, decision, approval, order, letter, payment or certification is untrue and incorrect or improperly made in any particular, or (3) that the work or the materials or any parts thereof do not in fact conform to the Contract requirements; and (4) demanding the recovery from the CONTRACTOR of any overpayments made to it, or such damages as the OWNER may sustain by reason of the CONTRACTOR's failure to perform each and every part of this Contract in strict accordance with its terms; or both. 107.7. SEVERABILITY In the event a term, condition, or provision in this Contract is determined to be void, unenforceable, or unlawful by a court of competent jurisdiction, then that term, condition or provision, shall be deleted and the remainder of the Contract shall remain in full force and effect. 107.8. HEADINGS The title and headings contained in the Contract documents and the subject organization are used only to facilitate reference, and in no way define or limit the scope of intent of any of the provisions of this Contract. 107.9. OBLIGATIONS TO PERFORM FUNCTIONS Any failure or neglect on the part of OWNER, Engineer or inspectors to enforce provisions herein dealing with supervision, control, inspection, testing or acceptance and approval of the work shall never operate to relieve CONTRACTOR from full compliance with the Contract documents nor render OWNER liable to CONTRACTOR for money damages, extensions of time or increased compensation of any kind. 107.10. PERFORMANCE OF THE WORK In addition to those matters elsewhere expressly made the responsibility of the CONTRACTOR, the CONTRACTOR shall have the full and direct responsibility for the performance and completion of the work under this Contract and for any act or neglect of the CONTRACTOR, its agents, employees or SUBCONTRACTORS. CONTRACTOR shall bear all losses, if any, resulting on account of the amount and character of the work, or because the conditions under 107-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 which the work must be done are different from what CONTRACTOR estimated or anticipated, or because of weather, floods, elements or other causes, regardless of the expected completion date set forth in the Contract Documents. 107.11. SUCCESSORS AND ASSIGNS Subject to the limitations upon assignment and transfer herein contained, this Contract shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns. 107.12. SUPERVISION AND CONSTRUCTION PROCEDURES The CONTRACTOR shall supervise and direct all the work, using its best skill and attention. CONTRACTOR shall be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the work under the Contract. The CONTRACTOR shall carefully study and compare the Contract documents and shall at once report to the OWNER any error, inconsistency or omission it may discover. The CONTRACTOR shall perform no portion of the work at any time without Contract documents or, where required, approved shop drawings, product data or samples for such portion of the work. The CONTRACTOR shall be responsible to the OWNER for the acts and omissions of the OWNER's employees, SUBCONTRACTORS, and agents, as well as the CONTRACTOR'S employees and SUBCONTRACTORS performing any of the work under a contract with the CONTRACTOR. The CONTRACTOR shall at all times enforce strict discipline and good order among its employees and shall not employ on the work site any unfit person or anyone not skilled in the task assigned to him or her. The CONTRACTOR shall not be relieved from its obligations to perform the work in accordance with the Contract documents either by the activities or duties of the OWNER in its administration of the Contract, or by inspections, tests or approvals required or performed by persons other than the CONTRACTOR. The CONTRACTOR shall give to the work the consistent attention necessary to facilitate the progress thereof, and the CONTRACTOR shall cooperate with the OWNER, and with other CONTRACTORS in every way possible. The OWNER and the OWNER's representatives shall at all times have free access to the work whenever it is in preparation or progress and the CONTRACTOR shall provide safe, convenient and proper facilities for such access and inspection. 107.13. LABOR AND MATERIALS Unless otherwise provided in the Contract documents, the CONTRACTOR shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the work, whether temporary or permanent and whether or not incorporated or to be incorporated into the work. 107.14. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Contract the CONTRACTOR agrees as follows: 107.14.1. Nondiscrimination Toward Employees. The CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, military or veteran status, disability unrelated to job performance, or national origin. The CONTRACTOR shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, sex, religion, age or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees or applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 107.14.2. Nondiscrimination Employment Practices. The CONTRACTOR shall, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants shall receive consideration for employment without regard to race, color, religion, sex, national origin or age. 107.14.3. Labor Unions. The CONTRACTOR shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding a notice to be provided, advising the said labor union or workers' representatives of the CONTRACTOR'S commitments under this 107-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 107.14.4. Provisions in Subcontracts. The CONTRACTOR shall include the provisions of this section in all subcontracts pertaining to the work. 107.14.5. Reports. During the course of the work, the CONTRACTOR shall submit to the OWNER, on a monthly basis, a breakdown by minority group of all employees at the site of the work. 107.15. STATE AND LOCAL SALES AND USE TAXES The OWNER qualifies for exemption from the state and local sales and use taxes, pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise and Use Tax Act. Therefore, the CONTRACTOR shall not pay such taxes which would otherwise be payable in connection with the performance of this Contract. The CONTRACTOR shall issue an exemption certificate in lieu of the tax on the purchase of: (1) all materials, supplies, equipment and other tangible personal property incorporated into the real property being improved; and (2) all materials, supplies and other tangible personal property, other than machinery or equipment and its accessories and repair and replacement parts, necessary and essential for the performance of the Contract with the OWNER which is to be completely consumed at the job site. Tangible personal property necessary and essential for the performance of the Contract includes only such materials, tools and supplies specifically needed and directly used to incorporate tangible personal property into the real estate being improved under the Contract. Overhead supplies and supplies used indirectly or only incidental to the performance of the Contract with the OWNER are not included in the exemption. Tangible personal property is "completely consumed" if after being used once for its intended purpose it is used up or destroyed. Any exemption certificate issued by the CONTRACTOR is subject to the existing rules and interpretation governing the exemption issued by the Comptroller of Public Accounts of the State of Texas. The OWNER will not make interpretations of the extent or applicability of the exemption in a particular case; If the CONTRACTOR, or any SUBCONTRACTOR or supplier of the CONTRACTOR, has any questions about the extent or applicability of the exemption in specific circumstances, guidance should be sought from the State Comptroller's Office. Under "reasons said purchaser is claiming this exemption" in the exemption certificate, the CONTRACTOR must name the OWNER and the project for which the equipment, material and supplies are being purchased, leased or rented. 107.16. PATENTS The CONTRACTOR shall pay all royalties and license fees and shall provide, by suitable legal agreement with the patentee or OWNER, for the use of any design, device, material or process covered by letters, patent or any copyright. The CONTRACTOR shall indemnify, defend, hold and save the OWNER and its officers, employees and agents harmless from all liability and claims for infringement of any patent, copyright, mark or license. In the event that any claims, suit or action at law or in equity of any kind whatsoever is brought against the OWNER, or its officers, employees or agents involving any such patents, copyrights or license rights, then the OWNER shall have the right to and may retain from any money due or to become due to the CONTRACTOR such sum deemed necessary by the OWNER for its protection until such claim or suit shall have been settled and satisfactory evidence to that effect shall have been furnished the OWNER. 107.17. COMPLIANCE WITH LAWS The CONTRACTOR shall fully comply with all local, state and federal laws, including all codes, ordinances and regulations applicable to this Contract and the work to be done thereunder, which exist or which may be enacted later by governmental bodies having jurisdiction or authority for such enactment. CONTRACTOR shall correct any work not in compliance with local, state or federal laws. The CONTRACTOR shall secure and pay for all permits and licenses necessary for the execution of the work and shall fully comply with all their terms and conditions. All work required under this Contract shall comply with all requirements of law, regulation, permit or license. If the CONTRACTOR finds that there is a variance, it shall immediately report this to the OWNER for resolution. 107.17.1. Pleas of Misunderstanding. No pleas of misunderstanding or ignorance thereof will be considered. The CONTRACTOR and the CONTRACTOR's Sureties shall indemnify and save harmless the OWNER 107-4 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 against any claims or liability arising from or based on the violation of any such law, ordinance, regulation or order whether by the CONTRACTOR, its employees, or SUBCONTRACTORS. All work required under this contract shall comply with all required documents of law, regulation, permit or license, if the CONTRACTOR finds that there is a variance, the CONTRACTOR shall immediately report such to the OWNER for resolution. OWNER shall not be liable for interest on any progress or final payment to be made under this Contract, except as may be provided by the applicable provisions of the Prompt Payment Act, Chapter 2251, Texas Government Code, as amended. 107.18. SANITARY PROVISIONS The CONTRACTOR shall establish and enforce among its employees such regulations in regard to cleanliness and disposal of garbage and waste as shall tend to prevent the inception and spread of infectious or contagious diseases and to prevent effectively the creation of a nuisance about the work on any property either public or private, and such regulations as are required by the OWNER shall be put into immediate force and effect by the CONTRACTOR. The necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such a manner and at such points as shall be approved by the OWNER, and their use shall be strictly enforced by the CONTRACTOR. All sanitary laws and regulations of the State of Texas and the OWNER's jurisdiction shall be strictly complied with. 107.19. PUBLIC CONVENIENCE AND SAFETY Materials stored about the work site shall be so placed, and the work shall at all times be so conducted, as to cause no greater obstruction to the traveling public than is considered necessary by the OWNER. The CONTRACTOR shall make provisions by bridges or otherwise at all cross streets, highways, sidewalks and private driveways for the free passage of pedestrians and vehicles, provided that where bridging is impracticable or unnecessary, in the opinion of the OWNER, the CONTRACTOR may make arrangements satisfactory to the OWNER for the diversion of traffic and shall, per the Contract, provide all material and perform all work necessary for the construction and maintenance of roadways and bridges for the diversion of traffic. Sidewalks must not be obstructed except by special permission of the OWNER. The materials excavated, and the construction materials or plant used in the construction of the work, shall be placed so as not to endanger the work or prevent free access to all fire hydrants, water valves, gas valves, manholes for the telephone, telegraph signal or electric conduits, sanitary sewers and fire alarm or police call boxes in the vicinity. The OWNER reserves the right to remedy any neglect on the part of the CONTRACTOR as regards to the public convenience and safety which may come to its attention, after 24 hours' notice in writing to the CONTRACTOR, save in cases of emergency, when it shall have the right to remedy any neglect without notice; and in either case, the cost of such work done by the OWNER shall be deducted from the monies due or to become due the CONTRACTOR. The CONTRACTOR shall notify the OWNER when any street is to be closed or obstructed; such notice shall in the case of major thoroughfares or streets upon which transit lines operate be made 48 hours in advance. The CONTRACTOR shall, when directed by the OWNER, keep any street or streets in condition for unobstructed use by emergency services. Where the CONTRACTOR is required to construct temporary bridges or to make other arrangements for crossing over ditches or streams, its responsibility for accidents shall include the roadway approaches as well as the structures of such crossings. Where the work passes over or through private property, the OWNER shall provide such right-of-way. The CONTRACTOR shall notify the proper representatives of any public utility, corporation, any company or individual, not less than 48 hours in advance of any work which might damage or interfere with the operation of property along or adjacent to the work. The CONTRACTOR shall be responsible for all damage or injury to property of any character (except such as may be required by the provisions of the Contract documents or caused by agents or employees of the OWNER) by reason of any negligent act or omission on the part of the CONTRACTOR, its employees, agents or SUBCONTRACTORS, or at any time due to defective work or materials, or due to its failure to reasonably or properly prosecute the work, and said responsibility shall not be released by the fact that the work shall have been completed and accepted. When and where any such damage or injury is done to public or private property on the part of the CONTRACTOR, restoration shall be completed according to fteir�._107.2 � Restoration of Property. 107-5 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 107.20. PROTECTION OF WORK AND PERSONS AND PROPERTY 107.20.1. Protection of Work. During performance and up to date of final acceptance, the CONTRACTOR shall be under the absolute obligation to protect all work against any damage, loss or injury. In the event of damage, loss or injury, the CONTRACTOR shall promptly replace or repair the work, whichever the OWNER shall determine to be preferable. The obligation to deliver finished work in strict accordance with the Contract prior to final acceptance shall be absolute and shall not be affected by the OWNER's approval of or failure to prohibit means and methods of construction used by the CONTRACTOR. All risk of loss or damage to the work shall be borne solely by the CONTRACTOR until final completion and acceptance of all work by the OWNER, as evidenced by the OWNER's issuance of a certificate of acceptance. 107.20.2. Protection of Persons and Property. The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law or otherwise to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation shall be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law or otherwise for the protection of persons or property according to ,Ilteinn 801.1. Barriers and Warning and Detour Signs. The CONTRACTOR shall assume all duties owed by the OWNER to the general public in connection with the general public's immediate approach to and travel through the work site and the area adjacent to said work site. Where the work is carried on, in or adjacent to any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall at its own cost and expense provide such flagmen and watchmen in addition to its responsibility to furnish, erect and maintain such warning devices, barricades, lights, signs, and other precautionary measures for the protection of persons or property as are required by law. During periods when schools are in session, the CONTRACTOR will be required during the construction of the Work to: (1) Maintain a suitable all-weather footpath across the Work at all designated school crosswalks. (2) Move and reinstall pedestrian crossing warning signs as construction and routing of traffic lanes require. The CONTRACTOR's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until directed in writing by the OWNER or until final payment, whichever occurs first. If the OWNER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property, the OWNER may order such additional precautionary measures as required by law to be taken to protect persons and property. The CONTRACTOR shall reimburse the OWNER for any expense incurred by the OWNER in taking any additional precautionary measures as a result of the CONTRACTOR's failure to do so. In addition, the CONTRACTOR will be held responsible for all damage to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the OWNER may order the damaged portion immediately removed and replaced by and at the cost and expense of the CONTRACTOR. Minimum standards for safeguarding pedestrian and vehicular traffic are contained in the current Texas Manual of Uniform Traffic Control Devices, as amended, Texas Department of Transportation. Signage, barricades and other traffic control devices for detouring and maintenance of traffic on this Contract shall be as provided in above said manual and as directed by the OWNER. Costs associated with the acquisition and removal of required traffic control devices shall be considered incidental to the Work. 107.20.3. Trench Safety. 107.20.3.1. Regulations. The CONTRACTOR shall be responsible for complying with state laws and federal regulations relating to trench safety, including those which may be enacted during the performance under this Contract. The CONTRACTOR is advised that Federal Regulations 29 C.F.R. 1926.650-1926.652 have been, in their most recent version as amended, in effect since January 2, 1990. 107-6 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 The CONTRACTOR shall fully comply with the U.S. Department of Labor Occupational Safety and Health Administration (OSHA) regulations pertaining to excavations, trenching, and shoring and shall provide and familiarize its employees involved in excavation and trenching with the provisions in OSHA pamphlet number 2226, excavation and trenching operations. 107.20.3.2. Indemnification. In addition to anv other indemnification, CONTRACTOR agrees to defend, indemnify and hold OWNER, its officers, agents and employees, completely harmless from any claims, lawsuits, judgments, costs and expenses (including attorney's fees, if any) for any personal iniury (including death), property damage or other harm for which recovery of damages is sought (including any iniurv, death or damage suffered by the CONTRACTOR's own employees) arising out of or occasioned by the use of any trench excavation plans, regardless of their origin, or by any negligent, grossly negligent, strictly liable or intentional act of the CONTRACTOR, a SUBCONTRACTOR or any individual employee or laborer (whether or not an employee of the CONTRACTOR or a SUBCONTRACTOR) in the performance or supervision of actual trench excavation under the contract. This indemnity applies regardless of whether ow►yER's or consulting engineer's negligence or fault in the administration of this contract or in the preparation, review or approval of the OWNER'S or CONTRACTOR'S trench excavation plan contributed to the iniurv, death or damage. OWNER accepts no liability whatsoever as a result of its preparation, review or approval of any trench excavation plan under this contract; OWNER makes no warranty, express or implied, concerning the adequacy or correctness of any trench excavation plan. (The provisions of this paragraph are solely for the benefit of the parties to the contract and are not intended to create or grant any rights, contractual or otherwise, to any other person or entity. This paragraph shall not be construed to waive any governmental immunity of the OWNER. This paragraph controls in the event of a conflict with any other indemnity or OWNER -warranty provision in the specifications). 107.20.3.3. Trench Safety Plan. The CONTRACTOR shall be responsible for providing to the OWNER an acceptable trench safety plan signed and sealed by a Professional Engineer qualified to do such work and licensed/registered in the State of Texas. The CONTRACTOR shall be responsible for selecting an appropriate method of providing trench safety after due consideration of the job conditions, location of utilities, pavement conditions and other relevant factors. Slope -back methods which may result in unnecessary displacement of utilities and/or destruction of pavement shall not be used without permission from the OWNER. Plans for devices used to provide trench safety such as trench shields and shoring systems will be likewise certified by Professional Engineers licensed/registered in the State of Texas or by a Professional Engineer licensed/registered in the state of manufacture of the shield or shoring system. 107.20.3.4. Shoring and Sheeting. The sides of all excavation shall be supported in accordance with the trench safety plan. Where bracing or sheeting and bracing are used, the trench width shall be increased accordingly, shall be considered as incidental work, and shall not be paid for as a separate item. In wet, saturated or flowing materials where it is necessary to install tight sheeting or cofferdams, wood or steel sheet piling of a design and type approved by the OWNER shall be used. All sheeting, shoring and bracing shall have sufficient strength and rigidity to withstand the pressure exerted, to maintain the sides of the excavation properly in place, and to protect all persons or property from injury or damage. When excavations are made adjacent to existing buildings or other structures or in paved streets, particular care shall be taken to adequately sheet, shore and brace the sides of the excavation to prevent undermining of or settlement beneath the structures or pavement. Underpinning of adjacent structures or pavement shall be done at the CONTRACTOR's own cost and expense and in a manner satisfactory to the OWNER, or, when required by the OWNER, the pavement shall be removed, the void satisfactorily filled, compacted and the pavement replaced by the CONTRACTOR. The entire expense of such removal and subsequent replacement thereof shall be borne by the CONTRACTOR. Wooden sheeting, shoring and bracing shall be left in place where it is adjacent to the pipe embedment for the initial lift of backfill. 107-7 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 The removal of all sheeting, shoring and bracing shall be done in such manner as not to endanger or damage either new or existing structures, or private or public properties; and so as to avoid cave-ins or sliding of the banks. All holes or voids left by the removal of the sheeting, shoring or bracing shall be immediately and completely filled and compacted with suitable materials. If, for any reason, the CONTRACTOR, with the approval of the OWNER, elects to leave in place the sheeting, shoring or bracing, no payment shall be allowed for such material left in place unless ordered by the OWNER to be left in place. 107.20.3.5. Inspection. The CONTRACTOR shall cause all shoring or bracing to be inspected by an OSHA competent person. According to OSHA regulations, a competent person is defined as one who is capable of identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. 107.20.3.6. Payment for Trench Safety and Shoring. Payment for trench safety shall be by the lineal feet of trench exceeding a depth of 4-ft. unless otherwise specified in the Contract. Excavation for slope -back methods shall be subsidiary to the trench safety pay item including replacement and re - compaction. Excess excavation for other trench safety methods is also subsidiary to the trench safety pay item. Costs relating to the preparation of the trench safety plan including geotechnical investigation, testing and report preparation fees are all subsidiary to the pay item for trench safety. Should trench safety measures be required during Contract performance where no pay item has been provided, then the CONTRACTOR shall immediately notify the OWNER and, if directed to do so, provide trench safety under the provisions of ll�eir�.-1.04...2..3.. Extra Work and/or ll�eir�.-109.3.,: Payment for Extra Work. Should the OWNER fail to authorize the work as provided for in Il.teirn 104.2. Extra Work and Il.teir�.-1.0 ..3.. Payment for Extra Work, then the CONTRACTOR shall proceed under the provisions of Ilteinn 104.3. Disputed Work and Claims for Additional Compensation and I��eir�.-1.04...4. Performance of Extra or Disputed Work. Trench safety requirements are mandatory and shall not be waived. 107.21. PROJECT SIGNS Project signs shall be furnished, constructed, and erected by the CONTRACTOR as directed by the OWNER. Signs shall be placed in a location selected by the OWNER and maintained in good condition until the completion of the project. Project signs shall be removed by the CONTRACTOR upon the completion and acceptance of the project by the OWNER. 107.22. WORKING AREA The CONTRACTOR shall confine its equipment, storage of materials and construction operations to the area shown on the Contract drawings or stated in the specifications, prescribed by ordinance, laws, or permits or as may be directed by the OWNER, and shall not unreasonably encumber the site or public right-of-way with its construction equipment, plant or materials. Such area shall not be deemed for the exclusive use of the CONTRACTOR. Other CONTRACTORS of the OWNER may enter upon and use such portions of the area and for such items as determined by the OWNER are necessary for all purposes required by its contracts. The CONTRACTOR shall give to such other CONTRACTORS all reasonable facilities and assistance to the end that the work on this and other contracts shall not be unduly or unreasonably delayed. Any additional areas desired by the CONTRACTOR for its use shall be provided at its own effort, cost and expense. All rights -of -way and easements shown on the plans for construction will be provided by the OWNER. If private property is leased or occupied by the CONTRACTOR for use in conjunction with the Work, the CONTRACTOR shall provide to the OWNER, in writing prior to final acceptance of the Work, a release of the CONTRACTOR and OWNER from any and all claims the private property OWNER has or may have as a result of the CONTRACTOR's use of the private property during the course of the Work. The release shall be signed by the private property OWNER or the private property OWNER's agent. 107-8 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 107.23. RAILWAY CROSSINGS Where the work encroaches upon any right-of-way of any railway, the OWNER shall secure the necessary easement for the work. Where railway tracks are to be crossed, the CONTRACTOR shall observe all the regulations and instructions of the railway company as to methods of doing the work or precautions for safety of property and the public. All negotiations with the railway company, except for right-of-way, shall be made by the CONTRACTOR. The railway company shall be notified by the CONTRACTOR not less than five days prior to commencing the work. The CONTRACTOR shall not be paid separate compensation for such railway crossing but shall receive only the compensation as set out in the proposal. Prior to crossing or working on Railroad Right -of -Way, the CONTRACTOR will be required to contact the railroad company, or companies, and to execute CONTRACTOR's Agreements as may be required by each railroad company involved. No work shall be permitted where railroads are involved until the OWNER is furnished sufficient correspondence from the railroad company involved to ascertain that either the agreement has been executed or a certified copy of the insurance policy furnished, or that no such action is required. 107.24. EXISTING STRUCTURES, FACILITIES AND APPURTENANCES 107.24.1. General. This Il.f':.g.!n.n_1_0.:... Existing Structures, Facilities and Appurtenances addresses only matters arising from certain existing, man-made surface and subsurface structures, facilities and appurtenances, not naturally occurring conditions. AS PROVIDED IN ,ll��lf:::.1 .-1-0.3.,..1. CONTRACTOR'S WARRANTIES AND UNDERSTANDING, THE OWNER SHALL HAVE NO LIABILITY WHATSOEVER FOR ANY CLAIM ARISING FROM A DIFFERING, NATURALLY OCCURRING SURFACE OR SUBSURFACE CONDITION, OR FROM ANY MAN-MADE CONDITION THAT IS NOT A SURFACE OR SUBSURFACE STRUCTURE, FACILITY OR APPURTENANCE. The OWNER's responsibility for any claim arising from existing, man-made surface and subsurface structures, facilities and appurtenances is governed solely by this Il.�einn 1.0.�..24.... Existing Structures, Facilities and Appurtenances, and any situation involving a differing subsurface condition not included herein shall be governed solely by Item 103...1... CONTRACTOR's Warranties and Understanding. 107.24.2. Showing Locations. The plans show the general locations of all known, existing man-made surface and subsurface structures, facilities and appurtenances. The locations of many gas mains, water and wastewater mains, storm sewers, drains, culverts, conduits and other man-made utility structures, facilities and appurtenances, however, are unknown. THE OWNER DOES NOT WARRANT THE PLANS TO SHOW THE EXACT LOCATIONS OF ANY AND ALL KNOWN, EXISTING MAN-MADE SURFACE AND SUBSURFACE STRUCTURES, FACILITIES AND APPURTENANCES, AND DOES NOT WARRANT THAT IT KNOWS OF THE EXISTENCE OF ALL POSSIBLE EXISTING MAN-MADE SURFACE AND SUBSURFACE STRUCTURES, FACILITIES AND APPURTENANCES. The OWNER assumes no responsibility, except as provided below, for any failure to show any or all of these structures on the plans or to show them in their exact locations. Wherever the OWNER has caused certain test borings to be made on the site, or when any information pertaining to the character or depth of materials is found from observations, records or otherwise, such information revealed thereby may be indicated on the plans. The action of the OWNER in revealing such information shall not in any manner be construed as conclusive or as a warranty on the part of the OWNER of the exact nature of the subsurface conditions that shall be encountered during construction of the work. Although the information is shown as accurately as possible, the OWNER does not guarantee that any materials to be encountered at any point or points are even approximately the same, either in character or elevations, as those shown on the plans. The information thus furnished by the OWNER is intended only as a guide to the CONTRACTOR's own investigations preliminary to submitting a bid for the work. 107.24.2.1. Soil Borings. Soil Borings are to be used for information only and are not warranted accurate or conclusive in any way. The OWNER accepts no responsibility for any deviation from or variance in soil types and/or depths shown on the borings. 107.24.3. Conditions for Increases to Work or Payment. The CONTRACTOR and OWNER mutually, expressly agree that the failure of the OWNER to show any existing, man-made surface or subsurface structure, facility or appurtenance on the plans, or the failure to show them on the plans in their exact locations, shall not be considered as a basis of a claim for Extra Work, damages or other compensation of 107-9 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 any kind, nor shall it be considered as a basis for increasing the quantities of work or unit prices on any bid item, unless: (1) The CONTRACTOR could not have discovered the existing, man-made surface or subsurface structure, facility or appurtenance by a reasonable review of the plans and specifications and a reasonable, careful inspection of the work site prior to bid opening or award of the Contract; and (2) The existing, man-made surface or subsurface structure, facility or appurtenance is in a location that necessitates a substantial change in the alignment, depth or hydraulic gradient of the work to be constructed under the Contract because the CONTRACTOR cannot, by the use of reasonable skill or care, place the work in accordance with the original alignment, depth or hydraulic gradient; or (3) The existing surface or subsurface structure, facility or appurtenance requires the construction of a special structure, facility, appurtenance or other special work, provisions for which are not already made in the plans and specifications, to protect either the existing, man-made surface or subsurface structure, facility or appurtenance or the work to be constructed under the Contract from damage. If the elements of (1) and either (2) or (3) occur, the provisions of the specifications regarding claims for Extra Work apply. Otherwise, the condition is considered part of the Contract work and OWNER shall not be liable for extra compensation. Provided, however, that the OWNER will not be liable for payment of Extra Work claims under this subsection that are not timely filed in accordance with other provisions of the specifications, nor shall the OWNER be liable to pay for any additional work or additional costs arising solely from a decision of the CONTRACTOR to change the original means or methods of construction chosen because an existing, man-made surface or subsurface structure, facility or appurtenance is encountered. 107.24.4. Utility Coordination and Protection. It is the intention of the OWNER that all known conflicts between utility -owned facilities and the proposed construction will be cleared prior to the issuance of the work order. Utility information shown on the plans must be confirmed by actual field check in advance of construction. Table 107.24.4.(a) Utility Coordination lists the most frequently needed contacts. Table 107.24.4.(a) Utility Coordination Entity Contact Information Texas One Call system 811 Municipal, Governmental, or Quasi -Governmental Utility OWNER CONTRACTOR shall contact the respective entity It will be the CONTRACTOR's responsibility to locate and report all utility conflicts to the OWNER promptly in order to avoid unnecessary delays, and the CONTRACTOR will cooperate with utility OWNER s in making the adjustment(s). Conflicts that are found during construction will be resolved as expeditiously as possible. The CONTRACTOR will be required to protect adequately all utility -owned facilities from damage or displacement by its operations. The adjustment or location of any utility -owned facility which the CONTRACTOR may desire for its own convenience or ease of construction will be its responsibility to coordinate and will be at its own expense. CONTRACTOR shall further abide by the provisions of Iteim.-201....2... Determining Location and Protection of Existing Structures and Utilities. 107.25. PROJECT CLEAN-UP The CONTRACTOR shall keep the project site in a neat and orderly condition as an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as needed or as directed by the OWNER as the work progresses. Clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: (1) Removing the trash, paper, rubbish and debris resulting from operations (2) Sweeping streets clean of dirt or debris (3) Alleviating any dust nuisance in the work area (4) Storing excess material in appropriate and organized manner (5) Keeping trash of any kind off of residents' property 107-10 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 The CONTRACTOR, prior to utilizing any private property, shall provide a written agreement between the CONTRACTOR and the Property OWNER to the Project Manager or Construction Superintendent. The agreement shall state what uses are allowed for the property, the length of time the CONTRACTOR is allowed to use it and the final condition the property shall be returned to once all work is completed. CONTRACTOR shall provide a written release from the Property OWNER once the area has been restored. The work shall be so conducted as to create a minimum amount of inconveniences to the public. At any time when in the judgment of the OWNER the CONTRACTOR has obstructed or closed or is carrying on operations in a greater portion of a park, street or public way than is necessary for the proper execution of the work, the OWNER may require the CONTRACTOR to finish the sections on which work is in progress before operations are started on any additional section. The CONTRACTOR will be required to remove spoil from the job site in a timely manner. If, in the opinion of the OWNER, the spoil is not being removed as required, the CONTRACTOR will be directed to remove the spoil. The CONTRACTOR must comply with this directive within 24 hours. There will be no additional compensation to the CONTRACTOR for removing this spoil at a time other than as planned. CONTRACTOR shall comply with all requirements and regulations for any spoil removed from the project. The CONTRACTOR shall perform such cleanup work as deemed necessary by the OWNER. Failure of the CONTRACTOR to maintain the site in a neat and orderly condition will be cause for withholding an additional ten percent (10%) of the total payments until said condition is corrected. Storage areas, either fenced or open, shall be kept free of weeds, tall grass, and other debris. In instances of large scale irrigation and planting installation, the entire site shall be kept neat and orderly with no tall grass or weed growth allowed. It shall be the CONTRACTOR's responsibility to see that the turf areas are kept mowed during entire progress of the work. If the CONTRACTOR falls to alleviate poorly maintained conditions upon Written notice by the OWNER, the OWNER WIII take necessary steps to correct the poor conditions with cost of such corrections to be deducted from the Contract. Upon completion of the work and before final acceptance and final payment shall be made, the CONTRACTOR shall completely clean and remove from the site of the work all equipment, construction materials, surplus and discarded materials, temporary structures and debris of every kind. CONTRACTOR shall leave the site of the work in a neat and orderly condition equal to that which originally existed, or as called for in the Contract documents. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the OWNER, and at the CONTRACTOR'S sole cost. 107.26. DISPOSAL OF MATERIALS Surplus excavation and other materials removed as a part of the construction may be deposited at a legal disposal site in accordance with all applicable federal, state and local laws and regulations. In addition, if the materials are disposed of within private property, a release from the property OWNER must be obtained before final acceptance of the Work as described in Il�eir�._107 Working Area. Surplus excavation and other materials must not be deposited in areas designated as flood plain or along natural drainage ways. Material so deposited will be required to be removed at the CONTRACTOR's expense and the area restored to its natural condition. Failure to comply promptly with the requirements of this special provision will result in withholding of payments due. 107.27. RESTORATION OF PROPERTY When and where any damage or injury is done to public or private property on the part of the CONTRACTOR, it shall restore or have restored at its own cost and expense such property to a condition equal (or improved) to that existing before such damage was done by repairing, rebuilding or otherwise restoring as may be directed, or it shall make good such damage or injury in a manner acceptable to the property OWNER or the OWNER. Replacement of previously constructed items, such as curb, gutter, sidewalks, driveways, paving, etc., shall conform to the specifications for new construction, unless directed otherwise by the OWNER. In case of failure on the part of the CONTRACTOR to restore such property or make good such damage or injury, the OWNER may, upon 48 hours written notice, under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild or otherwise restore such property as may be determined necessary, and the cost thereof shall be deducted from any monies due or to become due the 107-11 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 CONTRACTOR under its Contract; or where sufficient Contract funds are unavailable for this purpose the CONTRACTOR or its surety shall reimburse the OWNER for all such costs. 107.28. ENVIRONMENTAL COMPLIANCE The CONTRACTOR and its SUBCONTRACTORS are deemed to have made themselves familiar with and at all times shall comply with any and all applicable federal, state or local laws, rules, regulations, ordinances, and rules of common law now in effect (including any amendments now in effect), relating to the environment, Hazardous Substances or exposure to Hazardous Substances, including but not limited to the Comprehensive Environmental Response, Compensation and Liability Act of 1980, 42 U.S.C.A. §§ 9601, et seq.; the Hazardous Materials Transportation Act, 49 U.S.C.A. §§ 1801, et seq.; the Resource Conservation and Recovery Act of 1976, 42 U.S.C.A. §§ 6901, et seq.; the Federal Water Pollution Control Act, 33 U.S.C.A §§ 1201, et seq.; the Clean Water Act, 33 U.S.C. § 1251, et seq., the Toxic Substances Control Act, 15 U.S.C.A. §§ 2601, et seq.; the Clean Air Act, 42 U.S.C.A. §§ 7401, et seq.; the Safe Drinking Water Act, 42 U.S.C.A. §§ 3808, et seq., and the latest judicial or administrative interpretation of these laws, rules, regulations, ordinances, or rules of common law, including but not limited to any judicial or administrative order, consent decree, orjudgment affecting the Project. In the event the CONTRACTOR encounters on the site materials reasonably believed to be a Hazardous Substance that have not been rendered harmless, and removal of such materials is not a part of the scope of work required under the contract documents, the CONTRACTOR shall immediately stop work in the affected area and report in writing the facts of such encounter to the OWNER. Work in the affected area shall not thereafter be resumed except by written order of the OWNER unless and until the material is determined not to be a Hazardous Substance or the Hazardous Substance is remediated. The OWNER may choose to remediate the Hazardous Substance with a separate CONTRACTOR or through a Change Order with the CONTRACTOR. If the OWNER determines that the Hazardous Substance exists in the affected area due to the fault or negligence of the CONTRACTOR or any of Its SUBCONTRACTORS, the CONTRACTOR shall be responsible for remediating the condition at the sole expense of the CONTRACTOR in accordance with the CONTRACTOR's Spill Prevention and Response Plan. An extension of working time for any delay in the progress schedule caused as a result of the discovery and remediation of a hazardous substance may be granted by the OWNER only if all remaining work on the project must be suspended and the delay cannot be made up elsewhere in the progress schedule. Any claim or request for an extension of working time by the CONTRACTOR in connection with the discovery and remediation of a hazardous substance is subject to the provisions of NCTCOG. The CONTRACTOR shall be responsible for identification, abatement, cleanup, control, removal, remediation, and disposal of any Hazardous Substance brought into or upon the site by the CONTRACTOR or any SUBCONTRACTOR or supplier. The CONTRACTOR shall obtain any and all permits necessary for the legal and proper handling, transportation, and disposal of the Hazardous Substance and shall, prior to undertaking any abatement, cleanup, control, removal, remediation, and disposal, notify the OWNER so that they may observe the activities; provided, however, that it shall be the CONTRACTOR's sole responsibility to comply with all applicable laws, rules, regulations, or ordinances governing the activities. The CONTRACTOR shall deposit surplus or waste excavation or other materials removed as part of the work at a legal disposal site in accordance with all applicable state, federal, and local laws, rules, regulations, and ordinances. The CONTRACTOR shall submit to the OWNER for review and approval all planned disposal sites or proposed uses for the surplus or waste excavation or other materials prior to removal of any excavation or other material from the Project site. A copy of all transport manifests for surplus or waste excavation or other materials shall be obtained and retained in the CONTRACTOR's records for reference purposes, to be provided upon request to the OWNER or any governmental regulatory agency with jurisdiction over the matter. 107.28.1. Spill Prevention Plan. At least seventy-two (72) hours prior to commencing performance of any of the work at the Project site, the CONTRACTOR shall submit to the OWNER for review and approval a Spill Prevention and Response Plan (SPRP) meeting the requirements of federal and state law, rules, and regulations. The SPRP shall be specially designed for the CONTRACTOR's planned work methods and procedures. The SPRP shall be designed to complement all applicable safety standards, fire prevention regulations, and pollution prevention policies and procedures. The SPRP shall include estimates of the quantity and rate of flow should equipment fail, and detail containment or diversionary structures to prevent spills from leaving the site or migrating into adjacent properties or navigable waters. The SPRP shall include 107-12 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 methods of recovery of spilled materials and all applicable twenty-four (24) hour emergency phone numbers, including without limitation that of the OWNER. The CONTRACTOR shall not commence any fieldwork prior to approval of such plan by the OWNER. The following additional rules shall apply with respect to spills caused by the CONTRACTOR or a SUBCONTRACTOR: (1) The CONTRACTOR shall immediately report any spill or release at the Project site, whether or not it is associated with this contract, to the OWNER or other designated representative. Thereafter, within two (2) working days after the occurrence of such event, the CONTRACTOR shall submit a written report describing such event in a degree of detail reasonably acceptable to the OWNER. (2) The CONTRACTOR shall immediately respond in accordance with the SPRP in the event of a spill. (3) The CONTRACTOR shall dispose of spilled materials in accordance with EPA and Texas Commission on Environmental Quality (TCEQ) regulations and any other applicable federal, state, or local laws, rules, or regulations. In connection with such disposals, the CONTRACTOR shall use only those transporters and disposal facilities that are approved in advance in writing by the OWNER. A copy of all transport manifests for the spilled materials shall be obtained and retained in the CONTRACTOR's records for reference purposes, to be provided upon request of the OWNER or any governmental regulatory agency with jurisdiction over the matter. All costs of collection, containment, and disposal of spilled materials shall be the sole responsibility of the CONTRACTOR. (4) The term spill includes any kind of environmental discharge or release. 107.28.2. Texas Pollutant Discharge Elimination System. The CONTRACTOR is responsible for obtaining coverage under the Texas Pollutant Discharge Elimination System (TPDES) Construction General Permit from TCEQ for construction of the Project under regulations contained in 40 CFR Part 122, as amended, pursuant to the Clean Water Act, 33 U.S.C.A. §§1251 et seq. and Chapter 26 of the Texas Administrative Code. These regulations require the filing of a Notice of Intent (NOI) to obtain and abide by the general stormwater permit for construction activities promulgated by EPA as administered by the TCEQ, including but not limited to demolition, clearing, grading, embankment, and excavation that disturb the applicable amount of total land area. In addition, the CONTRACTOR shall comply with all regulations of the OWNER relating to stormwater and stormwater runoff management at the Project site. 107.28.3. Stormwater Permit. The CONTRACTOR shall provide a Storm Water Pollution Prevention Plan (SWPPP) in accordance with the requirements of the TPDES Construction General Permit, and Storm Water Pollution Prevention Plan, of these Specifications. The CONTRACTOR is responsible for obtaining an Storm Water Discharge Permit that may be required for construction of this project under regulations contained in 40 CFR Part 122, as amended, under the authority of the Clean Water Act, 33 U.S.C. 1251 et seq. These regulations require the filing of a notice of intent to obtain and abide by the general storm water permit for construction activities, including cleaning, grading, and excavation, that disturb the applicable amount of total land area. For permitting information and requirements, contact USEPA Region VI, Fountain Place 12th Floor, Suite 1200, 1445 Ross Ave., Suite 1200, Dallas, Texas 75202-2733, (214) 665-2200 and Texas Commission on Environmental Quality. If a permit is required, the CONTRACTOR shall provide measures to control soil erosion sediment and water pollution created by construction operations for the duration of the Contract as directed by the OWNER. These measures shall be in addition to those required of the CONTRACTOR under 11 eim 2..0 ... Temporary Erosion, Sedimentation, and Water Pollution Prevention and Control of these specifications. 107.28.4. Asbestos -Related Materials. The CONTRACTOR shall not install any materials in the performance of the work that contain asbestos or asbestos -related material such as hydrated mineral silicate, including chrysolite, amosite, crocidolite, trifoliate, anthophylite or actinolite, whether friable or non -friable. 107-13 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 107.28.5. Failure to Comply. The OWNER reserves the right in its sole option to exercise the following remedies (without waiving the right to pursue the imposition of any civil or criminal fines or penalties that may be imposed under state, federal, or local laws or ordinances), at no additional cost to the OWNER and without an extension of time, in the event the CONTRACTOR fails or refuses after seven (7) days advance written notice from the OWNER to comply with these provisions, the terms of the SPRP, any environmental permit or submittal issued in connection with the work, or any applicable environmental law, rule, regulation, or ordinance: (1) suspend all or any portion of the work until the noncompliance is corrected, or until a detailed plan to achieve compliance within a reasonably prompt period of time is prepared by the CONTRACTOR and approved by the OWNER; (2) if the CONTRACTOR fails to properly address the noncompliance within the time stipulated by the OWNER, perform the necessary remediation or correction work and back charge the CONTRACTOR for the cost of the remediation or correction; or (3) terminate the contract for default as provided in the General Conditions and the Addendum. 107-14 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 108. PROSECUTION AND PROGRESS 108.1. PROGRESS SCHEDULE The CONTRACTOR must submit to the OWNER a detailed Construction Schedule outlining the major items of work on the project. This schedule must be approved as to form by the OWNER prior to CONTRACTOR starting work on the project. The schedule must be updated on a monthly basis unless otherwise specified by the Contract. The OWNER has the authority to stop work on the project if the CONTRACTOR fails to provide an updated schedule as requested. 108.2. PROSECUTION OF THE WORK The CONTRACTOR shall begin the work to be performed under this Contract not later than 10 days from the date specified in the work order and shall conduct the work in such a manner and with sufficient equipment, material and labor as is necessary to insure its completion within the working time. It is the intent of this specification to provide a continuous construction operation without delay except as occasioned by unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, and it shall be the CONTRACTOR's responsibility to execute the work in the most expeditious manner. Work shall be done only during the hours between 7:00 am and 6:00 pm unless the OWNER approves other hours. CONTRACTOR may work on Saturdays if it so desires and permission of the OWNER has been granted. Work on Sundays shall be permitted only with the written permission of the OWNER. If Saturday or Sunday work is permitted, working time shall be charged on the same basis as weekdays. Where the working time is expressed as calendar days or a specific date, the concept of working days shall no longer be relevant to the Contract. Work requiring inspection will not be permitted on a legal City holiday except by special written permission of the OWNER. Any work done without proper inspection is subject to removal and replacement at the direction of the OWNER. The rate of progress shall be such that the whole work shall be performed, including completion of all punch list items, and the premises cleaned up in accordance with the Contract within the working time established in the Contract, unless an extension of time is made in the manner as specified in Il. 2J22--a .. .,: Delays; Extension of Time; Liquidated Damages. 108.2.1. Prosecution of the Work Discontinued By CONTRACTOR. Should the prosecution of the work be discontinued by the CONTRACTOR, the CONTRACTOR shall notify the OWNER at least twenty-four hours in advance of resuming operations. 108.3. OTHER CONTRACTORS; OBLIGATION TO COOPERATE The OWNER may award other contracts for additional work on this project, or in or near the project area, and the CONTRACTOR shall fully cooperate with such other CONTRACTOR(s) and shall coordinate and fit its work to be done hereunder to such additional work as may be contracted by the OWNER. At the time of bidding, prospective bidders shall be advised of other planned contract work, which is expected to affect the work area. The CONTRACTOR shall not commit or permit any act, which shall interfere with the performance of work by any other CONTRACTOR. Upon receiving written notice from the CONTRACTOR that another CONTRACTOR Is falling to coordinate Its work with the work under this Contract as directed by the OWNER, the OWNER shall promptly investigate the charge and take such necessary action as the situation may require. However, the OWNER shall not be liable to the CONTRACTOR for damages suffered by the CONTRACTOR due to the fault or negligence of another CONTRACTOR or through failure of another CONTRACTOR to carry out the directions of the OWNER. Should any interference occur between CONTRACTORS, the OWNER may furnish the CONTRACTOR with written instructions designating priority of effort or change in methods, whereupon the CONTRACTOR shall immediately comply with such direction. In such event, the CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the OWNER; however, no increase in the Contract price shall be due the CONTRACTOR. 108-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 108.4. EMPLOYEES The CONTRACTOR shall employ only competent, efficient workpeople and shall not use on the work any unfit person or one not skilled in the work assigned to him or her and shall at all times maintain good order among its employees. Whenever the OWNER shall inform the CONTRACTOR in writing that, in its opinion, any employee is unfit, unskilled, disobedient or is disrupting the orderly progress of the work, such employee shall be removed from the work and shall not again be employed on it. Under urgent circumstances, the OWNER may orally require immediate removal of an employee for cause, to be followed by written confirmation. 108.5. SUBCONTRACTS The CONTRACTOR shall not make any subcontract for performing any portion of the work included in the Contract without written notice to the OWNER. This Contract having been made pursuant to the bid submitted by the CONTRACTOR and in reliance with the CONTRACTOR's personal qualifications and responsibility, the OWNER reserves the right to withhold approval of any SUBCONTRACTOR which the OWNER may deem would not be in the OWNER's best interest. The CONTRACTOR shall, as soon as practicable after signing the Contract, submit a separate written notice to the OWNER Identifying each proposed SUBCONTRACTOR. Upon request of the OWNER, the CONTRACTOR shall promptly furnish additional information tending to establish that any proposed SUBCONTRACTOR has the necessary facilities, skill, integrity, past experience and financial resources to perform the work in accordance with the terms and conditions of this Contract. If the OWNER determines that any proposed SUBCONTRACTOR is unacceptable, it shall so notify the CONTRACTOR, who may thereupon submit another proposed SUBCONTRACTOR unless the CONTRACTOR decides to do the work itself. Disapproval by the OWNER of any proposed SUBCONTRACTOR shall not provide a basis for any claim time extension or additional compensation of any nature, including but not limited to anticipated profit, overhead or delay, by the CONTRACTOR. If an approved SUBCONTRACTOR fails to properly perform the work undertaken, it shall be removed from the job upon request of the OWNER, following notification to the CONTRACTOR in writing of the request for removal and the reasons therefore. Each subcontract entered into shall provide that the provisions of this Contract shall apply to all SUBCONTRACTORS and their officers and employees in all respects as if they were employees of the CONTRACTOR. The OWNER's decision not to disapprove of any subcontract shall not relieve the CONTRACTOR of any of its responsibilities, duties and liabilities hereunder. The CONTRACTOR shall be solely responsible for the acts, omissions, negligence or defaults of its SUBCONTRACTORS and of such SUBCONTRACTOR's officers, agents and employees, each of whom shall, for this purpose, be deemed to be the agent or employee of the CONTRACTOR to the extent of its subcontract. The CONTRACTOR agrees to bind each SUBCONTRACTOR and each SUBCONTRACTOR agrees to be bound by the terms of the Contract documents insofar as applicable to its respective work. The CONTRACTOR and each SUBCONTRACTOR jointly and severally agree that nothing in the Contract documents or otherwise shall create or be deemed to create any rights in favor of a SUBCONTRACTOR against the OWNER; nor shall be deemed or construed to impose upon the OWNER any obligation, liability or duty to a SUBCONTRACTOR; or to create any contractual relation whatsoever between a SUBCONTRACTOR and the OWNER. The provisions contained herein shall likewise apply to any sub -subcontracts. 108.6. CONTRACTOR WORK BY ITS OWN FORCES Except as otherwise provided, CONTRACTOR shall perform no less than 25% of the Work with its own workforce. If the CONTRACTOR proposes to perform less than 50% of the work by its own forces, then the OWNER may require additional documentation with the bid submittal regarding qualifications of SUBCONTRACTORS actually performing work. 108.6.1. Assignments. The CONTRACTOR shall not assign, transfer, convey or otherwise dispose of this Contract, or its right to execute it, or its right, title or interest in it or any part thereof without the previous written consent of the surety company and the written approval of the OWNER. 108-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 The CONTRACTOR shall not assign, either legally or equitably, by power of attorney or otherwise, any of the monies due or to become due under this Contract or its claim thereto without the prior written consent of the surety company and the written approval of the OWNER. Nothing in this paragraph is intended to conflict with Texas Business and Commerce Code. The approval of the OWNER of a particular assignment, transfer or conveyance shall not dispense with such approval to any further or other assignments. The approval by the OWNER of any assignment, transfer or conveyance shall not operate to release the CONTRACTOR or surety hereunder from any of the Contract and bond obligations, and the CONTRACTOR shall be and remain fully responsible and liable for the defaults, negligent acts and omissions of its assignees, its agents and employees, as if they were its own. 108.7. OWNER'S RIGHT TO TEMPORARILY SUSPEND WORK 108.7.1. Reasons for Suspension. The OWNER shall have the right by written order to temporarily suspend the work, in whole or in part, whenever, in the judgment of the OWNER, such temporary suspension is required: (1) in the interest of the OWNER generally, (2) due to government or judicial controls or orders which make performance of this Contract temporarily impossible or illegal, (3) to coordinate the work of separate CONTRACTORS at the job site, (4) to expedite the completion of a separate contract even though the completion of this particular Contract may be thereby delayed, (5) because of weather conditions unsuitable for performance of the work, including of designated ozone alerts as determined by the National Weather Bureau or other authorized agency; or (6) because the CONTRACTOR is proceeding contrary to Contract provisions or has failed to correct conditions considered unsafe for workers. The written order of the OWNER to the CONTRACTOR shall state the reasons for suspending the work and the anticipated periods for such suspension. Upon receipt of the OWNER's written order, the CONTRACTOR shall suspend the work covered by the order and shall take such means and precautions as may be necessary to properly protect the finished and partially finished work, the unused materials and uninstalled equipment, including the providing of suitable drainage about the work and erection of temporary structures where necessary. The CONTRACTOR shall not suspend the work without written order from the OWNER and shall proceed with the work promptly when notified by the OWNER to resume operations. 108.7.2. No Additional Compensation. No additional compensation shall be paid to the CONTRACTOR for any suspension under 11eim_ .0 ...:7.J.,, (6) above or otherwise where same is caused by the fault of the CONTRACTOR. Where such temporary suspension is not due to the fault of the CONTRACTOR, it shall be entitled to: (1) an extension of working time for the completion of the work, not to exceed the delay caused by such temporary suspension, as determined by the OWNER; and (2) the actual and necessary costs of properly protecting the finished and partially finished work, unused materials and uninstalled equipment during the period of the ordered suspension as determined by the OWNER as being beyond the Contract requirements, such costs, if any, to be determined on the basis set forth in II;teirm,,,,109.3;;, Payment for Extra Work herein; and (3) where the CONTRACTOR elects to move equipment from the job site and then return it to the site when the work is ordered resumed, the actual and necessary costs of these moves, in an amount determined by the OWNER under the provisions of I12irm_1_0...3., Payment for Extra Work; provided, however, no compensation shall be allowed if the equipment is moved to another construction project for the OWNER. (4) where such temporary suspension is not due to the fault of the CONTRACTOR and is the result of a designated Ozone Alert Period, the CONTRACTOR shall be entitled to additional time as provided in (1) above, but is not entitled to additional compensation. Other than the additional time and compensation stated above, CONTRACTOR shall not be entitled to any other time extension related to the suspension, nor any additional compensation in any way related to such suspension. 108-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 108.7.3. Emergency Contract Termination Clause. Whenever, because of a national emergency, so declared by the President of the United States, or other lawful authority, it shall be impossible for the CONTRACTOR to obtain all labor, materials, and equipment necessary for the prosecution of the work with reasonable continuity, the CONTRACTOR shall notify the OWNER. If the OWNER cannot, after a reasonable time, help obtain priorities for the materials and equipment within a reasonable effort, then the Contract shall be considered as terminated, and the CONTRACTOR shall be entitled to payment for work performed that is acceptable to OWNER based upon unit prices contained in the bid or, if the Contract is lump sum, then based upon the schedule of values submitted by the CONTRACTOR. CONTRACTOR shall not be entitled to any compensation for anticipated profit, overhead, delay damages or any other compensation for work that has not been performed. 108.8. DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES The CONTRACTOR shall be entitled to an extension of working time under this Contract only when claim for such extension is submitted to the OWNER in writing by the CONTRACTOR within fourteen (14) days from and after the time when any alleged cause of delay shall occur, and then only when such time is approved by the OWNER. The CONTRACTOR shall notify the OWNER immediately upon encountering any condition that the CONTRACTOR believes may cause a claim for a time extension. In adjusting the contract time for the completion of the project, unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including but not restricted to inability to obtain supplies and materials when orders for such supplies and materials were timely made and materials are not available from other sources, acts of God or the public enemy, acts of the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather conditions, ozone alerts as determined by the National Weather Bureau or other authorized agency, or delays of SUBCONTRACTORS due to such causes beyond their control shall be taken into consideration. If the satisfactory execution and completion of the Contract should require work and materials in greater amounts or quantities than those set forth in the Contract, requiring more time for completion than the anticipated time, then the Contract time shall be increased, but not more than in the same proportion as the cost of the additional work bears to the cost of the original work contracted for. No allowances shall be made for delays or suspension of the performance of the work due to the fault of the CONTRACTOR. No adjustment of the Contract time shall be made if, concurrently with the cause for delay, hindrance, disruption, force majeure, impact or interference, there existed a cause for delay due to the fault or negligence of the CONTRACTOR or CONTRACTOR's agents, employees or SUBCONTRACTORS. Notwithstanding any other provisions of the Contract Documents, including the General and Special Provisions, no adjustment shall be made to the Contract price and the CONTRACTOR shall not be entitled to claim or receive any additional compensation as a result of or arising out of any delay, hindrance, disruption, force majeure, impact or interference, foreseen or unforeseen, resulting in adjustment of the Contract time to complete the project, including but not limited to those caused in whole or in part by the acts, omissions, failures, negligence or fault of the OWNER, its officers, officials, agents, Engineer, Consulting Engineer or employees. This provision is intended to cover all delays except as prohibited by law. If a recoverable delay is caused by the sole fault of the OWNER, compensation will be limited to an amount to be determined pursuant to Section., ection .,1-0..3,.3... Force Account Work notwithstanding any other provision of the Contract documents, all claims for extension of working time must be submitted in accordance with Il. 2J22--a ..3.,: Delays; Extension of Time; Liquidated Damages, and no act of the OWNER shall be deemed a waiver or entitlement of such extension. 108.8.1. Liquidated Damages for Failure to Complete on Time. The time of completion is the essence of this Contract. For each day that any work shall remain uncompleted after the time specified in the proposal and the Contract, or the increased time granted by the OWNER, or as equitably increased by additional work or materials ordered after the Contract is signed, the sum per day given in the Schedule 108.8.1. (a) Liquidated Damages, unless otherwise specified, shall be deducted from the monies due the CONTRACTOR. 108-4 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 Schedule 108.8.1. (a) Liquidated Damages Amount of Contract ($) Amount of Liquidated Damages ($) Less than 25,000.00 200.00 Per Day 25,000.00 to 99,999.99 350.00 Per Day 100,000.00 to 999,999.99 500.00 Per Day More than 1,000,000.00 1000.00 Per Day The sum of money thus deducted for such delay, failure or noncompletion is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, per day that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amounts are fixed and agreed upon by and between OWNER and CONTRACTOR because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER in such event would sustain; and said amounts are agreed to be the amount of damages which the OWNER would sustain and which shall be retained from the monies due, or that may become due, the CONTRACTOR under this Contract; and if said monies be insufficient to cover the amount owing, then the CONTRACTOR or its surety shall pay any additional amounts due. In the event that the actual damages incurred by the OWNER exceed the amount of liquidated damages, OWNER shall be entitled to recover its actual damages. 108.9. CONTRACTOR DEFAULT: OWNER'S RIGHT TO SUSPEND WORK AND ANNUL CONTRACT The work or any portion of the work under this Contract shall be suspended immediately on written order of the OWNER declaring the CONTRACTOR to be in default. A copy of such notice shall be served on the CONTRACTOR's surety. The Contract may be terminated by the OWNER for any good cause or causes, among others of which special reference is made to the following: (1) failure of the CONTRACTOR to start the work within 10 days from date specified in the written work order issued by the OWNER to begin the work; (2) substantial evidence that the progress of the work being made by the CONTRACTOR is insufficient to complete the work within the specified working time; (3) failure of the CONTRACTOR to provide sufficient and proper equipment, materials or construction forces for properly executing the work; (4) substantial evidence that the CONTRACTOR has abandoned the work or discontinued the performance of the work or any part thereof and failure to resume performance within a reasonable time after notice to do so; (5) substantial evidence that the CONTRACTOR has become insolvent or bankrupt, or otherwise financially unable to carry on the work; (6) deliberate failure on the part of the CONTRACTOR to observe any requirements of the Contract Documents or to comply with any orders given by the OWNER or Engineer as provided for in the Contract Documents; (7) failure of the CONTRACTOR to promptly make good any defects in materials or workmanship, or any defects of any nature, the correction of which has been directed in writing by the OWNER; (8) substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the OWNER in the construction of work under Contract; (9) repeated and flagrant violations of safe working procedures; (10)the filing by the CONTRACTOR of litigation against the OWNER prior to final completion of the work. When the work is suspended for any of the causes itemized above, or for any other cause or causes, the CONTRACTOR shall discontinue the work or such part thereof as the OWNER shall designate, whereupon the surety may either at its option assume the Contract or that portion thereof which the OWNER has ordered the CONTRACTOR to discontinue and perform the same or, with the written consent of the OWNER, sublet the same, provided, however, that the surety shall exercise its option within two weeks after the written notice to discontinue the work has been served upon the CONTRACTOR and upon the surety or its authorized agents. The surety in such event shall assume the CONTRACTOR's place in all respects and shall be paid by the OWNER for all work performed by it in accordance with the terms of the Contract, but in no event shall such payments exceed the Contract amount, regardless of the cost to the surety to complete the work. 108-5 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 All monies remaining due the CONTRACTOR at the time of its default shall thereupon become due and payable to the surety as the work progresses, subject to all terms of the Contract. In case the surety does not, within the hereinabove specified time, exercise its obligation to assume the Contract or that portion thereof which the OWNER has ordered the CONTRACTOR to discontinue, then the OWNER shall have the power to complete by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary; and the CONTRACTOR hereto agrees that the OWNER shall have the right to take possession of or use any or all of the materials, plant, tools, equipment, supplies and property of every kind provided by the CONTRACTOR for the purpose of its work and to procure other tools, equipment and materials for the completion of the same and to charge to the account of the CONTRACTOR the expense of said contract for labor, materials, tools, equipment and expenses incident thereto. The expense so charged shall be deducted by the OWNER out of such monies as may be due or may at any time thereafter become due the CONTRACTOR under and by virtue of the Contract or any part thereof. The OWNER shall not be required to obtain the lowest bid for the work of completing the contract, but the expenses to be deducted shall be the actual cost of such work. In case such expense is less than the sum which would have been payable under the Contract if the same had been completed by the CONTRACTOR, then in such case the OWNER may pay the CONTRACTOR the difference in the cost, provided that the CONTRACTOR shall not be entitled to any claim for damages or for loss of anticipated profits. In case such expense shall exceed the amount which would have been payable under the Contract if the same had been completed by the CONTRACTOR, the CONTRACTOR and its surety shall pay the amount of the excess to the OWNER on notice from the OWNER for excess due including any costs incurred by the OWNER, such as inspection, legal fees and liquidated damages. When any particular part of the work is being carried on by the OWNER by contract or otherwise under the provisions of this section, the CONTRACTOR shall continue the remainder of the work in conformity with the terms of the Contract and in such manner as not to hinder or interfere with the performance of workers employed as above provided by the OWNER or surety. 108.10. SUSPENSION BY COURT ORDER AGAINST THE OWNER The CONTRACTOR shall suspend such part or parts of the work pursuant to a court order issued against the OWNER and shall not be entitled to additional compensation for anticipated profits, overhead, delay damage or any other form of compensation by virtue of such court order; neither shall the CONTRACTOR be liable to the OWNER in the event the work is suspended by such court order, unless such suspension is due to the fault or negligence of the CONTRACTOR. 108.11. TERMINATION FOR CONVENIENCE OF THE OWNER 108.11.1. Notice of Termination. The performance of the work under this Contract may be terminated by the OWNER in whole or from time to time in part, in accordance with this section, whenever the OWNER shall determine that such termination is in the best interest of the OWNER. Any such termination shall be effected by serving in accordance with II;�eirt�,,,,105.8,;;, Service of Notices a notice of termination to the CONTRACTOR specifying the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the OWNER regarding such discretionary action. 108.11.2. CONTRACTOR Action. After receipt of a notice of termination, and except as otherwise directed by the OWNER, the CONTRACTOR shall: (1) stop work under the Contract on the date and to the extent specified in the notice of termination; (2) place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion the work under the Contract as is not terminated; (3) (terminate all subcontracts, purchase orders or options to the extent that they relate to the performance of work terminated by the notice of termination or at the OWNER's written request, deliver and assign to the OWNER, or any person or entity acting on the OWNER's behalf, any or all subcontracts, purchase orders and options made by CONTRACTOR in the performance of the work, and deliver to the OWNER true and correct originals and copies of such Contract Documents; 108-6 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 (4) transfer title to the OWNER and deliver in the manner, at the times, and to the extent, if any, directed by the OWNER: a. the fabricated or un-fabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and b. the completed or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the OWNER. (5) complete performance of such part of the work as shall not have been terminated by the notice of termination; and (6) take such action as may be necessary, or as the OWNER may direct, for the protection and preservation of the property related to its Contract which is in the possession of the CONTRACTOR and in which the OWNER has or may acquire an interest. At a time not later than 30 days after the termination date specified in the notice of termination, the CONTRACTOR may submit to the OWNER a list, certified as to the quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the OWNER. Not later than 15 calendar days thereafter, the OWNER shall accept title to such items and remove them or enter into a storage agreement covering the same, provided that the list submitted shall be subject to verification by the OWNER upon removal of the items, or, if the items are stored, within 45 calendar days from the date of submission of the list, and provided that any necessary adjustments to correct the list as submitted shall be made prior to final settlement. 108.11.3. Termination Claim. Within 60 days after notice of termination, the CONTRACTOR shall submit its termination claim to the OWNER in the form and with the certification prescribed by the OWNER. Unless one or more extensions in writing are granted by the OWNER upon request of the CONTRACTOR, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. 108.11.4. Amounts. Subject to the provisions of II;teir�,,,,1.08,,,,1„1,,,.3". Termination Claim, the CONTRACTOR and OWNER may agree upon the whole or any part of the amount or amounts to be paid to the CONTRACTOR by reason of the total or partial termination of work pursuant hereto, provided that such agreed amount or amounts shall never exceed the total Contract price as reduced by the amount of payments otherwise made and as further reduced by the Contract price of work not terminated. The Contract shall be amended accordingly, and the CONTRACTOR shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in Iltgir�._j.0..j_j ., Failure to Agree hereunder, prescribing the amount to be paid to the CONTRACTOR in the event of failure of the CONTRACTOR and the OWNER to agree upon the whole amount to be paid to the CONTRACTOR by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the CONTRACTOR pursuant to this paragraph. 108.11.5. Failure to Agree. In the event of the failure of the CONTRACTOR and the OWNER to agree, as provided in Ilteir�._j.0..j_j .4.,, Amounts, upon the whole amount to be paid to the CONTRACTOR by reason of the termination of work pursuant to this section, the OWNER shall determine, on the basis of information available to it, the amount, if any, due to the CONTRACTOR by reason of the termination and shall pay to the CONTRACTOR the amounts determined. No amount shall be due for lost or anticipated profits. The OWNER's determination shall be final. 108.11.6. Deductions. In arriving at the amount due the CONTRACTOR under this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the CONTRACTOR, applicable to the terminated portion of this Contract; (b) any claim which the OWNER may have against the CONTRACTOR in connection with this Contract; and (c) the agreed price for or the proceeds of sale of any materials, supplies or other things kept by the CONTRACTOR or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the OWNER. 108.11.7. Adjustment. If the termination hereunder be partial prior to the settlement of the terminated portion of this Contract, the CONTRACTOR may file with the OWNER a request in writing for an equitable adjustment of the price or prices specified in the Contract relating to the continued portion of the Contract 108-7 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 (the portion not terminated by the notice of termination), and such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the OWNER and the CONTRACTOR to agree upon the amount or amounts to be paid to the CONTRACTOR for the completion of the continued portion of the Contract when said Contract does not contain an established Contract price for such continued portion. 108.11.8. No Limitation of Rights. Nothing contained in this section shall limit or alter the rights, which the OWNER may have for termination of this Contract under II.f':.2J22-- ....,: CONTRACTOR Default: OWNER's Right to Suspend Work and Annual Contract or any other right which OWNER may have for default or breach of Contract by CONTRACTOR. 108.12. CLAIMS AGAINST OWNER AND ACTION THEREON No claim against the OWNER under the Contract or for breach of the Contract or additional compensation for extra or disputed work shall be made or asserted against the OWNER under the Contract or in any court action except pursuant to the provisions of Ilteir�._1.0 . Payment for Extra Work, Il.teinn 104...3.. Disputed Work and Claims for Additional Compensation, and Iltgir�.-1.04...4. Performance of Extra or Disputed Work, and unless the CONTRACTOR shall have strictly complied with all requirements relating to the giving of notice and information with respect to such claim as required under said sections. The requirements cannot be waived by the OWNER's representative, and are not waived by a claimed breach of contract by the OWNER. 108.13. USE OF COMPLETED PORTIONS OF WORK The OWNER may, after written notice to the CONTRACTOR, and without incurring any liability for increased compensation to the CONTRACTOR, take over and use any completed portion of the work prior to the final completion and acceptance of the entire work included in the Contract, and notwithstanding that the time allowed for final completion has not expired. The CONTRACTOR shall not object to, nor interfere in any way with, such occupancy or use after receipt of the OWNER's written notice. Immediately prior to such occupancy and use, the OWNER shall inspect such portion of the work to be taken over and shall furnish the CONTRACTOR a written statement of the work, if any, still to be done on such part. The CONTRACTOR shall promptly thereafter complete such unfinished work to permit occupancy and use on the date specified in the OWNER's written order, unless the OWNER shall permit specific items of work to be finished after the occupancy and use by the OWNER. The provisions in the last two paragraphs above shall not apply to portions of roads, streets, bridges or detours upon which traffic is diverted to enable the continuation of the Contract work. Neither such usage, as performed under this section, nor the written statement of work still to be done shall be held in any way as an acceptance of said work or structure or any part thereof, nor as a waiver of any of the provisions of these specifications or other Contract Documents pending final completion and acceptance of the work; all necessary repairs and removals of any section of the work so put into use, due to the defective materials or workmanship or to operations of the CONTRACTOR, shall be performed by the CONTRACTOR at its own expense. In the event the CONTRACTOR is unreasonably delayed by the OWNER exercising its rights under this section, the CONTRACTOR may submit a request for an extension of time under Item 108.3.,: Delays; Extension of Time; Liquidated Damages; no additional compensation or delay damages will be paid. 108-8 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 ITEM 109. MEASUREMENT AND PAYMENT 109.1. PAYMENT FOR LABOR AND MATERIAL; NO LIENS The CONTRACTOR shall furnish payrolls and personnel records, which pertain to this current Contract with the OWNER for the purpose of ascertaining compliance with minimum wage rates published by the OWNER. Monthly and final estimates for payment will not be processed unless the CONTRACTOR complies with this requirement in a timely manner. The CONTRACTOR for itself or any of its SUBCONTRACTORS shall pay all indebtedness, which may become due to any person, firm or corporation having furnished labor, material or both in the performance of this Contract. It shall be the responsibility of each person, firm or corporation claiming to have furnished labor, materials or both, in connection with this Contract, to protect its interest in the manner prescribed by applicable laws of the State of Texas, provided, however, that as this Contract provides for a public works project, no lien of any kind shall ever exist or be placed against the work or any portion thereof, or any public funds or retainage held by the OWNER; and any SUBCONTRACTOR shall look solely to the CONTRACTOR and the payment bond surety, and not the OWNER, for payment of any outstanding amounts due for labor, materials or any other indebtedness in connection with the work. If the CONTRACTOR or SUBCONTRACTOR or supplier places a lien against the work or a portion thereof then the CONTRACTOR shall cause the removal of the lien. However, the OWNER may, at any time prior to making final payment, require the CONTRACTOR to furnish a Consent of Surety to any payment due the CONTRACTOR for completed work and may, at the discretion of the OWNER or the request of the Surety, make the check jointly payable to the CONTRACTOR and the Surety. The OWNER may conduct random sampling of wage rates on each CONTRACT. The OWNER may interview the CONTRACTOR'S and CONTRACTOR'S SUBCONTRACTOR's employees in the field to verify the employee is working in and being paid for the classification shown on the payroll. In instances of noncompliance, the OWNER MAY initiate action as outlined in the CONTRACT Documents. 109.2. PAYMENT FOR MATERIALS 109.2.1. Materials On -Hand. Materials purchased and stored more than 30 days before use may be considered materials on -hand. Payment for such materials shall be made according to Il.f.g.ir�-1-0....,: Monthly Estimate, Partial Payments, Retainage, Final Inspection, Acceptance and Final Payment. 109.2.2. Materials Stored Off -Site. Off -site storage of such materials and payment for off -site storage may be accomplished according to I.eng 106.4Off-Site Storage. 109.2.3. Measurement of Quantities. The determination of quantities of work acceptably completed under the terms of the contract, or as directed by the OWNER in writing, shall be made by the OWNER, based on measurements made by the OWNER. These measurements shall be taken according to the U.S. Standard measurements used in common practice and shall be the actual length, area, solid contents, numbers and weight. 109.3. PAYMENT FOR EXTRA WORK 109.3.1. General. Extra Work done by the CONTRACTOR, as authorized and approved by the OWNER, shall be compensated for in the manner described in this Ilteirt�.-109..3... The compensation provided for Extra Work done constitutes full and final payment for the cost of the Extra Work, which cost is limited to: (1) all reasonable costs of labor, materials, supplies, tools, equipment or machinery rental, power, fuel, lubricants, water and other similar operation expenses (but only for the time that such of the above things are employed or used on such Extra Work) incurred in the performance of the Extra Work, and a ratable proportion of premium expenses for all bonds and insurance required under the Contract, to the extent that the Extra Work would cause an increase in such bond or insurance premiums; and (2) a markup amount of not -to -exceed 15-percent of the above mentioned costs to cover and compensate the CONTRACTOR for profit, overhead, profit -and -overhead markups charged to CONTRACTOR by other SUBCONTRACTORS and suppliers, general supervision, field office expense and all other elements of cost and expense not embraced within the cost of the Extra Work as described in this Ilteir�._1.0. .1., General. No cost of off -site storage shall be included in the above description of cost unless off -site storage has been approved and directed by the OWNER in writing. No other claims or reservations of right as to additional costs, prices, markups, costs not permitted to be 109-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 included under this paragraph, disallowed costs or other future additional money or time shall be accepted; each change order shall be specific and final as described in I��eirtt�.-1.04.2..4 Finality of Change Orders. 109.3.2. Method of Determination. The method of determination and payment of cost, or credit to the OWNER, for any Extra Work shall be one of the following: (1) Unit prices agreed on in writing, approved by the OWNER and executed by the OWNER and CONTRACTOR before the Extra Work is commenced, or unit prices already included in the Contract documents, subject to all other conditions of the Contract. Mutual acceptance of a not -to -exceed lump sum properly itemized and supported by sufficient substantiating data to permit evaluation before the Extra Work is commenced, subject to all other conditions of the Contract. (2) A not -to -exceed cost to be determined in a manner agreed upon by the parties plus a mutually acceptable fixed or percentage fee, agreed upon before the Extra Work is commenced and subject to all other conditions of the Contract. (3) The force account method provided in ,Ilteirt�,,,,1,09.3,. ,. Force Account Work. 109.3.3. Force Account Work. If the CONTRACTOR and the OWNER cannot agree to one of the methods of calculating cost provided in Item 109.3.,.2.. Method of Determination above, or if the parties agree to a method but cannot agree to a final dollar figure, or if the CONTRACTOR for whatever reason fails or refuses to sign the Change Order in question, the CONTRACTOR, provided it receives a written order signed by the OWNER, shall promptly proceed with the work involved. Nothing in this paragraph shall be construed to relieve the CONTRACTOR of any obligations it has under the disputed work provisions of llteirm.-1-04.. Disputed Work and Claims for Additional Compensation, and Il.f':.g.i2n 10.4...4.,: Performance of Extra or Disputed Work, and where applicable the CONTRACTOR is still obligated to abide with those Items as well as this Ilteirm_109.3.3. Force Account Work. The cost of the work involved shall then be calculated on a force account basis, on the basis of the actual, reasonable field cost of the work attributable to the changes, plus a reasonable allowance for overhead, profit, markups of other SUBCONTRACTORs and suppliers, general supervision, field office expense and other elements of cost not embraced within the actual field cost as specified herein, such allowance in any case never to exceed 15%. In such case, the CONTRACTOR shall keep a detailed itemized account of the work involved and the actual field cost incurred, in a format acceptable to the OWNER and with such appropriate supporting data as the OWNER may prescribe. Sworn copies of the itemized accounting shall be directed to the OWNER each day during the performance of the force account work. Failure of the CONTRACTOR to submit the sworn -to itemized accounting daily as required herein shall constitute a waiver by the CONTRACTOR of any right to dispute the OWNER'S determination of the amount due the CONTRACTOR for force account work. Actual, reasonable field cost of the work to be charged under this Item 109.3.,.3.. Force Account Work for force account work is limited to the following: (1) The reasonable wages of all workers, foremen, timekeepers, mechanics and laborers, plus costs of social security, old age and unemployment insurance, fringe benefits required by agreement or custom (excluding employee or executive bonuses), and worker's compensation insurance, for the time such labor is actually employed or used on force account work. (2) Reasonable costs of materials, tools, supplies and equipment (but not to include off -site storage unless so approved and directed in writing by the OWNER), whether incorporated or consumed into the force account work. (3) Reasonable rental costs of machinery and equipment, exclusive of hand tools, only for the time actually employed or used on force account work, whether rented from the CONTRACTOR or others. (4) A pro rata portion of premium expenses for all bonds and insurance to the extent force account work would cause an increase in such bond or insurance premiums. Pending final determination of the cost to the OWNER, payment of undisputed amounts on force account shall be included on the monthly estimate as work is completed unless otherwise expressly provided in the written order signed by the OWNER to perform the work. Nothing in this Ilteirm._1.0... Force Account Work shall be construed as directing the CONTRACTOR's means and methods of performing the work in question. 109.3.4. Distinguishing Extra Work. For purposes of this Item or any other provision of the Contract documents that allows a claim for Extra Work, the term "Extra Work" means work that is not reasonably within the scope of the Contract Documents or not otherwise incidental or necessary to performance of the 109-2 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 Contract. The term does not include any change by the CONTRACTOR in the means and methods of performing the Work from that anticipated or bid (even if such change in means or methods is requested or directed by the OWNER), whether or not the change is due to foreseeable or unforeseeable events or conditions, if the intended result or scope of the Work is not expanded or increased. The OWNER shall not be liable for any claim due to a change in the means or methods of construction by the CONTRACTOR, resulting in additional costs, if the OWNER has not changed the plans or specifications and if the intended result and scope of the work required by and reasonably inferred from the Contract Documents remains the same. The OWNER shall also not be liable for any claim for work required in performance of the Contract, without which the Contract could not be completed, notwithstanding that the CONTRACTOR did not contemplate or foresee the degree or amount of work that would be necessary or required to complete the Contract and notwithstanding that it cost the CONTRACTOR more to complete the Contract work than the original Contract price. 109.4. PAYMENT WITHHELD In addition to express provisions elsewhere contained in the Contract, the OWNER may withhold from any payment otherwise due the CONTRACTOR such amount as determined necessary to protect the OWNER's interest, or, if it so elects, may withhold or retain all or a portion of any payment or refund payment on account of: (1) unsatisfactory progress of the work not caused by conditions beyond the CONTRACTOR's control, (2) defective work not corrected, (3) CONTRACTOR's failure to carry out instructions or orders of the OWNER or its representative, (4) a reasonable doubt that the Contract can be completed for the balance then unpaid, (5) work or execution thereof not in accordance with the Contract documents, (6) claim filed by or against the CONTRACTOR or reasonable evidence indicating probable filing of claims, (7) failure of the CONTRACTOR to make payments to any SUBCONTRACTOR or suppliers for material or labor used in the performance of the Work, (8) damage to another CONTRACTOR or OWNER, (9) unsafe working conditions allowed to persist by the CONTRACTOR, (10)failure of the CONTRACTOR to provide work schedules as required by the OWNER, (11)use of SUBCONTRACTORS without the OWNER's approval or, (12)failure of the CONTRACTOR to keep current as -built record drawings at the job site or to turn same over in completed form to the OWNER. When the grounds for withholding payment are removed, payment shall be made for amounts withheld because of them, and OWNER shall never be liable for interest on any delayed or late payment. 109.5. MONTHLY ESTIMATE, PARTIAL PAYMENTS, RETAINAGE, FINAL INSPECTION, ACCEPTANCE AND FINAL PAYMENT 109.5.1. Monthly Estimate. Except as otherwise provided by the Contract, between the 25th day and the last day of each month, the OWNER shall make an approximate estimate of the value of the work done during the month under the specifications. The monthly estimate may include acceptable nonperishable materials as referenced in Il e.. m_1.01...2.., Payment for Materials; such payment shall be allowed on the same percentage basis of the net invoice value as provided hereinafter. The percent retained by OWNER shall normally be up to 10 percent at completion, unless otherwise stated. At the midpoint, or at any subsequent time, If OWNER determines that the progress on the Contract is satisfactory in all respects, it may at its discretion cease to retain additional funds until the completion of the project, or until progress ceases to be satisfactory. The OWNER shall make the sole determination in this matter. Except as otherwise provided by the Contract, between the 25th day and the last day of each month the CONTRACTOR shall make an estimate of the value of the work done during the month under the specifications. The CONTRACTOR shall prepare the estimate on a form approved by the OWNER. The CONTRACTOR shall forward the estimate required above to the OWNER by not later than the last day of the month. The monthly estimate may include acceptable nonperishable materials delivered to and stored at the work site or a storage facility accessible to the OWNER; payment for such stored materials shall be allowed on the same percentage basis of the value as provided hereinafter. The monthly estimate shall also provide such supporting documentation as the OWNER or the other applicable provisions of the specifications may require. 109-3 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 The OWNER shall verify that the CONTRACTOR's estimate matches the total value of work done and acceptable non-perishable materials delivered to the work site or storage facility, based upon the bid proposal prices and quantities measured or verified by OWNER. In the event of a discrepancy between quantities of work as shown in the CONTRACTOR's estimate and measured quantities as shown in the OWNER's verification, the OWNER's determination or measurement shall be final, and the CONTRACTOR's estimate shall be adjusted to reflect the quantities of work as shown by the OWNER'S verification. Payment shall be made by OWNER about thirty (30) days after receipt of the estimate from CONTRACTOR. OWNER shall not be liable for interest on any late or delayed payment caused by any claim or dispute, any discrepancy in quantities as described above, any failure to provide supporting documentation or other information required with the estimate or as a precondition to payment under the Contract, or due to any payment the OWNER has a right to withhold under the Contract. The CONTRACTOR shall furnish to the OWNER such detailed information as OWNER may request to assist in the preparation of monthly estimates. It is understood that the monthly estimates shall be approximate only, and all monthly estimates and partial payments shall be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not in any respect be taken as an admission of the OWNER of the amount of work done or of its quality or sufficiency nor as an acceptance of the work or the release of the CONTRACTOR of any of its responsibility under the Contract. 109.5.2. Retainage. As security for the faithful completion of the work by the CONTRACTOR, the OWNER shall retain 15-percent of the total dollar amount of work done on all contracts $25,000.00 and less; 10-percent of the total dollar amount of work done on all contracts in excess of $25,000.00 and less than $400,000.00; five -percent of the total dollar amount of work done on all contracts of $400,000.00 or more. On all contracts in excess of $400,000, the following shall apply: (1) on all contracts in excess when work progress is 80-percent complete, retainage may, at the OWNER's option, be reduced to two percent of the dollar value of all work satisfactorily completed to date (not to include material on hand), provided that the CONTRACTOR is making satisfactory progress and there is no cause of greater retainage as determined by the OWNER; (2) when work progress is substantially complete, the retainage may be further reduced to only that amount necessary to assure completion as determined by the OWNER; (3) if the OWNER determines that the CONTRACTOR is not making satisfactory progress or if there is other specific cause, the OWNER may, at its discretion, reinstate up to the five percent retainage. 109.5.3. Final Inspection and Acceptance. Final inspections and acceptance shall proceed according to I��eir� 105..,: Inspection and Il.f':g.ir 105..10,, Acceptance. 109.5.4. Final Payment. Whenever the improvements provided for by the Contract shall have been completely performed on the part of the CONTRACTOR, as evidenced in the certificate of acceptance obtained according to ,Il�eirt�,,,,105.,1,Q�,;;, Acceptance, and all required submissions provided to the OWNER, a final estimate showing the value of the work shall be prepared by the OWNER as soon as the necessary measurements and computations can be made. All prior estimates upon which payments have been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less any sums that have been previously paid, deducted or retained under the provisions of this Contract, shall be paid to the CONTRACTOR within a reasonable period of time (not to exceed 90 days) after final acceptance and the CONTRACTOR has provided to the OWNER: (1) a consent of surety to final payment; (2) the final CONTRACTOR's Report of SUBCONTRACTOR/Supplier Payment, evidencing that all indebtedness connected with the work and all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for or used in the performance of the work have been paid or otherwise satisfied, or that the person or persons to whom the same may be respectively due have consented to final payment; and (3) such other affidavits, lien waivers and other documentation as the OWNER may reasonably require to protect its interests. In addition, the CONTRACTOR shall be required to execute the OWNER's standard Affidavit of Final Payment and Release as a precondition to receipt of final payment. 109-4 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS November 2017 The acceptance by the CONTRACTOR of the final payment as aforesaid shall operate as and shall be a release to the OWNER from all claims, damages or liabilities under the Contract, including all SUBCONTRACTOR claims, or claims for additional compensation, for anything done or furnished or relating to the work under the Contract or for any act or neglect of said OWNER relating to or connected with the Contract. All warranties and guarantees shall commence from the date of the certificate of acceptance. No interest shall be due the CONTRACTOR on any partial or final payment or on the retainage. 109.5.5. Compensation and Acknowledgement of Work. The CONTRACTOR shall receive and accept compensation, as herein provided, as full payment for furnishing all labor, tools, material, equipment and incidentals; for performing all work contemplated and embraced under the Contract; for all loss or damage arising out of the nature of the work, or from the action of the elements; for any unforeseen defects or obstruction which may arise or be encountered during the prosecution of the work and before its final acceptance by the OWNER; for all risks of whatever description connected with the prosecution of the work; for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the work as herein specified; for any infringement of patents, trademarks or copyrights; and for completing the work in an acceptable manner according to the plans and specifications. 109.6. WIRE TRANSFERS Payments to the CONTRACTOR may, at the discretion of the OWNER, be made by wire transfer to a bank of the CONTRACTOR's choice. The CONTRACTOR must furnish the following information: (1) The ABA number of the bank. (2) The CONTRACTOR's account number. (3) Or other such information as may be required by sending and receiving financial institutions. The request must be on the CONTRACTOR's letterhead and signed by an authorized representative of the CONTRACTOR (cannot be a copy). 109-5 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 ITEM 110. AIR QUALITY REQUIREMENT FOR EQUIPMENT As of 2016, ten (10) counties in North Central Texas have been designated by the EPA as being nonattainment for the pollutant ozone, and additional counties are expected to be designated in the near future. As a result, development of an air quality plan, known as the State Implementation Plan (SIP), is required for all nonattainment areas in order to demonstrate how ozone will be reduced to levels compliant with EPA standards. The SIP for the Dallas -Fort Worth nonattainment area includes programs to implement control strategies to all emission sources, including non -road construction equipment sources. To support these efforts, air quality requirements for equipment are applicable to the Contract. 110.1. EQUIPMENT REQUIREMENTS All construction equipment being used to perform work on the Contract shall meet EPA emissions standards of Tier 3 or equivalent, or cleaner. Model Form A.14. Schedule for Phase -In of Tier 1-Tier 4 Non -Road Engines is included in Appendix A. Compliance may be achieved through the use of equipment powered by an EPA -certified engine, through engine repowers, or through the use of retrofits which have been verified by the EPA and/or California Air Resources Board. A list of available retrofits is available online at EPA's website "Verified Technologies List for Clean Diesel." Equipment that meets one or more of the following conditions may be exempt from these requirements: (1) Equipment powered by an engine that is less than or equal to ten (10) years old. (2) Equipment that must be used to fulfill use or reporting requirements for a grant program or other clean air initiative. Documentation of such obligations must be submitted to OWNER for verification. (3) Equipment that is designated as low -use equipment, which is defined as any piece of construction equipment which is used for less than ten (10) hours per week on a single public works contract. A Low - Use Exemption Weekly Reporting Form will be required for all equipment for which this exemption is claimed. Model Form A.15. Low -Use Exemption Weekly Reporting Form is included in Appendix A. (4) Equipment that is being used to address a critical or emergency public works need, including, but not limited to, broken water mains or sanitary sewer lines. This exemption is limited to work performed in a situation in which the procurement of construction services is performed on an emergency basis, as provided for by State law. 110.2. OPERATIONAL REQUIREMENTS All diesel fuel used to perform work on the public works contract shall be Ultra -Low Sulfur Diesel (ULSD) fuel which also complies with Texas Low Emission Diesel (TxLED) program requirements. This may include TxLED- compliant Biodiesel blends. The CONTRACTOR shall limit idling of equipment to no more than five (5) minutes, unless the idling is applicable to one or more of the following exceptions: (1) is being used for emergency response purposes; (2) is idling as a necessary component of mechanical operation, maintenance, or diagnostic purposes; or (3) is idling for the health or safety of the equipment operator. To the greatest extent possible, CONTRACTOR shall stage equipment away from, and minimize operation near, sensitive receptors including, but not limited to, fresh air intakes, hospitals, schools, licensed day care facilities, and residences. 110.3. REPORTING TO OWNER On or before the day construction activity commences, the CONTRACTOR shall submit to the OWNER an inventory report containing identifying data for each piece of equipment to be used on the worksite. A form for submitting such information will be provided by the OWNER. Model Form A.16. Contract Equipment Inventory is included in Appendix A. This inventory may be used by the OWNER or INSPECTOR to conduct site inspections and/or verify compliance with specification elements. If additional equipment is brought on -site after construction begins, the CONTRACTOR shall provide this same inventory information to the OWNER for the new equipment on or before the day it begins work on -site. Reports shall be provided for all equipment used on -site. 110-1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION —NORTH CENTRAL TEXAS November 2017 110.4. ENFORCEMENT All construction equipment used on the job site is subject to inspection by the OWNER at random. CONTRACTOR is responsible for ensuring that all SUBCONTRACTORS meet the requirements of this specification. The provisions of this specification shall be enforced as established in the Terms and Conditions of the Contract. If the provisions of this specification are not met, the OWNER may declare the CONTRACTOR to be in default of the contract. 110-2 [THIS PAGE INTENTIONALLY LEFT BLANK] ITEM 5 SPECIAL CONDITIONS This project shall be constructed in accordance with the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges adopted September 1, 2024 (hereinafter referred to as the "TxDOT SPECS"), and Division 100 and all remaining provisions of the NCTCOG SPECS, all of which are incorporated herein and made a part of this agreement the same as if written herein; provided that where any discrepancies occur between the Special Conditions and the General Conditions, the Special Conditions shall govern. The Special Conditions are included herein for the purpose of adapting the TxDOT SPECS and NCTCOG SPECS to the project which is the subject to this agreement and of adding thereto such further provisions as may be necessary to state the agreement in its entirety. 5-1 NON-PAY/TEM: COMPETITIVE SEALED PROPOSAL Replace NCTCOG SPEC 103.2. with: Per Texas Gov't Code Ch. 2269 Subchapter D, this project will be bid through Competitive Sealed Proposals. Any references in the contract documents to "bid(s)", "bid bond", "bidders", "offerors" etc. shall be interpreted as referring to these documents and the required documentation related to this competitive sealed proposal. The evaluation process and criteria for ranking order of negotiations shall follow the guidelines listed below. The City will convene a Committee to review and evaluate all submitted proposals and shall rank the Proposals in order of priority for negotiating a construction contract. The City shall use the following procedures: • The City shall convene a Proposal Evaluation Committee (Committee) for this project using Competitive Sealed Proposal method of procurement. The Committee shall evaluate all submitted Proposals and rank the Proposals in order of priority for negotiations. • The Committee shall consist of the City Public Works Director, the City Engineer, and the City's consultant, Kimley-Horn and Associates, or other designated representatives. • The Committee shall use the following procedures to evaluate the proposals: o As soon as reasonably possible following the public opening of Proposals, the City will conduct a preliminary examination of each Proposal for compliance with the published requirements. o The Committee shall meet to conduct thorough discussions and evaluations of all Proposals and may select Proposers to be interviewed in person by the Committee. Proposers will be notified of the date, time and location of any interviews. City of Southlake 5-1 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout o The Committee shall produce a ranking of Proposers in the order of best value to the City. o The Committee shall base its recommended ranking on the information provided in the Proposals, any reference checks conducted, during interviews if conducted, and from personal knowledge. Unless modified by addendum prior to the opening of Proposals, the Committee will utilize the following criteria to rank Proposals: Evaluation Criteria Proposed Contract Amount (50%). Costs that are under the estimated budget for the project by a significant amount may indicate a lack of full understanding of the scope of work; poor estimating practices or use of less experienced labor to accomplish the work. Costs that are significantly over the estimate may result in the City investing more than necessary for the work. Qualifications of Key Project Personnel (10%). The proposal should include a list of key company personnel and their relevant experience in the industry as well as a five-year employment history. Five years' experience in the field should be considered an absolute minimum to qualify for the job. While employment stability with a single firm is very important, the overall experience in the industry is equally important. Both will be considered in the evaluation. Similar Project Experience and Southlake Experience (10%). See Article 2 Item 3c and Article 2 Item 3d. Quality of the Bidder's Goods and Services (10%). This includes an evaluation of previous projects and references that can have a number of issues that ultimately can become critical to a successful project. The following items should be considered in evaluating this point; • The Proposer shall submit a project plan that addresses the need to meet the specified milestones. • The Proposer shall submit a description of proposed methods for maintaining the traffic control throughout the project phasing. • The Proposer shall submit a description of proposed methods for installing the storm drainage and water/sanitary sewer utilities. • Reputation of the Proposer, including familiarity of City and Engineer with the Proposer (5%). • Project Delivery Schedule, to include shop drawings and material procurement, a work breakdown of the proposed phases of work, and sufficient detail to evaluate the Proposer's work plan to demonstrate final completion of the work within the allowable contract time. This includes the phasing of Union Church and Continental Boulevard intersection closure, Davis Boulevard and Continental Boulevard, and Peytonville Avenue and Continental Boulevard intersection with through traffic access. This also includes an evaluation of any construction duration time savings. (15%) City of Southlake 5-2 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout For this project, NCTCOG Item 101.1 Definitions, Proposal shall be defined as: Proposal: The written statement or statements duly filed with the OWNER specified in the advertisement for proposals of these specifications by the person, persona, partnership, company, firm, association, or corporation proposing to do the work contemplated, including the approved forms on which the formal competitive sealed proposal for the work are to be prepared. For this project, NCTCOG Item 101.1 Definitions, Proposer shall be defined as: Proposer: Any person, persons, partnership, company, firm, association, or corporation acting directly or through a duly authorized representative submitting a competitive sealed proposal for the work contemplated. 5-2 NON -PAY ITEM: CONSTRUCTION STAKES (NCTCOG 105.4) All construction staking for this project shall be provided by the Contractor. The Contractor shall provide competent staff or employ a qualified surveyor. All surveying under this section performed by the contractor shall be done by a Texas Registered Professional Land Surveyor (RPLS). Payment for construction staking shall be considered subsidiary to all other bid items; no additional payment shall be provided. After completion of staking, the Contractor shall furnish survey field notes and cut sheets to the Owner for review. 5-3 NON-PAYITEMS: SAMPLES AND TEST OF MATERIALS (NCTCOG 106.5) Material testing for this project will be at the expense of the Owner. Facilities for these tests as well as coordination of these tests shall be the responsibility of the Contractor and consist of the following: oCompaction Testing on Trenches & Manholes at a rate of 1 per 300 L.F. per lift. Lifts shall be no greater than 12" loose. Tests shall be staggered so that test of adjacent lifts are not directly over the previous lift. If the distance between manholes exceeds 300 L.F., a minimum of 2 tests per lift shall be taken. The testing lab shall provide the location of all results on a plan and profile sheet prior to trench acceptance. The Paving Contractor shall not begin work until the City of Southlake has approved all trench work. oCast Test Cylinders for all Cast -In -Place Concrete, provide four (4) test cylinders for every 150 cubic yards of concrete being placed, with a minimum of one set of cylinders per day. Cure and test cylinders at 7 and 28 days per NCTCOG specifications. oCast Test Cylinders for Controlled Low Strength Material (CLSM) per the City Inspector's direction and provisions of SC 5-15 herein, with a minimum of one set of cylinders per day. Test 1 cylinder at 3 days and 2 at 28 days in accordance with provisions of SC 5-15 herein. The Contractor will be responsible for the following tests: oProvide a pre -construction TV inspection of all new sanitary sewer mains. oConduct Mandrel test in accordance with NCTCOG Specifications and City of Southlake requirements. This test shall be considered subsidiary to the project and additional compensation will not be paid. City of Southlake 5-3 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout oPerform an exfiltration test on all new sanitary sewer lines & manholes by hydrostatic or pneumatic methods in accordance with NCTCOG Specification and City of Southlake requirements. Compensation shall be per bid item. oProvide a post construction TV inspection of all new sanitary sewer mains prior to the City's acceptance of the lines. Compensation shall be per bid items B-102 and B-103. 5-4 NON -PAY ITEM: ACCESS TO PRIVATE PROPERTIES Access to adjacent property shall be maintained at all times unless otherwise approved by the OWNER. The Contractor shall not leave open construction pits overnight. "Extended period of time" is defined as overnight, weekends, holidays, or periods of inclement weather. The Contractor shall leave with the Owner the phone numbers of responsible persons available twenty-four (24) hours a day to handle emergencies. 5-5 NON -PAY ITEM: USE OF PRIVATE PROPERTY The Contractor shall not at any time use private property to park or turn around construction vehicles or store equipment and/or materials without the written permission of the property Owner involved. The Contractor shall not at any time use water metered by meters set for the property Owner's use without written permission of the property Owner. Written permissions are to be presented to the Owner upon request. • � e •► • e� e ► ':•' The Contractor shall be responsible for the protection of all trees, shrubs and other improvements on the property adjoining the construction site from damage by the Contractor's equipment and men. The Contractor shall be responsible for notifying the property Owners and obtaining written permission in advance of any trimming to be done on the trees. The Contractor shall notify the City of Southlake if any trees, shrubs, or bushes must be removed for construction. No trees will be removed by the Contractor until permission is granted by the Owner or his designated representative. The Contractor will not be allowed to place excess material, forms, equipment, or any other material outside the street right-of-way without written permission of the property Owner, to be presented to Owner upon request. 5-7 NON-PAY/TEM: MAIL, TRASH, AND RECYCLING SERVICES Every effort will be made by the Contractor to ensure that no damage is done to the existing mailboxes and that they are in place each and every day of the construction period so that the property owner's mail service and access to the mailbox is not disrupted. The Contractor shall coordinate access to mailboxes with the Postal Superintendent. To the maximum extent possible, the Contractor shall not interfere with the collection of trash or recycling. If the Contractor's operations cannot avoid conflict with trash or recycling collection, the Contractor shall ensure collection by one of the following means: Residential: Label curbside bin(s) with the street address to which the bin(s) belong using a non- permanent method (such as masking tape or watercolor marker) and move the bin(s) to a location in the immediate vicinity that is collectible (such as up -street, down -street, or across the street), and notify the resident by note taped to the front door or personal conversation to inform the resident of their bin(s) location. City of Southlake 5-4 Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and March 25, 2025 - Addendum 3 West Continental Boulevard & South Peytonville Avenue Roundabout Retail/commercial: As much as possible, schedule work on non -collection days for work that must be done in front of commercial trash containers. Where conflict cannot be avoided, coordinate with the property owner and trash/recycling collection company to arrange an alternate pick-up date. 5-8 NON -PAY ITEM: SALVAGEABLE MATERIAL (NCTCOG 106.3) All salvageable material shall be designated by and remain the property of the Owner. Any designated salvageable material that is destroyed or damaged due to negligence of the Contractor shall be replaced with new material by the Contractor at no expense of the Owner. Salvage material, unless designated for reuse, shall be returned to a location designated by the Owner. 5-9 NON -PAY ITEM: UTILITY COORDINATION AND PROTECTION (NCTCOG 107.24.4) The Contractor will not have exclusive use of the easement/ROW as this project may require concurrent utility relocations and/or adjustments for electrical, communication, cable television and/or gas lines throughout the construction period. The Contractor will be required to cooperate with other contractors performing this work, and to schedule and sequence construction operations to facilitate utility adjustments and relocations by other contractors, public and private, working within this project. The Owner will, however, make every effort to encourage any conflicting utilities to expeditiously adjust their adjustments/conflicts. Since the Owner has no jurisdictional authority to neither set a time limit upon nor force quick action in utility adjustments of conflicts and relocation of lines, failure on the part of any utility, to expeditiously eliminate the conflict/adjustments shall not be a basis for a claim to the Owner for delay or lack of production. The Contractor shall protect and save harmless the Owner from any claims whatsoever resulting from damages, injuries, delay, and/or lack of production because of failure upon the part of such utilities to adjust their lines and remove conflicts in a timely manner. This requirement is not intended to deny the Contractor any rights or remedy at law which it may have against utilities or other third parties causing such lack of production. 5-10 NON-PAY/TEM: TRENCH EMBEDMENT & BACKFILL All embedment and backfill shall be in accordance with the City of Southlake standard detail sheet SD-9, "Embedment Details". Trench embedment and backfill shall be subsidiary to pipe bid items. Separate payment for embedment and backfill will not be issued. 5-11 NON -PAY ITEM: CONSTRUCTION WATER (NCTCOG 107.13) Water required for construction shall be provided at the Contractor's expense. Contractor shall contact City of Southlake Public Works and obtain a hydrant meter for use during construction. At project completion, Contractor shall return the hydrant meter and reimburse/pay City for all water used during construction. The Contractor shall not operate any City -owned valve. Upon notifying the Owner's construction inspector, a valve crew will be provided to operate valves necessary for the work. 5-12 NON-PAY/TEM: PUMPING & DEWATERINGOPERATIONS Work to be performed may require draining, pumping and de -watering, and certain operations necessary to complete the work as specified and as indicated on the drawings. It is the intent of these specifications that such draining, pumping and de -watering, and operations shall be the obligation of the Contractor. March 25, 2025 - Addendum 3 The Contractor shall provide all necessary pumping, as required by the excavation work specification, to remove all surface water, ground water, leakage, and water from other sources from excavation. Pumping shall be considered a subsidiary item. 5-13 NON-PAY/TEM: RETAINAGE (NCTCOG 109.5.2.) Replace NCTCOG SPEC 109.5.2. with: "As security for the faithful completion of the work by the CONTRACTOR, the OWNER shall retain 10-percent of the total dollar amount of work done on a contract less than $5 Million, and 5-percent of the total dollar amount of work done on a contract more that $5 Million as is allowed by Texas Gov't Code Ch. 2252." 5-14 NON-PAY/TEM: WORKING HOURS The work for "CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS" shall be allowed during the working hours defined by City of Southlake's noise ordinance. On Saturday and Sunday, only work that does not create noise audible at the property line is permitted. However, for construction in TCP phase 1 where a full closure of Union Church Road is anticipated, the contractor shall be allowed to work 24 hours a day 7 days a week until Phase 1 is complete in order to shorten the duration of TCP phase 1 road closures. Contractor will be responsible for any overtime of inspectors. 5-15 NON-PAY/TEM: PROJECT CLEAN-UP (NCTCOG 107.25) The Contractor shall be responsible for controlling blowing dust and debris generated from the project site. 5-16 NON-PAY/TEM: MINIMUM WAGE RATES (NCTCOG 109.1) For the work required of this project, the CONTRACTOR and all sub -contractors shall pay his/her employees the prevailing wage rates in accordance with the Texas Government Code, Chapter 2258. The prevailing wage rates determined applicable for this project are the current prevailing wage rate schedules of the United States Department of Labor adopted in accordance with the Davis -Bacon Act (40 U.S.C. Section 276a, et. seq.) and its subsequent amendments for Tarrant County, Heavy Construction Projects General Decision Number: TX20240026 03/01/2024.These prevailing wage rates can be obtained from the following web page: https://sam.gov/wage-determination/TX20240026/1. 5-17 NON-PAY/TEM: INSURANCE REQUIREMENTS (NCTCOG 103.41 Add the following to NCTCOG Item 103.4. Insurance: Insurance shall not include any exclusion that may be relied upon to cause the OWNER not to be covered. All insurance other than Worker's Compensation shall be of the occurrence type. The company shall be acceptable to the OWNER and more specifically shall be adequately capitalized rated and shall be a company admitted in Texas. At the time of the execution of the contract and before commencing work, the CONTRACTOR shall submit to the OWNER a certificate of insurance in the favor of the OWNER with a 30-day notice of cancellation, naming the OWNER as an additional insured and showing that the CONTRACTOR has the coverage required herein. All coverages shall include a waiver of subrogation clause in favor of the OWNER. The certificates of insurance shall show the type, amount, class of operations covered, effective dates, and dates of 5-6 Item 5 —Special Conditions March 25, 2025 - Addendum 3 expiration of policies. Such certificates shall contain substantially the following statement: "The insurance covered by this certificate will not be canceled or materially altered except after thirty (30) days written notice has been received by the OWNER." CONTRACTOR will not be issued a Work Order to commence work on this Contract until he/she has obtained all the insurance required under this section and such insurance has been approved by the OWNER or his representative. CONTRACTOR shall procure and shall maintain during the life of this Contract, insurance coverage as herein specified, and in case of any work sublet, shall require any subcontractor in like manner to secure and maintain such minimum limits of insurance coverage, also. 5-18 NON-PAY/TEM: INSURANCE - WORKERS' COMPENSATION (NCTCOG 103.4.1.1) In addition to the provisions of NCTCOG Item 103.4.1.1. Worker's Compensation, add the following: Workmen's Compensation Insurance: Statutory requirements as specified by the Workmen's Compensation Law of the State of Texas and adopted by the Texas Workers' Compensation Commission per Title 28, TAC §110.110. Workers' Compensation Insurance Coverage: A. Definitions: (1) Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project for the duration of the project. (2) Building or construction - Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - A Person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage - Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage Agreement - A written agreement on form TWCC-81, form TWCC- 82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project - Includes the time from the beginning of the work on the project until the work on the project has been completed and accepted by the governmental entity. 5-7 Item 5 —Special Conditions March 25, 2025 - Addendum 3 (7) Persons providing services on the project ("subcontractor" in §406.096) - Includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project - Includes the provision of all services related to a building or construction contract for a governmental entity. B. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the project for the duration of the project C. The CONTRACTOR must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the project the CONTRACTOR must prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The CONTRACTOR shall obtain from each person providing services on the project and provide to the governmental entity: (1) A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) No later than seven days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The CONTRACTOR shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the CONTRACTOR knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The CONTRACTOR shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 5-8 Item 5 —Special Conditions March 25, 2025 - Addendum 3 I. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: (1) Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) Provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) Provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) Obtain from each other person with whom it contracts, and provide to the CONTRACTOR: (a) A certificate of coverage, prior to the other person beginning work on the project; and (b) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the governmental entity that all employees of the CONTRACTOR who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The CONTRACTOR's failure to comply with any of these provisions is a breach of contract by the CONTRACTOR which entitles the governmental entity to declare the contract void if the CONTRACTOR does not remedy the breach within ten (10) days after receipt of notice of breach from the governmental entity. 5-9 Item 5 —Special Conditions March 25, 2025 - Addendum 3 In accordance with statutory requirements, the CONTRACTOR shall: (1) Provide coverage for its employees providing services on the project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) Provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) Provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the project; (4) Obtain from each person providing services on the project, and provide to the governmental entity: (a) A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) No later than seven (7) days after receipt by the contract, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after CONTRACTOR knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) Post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text in Figure 1 provided by the commission on the sample notice, without any additional words or changes: Figure 1: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee" 5-10 Item 5 —Special Conditions March 25, 2025 - Addendum 3 "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." In NCTCOG Item 103.4.1.1. Worker's Compensation, change the minimum coverage as follows: Each Accident $ 100,000 Disease — Each Employee $ 100.000 Disease — policy limit $ 500,000 5-19 NON-PAY/TEM: INSURANCE - COMMERCIAL GENERAL LIABILITY (NCTCOG 103.4.1.2) In NCTCOG Item 103.4.1.2. Commercial General Liability, change the minimum coverage as follows: General Aggregate $ 1,000,000 Products — Components/Operations Aggregate $ 1,000,000 Personal and Advertising Injury $ 600,000 Each Occurrence $ 600,000 Fire Damage (any one fire) $ 50,000 Medical Expense (any one person) $ 5,000 5-20 NON-PAY/TEM: INSURANCE -AUTOMOBILES (NCTCOG 103.4.1.3) In NCTCOG Item 103.4.1.3. Automobiles, change the minimum coverage as follows: Combined Bodily Injury and Property Damage $ 600,000 per occurrence Separate Limits - Bodily Injury $ 250,000 per person Separate Limits - Bodily Injury $ 500,000 per person Separate Limits- Property Damage $ 100,000 5-21 NON-PAY/TEM: INSURANCE- UMBRELLA LIABILITY INSURANCE (NCTCOG 103.4.3) In addition to the provisions of COG Item 103.4.3. "Umbrella" Liability Insurance, add the following: Contract shall obtain, pay for and maintain umbrella liability insurance during the Contract term, insuring the CONTRACTOR for an amount of not less than $1,000,000 per occurrence combined limit for bodily injury and property damage. 5-22 NON-PAY/TEM: INSURANCE -CONTRACTOR AGREEMENTS (NCTCOG 103.4.5.3) In addition to the provisions of NCTCOG Item 103.4.5.3. Contract Agreements, add the following: (6) Deductible limits on insurance policies exceeding $10,000 require approval of the CITY; (7) Any of such insurance policies required under this paragraph may be written in 5-11 Item 5 —Special Conditions March 25, 2025 - Addendum 3 combination with any of the others, where legally permitted, but none of the specified limits may be lowered thereby; (8) Prior to commencement of operations pursuant to this Contract, the CONTRACTOR shall furnish the CITY with satisfactory proof that he has provided adequate insurance coverage in amounts and by approved carriers as required by this Agreement; (9) CONTRACTOR shall provide notice of any actual or potential claim or litigation that would affect required insurance coverages to the CITY in a timely manner; (10) CONTRACTOR agrees to either require its Subcontractors to maintain the same insurance coverage and limits as specified for the CONTRACTOR or coverage of Subcontractors shall be provided by the Contract; and (11) Prior to the effective date of cancellation, CONTRACTOR shall deliver to the CITY a replacement certificate of insurance or proof of reinstatement. 5-23 NON -PAY ITEM: NOTICE TO PROCEED AND COMMENCEMENT OF WORK (NCTCOG 103.6) In addition to the provisions of NCTCOG Item 103.6 Notice to Proceed and Commencement of Work, add the following: The Contract Time will commence to run on date indicated on the Notice to Proceed for Construction. A Notice to Proceed for Construction may be given at any time within one hundred eighty (180) days after the Effective Date of the Agreement. 5-24 NON -PAY ITEM: TXDOT PERMIT Contractor required to submit proof of request prior to NTP. 5-25 NON -PAY ITEM: PARCEL NO. 5 TCE The City has obtained a temporary construction easement (TCE) for use by the Contractor. Parcel No. 5 TCE shall be valid for 1 year from NTP. If the Contractor requires access within this TCE after 1 year, the TCE will expire and must be renewed. The cost of renewal will be borne by the Contractor, paid to the owner in the amount of $13,950. 5-26 NON -PAY ITEM: REPAIRS THAT REQUIRE TRAFFIC SIGNAL ADJUSTMENTS Repairs caused by the Contractor that require traffic signals to be turned off for an extended period will need to be completed Saturday, or at nighttime. Optimal time of signal shutdowns will be determined by the City's representative during the coordination of the repair and proposed traffic control measures. 5-27 NON -PAY ITEM: SUBMISSIONS Contractor is required to submit storm water pollution prevention plan (SWPPP) and notice of intent (NOI) prior to notice to proceed (NTP). All shop drawings to be submitted within 60 days of NTP issuance. 5-28 NON -PAY ITEM: UTILITY CONSTRUCTION 5-12 Item 5 —Special Conditions March 25, 2025 - Addendum 3 Utility mobilization will need to occur a minimum of 2 times on this project. Contractor should factor in the cut in the isolation valves, utility adjustments, and utility relocates and adjustments. 5-29 NON -PAY ITEM: MODIFIED CRITICAL PATH -BASED WORKING DAYS DEFINITION Replace NCTCOG SPEC 101.1 "Definitions", "Working Day" with: Working days will be charged Monday —Friday, excluding recognized holidays, if weather or other conditions permit the performance of the principal unit of work underway, as determined by the City Engineer (or City Inspector), for a period of at least 5 hours between 7:00 A.M. and 9:00 P.M (working hours in accordance with City of Southlake Noise Ordinance; Chapter 11 Article 3). Contractor has the option of working Saturdays, Sundays, and recognized holidays only if approved by the City Engineer. Provide advance notice (at least 10 calendar days) to the City Engineer when scheduling work on Saturday, Sunday, or recognized holiday. For Milestone No. 1, working days will not be charged for Saturday or Sunday regardless of hours worked but for holidays during milestone No. 1, if work requiring an Inspector to be present or critical path activities are performed on a holiday, and weather or other conditions permit the performance of work for at least 5 hours between 7:00 A.M. and 9:00 P.M., a working day will be charged. For Milestones No. 2-5, if work requiring an Inspector to be present or critical path activities are performed on a Saturday, Sunday, or holiday, and weather and/or other conditions permit the performance of work for at least 5 hours between 7:00 A.M. and 9:00 P.M., a working day will be charged. Final determination of whether a working day will be charged or not charged will be based on the decision of the City Inspector, but Contractor may discuss potential working day charges with City inspector at the beginning of each day if there are uncertainties in how working days will be charged based on the conditions expected for the day. Time extensions shall only be granted if delays directly impact the critical path and prevent the project from meeting the contractual completion date. 5-30 NON -PAY ITEM: CRITICAL PATH SCHEDULE REQUIREMENTS Replace NCTCOG SPEC 108.1 "Progress Schedule" with: Construction Schedule Initial CPM Schedule Submission and Baseline Approval • Submission Deadline: Within 14 calendar days after the Notice to Proceed (NTP), the Contractor shall submit a comprehensive Critical Path Method (CPM) baseline schedule. This schedule must: 1. Clearly define the critical path. 2. Detail all major activities, their durations, and logical sequencing. Activity durations shall not exceed 20 working days without Owner approval. There shall be no open-ended activities (tasks with no logical connection to predecessors or successors). 3. Include procurement activities, material deliveries, and key milestones. 4. Account for weather -sensitive activities and contractual constraints. • Format: Each iteration of the schedule shall be submitted in PDF format. 5-13 Item 5 —Special Conditions March 25, 2025 - Addendum 3 • Review & Approval Process: 1. If the initial schedule is found to be deficient or inaccurate, the Contractor shall submit a corrected schedule within 7 calendar days of receiving comments. 2. The Owner's approval of the baseline schedule is required before the first progress payment is issued. 3. Acceptance of the baseline schedule does not relieve the Contractor of responsibility for timely completion or compliance with contract requirements. Monthly Schedule Updates • Update Frequency: The Contractor shall submit monthly CPM schedule updates with each progress payment request. • Update Requirements: Each update must: 1. Reflect actual progress, including actual start and finish dates for completed activities. 2. Identify any changes to the critical path and potential impacts on project completion. 3. Show deviations from the approved baseline schedule and indicate causes of delays. 4. Include a written narrative explaining: • Causes of any delays or sequencing changes. • Impacts on the critical path and forecasted completion date. • Proposed mitigation or recovery strategies. Schedule Review and Acceptance • If an update is found to be deficient or inaccurate, the Contractor shall submit a corrected schedule within 7 calendar days of receiving comments. • The Owner's acceptance of monthly schedule updates does not constitute approval of any time extension requests. Non -Compliance and Withholding of Payments • Failure to Submit the Baseline or Updates: 1. If the Contractor fails to submit the baseline schedule within the required timeframe, the Owner may withhold progress payments until the schedule is received and accepted. 2. Failure to submit monthly updates in accordance with these requirements may result in payment withholdings or additional corrective actions as determined by the Owner. • Deficient Submissions: 1. Schedules that do not comply with these requirements will be returned for correction and must be resubmitted within 7 calendar days. 5-31 NON -PAY ITEM: SHOP DRAWING SUBMITTALS All shop drawings and submittals required in the contract documents shall be submitted for review within 60 days of issuance of Notice to Proceed. 5-32 NON -PAY ITEM: WORKING AREA (NCTCOG 107.221 Add to NCTCOG SPEC 107.22 Working Area with the following: "The CONTRACTOR shall be responsible for providing its own staging areas for materials and equipment." 5-14 Item 5 —Special Conditions March 25, 2025 - Addendum 3 [THIS PAGE INTENTIONALLY LEFT BLANK] March 25, 2025 - Addendum 3 BID ITEM DESCRIPTIONS 5-33 BID ITEM DESCRIPTIONS Bid items beginning with "A -"is under the construction plans titled "CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD (FM 1938) INTERSECTION IMPROVEMENTS". Bid items beginning with "B-"is under the construction plans titled "WEST CONTINENTAL BOULEVARD & SOUTH PEYTONVILLE AVENUE ROUNDABOUT". 5-33.1 Davis Boulevard at Continental Boulevard/Union Church Road ITEM A-1 (TXDOT 500) - MOBILIZATION (5% MAX) The work under this item shall include the establishment of offices and other facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. The cost of all bonds and insurance for the project will also be considered part of this specification. Mobilization will be measured and paid as a lump sum (LS) item and will be paid in partial payment. Partial payments for mobilization shall be paid for at the Total Unit Price as shown in the bid proposal with the regular monthly estimates as follows: a. When 1 % and less than 5% of the adjusted contract amount for construction items is completed, 50% of the mobilization lump sum bid will be paid. b. When 5% and less than 10% of the adjusted contract amount for construction items is completed, 75% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. C. When 10% or more of the adjusted contract amount for construction items is completed, 95% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. d. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate. Mobilization shall encompass cost for the entire project. The Contractor will be expected to work continuously regardless of franchise utility relocations. If the Contractor stops work for any reason and remobilizes, the cost of remobilization will be at the Contractor's expense. ITEM A-2 (NCTCOG 107.21) - PROJECT SIGN Project signs shall be furnished and installed in accordance with NCTCOG Item 107.21, the detail below (placeholder only, City to provide final sign layout) and all related City of Southlake requirements. During construction, the project signs shall be moved to the various project sites throughout City of Southlake. March 25, 2025 - Addendum 3 City of Southlake Capital Improvements Program IIR da t IlfF II II 19 8 IU n tIII rn Ip . For more information, visit CONNECTSOUTHLAKE.COM Supported and approved by your _ City of Southlake City Council m THh pgoy th fvndzdIby the City of S—th[A. and the Tarrant County Cwm Ed,—, Covetth... gh&e Tav—C—rzy 2021 n... r V-IB-dIPrcgr— Measurement for payment shall be at the unit price bid per each (EA) and shall include all labor, equipment, materials, tools, and incidentals required to construct the project sign, complete in place, and maintain it throughout construction. ITEM A-3 (TXDOT 503) — PORTABLE CHANGEABLE MESSAGE SIGN All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 503 Portable Changeable Message Sign, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. This item includes the use of 2 portable changeable message signs for the full duration of the project and the required minimum of 3 portable changeable message signs for all major traffic pattern changes. Exact locations shall be communicated at the pre - construction meeting. ITEM A-4 (NCTCOG 203.1) - SITE PREPARATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. This item governs the preparation of the right-of-way and those areas adjacent to or offsite as may be designated on the plans to remain in place. This item shall include all work associated with removal of existing trees for the project as shown on the plans. No additional trees shall be removed without written approval from the Ofwner. Unless indicated otherwise with a specific pay item, all removals of any item within the limits of the project that are not specifically called out to remain will be considered March 25, 2025 - Addendum 3 subsidiary to this item. Subsidiary items include, but are not limited to: trees, fences, gates, pavement markers and markings (existing, and temporary), signage, asphalt, gravel, base, headwalls, wingwalls, walls, junction boxes, flumes, manholes, inlets, storm drain culverts and pipes, bollards, pavers, any concrete under pavers in the median, any concrete within the medians, handrails, metal beam guard fence, mow strips, landscaping, entry features, gutter drains, poles, foundations, fire hydrants and associated piping, blocking and valves, lighting poles/fixtures/foundations, conduit (lighting and signal), irrigation facilities, franchise utility markers and/or abandoned franchise utilities, etc. Unless indicated otherwise with a specific pay item, all adjustments of any existing appurtenance within the limits of the project that are not specifically called out to remain will be considered subsidiary to this item. Subsidiary items include, but are not limited to: existing water valves, water meters, manholes, gas valves, gas meters, ground boxes, irrigation facilities, franchise utility appurtenances, and any other appurtenances to finished grade. Abandonment and removal of existing water lines, and all appurtenances are subsidiary to this item. If Contractor damages any item not designated to be removed within the limits of construction, it must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be based on the unit price bid lump sum (LS) of site preparation and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM A-5 (NCTCOG 402.3) - FULL DEPTH SAWCUT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 402.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-6 (NCTCOG 203.2) - REMOVE EXISTING ASPHALT PAVEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the asphalt and other materials off the site. No separate payment will be made for saw cutting. March 25, 2025 - Addendum 3 ITEM A-7 (NCTCOG 302) - INSTALL TEMP ASPHALT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 302, unless otherwise specified. Installation of temporary asphalt pavement shall also include temporary shoring, cut or fill related to temporary asphalt, removal of temporary asphalt, including the work associated with the hauling and legal disposal of the temporary asphalt and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-8 (NCTCOG 203.2) - UNCLASSIFIED EXCAVATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-9 (NCTCOG 203.5) - EMBANKMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.5, unless otherwise specified. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-10 (TXDOT 247) - FL BS (CMP IN PLS (TYA GR 1-2)(FNAL POS) (51 All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 247 Flexible Base, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-11 (NCTCOG 301.3) - CEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-12 (NCTCOG 301.3) - PORTLAND CEMENT TREATMENT (8" CEMENT STABILIZED SUBGRADE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-13 (TXDOT 340) — DENSE -GRADED HOT -MIX ASPHALT All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 340 Dense -Graded Hot -Mix Asphalt, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-14 (TXDOT 344) - SUPERPAVE MIXTURES SP-C SAC -A PG70-28 (21 All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 344 Superpave Mixtures, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Item A-15 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT WITH MONOLITHIC CURB (ROADWAY) Item A-16 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT (DRIVEWAY) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. March 25, 2025 - Addendum 3 Item A-17 (TXDOT 528) - COLORED TEXTURED CONC (8" All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 528 Colored Textured Concrete, unless otherwise specified. Westwood Brown C-27 color and Yorkstone stamp pattern or similar materials should be used for the colored textured concrete. Contractor shall submit shop drawings for Owner approval prior to construction. All color applications for special concrete shall be integral to the material batch mix process. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. Item A-18 (TXDOT 502) - BARRICADES. SIGNS. AND TRAFFIC HANDLING All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 502 Barricades, Signs, and Traffic Handling, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Prior to the start of work, the Contractor shall develop, in detail, a construction schedule and sequence of construction, and traffic control plan that shall cause minimum interference with traffic along, across and adjacent to the project during construction for Owner review and approval. TCP plans shall be prepared by a Licensed Engineer in the State of Texas. Contractor shall provide, install, and maintain all necessary traffic control devices to ensure a safe work environment during the entire period of construction. A traffic control plan is provided in the plan set. These measures represent minimum traffic control measures. The City Engineering Department and/or inspectors may require additional traffic control measures which shall be subsidiary to this item. TCP measures shall conform to the "Texas Manual on Uniform Traffic Control Devices" Latest Revision. Portable message boards will be required on this project and are to be in place two weeks prior to construction commencement (see Item A-3 Portable Changeable Message Sign). Item A-19 (TXDOT 529) - CONCRETE CURB & GUTTER (TY II) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT 529 Concrete Curb, Gutter, and Combined Curb and Gutter, unless otherwise specified. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-20 (NCTCOG 305.2) - 4-INCH THICK, CONCRETE SIDEWALK All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 305.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-21 (TXDOT 531) - CURB RAMPS (TY 7) ITEM A-22 (TXDOT 531) - CURB RAMPS (TY 1) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 531 Sidewalks, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-23 (TXDOT 450) - RAIL (TY C221) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 450 Railing, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-24 (TXDOT 479) - ADJUSTING MANHOLES (WATER VALVE BOX) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 479 Adjusting Manholes and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-25 (TXDOT 479) - ADJUSTING MANHOLES (SANITARY) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 479 Adjusting Manholes and Inlets, unless otherwise March 25, 2025 - Addendum 3 specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-26 (NCTCOG 502.6) - ADJUST EX WATER VALVE TO PROP GRADE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-27 (NCTCOG 502) - RELOCATION OF WATER METERS All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-28 (NCTCOG 502.3) - ADJUST OR RELOCATE EXISTING FIRE HYDRANTS All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.3, unless otherwise specified. Contractor shall prime and paint fire hydrants per revised Southlake Standards. M&H Valve Company and American Flow Control are both approved by the City of Southlake for fire hydrant paint requirements. Contractor to coordinate with the Water Division of Southlake Public Works for any additional prime and finish paint requirements. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-29 - REMOVE AND RETURN EXISTING STONE WALL TO OWNER This item includes delivery, loading and hauling to desired location within a 20-mile radius. This item shall consist of the work, labor, equipment, and materials necessary to remove and return existing stone wall to Owner. All existing stone wall shall be removed and returned per the plans. Contractor shall remove existing stone wall and return to the Owner. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be March 25, 2025 - Addendum 3 the total compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Item A-30 - REMOVE AND REINSTALL MAILBOX This item shall consist of the work, labor, equipment, and materials necessary to remove and reinstall mailboxes. This item includes contractor removing and installing a new mailbox if existing mailbox is unsalvageable. Contractor shall reconstruct mailbox to satisfaction of Owner. Submit shop drawings for approval prior to construction. Coordination with homeowner for acceptance of procured mailbox if existing is not salvageable. Temporary mailboxes should be procured, installed, and maintained. All mailboxes shall be installed per the plans. Measurement and payment shall be at the unit price bid per each (EA) and shall be the total compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. ITEM A-31 (TXDOT 644) - IN SM RD SN SUP&AM TY10BWG(1)SA(P) ITEM A-32 (TXDOT 644) - RELOCATE SM RD SN SUP&AM TY 10BWG All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-33 (TXDOT 644) - REMOVE SM RD SN SUP&AM All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Contractor shall carefully remove small roadside sign assemblies. Contractor shall protect these items from damage once removed and deliver these appurtenances to the Owner's specified facility. If Contractor damages any item removed, the damaged appurtenances must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. March 25, 2025 - Addendum 3 ITEM A-34 (TXDOT 666) - REFL PAV MRK TY I (W)(8")(SOLID)(100MIL) ITEM A-35 (TXDOT 666) - REFL PAV MRK TY I (W)(12")(SOLID)(100MIL) ITEM A-36 (TXDOT 666) - REFL PAV MRK TY I (W)(24")(SOLID)(100MIL) ITEM A-39 (TXDOT 666) - REFL PAV MRK TY I (Y)(6")(SOLID)(100MIL) ITEM A-40 (TXDOT 666) - REFL PAV MRK TY I (W) 4" (BRK) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM A-37 (TXDOT 666) - REFL PAV MRK TY I (W)(ARROW)(100MIL) ITEM A-38 (TXDOT 666) - REFL PAV MRK TY I (W)(WORD)(100MIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM A-41 (TXDOT 678) - PAV SURF PREP FOR MRK (4") ITEM A-42 (TXDOT 678) - PAV SURF PREP FOR MRK (6") ITEM A-43 (TXDOT 678) - PAV SURF PREP FOR MRK (8") ITEM A-44 (TXDOT 678) - PAV SURF PREP FOR MRK (12") ITEM A-45 (TXDOT 678) - PAV SURF PREP FOR MRK (24") All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM A-46 (TXDOT 678) - PAV SURF PREP FOR MRK (ARROW) ITEM A-47 (TXDOT 678) - PAV SURF PREP FOR MRK (WORD) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to March 25, 2025 - Addendum 3 complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM A-48 - TEX-ART STONE 6' TEMPORARY CHAIN LINK FENCE/GATE WITH BARBED WIRE All work shall be performed as shown in the plans, plan notes, details, unless otherwise specified. This item includes the removal of existing chain link fence and gates with barbed wire fence within the limits of disturbance on the Tex -Art Stone property and setting a temporary 6' high chain link fence and gates with barbed wire and locking capabilities in its place. Items shall remain in place for the duration of construction, or until the property owners sets the new fence and gates (whichever occurs first). Contractor shall be responsible for coordinating with the property owner. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-49 (NCTCOG 501, 503) - 20" STEEL CASING BY OPEN CUT (WATER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501 and 503, unless otherwise specified. The casing pipe shall be high density steel pipe. All joints are to receive welds around the entire circumference of the pipe, (100% weld). The welds are to be tested to ensure a complete bond has been achieved. Any removal and repairing of the weld is considered incidental to this bid item. Any overcutting of the casing hole is to be filled with hydraulically placed non -shrink grout, per ASTM C476. Support and protection of existing utilities will not be measured or paid for separately and shall be included in this bid item. The carrier pipe is not included in this pay item All removal and replacement of existing infrastructure as a result of the installation of the proposed pipeline that is not specifically accounted for in a sperate bid item including, but not limited to, existing storm sewer, existing pavement, etc. shall be subsidiary to the cost of this pay item. Horizontal and vertical location of proposed casings shall be confirmed with Owner during construction. Contractor shall coordinate with Owner and receive in writing horizontal and vertical location prior to installation of casings. No additional payment shall be made for any delays, storage fees, etc., related to the coordination and installation of the casings. Any adjustment of the casing pipe length or location, based upon field conditions, requires written approval from the City prior to installation. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) March 25, 2025 - Addendum 3 and shall be full compensation for all labor, equipment, tools, material, excavation and backfill, dewatering, disposal of material, furnishing, placement, bedding material, trench safety, end caps, clean-up, surface markers, and appurtenances necessary to install the casing pipe. Installation of steel casing pipe by open cut will be measured horizontally along the pipe centerline, in place. ITEM A-50 (NCTCOG 502.6.2) - 12" CUT -IN RESILIENT SEATED GATE VALVE BOX All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6.2, unless otherwise specified. Contractor shall submit shop drawings for proposed connection procedures, dewatering and disposal procedures, and proposed equipment to be utilized for cut -in valves to Owner for approval. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, backfill, and incidentals necessary to complete the work. Payment for cut -in valves shall also include materials, labor, equipment, tools, shop drawings, and incidentals necessary to locate, excavate, dewater, embedment, backfill, restore pavement, and cleanup proposed installation locations. ITEM A-51 (TXDOT 624) - REMOVAL OF GROUND BOXES All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 624 Ground Boxes, unless otherwise specified. Measurement and payment shall be for the unit price bid per each (EA) ground box removal and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM A-52 (TXDOT 624) - INSTALL OF GROUND BOXES All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 624 Ground Boxes, unless otherwise specified. Measurement and payment shall be for the unit price bid per each (EA) ground box removal and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM A-53 (NCTCOG 502, 506) -WATER LINE LOWERING All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502 and 506, unless otherwise specified. This pay item shall consist of all work associated with providing additional water line maintenance, temporary by-pass, and improvements for the project. The plan shall March 25, 2025 - Addendum 3 employ measures to maintain water line services during the duration of the project. Unless indicated otherwise with a specific pay item, all water line measures within the limits of the project will be considered subsidiary to this item. Subsidiary items include, but are not limited to: valves, fittings, service connections, etc. This pay item includes the installation, maintenance (throughout the Project duration) and removal of these items. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, backfill, and incidentals necessary to complete the work. ITEM A-54 (NCTCOG 701.2) - REMOVE INLET All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM A-55 (NCTCOG 701.2.3) - ADJUSTING INLET (CAP) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 701.2.3, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-56 (NCTCOG 701.2) - REMOVE SET ITEM A-57 (NCTCOG 701.2) - REMOVE HEADWALL/WINGWALL All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM A-58 (NCTCOG 701.2) - REMOVE PIPE All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site.complete the work. ITEM A-59 (NCTCOG 501.6) - 18-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM A-60 (NCTCOG 501.6) - 24-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM A-61 (NCTCOG 501.6) - 48-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM A-62 (NCTCOG 501.6) - 12'x8' REINFORCED CONCRETE BOX (RCB)(CLASS 111) All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 501.6, 504, 508, unless otherwise specified. Backfill and embedment shall be per City detail and in accordance with NCTCOG Item 504. All bends shall be pre -fabricated. Where leads or pipe terminate into an existing system, a concrete collar shall be poured at the junction to form a watertight connection. When pipe terminates at locations which do not include connections to drainage structures, the end of the pipe shall be plugged with a field -cast unit as shown on the plan -profile sheets, and the cost thereof are to be included in the price bid to furnish and install reinforced concrete pipe. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, excavation, embedment, backfill, wyes, bends, plugs, and incidentals necessary to complete the work. ITEM A-63 -2'X3' GRATE INLET All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-7, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-64 (TXDOT 466) - WINGWALL (PW-1) HEADWALL (RAC) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 466 Headwall and Wingwalls, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Rail Anchorage Curb (RAC) to be subsidiary to this item. March 25, 2025 - Addendum 3 ITEM A-65 (TXDOT 467) - SET (TY II) (18 IN) (RCP) (3:1) (C) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 467 Safety End Treatment, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-66 (TXDOT 465) - JCTBOX (COMPL)(PJB)(4FTX4FT) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 465 Junction Boxes, Manholes, and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-67 (NCTCOG 202.14) - INLET PROTECTION (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.14, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-68 (NCTCOG 202.5) - TEMP SEDMT CONT FENCE (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.5, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-69 (TXDOT 506) - ROCK FILTER DAMS (INSTALL) (TY 1) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 506 Temporary Erosion, Sedimentation, and Environmental Controls, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to March 25, 2025 - Addendum 3 complete the work. ITEM A-70 (TXDOT 506) - ROCK FILTER DAMS (REMOVE) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 506 Temporary Erosion, Sedimentation, and Environmental Controls, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-71 - CONCRETE PILOT CHANNEL All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-8, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-72 (TXDOT 432) - RIPRAP (STONE PROTECTION) (24 IN) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 432 Riprap, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-73 (TXDOT 459) - GABION MATTRESSES (GALV) (121N) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 459 Gabions and Gabion Mattresses, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-74 - 2'X2' DROP INLET WITH 2' CONCRETE APRON All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-6, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full March 25, 2025 - Addendum 3 compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-75 (TXDOT 465) - INLET (COMPL) (CURB) ITEM A-76 (TXDOT 465) -10' TXDOT INLET (I -CO (FTW)) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 465 Junction Boxes, Manholes, and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEMS A-77 TO A-112 - VARIOUS TRAFFIC SIGNAL ITEMS All work shall be performed as shown in the plans, plan notes, details, and in accordance with applicable TxDOT Items, unless otherwise specified. Contractor shall submit shop drawings to Owner for review and approval prior to furnishment and installation. Measurement and payment shall be at the unit price and measurement as shown in the bid form and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM A-113 - PRE-EMPTION DETECTOR All work shall be performed as shown in the plans, plan notes, details, and City specifications for pre-emption equipment (to be provided by City) and shall match the existing pre-emption equipment already installed at the intersection. Contractor shall submit a shop drawing to Owner for review and approval prior to furnishment and installation. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. ITEM A-114 - PRE-EMPTION CABLE All work shall be performed as shown in the plans, plan notes, details, and City specifications for pre-emption equipment (to be provided by City) and shall match the existing pre-emption equipment already installed at the intersection. Contractor shall submit a shop drawing to Owner for review and approval prior to furnishment and installation. March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. ITEM A-115 (NCTCOG 204.2) - TOPSOIL All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 204.2, unless otherwise specified. Topsoil must be approved as "Topsoil" by Owner prior to installation. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM A-116 (NCTCOG 107.28) - EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL (SWPPP) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 107.28, unless otherwise specified. Prior to the start of work, the Contractor shall develop, in detail, an erosion control plan that conforms to all state and local regulations. Contractor shall provide, install and maintain all necessary erosion control devices during the construction period. An erosion control plan is provided in the plan set. These measures represent minimum erosion control measures. The City Engineering Department and/or inspectors may require additional erosion control devices which shall be subsidiary to the erosion control measures line items. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals required to implement and maintain erosion control measures, complete in place. ITEM A-117 (NCTCOG 204) - LANDSCAPING RESTORATION All work shall be performed in accordance with NCTCOG Item 204, unless otherwise specified. Any landscape systems impacted by the project shall be restored to equal or better conditions. This includes restoring any features that will be impacted with the project. Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. This pay item shall not include any landscape improvements that are included or quantified under a separate pay item. March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the City prior to NTP for landscaping adjustments and restoration prior to construction. ITEM A-118 (NCTCOG 201.2) - IRRIGATION RESTORATION All work shall be performed in accordance with NCTCOG Item 201.2, unless otherwise specified. Any irrigation systems impacted by the project shall be restored to equal or better conditions. This includes all areas impacted with water installation, wastewater installation, pavement replacement, drainage inlets, sidewalk/ramp construction, and any other construction impacting landscape, hardscape, and irrigation systems. This includes restoring any features that will be impacted with the project (i.e. stone edges, walls, planter beds, lighting, flumes, etc.). Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. Contractor shall coordinate with property owners to test existing irrigation systems prior to construction. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the City prior to NTP for landscaping adjustments and restoration prior to construction. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 5-33.2 West Continental Boulevard & South Peytonville Avenue ITEM B-1 (TXDOT 500) - MOBILIZATION (5% MAX) The work under this item shall include the establishment of offices and other facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. The cost of all bonds and insurance for the project will also be considered part of this specification. Mobilization will be measured and paid as a lump sum (LS) item and will be paid in partial payment. Partial payments for mobilization shall be paid for at the Total Unit Price as shown in the bid proposal with the regular monthly estimates as follows: a. When 1 % and less than 5% of the adjusted contract amount for construction items is completed, 50% of the mobilization lump sum bid will be paid. b. When 5% and less than 10% of the adjusted contract amount for construction items is completed, 75% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. C. When 10% or more of the adjusted contract amount for construction items is completed, 95% of the mobilization lump sum bid will be paid. Previous payments under this section will be deducted from this amount. d. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate. Mobilization shall encompass cost for the entire project. The Contractor will be expected to work continuously regardless of franchise utility relocations. If the Contractor stops work for any reason and remobilizes, the cost of remobilization will be at the Contractor's expense. ITEM B-2 (NCTCOG 107.21) - PROJECT SIGN Project signs shall be furnished and installed in accordance with NCTCOG Item 107.21, the detail below (placeholder only, City to provide final sign layout) and all related City of Southlake requirements. During construction, the project signs shall be moved to the various project sites throughout City of Southlake. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 City of Southlake Capital Improvements Program C 'S:: �.brnit. BOL,flIe"ai"'Id & '°aOLIAli e,_yM ndAve IIRoundabout For more information, visit CONNECTSOUTHLAKE.COM Supported and approved by your _ City of Southlake City Council 1 This .p cue t is is dythe City of Sauthllalke and the Tarrant County C—iss"—rs Cavort through th..e Tarrant C—ty 2021 Transp-a[iom Bond'.. P,,g,, m. Measurement for payment shall be at the unit price bid per each (EA) and shall include all labor, equipment, materials, tools, and incidentals required to construct the project sign, complete in place, and maintain it throughout construction. ITEM B-3 (TXDOT 503) - PORTABLE CHANGEABLE MESSAGE SIGN All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 503 Portable Changeable Message Sign, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. This item includes the use of 2 portable changeable message signs for the full duration of the project and the required minimum of 3 portable changeable message signs for all major traffic pattern changes. Exact locations shall be communicated at the pre - construction meeting. ITEM B-4 (NCTCOG 203.1) - SITE PREPARATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. This item governs the preparation of the right-of-way and those areas adjacent to or offsite as may be designated on the plans to remain in place. This item shall include all work associated with removal of existing trees for the project as shown on the plans. No additional trees shall be removed without written approval from the Owner. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Unless indicated otherwise with a specific pay item, all removals of any item within the limits of the project that are not specifically called out to remain will be considered subsidiary to this item. Subsidiary items include, but are not limited to: trees, fences, gates, pavement markers and markings (existing, and temporary), signage, asphalt, gravel, base, headwalls, wingwalls, walls, junction boxes, flumes, manholes, inlets, storm drain culverts and pipes, bollards, pavers, any concrete under pavers in the median, any concrete within the medians, handrails, metal beam guard fence, mow strips, landscaping, entry features, gutter drains, poles, foundations, fire hydrants and associated piping, blocking and valves, lighting poles/fixtures/foundations, conduit (lighting and signal), irrigation facilities, franchise utility markers and/or abandoned franchise utilities, etc. Unless indicated otherwise with a specific pay item, all adjustments of any existing appurtenance within the limits of the project that are not specifically called out to remain will be considered subsidiary to this item. Subsidiary items include, but are not limited to: existing water valves, water meters, manholes, gas valves, gas meters, ground boxes, irrigation facilities, franchise utility appurtenances, and any other appurtenances to finished grade. Abandonment and removal of existing water lines, and all appurtenances are subsidiary to this item. If Contractor damages any item not designated to be removed within the limits of construction, it must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be based on the unit price bid lump sum (LS) of site preparation and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM B-5 (NCTCOG 203.2) - REMOVE EXISTING ASPHALT PAVEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the asphalt and other materials off the site. No separate payment will be made for saw cutting. ITEM B-6 (NCTCOG 203.2) - REMOVE CONCRETE (SIDEWALK) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 necessary to complete the work. ITEM B-7 (NCTCOG 203.2) - REMOVE CONCRETE (DRIVEWAY) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Removal of concrete driveways shall be made to an existing joint or to a saw cut line. Payment for removal shall also include work associated with the hauling and legal disposal of the concrete and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-8 (NCTCOG 302.9) - 2-INCH HOT MIX ASPHALTIC CONCRETE PAVEMENT (HMAC) MILL AND INLAY (TYPE D) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 302.9, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-9 (NCTCOG 302) - INSTALL TEMP ASPHALT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 302, unless otherwise specified. Installation of temporary asphalt pavement shall also include temporary shoring, cut or fill related to temporary asphalt, removal of temporary asphalt, including the work associated with the hauling and legal disposal of the temporary asphalt and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-10 (NCTCOG 303) - INSTALL TEMP UNREINFORCED CONCRETE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Installation of temporary unreinforced concrete pavement shall also include temporary shoring, cut or fill related to temporary unreinforced concrete, removal of temporary unreinforced concrete, including the work associated with the hauling and legal disposal of the temporary unreinforced concrete and other materials off the site. No separate payment will be made for saw cutting. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-11 (NCTCOG 203.2) - UNCLASSIFIED EXCAVATION All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-12 (NCTCOG 203.5) - EMBANKMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.5, unless otherwise specified. This is a "Plans Quantity" item and will not be measured unless there are revisions to the scope of work. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-13 (NCTCOG 305.2) - 4-INCH THICK, CONCRETE SIDEWALK All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 305.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-14 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT W/MONOLITHIC CURB (ROADWAY) ITEM B-15 (NCTCOG 303) - 8-INCH THICK, REINFORCED CONCRETE PAVEMENT (DRIVEWAY) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-16 (NCTCOG 301.3) - PORTLAND CEMENT TREATMENT (8" CEMENT STABILIZED SUBGRADE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-17 (NCTCOG 301.3) - CEMENT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 301.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-18 (NCTCOG 303) - 8-INCH STAMPED REINFORCED CONCRETE PAVEMENT (INTEGRAL COLORED) ITEM B-19 (NCTCOG 303) - 12-INCH STAMPED REINFORCED CONCRETE PAVEMENT (INTEGRAL COLORED) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Westwood Brown C-27 color and Yorkstone stamp pattern or similar materials should be used for the colored textured concrete. Contractor shall submit shop drawings for Owner approval prior to construction. All color applications for special concrete shall be integral to the material batch mix process. Measurement and payment shall be at the unit price bid per square yard (SY) and shall City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-20 (NCTCOG 802) - STONE WALL All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 802, unless otherwise specified. Subsidiary items include, but are not limited to access, excavation, subgrade preparation, shoring, placing, furnishing, placing, and compacting backfill including flowable or unreinforced concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, filter fabric, and incidentals. Dewatering of the creek shall be performed at the Contractor's discretion as approved by the Owner. Dewatering and erosion control measures for structures are subsidiary. Contractor shall provide cut sheets for stone wall prior to installation for Owner approval. Measurement and payment shall be for the unit price bid per linear foot (LF) and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. ITEM B-21 (NCTCOG 303) - SIDEWALK FLUME All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 303, unless otherwise specified. Installation sidewalk flume shall also include fabrication and installation of ADA Pedestrian Rated Grates and Frames at locations where the flume crosses the sidewalk. Grates shall be ADA compliant, and pedestrian rated. Contractor shall submit shop drawings for finish, material, and manufacturer for Owner approval prior to construction. Measurement and payment shall be based on the price bid per each (EA) concrete flume under sidewalk and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. Payment for this item shall include, but is not limited to formwork, reinforcing, concrete, finishing, curing, joints, sealants, special finishes if required, additional samples, testing and all appurtenances. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-22 (NCTCOG 305.1) - CONCRETE CURB AND GUTTER (Y MOUNTABLE) ITEM B-23 (NCTCOG 305.1) - CONCRETE CURB AND GUTTER K' MOUNTABLE) (SPLITTER ISLANDS) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 305.1, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-24 (TXDOT 502) - BARRICADES. SIGNS. AND TRAFFIC HANDLING All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 502 Barricades, Signs, and Traffic Handling, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Prior to the start of work, the Contractor shall develop, in detail, a construction schedule and sequence of construction, and traffic control plan that shall cause minimum interference with traffic along, across and adjacent to the project during construction for Owner review and approval. TCP plans shall be prepared by a Licensed Engineer in the State of Texas. Contractor shall provide, install, and maintain all necessary traffic control devices to ensure a safe work environment during the entire period of construction. A traffic control plan is provided in the plan set. These measures represent minimum traffic control measures. The City Engineering Department and/or inspectors may require additional traffic control measures which shall be subsidiary to this item. TCP measures shall conform to the "Texas Manual on Uniform Traffic Control Devices", Latest Revision. Portable message boards will be required on this project and are to be in place two weeks prior to construction commencement (see Item B-3 Portable Changeable Message Sign). ITEM B-25 (TXDOT 450) - HANDRAIL (CITY STANDARD DETAIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 450 Railing, unless otherwise specified. Contractor shall submit shop drawings to Owner for review and approval prior to City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 furnishment and installation. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-26 (TXDOT 450) - HANDRAIL (MATCH EXISTING PED BRIDGE RAIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 450 Railing, unless otherwise specified. Contractor shall submit shop drawings to Owner for review and approval prior to furnishment and installation. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-27 (NCTCOG 402.3) - FULL DEPTH SAWCUT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 402.3, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-28 (NCTCOG 502.6) - ADJUST EX WATER VALVE TO PROP GRADE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-29 (NCTCOG 701.2) - REMOVE AND SALVAGE EX FIRE HYDRANT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Contractor shall carefully remove fire hydrant, fire hydrant lead and any associated valves, bends and other relevant parts. Contractor shall protect these items from damage once removed and deliver these appurtenances to the Owner's specified City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 facility. If Contractor damages any item removed, the damaged appurtenances must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-30 (TXDOT 644) - RELOCATE SM RD SN SUP&AM TY 10BWG All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-31 (TXDOT 644) - IN SM RD SN SUP&AM TYS80(1)SA(P) ITEM B-32 (TXDOT 644) - IN SM RD SN SUP&AM TYS80(1)SA(T) ITEM B-33 (TXDOT 644) - IN SM RD SN SUP&AM TYS80(1)SB(T) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-34 (TXDOT 644) - REMOVE SM RD SN SUP&AM All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 644 Small Roadside Sign Assemblies, unless otherwise specified. Contractor shall carefully remove small roadside sign assemblies. Contractor shall protect these items from damage once removed and deliver these appurtenances to the Owner's specified facility. If Contractor damages any item removed, the damaged appurtenances must be restored to equal or better condition at the Contractor's expense. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-35 (TXDOT 666) - REFL PAV MRK TY 1 (W)(6")(SOLID)(100MIL) ITEM B-36 (TXDOT 666) - REFL PAV MRK TY 1 (W)(8")(DASH)(100MIL) ITEM B-37 (TXDOT 666) - REFL PAV MRK TY 1 (W)(18")(DOT)(10MIL) ITEM B-38 (TXDOT 666) - REFL PAV MRK TY 1 (DOUBLE Y)(4")(SOLID)(100MIL) ITEM B-39 (TXDOT 666) - REFL PAV MRK TY 1 (Y)(4")(SOLID)(100MIL) ITEM B-40 (TXDOT 666) - REFL PAV MRK TY 1 (W)(24")(SOLID)(100MIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM B-41 (TXDOT 666) - REFL PAV MRK TY 1 (W)(ARROW)(100MIL) ITEM B-42 (TXDOT 666) - REFL PAV MRK TY 1 (W)(WORD)(100MIL) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 666 Retroreflectorized Pavement Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Raised Pavement Markings are subsidiary to this item. ITEM B-43 (TXDOT 678) - PAV SURF PREP FOR MRK (4") ITEM B-44 (TXDOT 678) - PAV SURF PREP FOR MRK (6") ITEM B-45 (TXDOT 678) - PAV SURF PREP FOR MRK (8") ITEM B-46 (TXDOT 678) - PAV SURF PREP FOR MRK (18") ITEM B-47 (TXDOT 678) - PAV SURF PREP FOR MRK (24") All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM B-48 (TXDOT 678) - PAV SURF PREP FOR MRK (ARROW) ITEM B-49 (TXDOT 678) - PAV SURF PREP FOR MRK (WORD) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 678 Pavement Surface Preparation for Markings, unless City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Removing Raised Pavement Markings are subsidiary to this item. ITEM B-50 (TXDOT 6420) - RAPID RECTANGULAR FLASHING BEACON (2-WAY SOLAR) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Special Specification 6420 Solar Powered Rectangular Rapid Flashing Beacon Assemblies (RRFB), unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-51 (TXDOT 531) - CURB RAMPS (TY 1) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 531 Sidewalks, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-52 - TURF REINFORCEMENT MAT This pay item shall consist of all work associated with providing turf reinforcement mats for the project and shall be performed in accordance with the plans and Technical Specifications. Refer to the plans for approximate turf reinforcement mat locations. Contractor shall provide cut sheets for each turf reinforcement mat prior to installation for Owner approval. All turf reinforcement mats shall be installed per manufacturer recommendations. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, shop drawings and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-53 (TXDOT 512) - LOW PROFILE CONCRETE BARRIER All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 512 Portable Traffic Barrier, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-54 (NCTCOG 701.2) - REMOVE SET ITEM B-55 (NCTCOG 701.2) - REMOVE HEADWALL/WINGWALL ITEM B-56 (NCTCOG 701.2) - REMOVE DROP INLET All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM B-57 (NCTCOG 701.2) - REMOVE CONCRETE RIPRAP All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. ITEM B-58 (NCTCOG 701.2) - REMOVE RCP ITEM B-59 (NCTCOG 701.2) - REMOVE CONCRETE CHANNEL All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 701.2, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment for removal shall also include work associated with the hauling and legal disposal of the structure and other materials off the site. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-60 (NCTCOG 501.6) - 18-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM B-61 (NCTCOG 501.6) - 24-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM B-62 (NCTCOG 501.6) - 36-INCH REINFORCED CONCETE PIPE (RCP)(CLASS III) ITEM B-63 (NCTCOG 501.6) - 4'X3' REINFORCED CONCRETE BOX (RCB)(CLASS 111) ITEM B-64 (NCTCOG 501.6) - 7'x4' REINFORCED CONCRETE BOX (RCB)(CLASS 111) All work shall be performed as show in the plans, plan notes, details and in accordance with NCTCOG Item 501.6, 504, 508, unless otherwise specified. Backfill and embedment shall be per City detail and in accordance with NCTCOG Item 504. All bends shall be pre -fabricated. Where leads or pipe terminate into an existing system, a concrete collar shall be poured at the junction to form a watertight connection. When pipe terminates at locations which do not include connections to drainage structures, the end of the pipe shall be plugged with a field -cast unit as shown on the plan -profile sheets, and the cost thereof are to be included in the price bid to furnish and install reinforced concrete pipe. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, excavation, embedment, backfill, wyes, bends, plugs, and incidentals necessary to complete the work. ITEM B-65 -2'X3' GRATE INLET All work shall be performed as shown in the plans, plan notes, and in accordance with City standard detail SD-7, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-66 (TXDOT 465) - 4'X4" DROP INLET All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 465 Junction Boxes, Manholes, and Inlets, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-67 (TXDOT 466) - CULVERT A TXDOT PARALLEL HEADWALL WITH ECD AND WINGWALLS (PW-0) (U/S) ITEM B-68 (TXDOT 466) - CULVERT A TXDOT HEADWALL (PW-MOD) AND WINGWALLS WITH ECD (D/S) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 466 Headwall and Wingwalls, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-69 (TXDOT 467) - SET (TY 11) (18 IN) (RCP) (4:1) (C) ITEM B-70 (TXDOT 467) - SET (TY 1) (S= 4FT)(HW= 5FT)(4:1) (C) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 467 Safety End Treatment, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-71 (NCTCOG 502.12) - 10' STORM INLET All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.12, unless otherwise specified. Measurement and payment shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, excavation, form work, concrete reinforcing, curing, protection, backfill, embedment and incidentals necessary to complete the work. ITEM B-72 (NCTCOG 202.14) - INLET PROTECTION (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.14, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-73 (NCTCOG 202.5) - TEMP SEDMT CONT FENCE (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.5, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-74 (NCTCOG 202.9) - CHECK DAM (ROCK) (INSTALL/MAINTAIN/REMOVE) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 202.9, unless otherwise specified. Measurement and payment shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-75 - (TXDOT 459) GABION STRUCTURES (12 IN) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 459 Gabions and Gabion Mattresses, unless otherwise specified. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-76 (TXDOT 432) - RIPRAP (STONE PROTECTION) (24 IN) ITEM B-77 (TXDOT 432) - RIPRAP (STONE PROTECTION) (12 IN) All work shall be performed as shown in the plans, plan notes, details, and in accordance with TxDOT Item 432 Riprap, unless otherwise specified. Measurement and payment shall be at the unit price bid per cubic yard (CY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-78 (NCTCOG 803.3) - CONCRETE RIPRAP All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 803.3, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Payment shall also include, but not limited to, excavation, subgrade, flowable or soil fill, concrete reinforcing, concrete, placement, joins, finishing, curing, protection, backfill, gravel pockets, and all appurtenances necessary to complete the work. ITEM B-79 (NCTCOG 204.1) - VEGETATION REMOVAL AND REUSE, CLEARING AND GRUBBING All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 204.1, unless otherwise specified. Measurement and payment shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-80 (NCTCOG 204.2) - TOPSOIL All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 204.2, unless otherwise specified. Topsoil must be approved as "Topsoil" by Owner prior to installation. Measurement and payment shall be at the unit price bid per square yard (SY) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-81 (NCTCOG 107.28) - EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL (SWPPP) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 107.28, unless otherwise specified. Prior to the start of work, the Contractor shall develop, in detail, an erosion control plan that conforms to all state and local regulations. Contractor shall provide, install and maintain all necessary erosion control devices during the construction period. An erosion control plan is provided in the plan set. These measures represent minimum erosion control measures. The City Engineering Department and/or inspectors may require additional erosion control devices which shall be subsidiary to the erosion control measures line items. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 required to implement and maintain erosion control measures, complete in place. ITEM B-82 (NCTCOG 204) - LANDSCAPING RESTORATION All work shall be performed in accordance with NCTCOG Item 204, unless otherwise specified. Any landscape systems impacted by the project shall be restored to equal or better conditions. This includes restoring any features that will be impacted with the project. Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. This pay item shall not include any landscape improvements that are included or quantified under a separate pay item. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the Owner prior to NTP for landscaping adjustments and restoration prior to construction. ITEM B-83 (NCTCOG 201.2) - IRRIGATION RESTORATION All work shall be performed in accordance with NCTCOG Item 201.2, unless otherwise specified. Any irrigation systems impacted by the project shall be restored to equal or better conditions. This includes all areas impacted with water installation, wastewater installation, pavement replacement, drainage inlets, sidewalk/ramp construction, and any other construction impacting landscape, hardscape, and irrigation systems. This includes restoring any features that will be impacted with the project (i.e. stone edges, walls, planter beds, lighting, flumes, etc.). Contractor is responsible for videoing existing conditions prior to construction. Contractor shall receive approval from the Owner prior to use of this pay item. Contractor shall coordinate with property owners to test existing irrigation systems prior to construction. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. Contractor shall submit a schedule of values to the Owner prior to NTP for landscaping adjustments and restoration prior to construction. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-84 (NCTCOG 501, 503) - 20" STEEL CASING BY OPEN CUT (WATER) ITEM B-85 (NCTCOG 501, 503) - 20" STEEL CASING BY OTHER THAN OPEN CUT (WATER) ITEM B-108 (NCTCOG 501, 503) - 20" STEEL CASING BY OTHER THAN OPEN CUT (SANITARY SEWER) ITEM B-109 (NCTCOG 501, 503) - 20" STEEL CASING BY OPEN CUT (SANITARY SEWER) ITEM B-110 (NCTCOG 501,503) - 10" STEEL CASING BY OPEN CUT (SANITARY SEWER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501 and 503, unless otherwise specified. The casing pipe shall be high density steel pipe. All joints are to receive welds around the entire circumference of the pipe, (100% weld). The welds are to be tested to ensure a complete bond has been achieved. Any removal and repairing of the weld is considered incidental to this bid item. Any overcutting of the casing hole is to be filled with hydraulically placed non -shrink grout, per ASTM C476. Support and protection of existing utilities will not be measured or paid for separately and shall be included in this bid item. The carrier pipe is not included in this pay item. All removal and replacement of existing infrastructure as a result of the installation of the proposed pipeline that is not specifically accounted for in a sperate bid item including, but not limited to, existing storm sewer, existing pavement, etc. shall be subsidiary to the cost of this pay item. Horizontal and vertical location of proposed casings shall be confirmed with City during construction. Contractor shall coordinate with Owner and receive in writing horizontal and vertical location prior to installation of casings. No additional payment shall be made for any delays, storage fees, etc., related to the coordination and installation of the casings. Any adjustment of the casing pipe length or location, based upon field conditions, requires written approval from the Owner prior to installation. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, material, excavation and backfill, dewatering, disposal of material, furnishing, placement, bedding material, trench safety, end caps, clean-up, surface markers, and appurtenances necessary to install the casing pipe. Installation of steel casing pipe by open cut will be measured horizontally along the pipe centerline, in place. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-86 (NCTCOG 503, 506) - 12" WATER CARRIER PIPE ITEM B-87 (NCTCOG 503, 506) - 8" WATER CARRIER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 503 and 506, unless otherwise specified. Contractor shall provide grouting of annular space between casing and carrier where specified in the plans. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, specified accessories within steel casing pipe, and incidentals necessary to complete the work. ITEM B-88 (NCTCOG 506) - 12" WATER PIPE ITEM B-89 (NCTCOG 506) - 8" WATER PIPE ITEM B-90 (NCTCOG 506) - 6" WATER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 506, unless otherwise specified. Water pipe shall be AWWA C900 PVC DR 18. Contractor shall submit shop drawings to Owner for approval. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-91 (NCTCOG 502.5) - DUCTILE IRON WATER FITTINGS WITH RESTRAINT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.5, unless otherwise specified. Install mechanical joint ductile iron fittings for water service including thrust restraint (retainer glands). Measurement and payment for this item shall be at the unit price bid per ton (TON) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-92 (NCTCOG 502.5) - PIPE ABANDONMENT PLUG (WATER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.5, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-93 (NCTCOG 203.1) - REMOVE EXISTING WATER LINE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, backfill and incidentals necessary to complete the work. ITEM B-94 (NCTCOG 506.9) - CONNECTION TO EXISTING 4-INCH TO 12-INCH WATER MAIN All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 506.9, unless otherwise specified. Contractor shall submit shop drawings for connection fittings/appurtenances, connection work plan including schedule, communication plan, sequencing, procedures and contingency plans to Owner for approval. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, excavation, disposal of excavated soil, locating the existing water line prior to connecting; dewatering; furnishing, hauling, and laying of pipe fittings and tapping sleeves; protection of existing structures and utilities; property restoration; coordination and notification; clean-up; and incidentals necessary to complete the work. ITEM B-95 (NCTCOG 502.6.2) - 12" RESILIENT SEATED GATE VALVE W/ BOX ITEM B-96 (NCTCOG 502.6.2) - 12" CUT -IN RESILIENT SEATED GATE VALVE W/ BOX ITEM B-97 (NCTCOG 502.6.2) - 8" RESILIENT SEATED GATE VALVE W/ BOX ITEM B-98 (NCTCOG 502.6.2) - 8" CUT -IN RESILIENT SEATED GATE VALVE W/ BOX ITEM B-99 (NCTCOG 502.6.2) - 6" RESILIENT SEATED GATE VALVE W/ BOX All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.6.2, unless otherwise specified. Contractor shall submit shop drawings for proposed connection procedures, dewatering and disposal procedures, and proposed equipment to be utilized for cut -in valves to Owner for approval. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, backfill, and incidentals necessary to complete the work. Payment for cut -in valves shall also include materials, labor, equipment, tools, shop drawings, and incidentals necessary to locate, excavate, dewater, embedment, backfill, restore pavement, and cleanup proposed installation locations. ITEM B-100 (NCTCOG 502.3) - FIRE HYDRANT All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.3, unless otherwise specified. This item shall include necessary extensions to achieved final grade, connection to the proposed main, and concrete blocking. Contractor shall prime and paint fire hydrants per revised Southlake Standards. M&H Valve Company and American Flow Control are both approved by the City of Southlake for fire hydrant paint requirements. Contractor to coordinate with the Water Division of Southlake Public Works for any additional prime and finish paint requirements. Contractor shall submit shop drawings to Owner for approval. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, extensions to achieved final grade, connection to the proposed main, concrete blocking, and incidentals necessary to complete the work. ITEM B-101 (NCTCOG 107.20.3) - TRENCH SAFETY (WATER) ITEM B-122 (NCTCOG 107.20.3) - TRENCH SAFETY (SANITARY SEWER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 107.20.3, unless otherwise specified. Trench safety/shoring design shall be signed and sealed by a professional Texas engineer. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, trench safety/shoring design, backfill, and incidentals necessary to complete the work. ITEM B-102 (NCTCOG 503) -WATERLINE CONDUIT INSTALLATION (2.5") All work shall be performed as shown in the plans, plan notes, City of Southlake detail SD-1 and in accordance with NCTCOG Item 503, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 and shall be full compensation for all labor, equipment, tools, materials, trenched and bored conduit, and incidentals necessary to complete the work. ITEM B-103 (NCTCOG 503) -WATERLINE CONDUIT INSTALLATION (1") All work shall be performed as shown in the plans, plan notes, City of Southlake detail SD-1 and in accordance with NCTCOG Item 503, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, trenched and bored conduit, and incidentals necessary to complete the work. ITEMS B-104 (NCTCOG 507.5.2) - PRE -CONSTRUCTION TV INSPECTION OF SANITARY SEWER ITEM B-105 (NCTCOG 507.5.2) - POST -CONSTRUCTION TV INSPECTION OF SANITARY SEWER All work shall be performed in accordance with NCTCOG Item 507.5.2, unless otherwise specified. Perform Closed Circuit Television (CCTV) inspection of existing and proposed sanitary sewer lines prior to and upon completion of sanitary sewer pipeline installation. Submit pre and post CCTV inspection videos and reports. CCTV shall be performed in accordance with COG 507.5.2 and the following requirements: • GENERAL (PRE -CONSTRUCTION): The contractor shall locate, identify, mark and record active laterals & services and document the pre -construction condition of existing sewer pipes. The contractor shall identify defects in the existing pipe system which would require corrective actions that are above and beyond allowance for repairs included in the bid items. Any areas that may require additional corrective actions shall be documented and provided to the Engineer for immediate review and direction. • GENERAL (POST -CONSTRUCTION): After completion of all testing (i.e. mandrel & air), all sections of sanitary sewer lines shall have a television inspection performed. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed-circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. • TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 • EXECUTION: If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the contractor shall be required to re -televise and provide a good video of the line at no additional cost to the Owner. If a good video cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-106 (NCTCOG 501.17) - 8-INCH SANITARY SEWER PIPE ITEM B-107 (NCTCOG 501.17) - 4-INCH SANITARY SEWER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501.17, unless otherwise specified. Sanitary sewer pipe shall be ASTM D3034 SDR-26 PVC. Contractor shall submit shop drawings to Owner for approval. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-111 (NCTCOG 501.17, 503) - 8-INCH SANITARY SEWER CARRIER PIPE ITEM B-112 (NCTCOG 501.17, 503) - 4-INCH SANITARY SEWER CARRIER PIPE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 501.17 and 503, unless otherwise specified. Contractor shall provide grouting of annular space between casing and carrier where specified in the Drawings. Contractor shall submit shop drawings for pipeline, casing spacers, annular grout mix design and installation procedures (if required in the plans) to Owner for approval. Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, specified accessories within steel casing pipe, and incidentals necessary to complete the work. ITEM B-113 (NCTCOG 203.1) - REMOVE EXISTING SANITARY SEWER LINE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 203.1, unless otherwise specified. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 Measurement and payment for this item shall be at the unit price bid per linear foot (LF) and shall be full compensation for all labor, equipment, tools, materials, backfill and incidentals necessary to complete the work. ITEM B-114 (NCTCOG 506.8) - PIPE ABANDONMENT PLUG (SANITARY SEWER) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 506.8, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-115 (NCTCOG 502.1) - 4-FOOT DIAMETER STANDARD MANHOLE (0-6 FT DEPTH) ITEM B-116 (NCTCOG 502.1) - 5-FOOT DIAMETER STANDARD MANHOLE (0-6 FT DEPTH) ITEM B-117 (NCTCOG 502.1) - 5-FOOT DIAMETER DROP MANHOLE (0-6 FT DEPTH) All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.1, unless otherwise specified. Concrete grade rings are not allowed on manholes. Manholes depths shall be measured from the rim elevation to the flowline elevation of the outgoing pipe. Manholes shall be measured and paid for on a per each basis for the specified depth stated in the bid item. Extra manhole depth beyond 6-feet shall be measured and paid for on a vertical foot basis. Drop manholes shall include additional drop piping and appurtenances as indicated in the plans. Plans specify concrete collars construction on certain manholes. However, all concrete collars construction shall be approved by the City Inspector. Concrete collars built in an unimproved area or HMAC asphalt shall be measured and paid for on a per each basis. Repairs to existing concrete pavement caused by sanitary sewer manhole construction in concrete pavement areas shall be subsidiary to the concrete pavement repair item. Separate payment shall not be issued for concrete pavement repair around manholes. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 ITEM B-118 (NCTCOG 502.1) - EXTRA DEPTH FOR 4-FOOT DIAMETER MANHOLE ITEM B-119 (NCTCOG 502.1) - EXTRA DEPTH FOR 5-FOOT DIAMETER MANHOLE All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.1, unless otherwise specified. Concrete grade rings are not allowed on manholes. Manholes depths shall be measured from the rim elevation to the flowline elevation of the outgoing pipe. Manholes shall be measured and paid for on a per each basis for the specified depth stated in the bid item. Extra manhole depth beyond 6-feet shall be measured and paid for on a vertical foot basis. Drop manholes shall include additional drop piping and appurtenances as indicated in the plans. Plans specify concrete collars construction on certain manholes. However, all concrete collars construction shall be approved by the City Inspector. Concrete collars built in an unimproved area or HMAC asphalt shall be measured and paid for on a per each basis. Repairs to existing concrete pavement caused by sanitary sewer manhole construction in concrete pavement areas shall be subsidiary to the concrete pavement repair item. Separate payment shall not be issued for concrete pavement repair around manholes. Measurement and payment for this item shall be at the unit price bid per vertical foot (VF) and shall be full compensation for all labor, equipment, tools, materials, shop drawings, and incidentals necessary to complete the work. ITEM B-120 (NCTCOG 502.1.5) - MANHOLE TESTING All work shall be performed as shown in the plans, plan notes, details and in accordance with NCTCOG Item 502.1.5, unless otherwise specified. Measurement and payment for this item shall be at the unit price bid per each (EA) and shall be full compensation for all labor, equipment, tools, materials, testing, and incidentals necessary to complete the work. ITEM B-121 - BYPASS PUMPING This item governs the furnishing, installation, operation, and removal of the bypass pumping of the existing sanitary sewer systems. Bypass pumping shall be in accordance with all applicable provisions of the COG, the Construction Drawings, Occupational Safety and Health Organization (OSHA), and all related City of Southlake requirements. Contractor shall schedule meeting with Owner to review sewer shutdown prior to replacing or rehabilitating any facilities. Owner reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. Contractor shall review bypass pumping arrangement or layout in the field with Owner City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 prior to beginning operations. Facilitate preliminary bypass pumping run with Owner present to affirm the operation is satisfactory to the Owner. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with Owner. Contractor shall provide onsite continuous monitoring during all bypass pumping operations using personnel on site or portable SCADA equipment. SUBMITTALS: a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the Owner for approval a minimum of 14 days prior to commencing work. Include the following details: (1) Schedule for installation and maintenance of the bypass pumping system (2) Staging areas for pumps (3) Pump sizes, capacity, number of each size, and power requirements (4) Calculations for static lift, friction losses, and velocity (5) Pump curves showing operating range and system head curves (6) Sewer plugging methods (7) Size, length, material, joint type, and method for installation of suction and discharge piping (8) Method of noise control for each pump and/or generator, if required (9) Standby power generator size and location (10) Suction and discharge piping plan (11) Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill (12) Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) (13) A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems (14) A contingency plan to implement in the event of high river flow or a flood event. High river flows are considered to exist when water levels rise to that of the existing river bank (15) Procedures for repairing of existing sanitary sewer upon completion of bypass pumping measures. EQUIPMENT: (1) Pumping (a) Provide equipment that will convey 100 percent of wet weather peak flow conditions. (b) Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming the system. (c) Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. (d) Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. (e) If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. (f) Noise levels of the pumping system must follow the requirements of the City noise ordinance. (2) Piping City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 (a) Install pipes with joints which prevent the incident of flow spillage. (3) Plugs or Stop Logs (a) Plugs (i) Select a plug that is made for the size and potential pressure head that will be experienced. (i i) Provide an additional anchor, support or bracing to secure plug when back pressure is present. (iii) Use accurately calibrated air pressure gauges for monitoring the inflation pressure. (iv) Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. (v) Never over inflate the plug beyond its pressure rating. (b) Stop Logs (i) Use stop log devices designed for the manhole or sewer vault structure in use. (ii) If applicable, obtain stop logs from City that may be used on specific structures. PREPARATION (1) Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. (2) Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen -deficient atmospheres and confined spaces. (3) Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. INSTALLATION (1) Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. (2) Sewer flow stoppage (a) Plugging (b) Use confined space procedures and equipment during installation when necessary. (c) Thoroughly clean the pipe before insertion of the plug. (d) Insert the plug seal surface completely so it is fully supported by the pipe. (e) Position the plug where there are not sharp edges or protrusions that may damage the plug. (f) Use pressure gauges for measuring inflation pressures. (g) Minimize upstream pressure head before deflating and removing. (3) Sewer flow control and monitoring (a) Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. (b) Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. (c) Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. (d) Do not construct bypass facilities where vehicular traffic may travel over the City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 piping. (i) Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. TESTING (1) Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. City shall be on site during tests. (2) Once plugging or blocking is no longer necessary, Contractor shall remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall include development of bypass plans, transportation and storage, setup, confined space entry, plugging, pumping, cleanup, manhole restoration, surface restoration, repair to existing pipe (if necessary), repair of existing sanitary sewer manholes including all labor, equipment, tools, materials, incidentals necessary to complete the work. ITEM B-123 - PRE -CONSTRUCTION SURVEY OF DOWNSTREAM POND Perform survey of the downstream pond Northeast of the Continental Boulevard and Peytonville Avenue intersection prior to beginning construction in this area to document the condition of the pond, pond banks, and surrounding area prior to construction. Submit pre -construction survey. All surveying performed by the Contractor shall be done by a Texas Registered Professional Land Surveyor (RPLS). Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. ITEM B-124 - POST -CONSTRUCTION SURVEY OF DOWNSTREAM POND Perform survey of the downstream pond Northeast of the Continental Boulevard and Peytonville Avenue intersection after completion of construction in this area to document the condition of the pond, pond banks, and surrounding area after construction. Submit post -construction survey. All surveying performed by the Contractor shall be done by a Texas Registered Professional Land Surveyor (RPLS). Measurement and payment for this item shall be at the unit price bid per lump sum (LS) and shall be full compensation for all labor, equipment, tools, materials, and incidentals necessary to complete the work. City of Southlake Item 5 —Special Conditions Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout March 25, 2025 - Addendum 3 [THIS PAGE INTENTIONALLY LEFT BLANK] ITEM 6 CONSTRUCTION CONTRACT STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § THIS CONTRACT is made and entered into on this the201hday of Uay-_ 2025 by and between the City of Southlake, (hereinafter referred to as "Owner") and McMahon Contracting, LP (hereinafter referred to as "Contractor"). In consideration of the mutual covenants hereinafter set forth, the Owner and Contractor agree asfollows: Article 1. Work The Contractor shall perform all of the work as specified in the Contract Documents. The work is genet -ally described as follows: This project generally consists of constructing intersection improvements to include, but not be limited to, sidewalk, paving, curb ramp, signage, pavement marking, and signal improvements. Plans and Specifications prepared by: Kiniley-Horn and Associates, Inc. All extra work shall be performed by the Contractor as specified or indicated in the Contract Documents. At the Contractor's own cost and expense, the Contractor shall furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services as may be necessary in order to complete full and final (100%) construction of the work, as described above and in accordance with the Conti -act Documents unless otherwise agreed to by the Owner. Article 11. Conti -act Documents The Conti -act Documents may only be altered, amended or modified as provided in the General Conditions. The Contract Documents consist of: this written agreement setting forth the work to be performed; advertisement, if any; instructions to bidders, if any; proposal; addendum; specifications, including the general, special and technical conditions, provisions, plans, or working drawings; any supplemental changes or agreements pertaining to the work or materials therefore; bonds; the Standard Specifications for Public Works Construction published by the North Central Texas Council of Governments, as amended; and, any additional documents incorporated by reference. These form the Conti -act Documents and all are fully a part of the Contract as if attached to this agreement or repeated herein. Article 111. Conti -act Time The Contractor shall perform and complete full and final (100%) construction of all items of work listed and referred to in the Contract Documents within 545 working days from issuance of the Notice to Proceed for Construction. Article IV. Conti -act Price The Owner shall pay the Contractor for completion of the work in accordance with the Contract Documents using current funds. Such payments shall be subject to the General and Special Conditions to the Contract, as contained in the Conti -act Documents. City of Southlake 6-1 Item 6 — Construction Contract Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout Article V. Miscellaneous Provisions The terms used in this Contract shall have the same meaning as designated in the General Provisions of the Standard Specifications for Public Works Construction, North Central Texas Council of Governments, as amended. The Contract Documents, which constitute the entire agreement between the Owner and Conti -actor, are listed in Article 11. No assignment by either party hereto of any rights under or interests in the Contract Documents will be binding on the other party hereto without the written consent of the party sought to be bound. The Owner and Contractor each binds itself, its partners, Successors, assigns, and legal representatives hereto to the covenants, agreements and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the Owner and Contractor have executed this Contract in duplicate and on the date aforementioned. All portions of the Conti -act Documents have been signed or identified by the Owner and Contractor. Title: —President Printed Name: Scott Cummings OWNER: By: Mayor Printed Name: ATTEST: By: City Secretary Printed Name: City of Southlake 6-2 Item 6 —Construction Contract Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout ITEM PERFORMANCE BOND BOND No. STATE OF TEXAS M COUNTY OF TAR0ANT § KNOW ALL PERSONS 0YTHESE PRESENTS: That McMahon Contracting, LP (contractor's company) of the City of Grand Prairie County of Dallas and the State nf Texas BooiuoDer referred NuoPrincipal, d Westfield Insurance Company (surety company) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bond unto City of Southlake (Owner), in the penal sum of Eight Million Five Hundred Niteen Thousands/mxnomos/* s/m and"mlvo —Dollars ( (not less than l0OY4ofthe approximate total amount o|the contract oa evidenced in the proposal) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, bythese presents: WHEREAS, the Principal has entered into a certain written Contract with the Owner, for the Cordinental Boulevard & Union Church Road at Davis Boulevard FM 1938) Intersection Improvements and West Confinental Boulevard & Sonar Psylonville Avenue Roundabout (name of project) which Contract is hereby referred to and made part hereof as 8/|)y and to the aumn usrmX as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal oba| faithfully perform the said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions, and agreements iuoudbyoaidCnmmo agreed and covenanted hythe Principal to be observed and performed, and uoxonJiog to the true intent and mooning of said Contract and the Plans and Specifications hereto annexed, then this obligation oho|) be void; otherwise to /umuiu in full force and effect: "PROVIDED, HOWEVER, that this bond isexecuted pursuant wthe provisions ofChapter 2253ofthe Texas Government Code for Public \Yo,ko as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein." Surety, for value received, stipulates and agrees that uochange, extension oftime, alteration, o,addition to the tcnnn of the Contract, or to the work performed thereunder, o, the p|aus, opocificationu, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this McMahon Contract09,,L-P" Title Address 3019 Roy Orr Blvd Grand Prairie, TX 75050 The name and address ufthe Resident Agent nySurety is: Jade Porter Insurance Add'2255 Ridge Road, Suite 333 Kouk°u| IX750V7 City ofSouth|ake 7-1 Item 7—Performance Bond Continental Boulevard & Union Church Road atDavis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South PeytonviUeAvenue Roundabout [THIS PAGE INTENTIONALLY LEFT BLANK] ITEM 8 PAYMENTBOND BOND No. 473176C STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL PERSONS BY THESE PRESENTS: That McMahon Contracting, LP (contractor's company) of the City of Grand Prairie County of Dallas , and the State of Texas , as Principal, and Westfield Insurance Company (surety company) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bond unto the City of Southlake (Owner), in the penal sum of 00 Dollars ($ 8,519,868.46 ) (not less than 100% of the approximate total amount of the contract as evidenced in the proposal) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: the Principal has entered into a certain written Contract with the Owner, for the Continental Boulevard & Union Church Road at Davis Boulevard iFM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout (name ofproject) which Contract is hereby referred to and made part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION 0PTHIS OBLIGATION |8SUCH, that ifthe said Principal shall pay al I claimants supplying labor and material to Principal, or a subcontractor, in the prosecution of the work provided for in said Conti -act, then, this obligation shall be void; otherwise to remain in full force and effect: "PKOY1DED,HOWEVER, that this bond is executed pursuant k`the provisions ofChapter 2253oJthe ?oxue Government Code for Public Works, as amended, and all \iubi|hiou on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein." Surety, for value received, stipulates and agrees that uochange, extension oftime, alteration, oraddition m the terms of the Contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, ohu|| in any way affect its obligation on this hood` and it does hereby waive uohoc of any such change, extension of time, alteration, or addition to the terms of the Contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 20th day of May 2025 . McMahon Contracting, LP By Principal Title Fr Address— 3019 Roy Orr Blvd Grand Prairie, TX 75050 Address 2255 Ridge Road, Suite 333 8vokwoO Iv750V7 The name and address oythe Resident Agent of Surety is: City nfSouth|ake 8-1 Item 8—Payment Bond Continental Boulevard & Union Church Road mtDavis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South PeytonviUeAvenue Roundabout [THIS PAGE INTENTIONALLY LEFT BLANK] ITEM 9 MAINTENANCE BOND BOND No. 473176C STATE OF TEXAS COUNTY OF TARRANT KNOW ALL PERSONS BY THESE PRESENTS: That McMahon Contracting, LP (contractor's company) of the city of Grand Prairie_ County of Dallas —, and the State of Texas , as Principal, and Westfield Insurance Company (surety company) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bond Unto the City of Southlake (Owner), in the penal sum of Eight Million Five Hundred Nineteen Thousand Eight Hundred Sixty Eight and 46/loo Dollars($ $8,519,868.46 (not less than 100% of the approximate total amount of the contract as evidenced in the proposal) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Contract with the Owner, for the Continental Boulevard & Union ChurchDavis Boulevard (FM 1938) Intersection Improvements and Avenue n t as West Continental Boulevard & South P=W2 Roundabout (name of project) which Contract is hereby referred to and made par hereof fully and to the same extent as if copied at length herein. WHEREAS, under the plans, specifications, and Contract, it is provided that the Principal will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work by the Owner, and to do all necessary repairing and/or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, soil conditions, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Principal. It being understood that the purpose of this bond is to cover said defective work, material, and other conditions and charge the same against the said Principal, and Surety on this bond obligation, and the said Principal and Surety hereon shall be subject to the liquidated damages mentioned in said Contract for each day's failure on its part to comply with the terms of said provisions of said Conti -act. Now, therefore, if the said Principal shall keep and perform its obligation to maintain said work and keep the same in repair for the maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the Principal in the performance of its Contract to so maintain and repair said work, then these presents shall have full force and effect, and the City of Southlake shall have and recover from the Principal and Surety damages in the premises, as provided; and it is further agreed that this obligation shall be continuing one against the Principal and Surety, hereon, and that successive recoveries may be and had hereon for successive breaches until the full amount of this bond shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Principal and Surety have signed and scaled this instrument this 20t.h day of May 2025 McMahon Contracting, LP Principal . . .... By SL Title Address 3019 Roy Orr Blvd Grand Prairie, TX 75050 Attest: BY, Porter, Attorney -in -Fact Address 2255 Ridge Road, Suite 333 Rockwall, TX 75087 Attest: Parker Zucha, Sr Operations Coordinator The name and address of the Resident Agent of Surety is: Jade Porter 2255 Ridge Road, Suite 333 , Rockwall, TX 75087 NOTE: 1. 2. City of Southlake Power of Attorney must be attached. The Maintenance Bond effective date will begin when the Final Letter of Acceptance is issued by the City 01 Item 9 Maintenance Bond Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, McMahon Contracting, LP as Principal hereinafter called the Principal, and Westfield Insurance Company a corporation created and existing under the laws of the State of ' Ohio whose principal office is in Westfield Center, OH as Surety, hereinafter called the Surety, are held and firmly bound unto City of Southlake as Obligee, hereinafter called the Obligee, inthe sum of Five Percent of the Greatest Amount Bid Dollars (5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for Continental Blvd & Union Church Rd at Davis Blvd (FM 1938 Intersection Improvements and West Continental Blvd & south Peytonville Roundabout NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter Such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and scaled this 28th day of March, 2025 McMahon Contracting, LP (Principal) (SEAL) Westfield Insurance Company (Surety) By. (SEAL) Jade Porter, Attorney -in -fact THIS POWER OF ATTORNEY SUPERCEDIES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 14 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company" and collectively as "Companies,' duly organized and existing Linder the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if Such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-i n- Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the narne of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and clocurnents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any Such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 10th clay of OCTOBER A.D., 2024 . Corporate ............ . U 11 Seals 0 j, MAS WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY Affixed ktzt OHIO FARMERS INSURANCE COMPANY 14• 4- SEAL IS 4 a State of Ohio ...... By: Gary W. Stumper, National Surety Leader and County of Medina SS.: Senior Executive On this 10th day of OCTOBER A.D., 2024 , before me personally came Gary W. Stumper to me known, who, being by me duty sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that lie knows the seals of said Companies: that the seals affixed to said instrument are Such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Affixed AI j State of Ohio o David A. Kotnik, Attorney at Law, Notary Public County of Medina SS.: My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) OF 1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards of Directors, Set Out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set tiny hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D., 0'. 4SURA ................... 9 E A L - sFAl, M 0 A - S I a ... R4 Secretary Frank A. Carrino, Secretary 1848 BPOAC2 (combined) (05-24) ACCORD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/8/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER The Baldwin Group Southwest LLC 2255 Ridge Rd Suite 333 Rockwall TX 75087 CONTACT NAME: Missye Harrison PHONE FAX A/c No Ext: 972 771-4071 A/c,No:972-771-4695 ML ADDRESS: missye.harrison@baldwin.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Cincinnati Insurance Company 10677 License#: BR-1796913 INSURED MCMACON-02 INSURERB: Texas Mutual Insurance Company 22945 McMahon Contracting and Construction, LLC dba McMahon Contracting, L.P. INSURERC: Starr Indemnity and Liability 38318 INSURERD: Aspen Specialty Insurance Comp 10717 3019 Roy Orr Blvd Grand Prairie TX 75050 INSURER E7 INSURER F : COVERAGES CERTIFICATE NUMBER:1115184669 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MMIDD/YYY POLICY EXP MMIDD/YYY LIMITS A X COMMERCIAL GENERAL LIABILITY EPP 0632107 10/5/2024 10/5/2025 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 500,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY jECT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY EBA0632107 10/5/2024 10/5/2025 COMBINED SINGLE LIMIT Ea accident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LAB X OCCUR EPP 0632107 10/5/2024 10/5/2025 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE 0002068808 10/5/2024 10/5/2025 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 1,000,000 C Contractor's Equipment ITD100065416324 10/5/2024 10/5/2025 Leased/Rented Equip 500,000 C D Installation Floater Pollution,incl NODS & Trans ITD100065416324 EROOP3624 10/5/2024 10/5/2024 10/5/2025 10/5/2025 Limit Per Location Pollution limit 500,000 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) GENERAL LIABILITY Automatic Additional Insured Endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. Automatic additional insured for Lessors of premises, Lessors of equipment, vendors, state or political subdivision's permits relating to premises, state or political subdivisions permits relating to contractor operations only when there is a written contract between the named insured and the certificate holder that requires such status. Primary & Non -Contributory Wording when required by a written contract between the named insured and any person or organization that requires such status. Blanket Waiver of Subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Southlake 1400 Main Street, Suite 270 Southlake TX 76092 AUTHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: MCMACON-02 LOC #: AGENCY The Baldwin Group Southwest LLC POLICY NUMBER CARRIER ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE NAIC CODE NAMED INSURED McMahon Contracting and Construction, LLC dba McMahon Contracting, L.P. 3019 Roy Orr Blvd Grand Prairie TX 75050 EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE holder that requires it. Broadened Contractual liability for work within 50 feet of railroad property. Page 1 of 1 AUTOMOBILE LIABILITY Automatic Additional Insured Endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. Primary & Non -Contributory Wording when required by a written contract between the named insured and any person or organization that requires such status. Blanket Waiver of Subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. Coverage for Certain Operations in connection with Railroads. Pollution Liability for covered autos. Form MCS90 and Form F is included. WORKERS COMPENSATION Blanket Waiver of Subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. UMBRELLA The Umbrella/Excess Liability policy overlays the General Liability, Business Auto Liability and Employers' Liability policies. 'ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. Project: CONTINENTAL BOULEVARD & UNION CHURCH ROAD AT DAVIS BOULEVARD INTERSECTION IMPROVEMENTS AND WEST CONTINENTAL BOULEVARD & SOUTH PEYTONVILLE ROUNDABOUT Project Number: 103-22-444 nal Certificate Holder: Kimley-Horn and Associates, Inc. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ADDITIONAL INSURED - AUTOMATIC STATUS AND AUTOMATIC WAIVER OF SUBROGATION WHEN REQUIRED IN WRITTEN CONTRACT, AGREEMENT, PERMIT OR AUTHORIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Additional Insured - Owners, Lessees Or Contractors - Automatic Status For Other Parties When Required In Written Contract Or Agreement With You 1. Section II - Who Is An Insured is amended to include as an additional in- sured any person or organization you have agreed in writing in a contract or agreement to add as an additional in- sured on this Coverage Part. Such per- son(s) or organization(s) is an additional insured only with respect to liability for: a. "Bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in pan`, by the performance of your ongoing opera- tions by you or on your behalf, under that written contract or written agreement. Ongoing operations does not apply to "bodily injury" or "proper- ty damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the loca- tion of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage aris- es has been put to its intended use by any person or organiza- tion other than another contrac- tor or subcontractor engaged in performing operations for a prin- cipal as a part of the same pro- ject; and b. "Bodily injury" or "property damage" caused, in whole or in part, by 'your work" performed under that written contract or written agreement and in- cluded in the "products -completed operations hazard", but only if: (1) The Coverage Part to which this endorsement is attached pro- vides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard'; and (2) The written contract or written agreement requires you to pro- vide additional insured coverage included within the "products - completed operations hazard" for that person or organization. If the written contract or written agreement requires you to provide additional insured coverage included within the "products -completed oper- ations hazard" for a specified length of time for that person or organiza- tion, the "bodily injury" or "property damage" must occur prior to the ex- piration of that period of time in order for this insurance to apply. If the written contract or written agreement requires you to provide additional insured coverage for a person or organization per only ISO additional insured endorsement form number CG 20 10, without specifying an edition date, and without specifi- cally requiring additional insured coverage included within the "prod- ucts -completed operations hazard", this Paragraph b. does not apply to that person or organization. 2. If the written contract or written agree- ment described in Paragraph 1. above specifically requires you to provide addi- tional insured coverage to that person or organization: a. Arising out of your ongoing opera- tions or arising out of'your work'; or Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 1 of 3 b. By way of an edition of an ISO addi- tional insured endorsement that in- cludes arising out of your ongoing operations or arising out of "your work"; then the phrase caused, in whole or in part, by in Paragraph A.1.a. and/or Para- graph A.1.b. above, whichever applies, is replaced by the phrase arising out of. 3. With respect to the insurance afforded to the additional insureds described in Para- graph A.1., the following additional exclu- sion applies: This insurance does not apply to "bodily injury', "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or draw- ings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hir- ing, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "prop- erty damage", or the offense which caused the "personal and advertising inju- ry", involved the rendering of, or the fail- ure to render, any professional architec- tural, engineering or surveying services. 4. This Paragraph A. does not apply to addi- tional insureds described in Paragraph B. B. Additional Insured - State Or Governmental Agency Or Subdivision Or Political Subdi- vision - Automatic Status When Required In Written Permits Or Authorizations Section II - Who Is An Insured is amended to include as an additional in- sured any state or governmental agency or subdivision or political subdivision you have agreed in writing in a permit or au- thorization to add as an additional insured on this Coverage Part. Such state or gov- ernmental agency or subdivision or politi- cal subdivision is an additional insured only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivi- sion or political subdivision has issued, in writing, a permit or authorization. 2. With respect to the insurance afforded to the additional insureds described in Para- graph 113.1., the following additional exclu- sions apply: This insurance does not apply to: a. "Bodily injury', "property damage" or "personal and advertising injury" aris- ing out of operations performed for the federal government, state or mu- nicipality; or b. "Bodily injury' or "property damage" included within the "products - completed operations hazard." C. The insurance afforded to additional insureds described in Paragraphs A. and B.: Only applies to the extent permitted by law; and Will not be broader than that which you are required by the written contract, writ- ten agreement, written permit or written authorization to provide for such addition- al insured; and 3. Does not apply to any person, organiza- tion, state, governmental agency or sub- division or political subdivision specifically named as an additional insured for the same project in the schedule of an en- dorsement added to this Coverage Part. D. With respect to the insurance afforded to the additional insureds described in Paragraphs A. and B., the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the addi- tional insured is the amount of insurance: Required by the written contract, written agreement, written permit or written au- thorization described in Paragraphs A. and B. For the purpose of determining the required amount of insurance only, we will include the minimum amount of any Um- brella Liability or Excess Liability cover- age required for that additional insured in that written contract, written agreement, written permit or written authorization; or Available under the applicable limits of in- surance; whichever is less. This endorsement shall not increase the appli- cable limits of insurance. E. Section IV - Commercial General Liability Conditions is amended to add the following: Automatic Additional Insured Provision Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 2 of 3 This insurance applies only if the "bodily inju- ry" or "property damage" occurs, or the "per- sonal and advertising injury" offense is com- mitted: During the policy period; and 2. Subsequent to your execution of the writ- ten contract or written agreement, or the issuance of a written permit or written au- thorization, described in Paragraphs A. and B. F. Except when G. below applies, the following is added to Section IV - Commercial General Liability Conditions, Other Insurance, and supersedes any provision to the contrary: When Other Additional Insured Coverage Applies On An Excess Basis This insurance is primary to other insurance available to the additional insured described in Paragraphs A. and B. except: As otherwise provided in Section IV - Commercial General Liability Condi- tions, Other Insurance, b. Excess In- surance; or For any other valid and collectible insur- ance available to the additional insured as an additional insured on another insur- ance policy that is written on an excess basis. In such case, this insurance is also excess. G. The following is added to Section IV - Com- mercial General Liability Conditions, Other Insurance, and supersedes any provision to the contrary: Primary Insurance When Required By Writ- ten Contract, Agreement, Permit Or Au- thorization Except when wrap-up insurance applies to the claim or "suit' on behalf of the additional in- sured, this insurance is primary to any other insurance available to the additional insured described in Paragraphs A. and B. provided that: The additional insured is a Named In- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary to any other in- surance available to the additional in- sured. As used in this endorsement, wrap-up insur- ance means a centralized insurance program under which one party has secured either in- surance or self-insurance covering some or all of the contractors or subcontractors perform- ing work on one or more specific project(s). Primary And Noncontributory Insurance When Required By Written Contract, Agreement, Permit Or Authorization Except when wrap-up insurance applies to the claim or "suit" on behalf of the additional in- sured, this insurance is primary to and will not seek contribution from any other insurance available to the additional insured described in Paragraphs A. and B. provided that: 1. The additional insured is a Named In- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary and would not seek contribution from any other insur- ance available to the additional insured. As used in this endorsement, wrap-up insur- ance means a centralized insurance program under which one party has secured either in- surance or self-insurance covering some or all of the contractors or subcontractors perform- ing work on one or more specific project(s). H. Section IV - Commercial General Liability Conditions, Transfer Of Rights Of Recov- ery Against Others To Us is amended by the addition of the following: Waiver of Subrogation We waive any right of recovery against any additional insured under this endorsement, because of any payment we make under this endorsement, to whom the insured has waived its right of recovery in a written con- tract, written agreement, written permit or writ- ten authorization. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such additional in- sured prior to loss. Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 3 of 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT - TEXAS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement - Table of Contents: Coverage: Begins on Page: 1. Employee Benefit Liability Coverage.......................................................................................2 2. Unintentional Failure To Disclose Hazards.............................................................................8 3. Damage To Premises Rented To You......................................................................................8 4. Supplementary Payments...................................................................................................... 10 5. Medical Payments...................................................................................................................10 6. 180 Day Coverage For Newly Formed OrAcquired Organizations...................................10 7. Waiver Of Subrogation...........................................................................................................10 8. Automatic Additional Insured -Specified Relationships: .................................................. 10 (a) Managers Or Lessors Of Premises (b) Lessor Of Leased Equipment (c) Vendors (d) State Or Governmental Agency Or Subdivision Or Political Subdivision - Permits Or Authorizations Relating To Premises (e) Mortgagee, Assignee Or Receiver 9. Property Damage To Borrowed Equipment.........................................................................13 10. Employees As Insureds - Specified Health Care Services And Good Samaritan Services................................................................................................................................... 14 11. Broadened Notice Of Occurrence.........................................................................................14 12. Nonowned Aircraft.................................................................................................................. 14 13. Bodily Injury Redefined..........................................................................................................15 14. Expected Or Intended Injury Redefined...............................................................................15 15. Former Employees As Insureds............................................................................................15 16. Voluntary Property Damage Coverage and Care, Custody Or Control Liability Coverage.................................................................................................................................. 15 17. Broadened Contractual Liability -Work Within 50' Of Railroad Property .........................17 18. Alienated Premises.................................................................................................................17 B. Limits Of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $1,000,000 Aggregate Limit: $3,000,000 Deductible Amount: $ 1,000 3. Damage To Premises Rented To You The lesser of: a. The Each Occurrence Limit shown in the Declarations; or b. $500,000 unless otherwise stated $ 4. Supplementary Payments a. Bail Bonds: $2,500 b. Loss Of Earnings: $ 500 Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 1 of 17 5. Medical Payments Medical Expense Limit: $10,000 9. Property Damage To Borrowed Equipment Each Occurrence Limit: $10,000 Deductible Amount: $ 250 16. Voluntary Property Damage Coverage (Coverage D) and Care, Custody Or Control Liability Coverage Limits Of Insurance Voluntary Property Damage Coverage: $1,000 Each Occurrence $5,000 Aggregate Care, Custody Or Control Liability Coverage: $5,000 Each Occurrence unless otherwise stated $ Deductible Amount (Each Occurrence) Voluntary Property Damage Coverage: $250 Care, Custody Or Control Liability Coverage: $250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM (a) Area (For Limits in Excess of (For Limits in Excess of (b) Payroll $5,000) $5,000) (c) Gross Sales (d) Units e Other Care, Custody Or Control $ Liability TOTAL ANNUAL PREMIUM $ C. Coverages 1. Employee Benefit Liability Coverage a. The following is added to Section I - Coverages: EMPLOYEE BENEFIT LIABILITY COVERAGE (1) Insuring Agreement (a) We will pay those sums that the insured becomes legally obligated to pay as damag- es caused by any act, error or omission of the insured, or of any other person for whose acts the insured is legally liable, to which this insurance applies. We will have the right and duty to defend the insured against any "suit' seeking those damages. However, we will have no duty to defend against any "suit" seeking damages to which this in- surance does not apply. We may, at our discretion, in- vestigate any report of an act, error or omission and settle any claim or "suit" that may result. But: 1) The amount we will pay for damages is limited as described in C. Cov- erages, 1. Employee Benefit Liability Cover- age, c. Limits Of Insur- ance of this endorse- ment; and 2) Our right and duty to defend ends when we have used up the appli- cable limit of insurance in the payment of judg- ments or settlements. No other obligation or liabil- ity to pay sums or perform ads or services is covered unless explicitly provided for under Supplementary Pay- ments. (b) This insurance applies to damages only if the act, er- ror or omission is negligently committed in the "admin- istration" of your "employee benefit program'; and 1) Occurs during the policy period; or Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 2 of 17 2) Occurred prior to the Damages arising out of an "first effective date" of insufficiency of funds to this endorsement pro- meet any obligations under vided you did not have any plan included in the knowledge of a claim or "employee benefit program". "suit" on or before the "first effective date" of (e) Inadequacy Of Perfor- this endorsement. mance Of Invest- ment/Advice Given With You will be deemed to Respect To Participation have knowledge of a claim or "suit" when any Any claim based upon: insured listed under C. 1) Failure of any invest - Coverages, 1. Employ- ment to perform; ee Benefit Liability Cov- erage, b. Who Is An In- 2) Errors in providing in- sured, (1) of this en- formation on past per- dorsement or any "em- formance of investment ployee" authorized by vehicles; or you to give or receive notice of a claim or 3) Advice given to any "suit": person with respect to that person's decision to a) Reports all, or any participate or not to par - part, of the act, er- ticipate in any plan in- ror or omission to cluded in the "employee us or any other in- benefit program". surer; or (f) Workers' Compensation b) Receives a written And Similar Laws or verbal demand or claim for dam- Any claim arising out of your ages because of failure to comply with the the act, error or mandatory provisions of any omission. workers' compensation, un- employment compensation (2) Exclusions insurance, social security or disability benefits law or any This insurance does not apply to: similar law. (a) Bodily Injury, Property (g) ERISA Damage Or Personal And Advertising Injury Damages for which any in- sured is liable because of li- "Bodily injury", "property ability imposed on a fiduci- damage" or "personal and ary by the Employee Re - advertising injury'. tirement Income Security (b) Dishonest, Fraudulent, Act of 1974, as now or Criminal Or Malicious Act hereafter amended, or by any similar federal, state or Damages arising out of any local laws. intentional, dishonest, fraudulent, criminal or mali- (h) Available Benefits cious act, error or omission, Any claim for benefits to the committed by any insured, extent that such benefits are including the willful or reck- available, with reasonable less violation of any statute. effort and cooperation of the (c) Failure To Perform A Con- insured, from the applicable tract funds accrued or other col- lectible insurance. Damages arising out of fail- ure of performance of con- (i) Taxes, Fines Or Penalties tract by any insurer. Taxes, fines or penalties, in- (d) Insufficiency Of Funds cluding those imposed un- Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 3 of 17 der the Internal Revenue (c) A limited liability company, Code or any similar state or you are an insured. Your local law. members are also insureds, but only with respect to the (j) Employment -Related Prac- conduct of your business. tices Your managers are in - Any liability arising out of sureds, but only with respect any: to their duties as your man- agers. 1) Refusal to employ; (d) An organization other than a 2) Termination of employ- partnership, joint venture or ment; limited liability company, you are an insured. Your "execu- 3) Coercion, demotion, tive officers" and directors evaluation, reassign- are insureds, but only with ment, discipline, defa- respect to their duties as mation, harassment, your officers or directors. humiliation, discrimina- Your stockholders are also tion or other employ- insureds, but only with re- ment-related practices, spect to their liability as acts or omissions; or stockholders. 4) Consequential liability (e) A trust, you are an insured. as a result of 1), 2) or 3) Your trustees are also in - above. sureds, but only with respect This exclusion applies to their duties as trustees. whether the insured may be (2) Each of the following is also an held liable as an employer insured: or in any other capacity and to any obligation to share (a) Each of your "employees" damages with or repay who is or was authorized to someone else who must pay administer your "employee damages because of the in- benefit program'; jury. (b) Any persons, organizations (3) Supplementary Payments or "employees" having prop - er temporary authorization Section I -Supplementary Pad to administer your "employ- ments - Coverages A and B also ee benefit program" if you apply to this Coverage, however die, but only until your legal 1.b. and 2. of the Supplementary representative is appointed; Payments provision do not apply. or b. Who Is An Insured (c) Your legal representative if As respects Employee Benefit Liabil- you die, but only with re- ity Coverage, Section II - Who Is An spect to duties as such. That Insured is replaced by the following: representative will have all your rights and duties under (1) If you are designated in the Dec- this Coverage Part. larations as: (3) Any organization you newly ac- (a) An individual, you and your quire or form, other than a part - spouse are insureds, but on- nership, joint venture or limited Iy with respect to the con- liability company, and over which duct of a business of which you maintain ownership or major - you are the sole owner. ity interest, will qualify as a Named Insured if no other similar (b) A partnership or joint ven- insurance applies to that organi- ture, you are an insured. zation. However, coverage under Your members, your part- this provision: ners, and their spouses are also insureds but only with (a) Is afforded only until the respect to the conduct of 180th day after you acquire your business. or form the organization or Includes copyrighted material of Insurance GA 233 TX 09 20 Services Cfffiee, Inc., with its permission. Page 4 of 17 lei the end of the policy period, negligently committed in the whichever is earlier; and "administration" of your "employ- ee benefit program". (b) Does not apply to any act, error or omission that was However, the amount paid under committed before you ac- this endorsement shall not ex quired or formed the organi- ceed, and will be subject to the zation. limits and restrictions that apply to the payment of benefits in any Limits Of Insurance plan included in the "employee As respects Employee Benefit Liabil- benefit program." ity Coverage, Section III - Limits Of (4) Deductible Amount Insurance is replaced by the follow- ing: (a) Our obligation to pay dam- e Limits of shown i own n (1) The Liif I ages on behalf of the in- sured applies only to the Section B. Limits Of Insurance, amount of damages in ex- 1. Employee Benefit Liability cess of the Deductible Coverage of this endorsement Amount shown in Section B. and the rules below fix the most Limits Of Insurance, 1. Em- we will pay regardless of the ployee Benefit Liability Cov- number of: erage of this endorsement (a) Insureds; as applicable to Each Em- ployee. The limits of insur- (b) Claims made or "suits" ance shall not be reduced brought; by the amount of this de- ductible. (c) Persons or organizations making claims or bringing (b) The Deductible Amount "suits"; shown in Section B. Limits Of Insurance, 1. Employee Acts, errors or omissions; or (d) A Benefit Liability Coverage of (e) Benefits included in your this endorsement applies to "employee benefit program". all damages sustained by any one "employee', includ- (2) The Aggregate Limit shown in ing such "employee's" de - Section B. Limits Of Insurance, pendents and beneficiaries, 1. Employee Benefit Liability because of all acts, errors or Coverage of this endorsement is omissions to which this in - the most we will pay for all dam- surance applies. ages because of acts, errors or omissions negligently committed (c) The terms of this insurance, in the "administration" of your including those with respect "employee benefit program". to: (3) Subject to the limit described in 1) Our right and duty to (2) above, the Each Employee defend the insured Limit shown in Section B. Limits against any "suits" Of Insurance, 1. Employee Bene- seeking those damag- fit Liability Coverage of this en- es; and dorsement is the most we will 2) Your duties, and the du - pay for all damages sustained by ties of any other in - any one "employee", including volved insured, in the damages sustained by such event of an act, error or "employee's" dependents and omission, or claim; beneficiaries, as a result of: apply irrespective of the ap- (a) An act, error or omission; or plication of the Deductible (b) A series of related acts, er- Amount. rors or omissions, regard- (d) We may pay any part or all less of the amount of time of the Deductible Amount to that lapses between such effect settlement of any acts, errors or omissions; claim or "suit" and, upon no - Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 5 of 17 tification of the action taken, ceived in connec- you shall promptly reim- tion with the claim burse us for such part of the or "suit'; Deductible Amount as we have paid. (2) Authorize us to ob- tain records and d. Additional Conditions other information; As respects Employee Benefit Liabil- (3) Cooperate with us ity Coverage, Section IV - Commer- in the investigation cial General Liability Conditions is or settlement of the amended as follows: claim or defense against the "suit'; Item 2. Duties n e vent (1) IDiIThe EOf and Occurrence, Offense, Claim Or Suit is replaced by the following: (4) Assist us, upon our request, the en- 2. Duties In The Event Of An t forcement of any Act, Error, Omission, right against any Claim Or Suit person or organi- a. You must see to it that zation which may we are notified as soon be liable to the in - as practicable of an act, sured because of error or omission which an act, error or may result in a claim. omission to which To the extent possible, this insurance may notice should include: also apply. (1) What the act, error d. No insured will, except or omission was at that insured's own and when it oc- cost, voluntarily make a curred; and payment, assume any obligation, or incur any (2) The names and expense without our addresses of any- consent. one who may suf- fer damages as a (2) Item 4. Other Insurance is re - result of the act, placed by the following: error or omission. 4. Other Insurance b. If a claim is made or If other valid and collectible "suit" is brought against insurance is available to the any insured, you must: insured for a loss we cover (1) Immediately record under this Employee Benefit the specifics of the Liability Coverage, our obli- claim or "suit" and gations are limited as fol- the date received; lows: and a. Primary Insurance (2) Notify us as soon This insurance is prima - as practicable. ry except when c. below You must see to it that applies. If this insurance we receive written no- is primary, our obliga- tice of the claim or "suit" tions are not affected as soon as practicable. unless any of the other insurance is also prima- c. You and any other in- ry. Then, we will share volved insured must: with all that other insur- ance by the method de- (1) Immediately send scribed in Paragraph b. us copies of any below. demands, notices, summonses or le- gal papers re - Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 6 of 17 b. Method Of Sharing "employee benefit pro - If all of the other insur- grams'; or ance permits contribu- d. Effecting, continuing or tion by equal shares, terminating any "em- we will follow this meth- ployee's" participation in od also. Under this ap- any benefit included in proach each insurer the "employee benefit contributes equal program". amounts until it has paid its applicable limit However, "administration" of insurance or none of does not include: the loss remains, a. Handling payroll deduc- whichever comes first. tions; or If any of the other in- b. The failure to effect or surance does not permit maintain any insurance contribution by equal or adequate limits of shares, we will contrib- coverage of insurance, ute by limits. Under this including but not limited method, each insurer's to unemployment insur- share is based on the ance, social security ratio of its applicable benefits, workers' com- limit of insurance to the pensation and disability total applicable limits of benefits. insurance of all insur- ers. 2. "Cafeteria plans" means plans authorized by applica- c. Excess Insurance ble law to allow "employees" This insurance is ex to elect to pay for certain cess over any of the benefits with pre-tax dollars. other insurance, wheth- 3. "Employee benefit pro- er primary, excess, con- grams" means a program tingent or on any other providing some or all of the basis that is insurance following benefits to "em- purchased by you to ployees", whether provided cover damages for acts, through a "cafeteria plan" or errors or omissions that otherwise: occurred prior to the "first effective date". a. Group life insurance; group accident or health e. Additional Definitions insurance; dental, vision As respects Employee Benefit Liabil- and hearing plans; and ity Coverage, Section V - Definitions flexible spending ac- is amended as follows: counts; provided that no one other than an "em- (1) The following definitions are ployee" may subscribe added: to such benefits and such benefits are made 1. Administration" means: generally available to a. Providing information to those "employees" who "employees", including satisfy the plan's eligibil- their dependents and ity requirements; beneficiaries, with re- b. Profit sharing plans, spect to eligibility for or employee savings scope of "employee plans, employee stock benefit programs'; ownership plans, pen- b. Interpreting the "em- sion plans and stock ployee benefit pro- subscription plans, pro- grams'; vided that no one other than an "employee" c. Handling records in may subscribe to such connection with the benefits and such bene- Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 7 of 17 fits are made generally 2. Unintentional Failure To Disclose Haz- available to all "employ- ards ees" who are eligible under the plan for such Section IV - Commercial General Liabil- benefits; ity Conditions, 6. Representations is amended by the addition of the following: c. Unemployment insur- ance, social security Based on our dependence upon your rep - benefits, workers' com- resentations as to existing hazards, if un- pensation and disability intentionally you should fail to disclose all benefits; and such hazards at the inception date of your policy, we will not reject coverage under d. Vacation plans, includ- this Coverage Part based solely on such ing buy and sell pro- failure. grams; leave of ab- sence programs, includ- 3. Damage To Premises Rented To You ing military, maternity, a. The last paragraph of 2. Exclusions family, and civil leave; under Section I - Coverage A - Bod- tuition assistance plans; ily Injury And Property Damage Li - transportation and ability is replaced by the following: health club subsidies. Exclusions c. through n. do not apply 4. "First effective date" means to damage by fire, explosion, light - the date upon which cover- ning, smoke or soot to premises while age was first effected in a rented to you or temporarily occupied series of uninterrupted re- by you with permission of the owner, newals of insurance cover- for which the amount we will pay is age. limited to the Damage To Premises (2) The following definitions are de- Rented To You Limit as described in leted in their entirety and re- Section III - Limits Of Insurance. placed by the following: b. The insurance provided under Sec- 5. "Employee" means a person tion I - Coverage A- Bodily Injury And actively employed, formerly Property Damage Liability applies to employed, on leave of ab- "property damage" arising out of wa- sence or disabled, or retired. ter damage to premises that are both "Employee" includes a rented to and occupied by you. "leased worker". "Employee" As respects Water Damage Legal Li - does not include a "tempo- ability, as provided in Paragraph 3.b. rary worker'. above: 18. "Suit" means a civil proceed- The exclusions under Section I - ing in which money damag- Coverage A - Bodily Injury And Prop - es because of an act, error erty Damage Liability, 2. Exclusions, or omission to which this in- other than i. War and the Nuclear surance applies are alleged. Energy Liability Exclusion (Broad "Suit" includes: Form), are deleted and the following a. An arbitration proceed- are added: ing in which such dam- This insurance does not apply to: ages are claimed and to which the insured must (a) "Property damage": submit or does submit with our consent; (i) Assumed in any contract or agreement; or b. Any other alternative dispute resolution pro- (ii) Caused by or resulting from any ceeding in which such of the following: damages are claimed 1) Wear and tear; and to which the in- sured submits with our 2) Rust or other corrosion, de - consent; or cay, deterioration, hidden or latent defect or any quality in c. An appeal of a civil pro- property that causes it to ceeding. damage or destroy itself; Includes copyrighted material of Insurance GA 233 TX 09 20 Services Cfffice, Inc., with its permission. Page 8 of 17 3) Smog; (d) "Property damage" to: 4) Mechanical breakdown, in- (i) Plumbing, heating, air condi- cluding rupture or bursting tioning, fire protection sys- caused by centrifugal force; tems, or other equipment or appliances; or 5) Settling, cracking, shrinking or expansion; (i i) The interior of any building or structure, or to personal 6 Nestingor infestation, or property in the building or discharge or release of structure, caused by or re - waste products or secre- sulting from rain, snow, sleet tions, by insects, birds, ro- or ice, whether driven by dents or other animals; or wind or not. 7) Presence, growth, prolifera- c. Limit Of Insurance tion, spread or any activity of fungus, including mold or With respect to the insurance afford - mildew, and any mycotoxins, ed in Paragraphs 3.a. and 3.b. above, spores, scents or byproducts the Damage To Premises Rented To produced or released by You Limit as shown in the Declara- fungi. tions is amended as follows: (b) "Property damage" caused di- (1) Paragraph 6. of Section III - Lim- rectly or indirectly by any of the its Of Insurance is replaced by following: the following: (i) Earthquake, volcanic erup- 6. Subject to Paragraph 5. tion, landslide or any other above, the Damage To earth movement; Premises Rented To You Water that backs u or over- Limit is the most we will pay (ii ) Whbkp under Coverage A - Bodily flows or is otherwise dis- Injury And Property Damage charged from a sewer, drain, Liability for damages be - sump, sump pump or related cause of "property damage" equipment; to any one premises: (iii) Water under the ground sur- a. While rented to you, or face pressing on, or flowing temporarily occupied by or seeping through: you with permission of 1) Foundations, walls, the owner; floors or paved surfac- b. In the case of damage es; by fire, explosion, light- 2) Basements, whether ning, smoke or soot, paved or not; or while rented to you; or 3) Doors, windows or other c. In the case of damage openings. by water, while rented to and occupied by you. (e) "Property damage" caused by or resulting from water that leaks or (2) The most we will pay is limited as flows from plumbing, heating, air described in Section B. Limits Of conditioning, fire protection sys- Insurance, 3. Damage To Prem- tems, or other equipment, ises Rented To You of this en - caused by or resulting from dorsement. freezing, unless: 4. Supplementary Payments (i) You did your best to main- Under Section I - Supplementary Pay- tain heat in the building or ments - Coverages A and B: structure; or a• Paragraph 1.b. is replaced by the fol- (ii) You drained the equipment lowing: and shut off the water supply if the heat was not main- Up to the limit shown in Section B. tained. Limits Of Insurance, 4.a. Bail Bonds of this endorsement for cost of bail Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 9 of 17 bonds required because of accidents (1) Any person(s) or organization(s) or traffic law violations arising out of described in Paragraph 8.a.(2) of the use of any vehicle to which the this endorsement (hereinafter re - Bodily Injury Liability Coverage ap- ferred to as additional insured) plies. We do not have to furnish these whom you are required to add as bonds. an additional insured under this b. Paragraph 1.d. is replaced by the fol- Coverage Part by reason of a written contract, written agree - lowing: ment, written permit or written All reasonable expenses incurred by authorization. the insured at our request to assist us (2) Only the following persons or Or- in the investigation or defense of the ganizations are additional in - claim or "suit", including actual loss of sureds under this endorsement, earnings up to the limit shown in Sec- and insurance coverage provided tion B. Limits Of Insurance, 4.b. Loss to such additional insureds is lim- Of Earnings of this endorsement per ited as provided herein: day because of time off from work. (a) Managers Or Lessors Of 5. Medical Payments Premises The Medical Expense Limit of Any One The manager or lessor of a Person as shown in the Declarations is premises leased to you you amended to the limit shown in Section B. are required per Paragraph Limits Of Insurance, 5. Medical Payments 8.a.(1) of this endorsement of this endorsement. to provide insurance, but on- 6. 180 Day Coverage For Newly Formed ly with respect to liability for Or Acquired Organizations "bodily injury", "property damage" or personal and Section II - Who Is An Insured is advertising injury" caused, in amended as follows: whole or in part, by you or those acting on your behalf Subparagraph a. of Paragraph 3. is re- in connection with the own - placed by the following: ership, maintenance or use a. Coverage under this provision is af- of that part of the premises forded only until the 180th day after leased to you, subject to the you acquire or form the organization following additional exclu- or the end of the policy period, sions: whichever is earlier; This insurance does not ap- 7. Waiver Of Subrogation ply to: Section IV - Commercial General Liabil- (i) Any "occurrence" which ity Conditions, 8. Transfer Of Rights Of takes place after you Recovery Against Others To Us is cease to be a tenant in amended by the addition of the following: that premises; We waive any right of recovery against (ii) Structural alterations, any additional insured under this en- new construction or dorsement, because of any payment we demolition operations make under this endorsement, to whom performed by or on be - the insured has waived its right of recov- half of such additional ery in a written contract, written agree- insured. ment, written permit or written authoriza- (b) Lessor Of Leased Equip- tion. Such waiver by us applies only to ment the extent that the insured has waived its right of recovery against such additional Any person(s) or organiza- insured prior to loss. tion(s) from whom you lease equipment you are required 8. Automatic Additional Insured - Speci- per Paragraph 8.a.(1) of this fied Relationships endorsement to provide in - a. The following is added to Section II - surance. Such person(s) or Who Is An Insured: organization(s) are insureds only with respect to liability for "bodily injury', "property Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 10 of 17 damage" or "personal and 4) Repackaging, ex - advertising injury" caused, in cept when un- whole or in part, by your packed solely for maintenance, operation or the purpose of in - use of equipment leased to spection, demon - you by such person(s) or or- stration, testing, or ganization(s). A person's or the substitution of organization's status as an parts under in - additional insured under this structions from the endorsement ends when manufacturer, and their contract or agreement then repackaged in with you for such leased the original con - equipment ends. However, tainer; this insurance does not ap- ply to any "occurrence" 5) Any failure to make which takes place after the such inspections, equipment lease expires. adjustments, tests or servicing as the (c) Vendors vendor has agreed to make or normal - Any person or organization ly undertakes to (referred to below as ven- make in the usual dor) you are required per course of busi- Paragraph 8.a.(1) of this en- ness, in connection dorsement to provide insur- with the distribution ance, but only with respect or sale of the to liability for "bodily injury" products; or "property damage" arising out of "your products" which 6) Demonstration, in - are distributed or sold in the stallation, servicing regular course of the ven- or repair opera- dor's business, subject to tions, except such the following additional ex operations per- clusions: formed at the ven- ore insurance afforded (t) Thi Bopremises in dor's connection ection with the the vendor does not sale of the product; apply to: 7) Products which, af- 1) "Bodily injury" or ter distribution or "property damage" sale by you, have for which the very been labeled or re- dor is obligated to labeled or used as pay damages by a container, part or reason of the as- ingredient of any sumption of liability other thing or sub - in a contract or stance by or for the agreement. This vendor; or exclusion does not apply to liability for 8) "Bodily injury' or damages that the "property damage" vendor would have arising out of the in the absence of sole negligence of the contract or the vendor for its agreement; own acts or omis- 2) Any express war- sions or those of its employees or ranty unauthorized anyone else acting by you; on its behalf. How 3) Any physical or ever, this exclusion chemical change in does not apply to: the product made a) The excep- intentionally by the tions contained vendor; in Paragraphs Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 11 of 17 (c)(i)4) or 6) of division has issued a permit this endorse- or authorization in connec- ment; or tion with premises you own, rent or control and to which b) Such inspec- this insurance applies: tions, adjust- ments, tests or (i) The existence, mainte- servicing as nance, repair, construc- the vendor has tion, erection or removal agreed to of advertising signs, make or nor- awnings, canopies, cel- mally under- lar entrances, coal takes to make holes, driveways, man - in the usual holes, marquees, hoist course of away openings, side - business, in walk vaults, street ban - connection ners or decorations and with the distri- similar exposures; bution or sale of the prod- (ii) The construction, erec- ucts. tion or removal of eleva- tors; or (ii) This insurance does not apply to any insured (iii) The ownership, mainte- person or organization: nance or use of any el- evators covered by this 1) From whom you insurance. have acquired such products, or (e) Mortgagee, Assignee Or any ingredient, part Receiver or container, enter- Any person or organization ing into, accompa- you are required per Para- nying or containing graph 8.a.(1) of this en - such products; or dorsement to provide insur- 2) When liability in- ance, but only with respect cluded within the to their liability as mortga- "products- gee, assignee or receiver completed opera- and arising out of the own- tions hazard" has ership, maintenance or use been excluded un- of the premises by you. der this Coverage However, this insurance Part with respect to does not apply to structural such products. alterations, new construction and demolition operations (d) State Or Governmental performed by or for that per - Agency Or Subdivision Or son or organization. Political Subdivision - Pemlits Or Authorizations (3) The insurance afforded to addi- Relating To Premises tional insureds described in Par- agraph 8.a.(1) of this endorse - Any state or governmental ment: agency or subdivision or po- litical subdivision you are (a) Only applies to the extent required per Paragraph permitted by law; 8.a.(1) of this endorsement (b) Will not be broader than that to provide insurance, subject which you are required by to the following additional the written contract, written provision: agreement, written permit or This insurance applies only written authorization to pro - with respect to the following vide for such additional in - hazards for which the state sured; and or governmental agency or (c) Does not apply to any per - subdivision or political sub- son, organization, vendor, Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 12 of 17 state, governmental agency or subdivision or political subdivision, specifically named as an additional in- sured under any other provi- sion of, or endorsement added to, this Coverage Part, provided such other provision or endorsement covers the injury or damage for which this insurance ap- plies. b. With respect to the insurance afford- ed to the additional insureds de- scribed in Paragraph 8.a.(1) of this endorsement, the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of in- surance: (1) Required by the written contract, written agreement, written permit or written authorization described in Paragraph 8.a.(1) of this en- dorsement. For the purpose of determining the required amount of insurance only, we will include the minimum amount of any Um- brella liability or Excess Liability coverage required for that addi- tional insured in that written con- tract, written agreement, written permit or written authorization; or (2) Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. c. Section IV - Commercial General Liability Conditions is amended to include the following: Automatic Additional Insured Pro- vision This insurance applies only if the "bodily injury" or "property damage" occurs, or the "personal and advertis- ing injury" offense is committed: (1) During the policy period; and (2) Subsequent to your execution of the written contract or written agreement, or the issuance of a written permit or written authori- zation, described in Paragraph 8.a.(1). d. Section IV - Commercial General Liability Conditions is amended as follows: Condition 4. Other Insurance is amended to include: Primary And Noncontributory In- surance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured per Paragraph 8.a.(1) of this endorsement provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract, agreement, permit or authorization described in 8.a.(2) of this endorsement that this in- surance would be primary and would not seek contribution from any other insurance available to the additional insured. 9. Property Damage To Borrowed Equip- ment a. The following is added to Exclusion 2J. Damage To Property under Sec- tion I - Coverage A- Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclu- sion do not apply to tools or equip- ment loaned to you, provided they are not being used to perform operations at the time of loss. b. With respect to the insurance provid- ed by this section of the endorse- ment, the following additional provi- sions apply: (1) The Limits of Insurance shown in the Declarations are replaced by the limits shown in Section B. Limits Of Insurance, 9. Property Damage To Borrowed Equip- ment of this endorsement with respect to coverage provided by this endorsement. These limits are inclusive of and not in addi- tion to the limits being replaced. The Limits of Insurance shown in Section B. Limits Of Insurance, 9. Property Damage To Bor- rowed Equipment of this en- dorsement fix the most we will pay in any one 'occurrence" re- gardless of the number of: (a) Insureds; Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 13 of 17 (b) Claims made or "suits" brought; or (c) Persons or organizations making claims or bringing "suits". (2) Deductible Clause (a) Our obligation to pay dam- ages on your behalf applies only to the amount of dam- ages for each "occurrence" which are in excess of the Deductible Amount shown in Section B. Limits Of Insur- ance, 9. Property Damage To Borrowed Equipment of this endorsement. The limits of insurance will not be re- duced by the application of such deductible amount. (b) Section IV - Commercial General Liability Conditions, 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit, applies to each claim or "suit' irrespective of the amount. (c) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon no- tification of the action taken, you shall promptly reim- burse us for such part of the deductible amount as has been paid by us. 10. Employees As Insureds - Specified Health Care Services And Good Samar- itan Services Paragraph 2.a.(1)(d) under Section II - Who Is An Insured does not apply to: 1) Your "employees" who provide pro- fessional health care services on your behalf as a duly licensed nurse, emergency medical technician or paramedic in the jurisdiction where an "occurrence" or offense to which this insurance applies takes place; or 2) Your "employees" or "volunteer work- ers", other than an employed or vol- unteer doctor, providing first aid or good samaritan services during their work hours for you will be deemed to be acting within the scope of their employment by you or performing du- ties related to the conduct of your business. 11. Broadened Notice Of Occurrence Paragraph a. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV - Com- mercial General Liability Conditions is replaced by the following: a. You must see to it that we are notified as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, no- tice should include: (1) How, when and where the "oc- currence" or offense took place; (2) The names and addresses of any injured persons and wit- nesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. This requirement applies only when the "occurrence" or offense is known to any insured listed under Paragraph 1. of Section II - Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occur- rence" or offense. 12. Nonowned Aircraft The following is added to Exclusion 2.g. Aircraft, Auto Or Watercraft under Sec- tion I - Coverage A - Bodily Injury And Property Damage Liability: This exclusion does not apply to an air- craft you do not own, provided that: a. The pilot in command holds a current effective certificate, issued by a duly constituted authority of the United States of America or Canada, desig- nating that person as a commercial or airline transport pilot; b. The aircraft is rented with a trained, paid crew; and c. The aircraft does not transport per- sons or cargo for a charge. 13. Bodily Injury Redefined Section V - Definitions, 3. "Bodily injury' is replaced by the following: 3. "Bodily injury' means bodily harm or injury, sickness, disease, disability, humiliation, shock, fright, mental an- guish or mental injury, including care, loss of services or death resulting from any of these at any time. Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 14 of 17 14. Expected Or Intended Injury Redefined damaged property, exdud- The last sentence of Exclusion 2.a. Ex- ing any profit or overhead. pected Or Intended Injury under Sec- Any payment we make un- tion I - Coverage A - Bodily Injury And der Voluntary Property Property Damage Liability is replaced by Damage Coverage shall not the following: be interpreted as an admis- This exclusion does not apply to "bodily sion of liability by you or by us. injury" or "property damage" resulting from the use of reasonable force to protect per- It shall be your duty, not our sons or property. duty, to defend any claim or "suit" to which this insurance 15. Former Employees As Insureds applies. The following is added to Paragraph 2. No other obligation or liabil- under Section II -Who Is An Insured: ity to pay sums or perform 2. Each of the following is also an in- acts or services is covered. sured: (b) This insurance applies to Any of your former "employees", di- "property damage" only if: rectors, managers, members, part- 1) The "property damage" ners or "executive officers", including takes place in the "cov- but not limited to retired, disabled or erage territory"; and those on leave of absence, but only for acts within the scope of their em- 2) The "property damage" ployment by you or for duties related occurs during the policy to the conduct of your business. period. 16. Voluntary Property Damage Coverage (2) Exclusions a. Section I - Coverages is amended to This insurance does not apply to include the following: "property damage" that would be excluded by Coverage A - Bodily COVERAGE D - VOLUNTARY Injury And Property Damage Lia- PROPERTY DAMAGE COVERAGE bility, 2. Exclusions, except for j. (1) Insuring Agreement Damage To Property, Para- graphs (3), (4), (5) and (6), k. (a) We will pay the cost to re- Damage To Your Product, and I. pair or replace "property Damage To Your Work. damage" to property of oth- ers arising out of operations (3) Definitions incidental to your business For purposes of Voluntary Prop - when: erty Damage Coverage only, the 1) Damage is caused by following definitions under Sec - you; or tion V - Definitions are replaced by the following: 2) Damage occurs while in your possession. 13. "Occurrence" means an in- cident, including continuous At your written request, we or repeated exposure to will make this payment re- substantially the same gen- gardless of whether you are eral harmful conditions that at fault for the "property result in "property damage". damage". 17. "Property damage" means If you, at our request, re- physical injury to tangible place, or make any repairs property. Electronic data is to, damaged property of not tangible property, and others, the amount we will "property damage" does not pay under Voluntary Proper- include disappearance, ab- ty Damage Coverage will be straction or theft. determined by your actual cost to replace or repair the As used in this definition, electronic data means in - Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 15 of 17 formation, facts or pro- and Care, Custody Or Control grams, stored as or on, cre- Liability Coverage in this en- ated or used on, transmitted dorsement. These limits are in- to or from computer soft- clusive of, and not in addition to, ware, including systems and the limits being replaced. The applications software, hard Limits of Insurance shown in the or floppy disks, CD-ROMs, Schedule fix the most we will pay tapes, drives, cells, data regardless of the number of: processing devices or any (a) Insureds; other media which are used with electronically controlled (b) Claims made or "suits" equipment. brought; or b. Care, Custody Or Control Liability (c) Persons or organizations Coverage making claims or bringing For purposes of the coverage provid- "suits". ed by Care, Custody Or Control Lia- (2) (a) Subject to (3) below, the bility Coverage in this endorsement Voluntary Property Damage only: Coverage Each Occurrence (1) Section I - Coverage A - Bodily Limit Of Insurance is the Injury And Property Damage Lia- most we will pay for the sum bility, 2. Exclusions, j. Damage of damages under Voluntary To Property, Paragraphs (3), (4) Property Damage Coverage; and (5) do not apply to "property (b) The Care, Custody Or Con - damage" to the property of oth- trol Liability Coverage Each ers described therein. Occurrence Limit Of Insur- (2) It shall be your duty, not our duty, ance is the most we will pay to defend any claim or "suit" to for the sum of damages un- which this insurance applies. der Care, Custody Or Con- trol Liability Coverage; No other obligation or liability to pay sums or perform acts or ser- because of all "property damage" vices is covered. arising out of any one "occur- rence". This Paragraph (2) supersedes any provision in the Coverage Voluntary Damage (3) TheVlry Property p y De g Part to the contrary. Coverage, Aggregate Limit Of Insurance is the most we will pay (3) "Property damage" for which for the sum of all damages under Care, Custody Or Control Liabil- Voluntary Property Damage ity Coverage provides coverage Coverage. This limit applies sep- shall be deemed to be caused by arately to each "coverage term". an "occurrence" but shall not serve to limit or restrict the ap- (4) Deductible Clause plicability of any exclusion for (a) Our obligation to pay dam - "property damage" under this ages on your behalf applies Coverage Part. only to the amount of dam- c. Limits Of Insurance And Deducti- ages for each "occurrence" bles which are in excess of the Deductible Amount shown in For purposes of the coverage provid- Section B. Limits Of Insur- ed by Voluntary Property Damage ance, 16. Voluntary Property Coverage and Care, Custody Or Con- Damage Coverage and trol Liability Coverage, Section III - Care, Custody Or Control Limits Of Insurance is amended to Liability Coverage. The lim- include the following: its of insurance will not be reduced by the application Limits of sown n (1) TheLiif Ihi of such Deductible Amount. the Declarations are replaced by the limits shown in Section B. (b) Section IV - Commercial Limits Of Insurance, 16. Volun- General Liability Conditions, tary Property Damage Coverage 2. Duties In The Event Of Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 16 of 17 Occurrence, Offense, Claim Or Suit, applies to each claim or "suit' irrespective of the amount. (c) We may pay any part or all of the Deductible Amount to effect settlement of any claim or "suit' and, upon no- tification of the action taken, you shall promptly reim- burse us for such part of the Deductible Amount as has been paid by us. 17. Broadened Contractual Liability - Work Within 50' Of Railroad Property Section V - Definitions, 9. "Insured con- tract" is amended as follows: a. Paragraph c. is replaced by the fol- lowing: c. Any easement or license agree- ment; b. Paragraph f.(1) is deleted in its entire- ty. 18. Alienated Premises Exclusion 2 j. Damage To Property, Para- graph (2) under Section I - Coverage A - Bodily Injury And Property Damage Liabil- ity does not apply if the premises are "your work". Includes copyrighted material of Insurance GA 233 TX 09 20 Services Office, Inc., with its permission. Page 17 of 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CinciPlus° BUSINESS AUTO XC+® (EXPANDED COVERAGE PLUS) ENDORSEMENT, WITH POLLUTION LIABILITY FOR COVERED AUTOS This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. A. Blanket Waiver of Subrogation SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", provid- ed the "bodily injury" or "property damage" oc- curs subsequent to the execution or the "in- sured contract". B. Noncontributory Insurance SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 5. Other In- surance, c. is deleted its entirety and re- placed by the following: Regardless of the provisions of Para- graph a. above, this Coverage Form's Li- ability Coverage is primary and we will not seek contribution from any other insur- ance for any liability assumed under an "insured contract' that requires liability to be assumed on a primary noncontributory basis. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been: 1. Executed prior to the accident causing "bodily injury" or "property damage"; and 2. Is still in force at the time of the "accident" causing "bodily injury" or "property dam- age". D. Employee Hired Auto 1. Changes in Liability Coverage The following is added to the Section II - LIABILITY COVERAGE, A. Coverage, 1. Who is an Insured: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes in General Conditions SECTION IV - BUSINESS AUTO CON- DITIONS, B. General Conditions, 5. Other Insurance, b. is deleted in its en- tirety and replaced by the following: C. Additional Insured by Contract b. For Hired Auto Physical Damage Coverage the following are deemed SECTION II - LIABILITY COVERAGE, A. to be covered "autos" you own: Coverage, 1. Who is an Insured is amended to include as an insured any person or organi- (1) Any covered "auto" you lease, zation for whom you have agreed in a valid hire, rent or borrow; and written contract to provide insurance as af- (2) Any covered "auto" hired or forded by this policy. rented by your "employee under a contract in that individual "em- Includes copyrighted material of ISO AA 292 06 20 Properties, Inc., with its permission. Page 1 of 5 ployee's" name, with your per- 2. Limit of Insurance mission, while performing duties related to the conduct of your a. The Per "Accident" Limit is $25,000. business. The Per "Accident" Limit is the most we will pay for the total of all damag- However, any "auto" that is leased, es and "covered pollution cost or ex - hired, rented or borrowed with a driv- pense" resulting from any one "acci- er is not a covered "auto". dent" covered by this endorsement. E. Audio, Visual and Data Electronic Equip- Subject to the limit for Pollution Lia- ment bility Broadened Coverage, the most SECTION III - PHYSICAL DAMAGE COV- we will pay for all "bodily injury', property damage" and "covered pol- ERAGE, C. Limit of Insurance is amended lution cost or expense" combined, by adding the following: resulting from any one "accident", is 4. The most we will pay for all "loss" to au- the Limit of Insurance for Liability dio, visual or data electronic equipment Coverage shown in the Declarations. and any accessories used with this b. The Aggregate Limit is $25,000. The equipment as a result of any one "acci- Aggregate Limit is the most we will dent" is the lesser of pay for the sum of all damages and a. The actual cash value of the dam- "covered pollution cost or expense" aged or stolen property as of the time involving insurance provided by this of the "accident'; endorsement. The Aggregate Limit applies separately to each consecu- b. The cost of repairing or replacing the tive annual period and to any remain - damaged or stolen property with oth- ing period of less than 12 months, er property of like kind and quality; or starting with the beginning of the Pol- icy Period shown in the Declarations, unless the Policy Period is extended Provided the equipment, at the time of the after issuance for an additional peri- "loss" is: od of less than 12 months. In that case, the additional period will be a. Permanently installed in or upon the deemed part of the last preceding pe- covered "auto" in a housing, opening riod for purposes of determining the or other location that is not normally Aggregate Limit. used by the "auto" manufacturer for the installation of such equipment; 3. Property Damage Liability Deductible b. Removable from a permanently in- The "Property Damage" and "Covered stalled housing unit as described in Pollution Cost or Expense" Liability Cov- Paragraph 2.a. above; or erage Deductible is $500. The damages that would otherwise be payable under c. An integral part of such equipment. SECTION II - LIABILITY COVERAGE for "property damage" and "covered pollution F. Pollution Liability Broadened Coverage for cost or expense" caused by any one "ac- Covered Autos cident" will be reduced by the "Property 1. Coverage Damage" and "Covered Pollution Cost or Expense" Liability Coverage Deductible a. SECTION II - LIABILITY COVER- prior to the application of the Limit of In - AGE is changed as follows: surance provision. (1) Paragraph a. of the "Pollutant" 4. Our Right to Reimbursement Exclusion (SECTION II - LIABIL- ITY COVERAGE, B. Exelu- To settle any claim or "suit" we will pay all sions) applies only to liability or any part of any deductible shown in assumed under a contract or this endorsement. You must reimburse us agreement. for the deductible or the part of any de- ductible we paid. (2) With respect to the coverage af- forded by Paragraph a.(1) above, Exclusion B.G. Care, SECTION V - DEFINITIONS, D. "covered Custody, or Control does not pollution cost or expense" is deleted in its apply. entirety and replaced by the following: Includes copyrighted material of ISO AA 292 06 20 Properties, Inc., with its permission. Page 2 of 5 D. "Covered pollution cost or expense" means any cost or expense arising out of: Any request, demand, order or statutory or regulatory require- ment that any "insured" or others test for, monitor, clean up, re- move, contain, treat, detoxify or neutralize, or in any way re- spond to, or assess the effects of "pollutants'; or 2. Any claim or "suit" by or on be- half of a governmental authority for damages because of testing for, monitoring, cleaning up, re- moving, containing, treating, de- toxifying or neutralizing, or in any way responding to or as- sessing the effects of "pollu- tants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release, escape or emission of "pollutants": a. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". b. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". Paragraphs a. and b. above do not apply to "accidents" that oc- cur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto", if: (1) The "pollutants" or any property in which the "pollu- tants" are contained are up- set, overturned or damaged as a result of the mainte- nance or use of a covered "auto"; and (2) The discharge, dispersal, seepage, migration, re- lease, escape or emission of the "pollutants" is caused directly by such upset, over- turn or damage. G. Who is an Insured - Amended SECTION II - LIABILITY COVERAGE, A. Coverage, 1. Who is an Insured is amended by adding the following: The following are "insureds": 1. Any subsidiary which is a legally incorpo- rated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of this cover- age form. However, the insurance afforded by this provision does not apply to any subsidiary that is an "insured" under any other au- tomobile liability policy, or would be an "insured" under such policy but for termi- nation of such policy or the exhaustion of such policy's limits of insurance. 2. Any organization that is newly acquired or formed by you and over which you main- tain majority ownership. The insurance provided by this provision: a. Is effective on the date of acquisition or formation, and is afforded for 180 days after such date; b. Does not apply to "bodily injury' or "property damage" resulting from an "accident" that occurred before you acquired or formed the organization; c. Does not apply to any newly acquired or formed organization that is a joint venture or partnership; and d. Does not apply to an insured under any other automobile liability policy, or would be an insured under such a policy but for the termination of such policy or the exhaustion of such poli- cy's limits of insurance. 3. Any of your "employees" while using a covered "auto" in your business or your personal affairs, provided you do not own, hire or borrow that "auto". H. Liability Coverage Extensions - Supple- mentary Payments - Higher Limits SECTION II - LIABILITY COVERAGE, A. Coverage, 2. Coverage Extensions, a. Sup- plementary Payments is amended by: 1. Replacing the $2,000 Limit of Insurance for bail bonds with $4,000 in (2); and 2. Replacing the $250 Limit of Insurance for reasonable expenses with $500 in (4). Includes copyrighted material of ISO AA 292 06 20 Properties, Inc., with its permission. Page 3 of 5 I. Amended Fellow Employee Exclusion SECTION II - LIABILITY COVERAGE, B. Ex- clusions, 5. Fellow Employee is modified as follows: Exclusion 5. Fellow Employee is deleted. J. Hired Auto -Physical Damage If hired "autos" are covered "autos" for Liability Coverage, then Comprehensive and Collision Physical Damage Coverages as provided un- der SECTION III - PHYSICAL DAMAGE COVERAGE of this Coverage Part are ex- tended to "autos" you hire, subject to the fol- lowing: 1. The most we will pay for "loss" to any hired "auto" is $50,000 or the actual cash value or cost to repair or replace, which- ever is the least, minus a deductible. 2. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage, or $1,000, whichever is less. 3. Hired Auto - Physical Damage coverage is excess over any other collectible insur- the lesser of the following number of days: a. The number of days reasonably re- quired to repair the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 3. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses in- curred; or b. $50 per day. 4. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 5. We will pay under this coverage only that amount of your rental reimbursement ex- penses which is not already provided for under SECTION III - PHYSICAL DAM- AGE COVERAGE, A. Coverage, 4. Coverage Extensions. ante. L. Transportation Expense - Higher Limits 4. Subject to the above limit, deductible, and SECTION III -PHYSICAL DAMAGE COV- excess provisions we will provide cover- age equal to the broadest coverage appli- ERAGE, A. Coverage, 4. Coverage Exten- cable to any covered "auto" you own un- sions is amended by replacing $20 per day der this policy. with $50 per day, and $600 maximum with $1,500 maximum in Extension a. Transpor- Coverage includes loss of use of that hired au- tation Expenses. to, provided it results from an "accident" for which you are legally liable and as a result of M. Airbag Coverage which a monetary loss is sustained by the SECTION III - PHYSICAL DAMAGE COV- leasing or rental concern. The most we will ERAGE, B. Exclusions, 3.a. is amended by pay for any one "accident" is $3,000. adding the following: If a limit for Hired Auto - Physical Damage is shown in the Schedule, then that limit replac- es, and is not added to, the $50,000 limit indi- cated above and the deductibles shown in the Schedule are applicable. K. Rental Reimbursement SECTION III - PHYSICAL DAMAGE COV- ERAGE is amended by adding the following: We will pay for rental reimbursement ex- penses incurred by you for the rental of an "auto" because of a "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each cov- erage you have on a covered "auto". No deductible applies to this coverage. However, the mechanical and electrical breakdown portion of this exclusion does not apply to the accidental discharge of an airbag. This coverage for airbags is excess over any other collectible insurance or warranty. N. Loan or Lease Gap Coverage SECTION III - PHYSICAL DAMAGE COVERAGE, C. Limit of Insurance is deleted in its entirety and replaced by the following, but only for private passenger type "autos" with an original loan or lease, and only in the event of a "total loss" to such a private passenger type "auto": a. The most we will pay for "loss" in any one "accident" is the greater of: 2. We will pay only for those expenses in- (1) The amount due under the terms curred during the policy period beginning of the lease or loan to which 24 hours after the "loss" and ending, re- your covered private passenger gardless of the policy's expiration, with Includes copyrighted material of ISO AA 292 06 20 Properties, Inc., with its permission. Page 4 of 5 type "auto" is subject, but will not include: (a) Overdue lease or loan pay- ments; (b) Financial penalties imposed under the lease due to high mileage, excessive use or abnormal wear and tear; (c) Security deposits not re- funded by the lessor; (d) Costs for extended warran- ties, Credit Life Insurance, Health, Accident or Disabil- ity Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases, or (2) Actual cash value of the stolen or damaged property. b. An adjustment for depreciation and physical condition will be made in de- termining actual cash value at the time of "loss". 2. SECTION V - DEFINITIONS is amended by adding the following, but only for the purposes of this Loan or Lease Gap Coverage: 'Total loss" means a "loss" in which the cost of repairs plus the salvage value ex- ceeds the actual cash value. O. Glass Repair -Waiver of Deductible SECTION III - PHYSICAL DAMAGE COV- ERAGE, D. Deductible is amended by adding the following: No deductible applies to glass damage if the glass is repaired in a manner acceptable to us rather than replaced. P. Duties in the Event of an Accident, Claim, Suit or Loss - Amended SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss, a. is amended by adding the following: This condition applies only when the "acci- dent" or "loss" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. An executive officer or insurance manag- er, if you are a corporation; or 4. A member or manager, if you are a lim- ited liability company. Q. Unintentional Failure to Disclose Hazards SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 2. Conceal- ment, Misrepresentation or Fraud is amended by adding the following: However, if you unintentionally fail to disclose any hazards existing on the effective date of this Coverage Form, we will not deny cover- age under this Coverage Form because of such failure. R. Mental Anguish Resulting from Bodily Inju- ry SECTION V - DEFINITIONS, C. "Bodily inju- ry" is deleted in its entirety and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including men- tal anguish and death sustained by the same person that results from such bodily injury, sickness or disease. "Bodily injury" does not include mental anguish or death that does not result from bodily injury, sickness or disease. S. Coverage for Certain Operations in Con- nection with Railroads With respect to the use of a covered "auto" in operations for or affecting a railroad: 1. SECTION V - DEFINITIONS, H. "Insured contract", 1.c. is deleted in its entirety and replaced by the following: c. An easement or license agreement; 2. SECTION V - DEFINITIONS, H. "Insured contract", 2.a. is deleted. Includes copyrighted material of ISO AA 292 06 20 Properties, Inc., with its permission. Page 5 of 5 ext,q.smutuai WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/5/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002068808 of Texas Mutual Insurance Company effective on 10/5/24 Issued to: MCMAHON CONTRACTING AND CONSTRUCTION LLC DBA: MCMAHON CONTRACTING This is not a bill NCCI Carrier Code: 29939 9,0���eoa4-4 Authorized representative PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 10/3/24 WC 42 03 04 B THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC PRIMARY AND NON-CONTRIBUTORY COVERAGE ENDORSEMENT -WHERE REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE LIMITS OF INSURANCE: $ 5 000,000 Each Occurrence Limit $ 5 000,000 Aggregate Limit COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM, US 101 and US 101 UM, is amended as follows: A. SECTION III - LIMITS OF INSURANCE is It is agreed that this condition does not amended to add the following: apply to the "non-contributory additional 7. For the purposes of this endorsement on- insured's" own insurance program on which they are a named insured. ly, the Limits of Insurance stated in the Schedule of this endorsement and de- However: scribed below wil I apply on a "primary and non-contributory basis" within the parame- a. This exception to the Other Insurance ters set forth in SECTION III - LIMITS OF Condition shall only apply if the appli- INSURANCE of the Coverage Part to cable "underlying insurance" applies which this endorsement is attached: on a "primary and non-contributory basis" for such "non-contributory ad - We will not pay more on behalf of a "non- ditional insured" and only to the ex - contributory additional insured" than the tent of the specific limits of insurance lesser of: required in a written contract or agreement on a "primary and non - a. The Limits of Insurance stated in the contributory basis" that is in excess of Schedule of this endorsement; or the "underlying insurance'; and b. The limits of insurance required in a b. It is understood and agreed that the written contract on a "primary and insurance provided by this Coverage non-contributory basis" for such "non- Part is excess of: contributory additional insured", but only to the extent the required limits (1) "Underlying insurance" listed in of insurance are in excess of the the Schedule of Underlying In - "underlying insurance"; or surance; c. The Limits of Insurance available af- (2) Any other insurance available to ter the payment of "ultimate net loss" the "non-contributory additional on any insured's behalf from any insured" as an additional insured; claim or "suit". and This provision is included within and does (3) Any other insurance available to not act to increase the Limits of Insurance the "non-contributory additional stated in the Declarations. insured" on which they are not a named insured. B. SECTION IV - CONDITIONS is amended as follows: 2. The following condition is added: 1. Condition 9. Other Insurance is amended 15. As a precedent to the receipt of in- to add the following: surance coverage hereunder, the "non-contributory additional insured" must give written notice of such claim or "suit", including a demand for de - Includes copyrighted material of Insurance US 4096 0121 Services Office, Inc., with its permission. Page 1 of 2 fense and indemnity, to any other in- surer who had coverage for the claim or "suit" under its policies. Such no- tice must demand the full coverage available and the "non-contributory additional insured" shall not waive or limit such other available coverage. This condition does not apply to the "non-contributory additional insured's" own insurance program on which they are a named insured. C. SECTION V - DEFINITIONS is amended to add the following: 30. "Non-contributory additional insured" means any person or organization: a. Qualifying as an additional insured under SECTION II - WHO IS AN IN- SURED, Paragraph 3. of the Cover- age Part to which this endorsement is attached; and b. Being granted additional insured sta- tus on a "primary and non- contributory basis" in the "underlying insurance" as required in a written contract between an additional in- sured and a Named Insured provid- ed: (1) The written contract or agree- ment is executed before the "oc- currence" resulting in "bodily in- jury", "personal and advertising injury" or "property damage" for which coverage is being sought under this endorsement; and (2) The written contract or agree- ment requires a specific limit of insurance on a "primary and non-contributory basis" that is in excess of "underlying insur- ance". 31. "Primary and non-contributory basis" means that the limits of insurance of the Coverage Part to which this endorsement is attached applyto insured loss on behalf of the "non-contributory additional in- sured" prior to limits of insurance from other insurance in which the "non- contributory additional insured" is a named insured. Includes copyrighted material of Insurance US 4096 0121 Services Office, Inc., with its permission. Page 2 of 2 Policy No.:ER00P3634 Effective Date: 10/05/2024 Endorsement No.: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED SCHEDULE ENDORSEMENT (PRIMARY, NON-CONTRIBUTORY & WAIVER OF SUBROGATION) It is hereby agreed that the Policy is amended as follows: 1. It is hereby agreed that the following scheduled entities are included as additional insureds on this Policy pursuant to Section VI. DEFINITIONS, Paragraph A. Additional Insured, subparagraph 3. Schedule of additional insured(s) Blanket — as required by written contract 2. With respect to such additional insureds scheduled in paragraph 1. the following is added to Section V. CONDITIONS, Paragraph K. Other Insurance: This insurance is primary and the insurer will not seek contribution from any other insurance available to such additional insured(s). 3. With respect to such additional insureds scheduled in paragraph 1. the following is added to Section V. CONDITIONS, Paragraph Q. Subrogation: However, if the insured has waived rights of recovery against such additional insured(s) in a written agreement prior to discovery of a pollution incident giving rise to loss, crisis cost or a claim under this Policy, the insurer also waives any right of recovery it may have under this Policy against such additional insured(s). All other terms and conditions of this Policy remain unchanged. ASPENV607 0717 Page 1 of 1 2017 ©Aspen Insurance U.S. Services Inc. All rights reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION OR NONRENEWAL BY US NOTIFICATION TO A DESIGNATED ENTITY This endorsement modifies insurance provided under the following: BUSINESSOWNERS PACKAGE POLICY CLAIMS -MADE EXCESS LIABILITY COVERAGE PART COMMERCIAL AUTO COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL UMBRELLA LIABILITY COVERAGE PART DENTIST'S PACKAGE POLICY ELECTRONIC DATA LIABILITY COVERAGE PART EXCESS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART PROFESSIONAL UMBRELLA LIABILITY COVERAGE PART PROFESSIONAL UMBRELLA LIABILITY COVERAGE PART - CLAIMS -MADE RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY SCHEDULE Name and mailing address of person(s) or organization(s): 1. FOR WHOM YOU ARE REQUIRED IN A WRITTEN CONTRACT THAT WAS EXECUTED ON OR AFTER THE EARLIER OF THE FOLLOWING DATES: A. THE EFFECTIVE DATE OF THIS POLICY, OR B. THE EFFECTIVE DATE OF THE ORIGINAL POLICY OF WHICH THIS POLICY IS A RENEWAL OR REPLACEMENT, AND 2. FOR WHOM YOU ARE REQUIRED IN THAT SAME WRITTEN CONTRACT AS REFERRED TO IN 1. ABOVE TO PROVIDE CANCELLATION NOTICE. Number of days notice (other than nonpayment of premium): 30 A. If we cancel or nonrenew this policy for any statutorily permitted reason other than nonpayment of premium we will mail notice to the person or organization shown in the Schedule. We will mail such notice at least the number of days shown in the Schedule before the effective date of cancellation or nonrenewal. B. If we cancel this policy for nonpayment of premium, we will mail notice to the person or organization shown in the Schedule. We will mail such notice at least 10 days before the effective date of cancellation. C. If notice is mailed, proof of mailing to the mailing address shown in the Schedule will be sufficient proof of notice. D. In no event will coverage extend beyond the actual expiration, termination or cancellation of the policy. Ilea U1:1L11:7i h Te"XaSMutual WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice 2. Notice will be mailed to: Schedule c PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/5/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002068808 of Texas Mutual Insurance Company effective on 10/5/24 Issued to: MCMAHON CONTRACTING AND CONSTRUCTION LLC DBA: MCMAHON CONTRACTING This is not a bill NCCI Carrier Code: 29939 Authorized representative PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 10/3/24 WC420601 TO: City of Southlake 1400 Main Street, Southlake, Texas ITEM 10 CERTIFICATE OF INSURANCE Date: Suite 270 76092 THIS IS TO CERTIFY THAT Project No.: _ Type of Project: (Name and address of insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the types of Insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to the standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workman's Compensation Public Utility Contingent Liability Property Damage Builder's Risk Automobile Other: Umbrella The foregoing Policies (do) (do not) cover all sub -contractors. Locations Covered: Descriptions of Operations Covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five days after the insured has received written notice of such change or cancellation. Where applicable local laws or regulations require more than five days actual notice of change or cancellation to the assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement there to attached. (Name of Insured) City of Southlake LZA Title: 10-1 Item 10 —Certificate of Insurance Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout City of Southlake [THIS PAGE INTENTIONALLY LEFT BLANK] 10-2 Item 10 —Certificate of Insurance Continental Boulevard & Union Church Road at Davis Boulevard (FM 1938) Intersection Improvements and West Continental Boulevard & South Peytonville Avenue Roundabout GEOTECHNICAL ENGINEERING STUDY DRAINAGE IMPROVEMENTS CONTINENTAL BOULEVARD & UNION CHURCH ROAD SOUTHLAKE, TEXAS Presented To: Kimley-Horn & Associates, Inc. September 2022 PROJECT NO. 103-22-444 (Revised) 0: — up �Vm 0-,'201 W. Royal Lane, Suite 275 Irving, Texas 75063 DRAINAGE IMPROVEMENTS CONTINENTAL BOULEVARD & UNION CHURCH ROAD SOUTHLAKE, TEXAS 71007. �, I I �-* '- I All, ,• Tet U-71 T I a-9 0 u la The geotechnical investigation was performed in accordance with CMJ Proposal 22-8655, dated May 10, 2022. The geotechnical services were authorized on May 25, 2022 via Kimley-Horn IPO Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would 2ppreciate the opportunity to be considered for providing construction consultation during the We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. OF Respectfully submitted CMJ ENGINEERING, INC. TEXAs FIRm REGISTRATIONNo F 9177 ............................. MATTHEW W. KAMMERDIENE0 , f q*-. 12°781°®° Matthew W. Kammerdiener, P. E. Project Engineer 0, Texas No. 127818 copies submitted: (2) Mr. Ryan Delmotte, P.E.; Kimley-Horn and Associates, Inc. (email & mail) 014) Engineering 7636 PeHe Drive p: 817,284.9400 Fcwt "AIorth, TX 76118 f: 817.589,9993 www crn�engrcorn TABLE OF CONTENTS Page 1.0 INTRODUCTION-------------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS -------------------------------------------------------------------------------------- 4 4.0 FOUNDATION RECOMMENDATIONS--------------------------------------------------------------------------- 6 5.0 SLOPE STABILITY ANALYSIS ----------------------------------------------------------------------------------- 12 6.0 PAVEMENTS ---------------------------------------------------------------------------------------------------------- 14 7.0 EARTHWORK --------------------------------------------------------------------------------------------------------- 19 8.0 CONSTRUCTION OBSERVATIONS ---------------------------------------------------------------------------- 23 9.0 REPORT CLOSURE------------------------------------------------------------------------------------------------ 24 APPENDIX A Plan of Borings ------------------------ Unified Soil Classification System Key to Classification and Symbols Logs of Borings ----------------------- Particle Size Analysis Test Results Direct Shear Test Results---------- Plate A.1A—A.1B ------------ A.2 ------------ A.3 ---A.4 — A.10 -A.11 —A.13 -A.14 — A.21 Plate Slope Stability Analyses------------------------------------------------------------------------------------------- B.1 — B.4 1.0 INTRODUCTION 1.1 Project Description The project, as currently planned, consists of improving Continental Boulevard/Union Church Road in vicinity with its intersections with Davis Boulevard and Peytonville Avenue in Southlake, Texas. Planned improvements consist of two new culvert crossings to include associated headwalls and gabion structures. Plates A.1A and A.1B, Plan of Borings, presents the project vicinity and approximate locations of the exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of foundations suitable for the project, provide earthwork recommendations, and provide pavement design guidelines. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevation of the structures could change. Once the final design is near completion (80- to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 9. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by seven (7) vertical soil borings drilled to depths of 25 to 40 feet. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates AAA and A.1 B. The boring logs are included on Plates A.4 through A.10 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed samples of the non -cohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free -fall vertical distance of 30 inches, driving the split -spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. Report No. 103-22-444 (Revised) 2 CMJ ENGINEERING, INC. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170- pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground -water observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the boreholes were backfilled with soil cuttings, and plugged at the surface by hand tamping. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits and gradation), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. Particle size analyses results are included on Plates A.11 through A.13. Direct shear tests with associated residual shear strength tests were performed within the overburden soils. The shear tests were performed in order to obtain peak and residual strength parameters of the soils in their existing state. The results of the direct shear tests are presented on Plates A.14 through A.21. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 3 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of the Geologic Atlas of Texas, the project site is geologically located in a surface outcrop of the Woodbine Formation of the Upper Cretaceous Age. The Woodbine formation consists of highly variable soils ranging from sands, clayey sands, sandy clays to clays. The parent material consists of sandy shale with occasionally very hard cemented sands and sandstones present above the sandy shales. Ground -water is typically found in the formation perched in the more permeable granular materials above or along the contact with the sandy shale. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Fill materials consisting of dark brown, brown, light brown, and gray silty clays, sandy clays, clayey silty sands, and clayey sands are present at the surface in Borings B-1, B-2, B-4, C-1, and C-3 extending to depths of 3 to 9 feet. The fill soils typically contain ironstone nodules, calcareous nodules, and gravel, and contain sand pockets in Boring B-1 and wood mulch in Boring C-3. Natural soils encountered in the borings consist of dark brown, brown, light brown, reddish brown, light reddish brown, grayish brown, tan, and gray shaly clays, sandy clays, sandy silty clays, clayey sands, clayey silty sands, and sands. The various natural soils often contain ironstone nodules, calcareous nodules, and gravel. A 4-inch thick sandstone seam was noted within the shaly clays in Boring B-3 at a depth of 22 feet. A 3-inch thick shale seam and a 6-inch thick ironstone layer were noted within the shaly clays in Boring B-4 at depths of 22 and 23 feet respectively. The various soils encountered in the borings had tested Liquid Limits (LL) ranging from 21 to 71 with Plasticity Indices (PI) ranging from 9 to 54 and are classified as SC, SM, CL, and CH by the USCS. The various clayey soils were firm to hard in consistency (soil basis), with pocket penetrometer values of 1.25 to over 4.5 tsf. Tested unit weights were 96 to 119 pcf and tested unconfined compressive strengths ranged from 650 to 8,910 psf. Select lower strength tests and pocket penetrometer readings reflect more granular materials indicating higher in -situ strengths than the Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 4 tested value. The near surface sands in Boring B-3 are considered loose, with a Standard Penetration Test (N) value of 7 blows per foot of penetration. Tan, brown, light reddish brown, gray, and light gray cemented sands were encountered in Borings B-2, and C-1 through C-3 at depths of 5 to 18 feet. The cemented sands occasionally contain sandy clay seams and layers and contain sandstone seams and layers in Boring B-2. The cemented sands are considered very dense, with Standard Penetration Test (SPT) values of 3'/4 to 5'/4 inches of penetration for 50 hammer blows. Gray shale or sandy shale was encountered in Borings B-2, C-1, and C-2 at depths of 23 to 26 feet and continued through boring termination at a depth of 40 feet. A 2-foot thick gray sandstone layer was encountered within the sandy shale in Boring C-1 at a depth of 31 feet. The shale and sandy shale contains limestone seams and layers in Boring B-2 and sandstone seams in Boring C-1 below a depth of 33 feet. The gray shale and sandy shale varies from moderately hard to hard (rock basis), with Texas Cone Penetration (THD) test values of 1% to 6'/4 inches per 100 blows. Gray sandstone containing shale seams and layers was encountered in Boring B-3 at a depth of 23 feet and continued through boring termination at a depth of 40 feet. The gray sandstone is generally hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of % to 1% inches per 100 blows. The Atterberg Limits tests indicate the various overburden soils encountered at this site varied from generally stable to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.3 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was encountered in Borings B-1 through B-4 and C-1 through C-3 at depths of 9 to 24 feet during drilling. In addition, borehole cave-in was observed during drilling in Borings B-2 and C-2 at depths of 21 feet and 15 feet, respectively. Water levels of 7 to 24 feet were measured at drilling completion Borings B-1 through B-4 and C-1 through C-3. Table 3.3-1 summarizes the water levels observed during drilling operations. Report No. 103-22-444 (Revised) 5 CMJ ENGINEERING, INC. TABLE 3.3-1: Ground -Water Observations Boring No. Seepage During Drilling (ft.) Water at Completion(ft.) B-1 15 18 B-2 10 w/ cave-in at 21 8 B-3 21 18 B-4 24 24 C-1 10 9 C-2 9 w/ cave-in at 15 C-3 12 1 12 While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground -water conditions will vary with fluctuations in rainfall. Seepage near the observed levels should be anticipated throughout the year. Fluctuations of the ground -water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. Ground -water may occur in joints in the clays or within more permeable, granular strata. 4.0 FOUNDATION RECOMMENDATIONS 4.1 Box Culvert Foundation 4.1.1 General Culvert Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed culvert structures. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. Based on the boring logs and field observations, portions of the excavations will be through granular clayey sands, clayey silty sands, and sands which occasionally contain gravel. If ground -water is Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 6 encountered, care should be taken to dewater these areas and cause as minimal disturbance as possible on sandy soils. If not dewatered, granular soils can act like a "quick" condition, in which soil strength reduces to very small magnitudes when vibratory construction equipment traverses this soil. If disturbance occurs due to the soft soil and/or ground -water conditions, the box culverts should be founded upon a minimum 1-foot crushed stone pad with a geotextile "separator" fabric below the stone pad. Otherwise, with minimal disturbance, the box culverts may rest atop soils. 4.1.2 Design Criteria Box culvert foundations may be a mat -type founded within the firm to hard sandy clays, silty sandy clays or clayey sands, clayey silty sands, and sands. Proper identification of the bearing material by qualified geotechnical personnel during construction is paramount. Mat type foundations should be a minimum of 2 feet in least dimension, but must be widened as required, based on allowable bearing capacity given below. The mat may be designed for a net allowable bearing capacity of 1,500 psf. This bearing value assumes that the excavation base is dry and little to no disturbance of the soils is allowed. The allowable foundation pressure given above is for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. Excavations for the footing bases may need to incorporate dewatering to keep the excavations free of excess water, depending on site conditions. Soils existing in a soft or loose state should be evaluated on a case -by -case basis. Close inspection of soils strength should be conducted by a geotechnical engineer to allow designation and removal of soft or loose soils not meeting the bearing capacity stated above. It should be noted that the box culvert foundation is typically subjected to non -uniform pressure across the foundation, and possibly negative pressure (separation of foundation from soil) under a portion of the foundation, due to the overturning moment induced by the lateral earth pressures. The allowable foundation pressures given above are for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. The horizontal base of the mat foundation will develop resistance to sliding by means of friction Given the nature of the foundation materials, an ultimate friction factor of 0.40 may be used to calculate sliding resistance of the footings bearing on site soils. Foundations designed in accordance with these recommendations will have a minimum factor of safety of 3 with respect to a bearing capacity failure, and should experience a total settlement of 1 Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 7 inch or less and a differential settlement of '/2 inch or less, after construction, providing all fill has been properly placed and compacted as described in the Earthwork section. In addition, where proposed pavement extends beyond the edge of the proposed culvert (approaches), the potential exists for differential movement at this interface. The culvert excavation backfill below and three feet beyond the approaches should consist of either flowable fill or properly compacted flexible base in order to reduce backfill settlement and the potential for differential movement/distress. 4.2 Gabion & Headwall Foundations 4.2.1 Allowable Foundation Pressure Foundations for headwalls and gabion erosion control structures may be supported by a shallow spread or continuous footing system or a mat -type founded a minimum of 2 feet below lowest adjacent grade or below the creek thalweg (whichever is deeper). Proper identification of the bearing material by qualified geotechnical personnel during construction is paramount; therefore, the foundation bearing depth may be deeper, depending on materials encountered. The foundations may be designed for an allowable bearing pressure of 2.0 ksf. The allowable foundation pressure given above is for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. The horizontal bases of the footings will develop resistance to sliding by means of a combination of friction and adhesion (for cohesive foundation materials). Given the nature of the foundation materials, an ultimate friction factor of 0.40 may be used to calculate sliding resistance of the footings bearing on sandy shale. Foundations designed in accordance with these recommendations will have a minimum factor of safety of 3 with respect to a bearing capacity failure, and should experience a total settlement of 1 inch or less and a differential settlement of inch or less after construction, providing all fill has been properly placed and compacted as described in the Earthwork section. If the footing excavations are overexcavated beyond the planned footing elevation, %-inch crushed stone or concrete grout should be utilized to establish footing grade. Under no circumstances should re -compacted fill be placed under the gabion or retaining wall footing foundations. Report No. 103-22-444 (Revised) 8 CMJ ENGINEERING, INC. 4.2.2 Gabion Design Considerations Undercutting of the gabions must be prevented in order for the structure to be successful. In addition to providing the embedment depth recommended above, the addition of a 12-inch thick gabion mattress at the wall toe should be considered for scour protection. The mattress should be at least 6 feet in length but should be properly sized to accommodate expected flows. The upstream end of the gabions should be protected from erosion by tying into the existing gabion wall. In addition, provisions to convey stormwater from any upper existing drainage channels away from the top of the slope/gabion wall should be accomplished to prevent excessive hydrostatic pressure buildup. PVC coated gabions should be used, particularly as the base of the structure will be inundated by water. Detailed specifications should be provided for gabion construction including proper tying method, inner tie wire method, cutting and retying of the gabions to form angles and curves, passage of pipes through gabions, tapering and transitioning of gabions, etc. The contractor or subcontractor selected should have prior acceptable experience in gabion construction. 4.3 Foundation Construction Mat type or spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • When seepage is encountered, whether it is sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for the shallow foundation should be filled with full gabion baskets before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 9 excavations, a "mud slab" should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for the placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 4.4 Lateral Earth Pressures 4.4.1 Equivalent Fluid Pressures Lateral earth pressures on the various walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 4.4.1-1 for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. Pressures are provided for at - rest and active earth pressure conditions. In order to allow for an active condition the top of the wall(s) must deflect on the order of 0.4 percent. For the select fill or free draining granular backfill these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on -site soils should be used. Report No. 103-22-444 (Revised) IN CMJ ENGINEERING, INC. TABLE 4.4.1-1 — Equivalent Fluid Pressures At -Rest Equivalent Active Equivalent Backfill Material Fluid Pressure (pcf) Fluid Pressure (pcf) Drained Undrained Drained Undrained Excavated on -site soils or clay 100 110 90 100 fill material Select fill / flowable fill / on -site soils meeting material 75 100 55 90 specifications Free draining granular backfill 55 90 35 80 material 4.4.2 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case -by -case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 4.5 Wall Backfill Material Requirements On -Site Clay Backfill: For wall backfill areas with site -excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density. Select Fill Backfill: All wall select backfill should consist of clayey sand and/or sandy clay material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 11 density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor density. Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Free Draining Granular Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non -plastic. Granular wall backfill should not be water jetted during installation. 4.6 Drainage Requirements In order to achieve the "drained" condition for low -permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall. Drainage could be provided using a collector pipe or weep holes near the base of the wall. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. Pervious walls, (e.g., gabion walls, etc.) require a geotextile for separation between the backfill and the back face of the wall. In order to achieve the "drained" condition, the entire backfill material must be free draining, or the backfill-wall geometry must be such that the backfill will not become saturated from rainfall, ground water, adjacent water courses, or other sources. It should be noted that non - expansive earth fill and general earth fill are not -free draining. 5.0 SLOPE STABILITY ANALYSIS 5.1 General Comments An additional focus of this investigation was to determine if there exists an ample safety factor for the construction of gabion basket slopes and the proposed retaining (wing) walls, and also, if there exists global slope instability. Although the slope, gabion basket, and retaining wall construction will Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 12 require some fill, the in -situ soil presents the primary component in slope stability. However, any new/re-worked fill will need to be carefully keyed and benched into natural soils to prevent localized creep or skin slides. 5.2 Slope Stability Analysis System -Computer Solutions CMJ Engineering, Inc. selected GEOSTASE to perform the slope stability analyses for this project. GEOSTASE software is a recent update from GSTABL7, an off shoot based on the original PCSTABL6-1986 developed at Purdue University. It is a two-dimensional, limit equilibrium slope stability program developed and enhanced by Garry H. Gregory, P.E. and Harold W. VanAller, P.E. CMJ Engineering, Inc. utilized GEOSTASE, Version 4.30.24. This slope stability analysis utilizes Simplified Bishop, Simplified Janbu, or the Spencer Method of Slices for analysis. Circular, random, and sliding block search routines are available for analysis. Analysis also allows the utilization of anisotropic soil strength parameters which aid in modeling tension cracks or bedding planes as well as different soil strength in different directions. The system overall allows analyses of hundreds of search options and potential failure surfaces and results in a printout showing the geometry, soil parameter summary, and listing of the ten most critical failure surfaces analyzed, focusing and highlighting the most critical surface with the lowest safety factor. 5.3 Analyses/Input Parameters Numerous analyses were conducted by CMJ Engineering, Inc. to identify the worst -case methodology to use in analysis as well as the appropriate soil parameters, which affect the slope stability. Plates B.1 through B.4 depict the proposed gabion and retaining wall systems for this project as derived from plans for this project as prepared by Kimley-Horn and Associates, Inc., dated June 11, 2020 and September 14, 2021, with an approximate overall exposed bank height and retaining wall height on the order of 12 feet and a maximum gabion slope of 3H:1V. The assumed soil properties utilized for analysis are denoted in the table in the upper left on Plates B.1 through B.4. The soil type below each profile line is denoted with a number that corresponds to the table in the upper left. The table lists the assumed unit weight and strength properties for each soil type. The method for determining the strength of the slope soils was laboratory soil testing. The strength tests consisted of both unconfined compressive tests and direct shear tests. Report No. 103-22-444 (Revised) 13 CMJ ENGINEERING, INC. Long-term acceptable factors of safety for slope stability are considered to be 1.5 or above. In other words, the resisting forces to failure are 50 percent greater than the driving forces. A factor of safety of 1.0 indicates impending failure. 5.4 Slope Stability Results and Comments Based on field observations of the existing slope and in -situ and laboratory test results, the existing onsite soils presently possess moderate shear strength (soil basis). Slope stability analyses of the proposed gabion basket slope resulted in an acceptable factor of safety, on the order of 2.01 to 2.35, for in -situ moisture and soil strength conditions. This analysis implies the gabion basket slopes should remain stable in its planned orientation and maximum slope height of 12 feet, without considering erosion and surface skin sliding effects. Slope stability analyses of the proposed retaining (wing) walls resulted in an acceptable factor of safety, on the order of 1.46 to 1.54, for in - situ moisture and soil strength conditions. This analysis implies the proposed retaining walls should remain stable in their planned orientation and maximum height of 12 feet. The above analyses indicates that a satisfactory safety factor exists regarding slope stability for gabion basket systems and retaining walls at this site with a maximum wall and slope height of 12 feet; however, it is imperative that trained field personnel be vigilant to observing anomalies that may occur in the subsurface conditions during the excavation and placement of this slope protection. Any anomalous conditions should be brought to the attention of the engineers on this project for evaluation and potential remediation, as necessary. Onsite materials are known to vary in soil type and consistency. Isolated zones of loosely packed materials can exist and their potential should be carefully observed by trained construction personnel. 6.0 PAVEMENTS 6.1 Pavement Subgrade Considerations 6.1.1 General The performance of the pavement for this project depends upon several factors including: the characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Report No. 103-22-444 (Revised) 14 CMJ ENGINEERING, INC. Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a modified/stabilized subgrade underlying the pavement, it is recommended that the modified/stabilized subgrade extend a minimum of 12 inches beyond the surface course on each side of the pavement. Maintenance should be provided when edge support deteriorates. Subgrade materials are anticipated to be variable across the project site; however the majority of subgrade soils are anticipated to consist of more granular sandy clays and clayey sands. Several options exist for preparing the subgrade for the new pavement surfacing. More granular materials are normally best stabilized using Portland cement while more clayey soils are normally treated with hydrated lime. The most appropriate stabilization agent and concentration will depend directly on the type of subgrade soil. Based on the borings, the majority of the soils appear to be more sandy materials, more amenable to Portland cement as the stabilization agent. Portland cement also can be used to stabilize clay soils, but it should be planned that to cement modify/moisten/compact a clayey subgrade using Portland cement requires a short period of time in order to attain the initial set of the cement modified material. 6.2 Potential Vertical Movements Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex 124-E. Potential vertical movements ranging from on the order of 1 inch are estimated. Movements in excess of the estimated value can occur if poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 6.3 Pavement Subgrade Preparation Using Portland Cement Treatment of the anticipated subgrade soils with Portland cement will improve their subgrade characteristics to support overlying paving. Prior to cement stabilization, the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the Earthwork section. Report No. 103-22-444 (Revised) 15 CMJ ENGINEERING, INC. It is recommended a minimum of 4 percent Portland cement be used to modify the subgrade soils. The estimated amount of cement required to stabilize the subgrade should be on the order of 20 pounds per square yard for a 6-inch depth based on a soil dry unit weight of 110 pcf. The cement should be thoroughly mixed and blended with the upper 6 inches of the subgrade (TxDOT Item 275). The Portland cement should meet the requirements of Item 275 in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. As an alternative to cement treatment, consideration can be given to substituting a suitable flexible base on an equal basis and placed atop a properly compacted subgrade. A 6-inch flex base meeting the requirements of TxDOT Item 247, Type A, Grade 1 or 2 is recommended. The stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 98 percent of ASTM Standard Test Method for Moisture -Density Relations of Soil - Cement Mixtures (ASTM D 558), to minus 3 to plus 1 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed via curing compound or sprinkling. Proper curing is crucial in reducing shrinkage cracking of the cement treated subgrade. The Texas Transportation Institute has performed studies to reduce "block cracks" common to cement -treated base materials. Microcracking is the application of several vibratory roller passes to a FDR base after a short curing stage, typically after one to three days, to create a fine network of cracks. Microcracking is one technique to help reduce the risk of cracks in the FDR reflecting through the pavement surfacing. The goal of microcracking is to form a network of fine cracks and prevent the wider, more severe cracks from forming. After placement and satisfactory compaction of the cement stabilized base, the base should be moist cured by sprinkling for 48 to 72 hours before microcracking. If performing construction during winter months when average daily temperatures are 600 F or below, moist cure the base at least 96 hours before microcracking. Microcracking should be performed with the same (or equivalent tonnage) steel wheel vibratory roller used for compaction. A minimum 12-ton roller should be used. Typically three full passes (one pass is down and back) with the roller operating at maximum amplitude and traveling approximately 2 to 3 mph will satisfactorily microcrack the section. After satisfactory Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 16 completion of microcracking, the base should be moist cured by sprinkling to a total cure time of at least 72 hours from the day of placement. 6.4 Additional Design Considerations In areas where large trees are adjacent to or near the edge of the pavement (where the drip line extends over the pavement , usually one to one -and -one-half times the mature height of the tree), it would be prudent to place a moisture barrier along the curbline to restrict root systems from penetrating below the pavement to reduce moisture change below the paving. Such barriers can be accomplished by excavating narrow trench lines adjacent to the curb to depths on the order of 3 to 4 feet, and filling this zone with lean concrete or flowable fill. This zone also can be filled with a geomembrane and proper backfilling using flowable fill or comparable material. 6.5 Pavement Sections Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials. The design equations were solved using AASHTO Pavement Analysis Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure. Based on the results of the field and laboratory investigation, the following design parameters were used in our thickness design calculations (soil parameters were conservatively established for the soils that are expected to exhibit lower bearing strengths): Subgrade Soils ........................................................ Clayey Sands/Sandy Clays Initial Serviceability..................................................4.5 (rigid) Terminal Serviceability............................................2.5 Reliability................................................................. 90% Overall Deviation.....................................................0.39 (rigid) Load Transfer Coefficient........................................3.0 Drainage Coefficient................................................1.0 Design CBR (raw subgrade)....................................3 Design CBR (cement treated)..................................20 Loss of Support.......................................................0 Concrete Modulus of Elasticity................................4,000,000 psi Concrete Modulus of Rupture..................................620 psi The following alternative pavement sections are provided for a range of traffic volumes. The traffic loadings are based on the daily frequency of fully loaded, 80 kip, five -axle tractor semi -trailers over Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 17 the 20- or 30-year service period with an assumed truck factor of 2.4. These sections are suitable for the previously mentioned assumptions. Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. Allowable Daily Truck Repetitions Rigid Pavement Sections Design ESAL Design Life Design Life 20 Years 30 Years 8" PCC over 6" cement stabilized subgrade 2,703,800 154 102 9" PCC over 5,419,100 309 206 6" cement stabilized subgrade (1) City of Southlake standard concrete pavement section 6.6 Pavement Material Requirements Material and process specifications developed by the Texas Department of Transportation (TxDOT) have been utilized. These specifications are outlined in the TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2014 Edition. Specific construction recommendations for pavements are given below. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,600 psi. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contraction joints should be provided with load transfer dowels. The spacing of the joints will depend primarily on the type of steel used and also thickness of the pavement. No. 4 steel rebar spaced at 24 inches on center in both the longitudinal and transverse direction is required for 8-inch thick pavements, in accordance with City of Southlake Standards. Hot Mix Asphaltic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 18 Cement Stabilized Subgrade: Cement treatment for base course (road mix) - Item 275, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2014 Edition. 6.7 General Pavement Construction and Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 1 inch. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 7.0 EARTHWORK 7.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 7.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand - operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Report No. 103-22-444 (Revised) IN CMJ ENGINEERING, INC. The on -site soils are suitable for use in site grading. Imported fill material should be clean soil with a Liquid Limit less than 45 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. If fill is to be placed on existing slopes that are steeper than five horizontal to one vertical, then the fill materials should be benched into the existing slopes in such a manner as to provide a good contact between the two materials and allow relatively horizontal lift placement. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Report No. 103-22-444 (Revised) 20 CMJ ENGINEERING, INC. TABLE 7.2-1 — RECOMMENDED PERMANENT SLOPE ANGLES Height (ft.) Horizontal to Vertical 0-3 1:1 3-6 2:1 6-9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. 7.3 General Slope Re -Grading Recommendations Reworking of the area channel slopes and soils behind the new structures is anticipated. Special site preparation procedures will be imperative to reduce the possibility of slope sliding, settlement of fill soils, and otherwise undue soil movements. These procedures are outlined below, but generally consist of proper removal of existing vegetation, proof rolling the site area to receive fill, benching new fill into the existing slope to prevent a direct slide plane at this interface, and general grading. Specific recommended procedures are provided in this report section to emphasize the importance of these procedures. If these procedures are adhered to during the construction phase, the potential for slides, undue settlement, and otherwise problematic soil movements are greatly reduced. The following specific recommendations are provided: Grub all areas in which earth fill operations will take place. This requires the proper removal and disposal of all debris, trees, brush, and vegetation. It also requires the grubbing of all roots in excess of 1 inch and disposing of them properly away from the site. 2. All organic topsoil, trash, debris, or other deleterious materials should be removed from the fill. Any rock fragments larger than 6-inch size should likewise be removed. 3. In areas to receive fill, the surface should be proof rolled to locate any soft or compressible materials. Should said materials be encountered, they should be removed and backfilled with acceptable soil materials. 4. The fill materials should be placed from the bottom leading upwards. The surface soils should be lightly scarified to allow bonding of new fill to either natural soils or existing fill. The initial lift of fill should be at least 12 feet wide and placed on a horizontal plane. As additional fill is placed, the fill should be benched into the natural soil for every 1- Report No. 103-22-444 (Revised) 21 CMJ ENGINEERING, INC. foot thickness of fill placed. The benches should continue to work uphill to prevent a continuous plane from occurring at the new fill/old fill/natural soil interface. Any off site borrow fill should consist of silty clays, sandy clays, or clayey sands with a Liquid Limit less than 45 and a Plasticity Index between 4 and 25. These acceptable soils are classified as CL or SC per the Unified Soil Classification System. Clean sands, silts, gravels, and highly plastic clays should be discarded. In addition, fill materials should be placed, pulverized as required, uniformly moistened as required, compacted to those standards listed above and reiterated in Section 7.2 and each lift tested to assure proper compaction. In addition, light scarification should be performed on the surface of the accepted fill prior to placing the next lift of fill in order to bond the fill lifts satisfactorily. 7.4 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. It is anticipated that ground water may be present in some of the excavations, as previously discussed. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 7.5 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 22 to furnish soils to the site. Any potential off -site soil borrow on which the test results indicate the presence of contaminants above background levels should be rejected. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 7.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 7.7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 8.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 23 directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 9.0REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 24 at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No Report No. 103-22-444 (Revised) CMJ ENGINEERING, INC. 25 other warranty, expressed or implied, is made or intended. These recommendations should be reviewed once a grading plan is finalized. Report No. 103-22-444 (Revised) 26 CMJ ENGINEERING, INC. U z 6 d- z w I w N z N I z o w � O Z U .O O i CL U Plate A.1A 0 I'd- z It CN z CN z C) w - 6 C) O CL Q) P/ote A. 1B Major Divisions Typical Names Laboratory Classification Criteria Gym. Well -graded gravels, gravel- D D 2 GW sand mixtures, little or no N C�= 60 greater than 4: Cc= -- --3-- ----- between 1 and 3 N m o fines o D10 D10 x D60 0)c v C_U o C p a� (n C/) Poorly graded gravels, gravel E N U GP sand mixtures, little or no rn CO CO N Not meeting all gradation requirements for GW N > (n °vi >m_ > fines N U cc COUP cc(n cc 0 o o (D:� o 0 (D o o Z (n c o Silty gravels, gravel -sand -silt N �? Liquid and Plastic limits "A" Liquid and plastic limits `" � m N GM mixtures below line or P.I. plotting in hatched zone z° .N m greater than 4 between 4 and 7 are Liquid and Plastic limits N N .� o o N N o borderline cases � > � Clayey gravels, gravel -sand- N N "A" requiring use of dual L a 0) o 2 a U a GC clay mixtures c m z° c '� above line with P.I. symbols m Q - greater than 7 'm m E : a °' Well -graded sands, gravelly D60 (D30)2 (n 0) a� m O O - : m T m E c c �= SW sands, little or no fines > C�= ----- greater than 6: C�=-------------- between 1 and 3 D10 D10 X D60 U E (nm (n (n c L c 0)o N ai m Poorly graded sands; m N U SP gravelly sands, little or no @ ci Not meeting all gradation requirements for SW ca V— N N�,> ` . fines Cow L N v1. (D0-} cc L n O O �N O Liquid and Plastic limits �CD ° o a, m m 0 o Z �, m GM Silty sands, sand -silt m m s s � N cN below "A" line or P.I. less Liquid and plastic limits E cc m cc —,nQ mixtures aci 3 o o o than 4 plotting between 4 and 7 cc C:-0 a o ° J LO are borderline cases .5 c C Liquid and Plastic limits requiring use of dual o CcClayey - SC sands, sand -clay E � c above "A" line with P.I. symbols Cc a 0 mixtures a N �, a1 greater than 7 0 0 U Inorganic silts and very fine ML sands, rock flour, silty or LO clayey fine sands, or clayey (n m silts with slight plasticity > > N Inorganic clays of low to 60 °T m CL medium plasticity, gravelly o N . clays, sandy clays, silty s N = clays, and lean clays � Z CH � OL Organic silts and organic silty 4 X (nL clays of low plasticity (n Inorganic silts, micaceous or a E N 30 n LO MH diatomaceous fine sandy or � 00 OH ar d MH silty soils, elastic silts a .P (0 N i 2 0 I.L E (B CL o m CH Inorganic clays of high 1 0- �' plasticity, fat clays m E 7'°^;'^'"'m; ML a id OL s � 4 m Organic clays of medium to 0 OH high plasticity, organic silts 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit T U 0) m o Pt Peat and other highly organic Plasticity Chart N soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES ®m o ® m e GRAVEL LEAN CLAY LIMESTONE • .• SAND • ••• SANDY — SHALE • • •• • SILT SILTY SANDSTONE Is HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. 103-22-444 Boring No. B-1 Project Improvements to Continental Blvd. & Union Church"-ff JI �1V 11V��111V 11V Southlake, TX Location See Plate A.1 Water Observations Seepage at 15' during drilling; water at 18' at completion Completion Depth 25 0' Completion Date 8-8-22 LL o o Q a)o a Surface Elevation Type B-53 w/ CFA o w o C1 C O mLLH N O .22 LL(n o a .E JJ o a3 E LLJ T -o d s O o :50 LL pU E Q DJ C: LL O .2 a c 0 0 DULL Stratum Description 5 1 15 2 25 SILTY CLAY, brown and light brown, w/ ironstone nodules, gravel, and sand pockets, hard (FILL) 4.5+ 8 4.5+ 79 36 13 23 11 4.5+ 5 CLAYEY SANK light reddish brown, reddish brown, and gray, w/ ironstone nodules, calcareous nodules, and gravel 4.5+ 10 3.5 4 100 3.25 25 23 12 11 4 2.0 1 1 1 1 7 112 1 970 2.25 8 SANDY CLAY light brown and grayish brown, w/ ironstone nodules and gravel, very stiff to hard ----------------------- 3.75 1 13 119 3830 4.5+ 14 LOG OF BORING NO. B-1 PLATE AA Project No. 103-22-444 Boring No. B-2 Project Improvements to Continental Blvd. & Union Church"-ff JI �1V 11V��111V 11V Southlake, TX Location See Plate A.1 Water Observations Seepage at 10' and cave-in at 21' during drilling; water at 8' at completion Completion Depth 40.0' Completion Date 8-8-22 LL o o -0 a)o a Surface Elevation Type B-53 w/ CFA o w o C1 C O mLLH N O .22 LL(n o a .E JJ o a3 E LLJ T -o d S O o :50 LL pU E Q DJ C LL O .2 a c 0 0 DULL Stratum Description 5 15 2 25 3 35 4 _10—CLAYEY SANDY CLAY brown, w/ gravel, stiff to hard (FILL) 4.5+ 32 13 19 5 6 2.75 17 113 1780 SILTY SANDY CLAY brown, w/ ironstone nodules, calcareous nodules, and gravel, firm to stiff 1.0 17 2.5 14 2.0 51 22 12 10 15 1.25 15 118 1 1910 SANQ light brown, w/ ironstone nodules, calcareous nodules, and gravel 0.5 46 21 12 9 16 CEMENTED SANQ tan w/ sandy clay seams and layers and sandstone seams and layers, very dense cave-in at 21' during drilling 50/5.25" 24 — —_ -- -- — — SHALE gray, w/ limestone seams and layers, moderately hard to hard ----------------------- 00/2.25' 00/3.25' 00/1.75' LOG OF BORING NO. B-2 PLATE A.5 Project No. 103-22-444 Boring No. B-3 Project Improvements to Continental Blvd. & Union Church"-ff Jl �1V 11V��111V 11V Southlake, TX Location See Plate A.1 Water Observations Seepage at 21' during drilling; water at 18' at completion Completion Depth 40.0' Completion Date 8-8-22 LL o o -0 aNi a Surface Elevation Type B-53 w/ CFA o w o C1 C O mLLH o N O .22 LL(n o a .E JJ o a3 E LLJ T -o Q-s O o :50 LL pU E Q DJ C: LL O .2 a c 0 0 DULL Stratum Description 5 1 15 2 25 3 35 CLAYEY SANQ dark brown, w/ ironstone nodules, calcareous nodules, and gravel 1.75 4 3 SAND, dark brown, w/ gravel, loose 7 3 CLAYEY SILTY SANQdark brown, w/ gravel 0.75 4 2.5 40 23 13 10 4 105 3020 1.25 4 SANDY CLAY brown, w/ ironstone nodules SHALY CLAY gray and tan, w/ ironstone nodules, calcareous nodules, and gravel, stiff 4" thick sandstone seam at 22' 1.5 13 110 1190 2.75 71 17 54 27 SANDSTONE gray, w/ shale seams and layers, hard to very hard 00/0.62 " 100/1.51, 100/1 " 00/1.75' LOG OF BORING NO. B-3 PLATE A.6 Project No. 103-22-444 Boring No. B-4 Project Improvements to Continental Blvd. & Union Church"-ff JI �1V 11V��111V 11V Southlake, TX Location See Plate A.1 Water Observations Seepage at 24' during drilling; water at 24' at completion Completion Depth 25 0' Completion Date 8-8-22 LL o -6 -0 a)o a Surface Elevation Type B-53 w/ CFA o w o C1 C O a�u? mLLH N O a3.22 LL(n o a.E JJ o m E LLJ T-o Q-s O o :50 LL pU EQ DJ C: LL O .2 a c 0 0 DULL Stratum Description 5 1 15 2 25 SANDY CLAY/CLAYEY SANgbrown and dark brown, w/ ironstone nodules, calcareous nodules, and gravel, hard (FILL) 4.5+ 6 4.5+ 50 30 13 17 7 4.5+ 7 SANDY CLAY dark brown, brown, and gray, w/ ironstone nodules, calcareous nodules, and gravel, firm to very stiff (FILL) hard above 3' 1.25 9 109 1820 3.25 12 2.5 8 SANDY CLAY/CLAYEY SANgbrown and light brown, w/ ironstone nodules, calcareous nodules, and gravel, stiff 2.5 24 12 12 16 115 SHALY CLAY brown, dark brown, and gray, w/ ironstone nodules, calcareous nodules, and gravel, stiff hard below 19' 3" thick shale seam at 22' 6" thick ironstone layer at 23' — — — — — — — — — — — — — — — — — — — — — — — 2.5 27 96 3450 4.5+ 1 1 1 1 27 4.5+ 24 LOG OF BORING NO. B-4 PLATE A.7 Project No. 103-22-444 Boring No. C-1 Project Improvements to Continental Blvd. & Union Church"-ff JI �1V 11V��111V 11V Southlake, TX Location See Plate A.1 Water Observations Seepage at 10' during drilling; water at 9' at completion Completion Depth 40.0' Completion Date 8-9-22 LL o o Q a)o a Surface Elevation Type B-53 w/ CFA o w o C1 C O mLLH N O .22 LL(n o a .E JJ o a3 E LLJ T -o d s O o :50 LL pU E Q DJ C: LL O .2 a c 0 0 DULL Stratum Description —5—. 1 15 2 25 3 35 4 CLAYEY SILTY SANQ brown and dark brown, w/ ironstone nodules, calcareous nodules, and gravel (FILL) 3.25 3 3.5 5 2.25 47 21 12 9 5 2.5 7 117 3780 CLAYEY SAND/SANDY CLAYbrown and gray, w/ ironstone nodules, calcareous nodules, and gravel 4.5+ 9 4.5+ 46 36 15 21 14 3.0 15 114 2210 CLAYEY SANQ tan CEMENTED SANQ tan, very dense 50/4.75" 22 CEMENTED SANQ gray, very dense 50/3.25" 14 —_—_ — -- -- SANDY SHALE gray, soft to moderately hard 100/5.51, 00/6.25' SANDSTONgray _ —_ -- -- SANDY SHAD gray, w/ sandstone seams, moderately hard to hard — — — — — — — — — — — — — — — — — — — — — — — 100/2" 00/2.25' LOG OF BORING NO. C-1 PLATE A.8 Project No. 103-22-444 Boring No. C-2 Project Improvements to Continental Blvd. & Union Church"-ffW �1V 11V��111V 11V Southlake, TX Location See Plate A.1 Water Observations Seepage at Wand cave-in at 15' during drilling; water at Tat completion Completion Depth 40.0' Completion Date 8-9-22 LL o o -0 aNi a Surface Elevation Type B-53 w/ CFA o w o C1 C O mLLH o N O .22 LL(n o a .E JJ o a3 E LLJ T -o d S O o :50 LL pU E Q DJ C LL O .2 a c 0 0 DULL Stratum Description 5 1 15 2 —25____ 3 35 4 CLAYEY SANQ brown and reddish brown, w/ ironstone nodules, calcareous nodules, and gravel 4.5+ 4 4.5+ 3 4.0 25 12 13 7 108 8910 4.5+ 8 4.5+ 12 103 CEMENTED SANQ tan and light reddish brown, w/ gravel 22 CLAYEY SANQ tan, w/ ironstone nodules and gravel 0.5 25 CEMENTED SANQ tan and light reddish brown, very dense cave-in at 15' during drilling 50/4" 15 — ---- CEMENTED SANQ light gray SANDY SHALE gray, moderately hard ----------------------- 100/6" 00/4.25' 100/4" LOG OF BORING NO. C-2 PLATE A.9 Project No. 103-22-444 Boring No. C-3 Project Improvements to Continental Blvd. & Union Church"-ff JI �1V 11V��111V 11V Southlake, TX Location See Plate A.1 Water Observations Seepage at 12' during drilling; water at 12' at completion Completion Depth 25 0' Completion Date 8-9-22 LL o o -0 a)o a Surface Elevation Type B-53 w/ CFA o w o C1 C O mLLH N O .22 LL(n o a .E JJ o a3 E LLJ T -o Q-s O o :50 LL pU E Q DJ C: LL O .2 a c 0 0 DULL Stratum Description 5 1 15 2 0—L 25 CLAYEY SANQ brown and dark brown, w/ gravel and wood mulch (FILL) w/ calcareous nodules above 2' 3.5 6 3.75 10 2.5 23 12 11 12 3.75 13 108 1190 3.0 16 1.25 17 SANDY CLAY/CLAY brown, light reddish brown, and gray, w/ gravel, stiff 1.5 1 54 50 14 36 13 120 CEMENTED SANQ tan and brown, w/ sandy clay layers, very dense l' thick clayey sand layer at 14' 3.0 18 104 650 50/5.25" 22 CEMENTED SANQ tan and light gray, very dense 50/3.75" 21 LOG OF BORING NO. C-3 PLATE A.10 Particle Size Distribution Report oao 100 I I I I I I I MIT I I I II I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I I I I I I w I I I I I I I I I I I I I W 60 Z I I I I I I I I I I I I u- I I I I I I I I I I I Z 50 I I I I I I I I I I I I I v I I I I I I I I I I I I I I W 40 I I I I I I I I I I I I I I 30 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I Of I I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines % +3" Coarse Fine Coarse Medium Fine Silt Clay 01 0.0 0.0 0.3 0.2 0.1 48.4 35.9 15.1 LL PL D Dgn D50 D30 D DIO G C11 0 0.1883 0.0939 0.0731 0.0392 0.0048 Material Description USCS AASHTO 0 Project No. 103-22-444 Client: Kimley-Horn & Associates Remarks: Project: Intersection Improvments - Southlake, TX o Depth: 7-8 Sample Number: B-2 CMJ ENGINEERING, INC. Fort Worth Texas Particle Size Distribution Report C C C\ C N M -It w O It N 100 I I I I I I I i I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I ao I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I I I I I I w I I I I I I I I I I I I I I 60 z I I I I I I I I I I I I I I I I I I I I I I I I z 50 I I I I I I I I I I I I v LLI 40 I I I I I I I I I I I I I I 30 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I 0 I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. „ % Gravel % Sand % Fines ofo + Coarse Fine Coarse Medium Fine Silt Clay 01 0.0 0.0 0.2 0.2 0.4 59.2 24.1 15.9 LL PL D85 D60 D50 D30 D I r, DIO CrC 0 0.3239 0.2165 0.1789 0.0438 0.0038 Material Description USCS AASHTO 0 Project No. 103-22-444 Client: Kimley-Horn & Associates Remarks: Project: Intersection Improvments - Southlake, TX o Depth: 7-8 Sample Number: B-3 CMJ ENGINEERING, INC. Fort Worth Texas PLATE A.12 Particle Size Distribution Report C G O 0 O c c c c v, N m� m C. t0 M N .- .- nkkt it �t Xtkkk 100 I I I I I I I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I I I I I I I I I I I I I I I I I I I I I W 60 Z I I I I I I I I ILL I I I I I I I I I I I I I I Z 50 w I I I I I I I I I I I I I � 40 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 30 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I 0 I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines % +3„ Coarse Fine Coarse Medium Fine Silt Clay 01 0.0 0.0 0.8 1.7 1.7 48.8 27.8 19.2 LL PL Digs D60 D D D DIO C C 0 0.3154 0.1725 0.0964 0.0367 0.0017 Material Description USCS AASHTO 0 Project No. 103-22-444 Client: Kimley-Horn & Associates Remarks: Project: Intersection Improvments - Southlake, TX o Depth: 2-3 Sample Number: C-1 CMJ ENGINEERING, INC. Fort Worth Texas C 0 E 0 Strain, % 3000 2500 MEOW#] 1500 U) ca 1000 500 'MMMMMMMMM mmmommoommililll--rm--11 I Strain, % Sample Type: Description: Assumed Specific Gravity= 2.65 Remarks: 23 1-914111 4000 CL �$ t 0 sommoommmmmmmmmmmmmmmmmmmmmmm mmmmmmmmmmmmmmmmmmmmmmr2mmmmm mmmmmmmmmmmmmmmmmmmmmRAMMMMMM mmmmmmmmmmmmmmmmmmmmmmommmmmmm mmmmmmmmmmmmmmmmmmmm2mmmmmmmmm MMMMMMMMMMMMMMMMMEWMMmmmmmmmm MMMMMMKMMMMMMMMMMMM mmmmmmmmmmmmmmmommmmmmmmmmmmmm mmmmmmmmmmmmmmpwmmmmmmmmmmmmmm mmmmmmmmmmmmmplrdommmmmmmmmmmmmmm %MMMMMMMMMMMMMMMMM MMMMMMMMMNL#29mmmmmmmmmmmmmmmmmm MMMMMMMMMMAMMMMMMMMMMmmmmmmmmm mmmmmmmonommmmmmmmmmmmmmmmmmmm mmmmmmp2mmmmmmmmmmmmmmmmmmmm■M MM MMMMMMMMMMMM■M mmmplmrixmmiimmmmmmmmmiimmmmmmmmm I 1111IMMAMM MMMMMMMMM■ 1MM1 M ail M MMMMMMMMMMMMMMMMM Fam■IMMMMM J'A M■MMMMMMMMMMMMMMMMMMMMMMM MM MMMMMMMMMMMMMMMMMMMMMMMMM 0 2000 4000 6000 Sample No. Water Content, % Dry Density, pcf 3 .T Saturation, % z E Void Ratio Diameter, in. Height, in. Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. Normal Stress, psf Peak Shear, psf Strain, % Residual Shear, psf Strain, % Strain rate, in./min. Normal Stress, psf 1 2 3 4.4 4.4 4.4 100.3 106.5 112.3 17.8 20.9 24.4 0.6493 0.5531 0.4731 2.47 2.47 2.47 0.96 0.96 0.96 20.8 12.1 15.5 100.3 106.5 112.3 85.1 57.8 86.9 0.6493 0.5531 0.4731 2.47 2.47 2.47 0.96 6.96 0.96 1000.0 2000.0 3000.0 826.5 2006.2 2351.9 10.4 14.4 9.3 0.008 0.008 0.008 Client: Kimley-Horn & Associates Project: Intersection Improvments - Southlake, TX Sample Number: B-1 Depth: 4-5 Proj. No.: 103-22444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Worth, Texas PLATE A.14 C Strain, % kit 4=11 2500 2000 (n (n (D 1500 U) 1000 500 'ZANNN MMMMMMMMMMMMMM rA 1MMMMMMMMMMMMMM r 11 Strain, % Sample Type: Description: Assumed Specific Gravity= 2.65 Remarks: 12 3 Zo mie 4000 CL Me ft 0 iiiiiiiiiiiiiiiiiiiiiiiiiiiii 0 2000 4000 6000 Sample No. Water Content, % Dry Density, pcf Saturation, % Void Ratio 2 Diameter, in. Height, in. Water Content, % Dry Density, pcf F- a) Saturation, % Void Ratio Diameter, in. Height, in. Normal Stress, psf Peak Shear, psf Strain, % Residual Shear, psf Strain, % Strain rate, in./min. Normal Stress, psf 1 2 3 4.4 4.4 4.4 100.3 106.5 112.3 17.8 20.9 24.4 0.6493 0.5531 0.4731 2.47 2.47 2.47 0.96 0.96 0.96 20.8 12.1 15.5 100.3 106.5 112.3 85.1 57.8 86.9 0.6493 0.5531 0.4731 2.47 2.47 2.47 0.96 0.96 0.96 1000.0 2000.0 3000.0 892.8 1821.5 2502.6 18.6 19.2 16.0 0.025 0.025 0.025 Client: Kimley-Horn & Associates Project: Intersection Improvments - Southlake, TX Sample Number: B-I Depth: 4-5 RES Proj. No.: 103-22-444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Worth, Texas PLATE A.15 M FZ- M11 C� 1500 ca 1000 500 0 Strain, % Strain, % Sample Type: Description: LL= 24 PL= 12 Pl= 12 Assumed Specific Gravity= 2.65 Remarks: 2 3 -no M 411111 0 'MMMMMMMMMMMMMM MMMMMMMMMMMMMMMMM MMMMMMMMMMMMMMMMM MMMMMMMMMMM-MM-MMMM MMMMMMMMMMM-MMMMMM MMMMMMMMMMMM-M-M- mmmmmmmmmmmmmmmmmmmmmmmmmmmmmm mmmmmmmmmmmmmmmmmmmmmmmmmmmmmm mmmmmmmmmmmmmmmmmmmmmmmmmmmmmo mmmmmmmmmmmmmmmmimmmmMMMMMMMMEM ■mmmmmmmmmmmmmmmmmmmmmmmmmeamm ■mmmmmmmmmmmmmmmmmmmmmmmp-rdmmmm lmmmmmmmmmopErddmmmmm mmmmmmmmmmmmmmmmmmmmmgwmmmmmmm mmmmmmmmmmmmmmmmmmmmammmmmmmmm mmmmmmmmmmmmmmmmmomemmmmmmmmmm mmmmmmmmmmmmmmmmmammmmmmmmmmmm mmmmmmmmmmmmmmmwlmmmmmmmmmmmmmm MMMMMMMMMMMMP2M MMMMMMMMMOF%dmmmmmmmmmmmmmmmmm MMMMMMMMMEWMMMMMMMMMMmmmmmmm mmmmmmmm2mmmmmmmmmmmmmmmmmmm mmmmmmmommmmmmmmmmmmmmmmmmmmm■ mmmocommmmmmmmmmmmmmmmmmmmmmmm mmmammmmmmmmmmmmmmmmmmmmmmmmmm p2mmmmmmmmmmmmmmmmmmmmmmmmmmmm emmmmmmmmmmmmmmmmmmmmmmmmmmmmm Immmmmmmmmmmmmmmmmmmmmmmmmmmmm Sample No. Water Content, % Dry Density, pcf Saturation, % 3 Void Ratio Diameter, in. Height, in. 2 Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. Normal Stress, psf Peak Shear, psf Strain, % Residual Shear, psf Strain, % Strain rate, in./min. Normal Stress, psf 1 2 3 15.7 15.6 15.0 115.0 117.1 118.4 95.0 100.0 100.0 0.4380 0.4124 0.3973 2.47 2.47 2.47 0.96 0.96 0.96 17.3 15.0 16.4 112.7 114.2 114.8 98.0 88.7 98.3 0.4679 0.4491 0.4410 2.47 2.47 2.47 0.98 0.98 0.99 1000.0 2000.0 3000.0 924.9 1541.5 2088.4 20.2 18.2 20.2 0.008 0.008 0.008 Client: Kimley-Horn & Associates Project: Intersection Improvinents - Southlake, TX Sample Number: B-4 Depth: 9-10 Proj. No.: 103-22-444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Worth, Texas PLATE A.16 r- 2500 2000 U) CL U) U) 1500 ca 1000 500 Strain, % qmmmmmmmm lmmmmmmmmmm SEEMEN Strain, % Sample Type: Description: LL= 24 PL= 12 Pl= 12 Assumed Specific Gravity= 2.65 Remarks: 13 2 4000 CL U) tics 0 MMM=MMMMMMMMMMM■ MMMMMMMMMMMMMMMM■ MMMMMMMMMMMMMMMM MENNOMMMMMOMMON MENEEMENEEMENNOMM MEN 0 MMMMMMMMMMMMMMMMMMMMMMM1■11MM■ MMMMMMMM i9MMMMMMMMMMMMMM ii MMMMMMMw28 MMMMMMMMMMMMMMMMM MMMMMMM 0 2000 4000 6000 Sample No. Water Content, % Dry Density, pcf Saturation, % Void Ratio 3 Diameter, in. Height, in. 2 Water Content, % Dry Density, pcf 1 <6 Saturation, % Void Ratio Diameter, in. Height, in. Normal Stress, psf Peak Shear, psf Strain, % Residual Shear, psf Strain, % Strain rate, in./min. Normal Stress, psf 1 2 3 15.7 15.6 15.0 115.0 117.1 118.4 95.0 100.0 100.0 0.4380 0.4124 0.3971 2.47 2.47 2.47 0.96 0.96 0.96 17.3 15.0 16.4 112.4 115.5 114.8 97.0 92.2 98.4 0.4724 0.4319 0.4408 2.47 2.47 2.47 0.98 0.97 0.99 1000.0 2000.0 3000.0 996.7 1468.3 1934.8 20.2 18.3 19.7 0.025 0.025 0.025 Client: Kimley-Horn & Associates Project: Intersection Improvments - Southlake, TX Sample Number: B-4 Depth: 9-10 RES Proj. No.: 103-22-444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Worth, Texas PLATE A.17 -0 0 Strain, % 3000 2500 2000 CL C'5 1500 M (D U) 1000 500 MMMMMMMMMMMMMMMMMM11 MENNOMMENNNOMENOME 11 IKTIM1l Strain, % Sample Type: Description: Assumed Specific Gravity= 2.65 Remarks: 2 3 4000 o. �$ t 0 2000 4000 6000 Sample No. Water Content, % Dry Density, pcf 'Fu Saturation, % Void Ratio 3 Diameter, in. Height, in. 2 Water Content, % Dry Density, pcf w Saturation, % Void Ratio Diameter, in. Height, in. Normal Stress, psf Peak Shear, psf Strain, % Residual Shear, psf Strain, % Strain rate, in./min. Normal Stress, psf 1 2 3 12.3 12.3 12.3 103.4 101.3 110.2 54.2 51.4 64.8 0.5998 0.6325 0.5012 2.47 2.47 2.47 0.96 0.96 0.96 18.0 20.0 22.1 103.4 101.3 103.7 79.4 84.0 98.4 0.5998 0.6325 0.5950 2.47 2.47 2.47 0.96 0.96 1.02 1000.0 2000.0 3000.0 945.3 1484.7 1818.3 11.7 19.7 20.2 0.008 0.008 0.008 Client: Kimley-Horn & Associates Project: Intersection Improvinents - Southlake, TX Sample Number: C-2 Depth: 4-5 Proj. No.: 103-22-444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Worth, Texas PLATE A.18 -0 O M E 0 Strain, % 3000 2500 2000 CL (D - 1500 U) M (D 1000 500 AMMENENNNNEEMEMEMENN mossommommommommmmmm I IKTI.sl Strain, % Sample Type: Description: Assumed Specific Gravity= 2.65 Remarks: 3 2 1 4000 CL � mw. I 0 • ONNEEMENOMONSOMON MENNOMENNONIONEEN momommmmmsm mommommmmmmoommom momom moommommommommoom NEI sommom somommoom ommoommoommmmmomosso 0 2000 4000 6000 Sample No. Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. Water Content, % Dry Density, pcf co HSaturation, % Void Ratio Diameter, in. Height, in. Normal Stress, psf Peak Shear, psf Strain, % Residual Shear, psf Strain, % Strain rate, in./min. Normal Stress, psf 1 2 3 12.3 12.3 12.3 103.4 101.3 110.2 54.2 51.4 64.8 0.5998 0.6325 0.5012 2.47 2.47 2.47 0.96 0.96 0.96 18.0 20.0 22.1 103.4 101.3 103.7 79.4 84.0 98.3 0.5998 0.6325 0.5956 2.47 2.47 2.47 0.96 0.96 1.02 1000.0 2000.0 3000.0 998.4 1491.6 1499.0 19.1 20.2 19.9 0.025 0.025 0.025 Client: Kimley-Horn & Associates Project: Intersection Improvments - Southlake, TX Sample Number: C-2 Depth: 4-5 RES Proj. No.: 103-22-444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Worth, Texas PLATE A.19 ca E 10 (D n 3000 2500 111MIN111H 1500 U) 1000 500 Strain, % EMMEMEMEMEMEMEMEMEMi Strain, % Sample Type: Description: LL= 50 PL= 14 Pl= 36 Assumed Specific Gravity= 2.65 Remarks: 2 3 4000 CL ca U) CU a) a- � $M 0 'fzMTJJ�MMMMMMMMNNMMMMM1 OMEN M ME NNE sommimmommommsm■mmmmmmiimm moomp E2wmmmmm■NNE ME- mommomommosommommm 0 2000 4000 6000 Sample No. Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. Water Content, % 2 Dry Density, pcf 3 a)Cn Saturation, % 1 < Void Ratio Diameter, in. Height, in. Normal Stress, psf Peak Shear, psf Strain, % Residual Shear, psf Strain, % Strain rate, in./min. Normal Stress, psf 1 2 3 13.2 13.2 13.2 119.9 117.4 116.8 92.0 85.6 83.9 0.3802 0.4088 0.4168 2.47 2.47 2.47 0.96 0.96 0.96 18.0 19.5 21.2 110.5 106.7 105.2 95.8 94.1 98.0 0.4968 0.5504 0.5731 2.47 2.47 2.47 1.04 1.06 1.07 1000.0 2000.0 3000.0 1221.2 1479.2 1704.6 4.2 13.8 2.7 0.008 0.008 0.008 Client: Kimley-Horn & Associates Project: Intersection Improvments - Southlake, TX Sample Number: C-3 Depth: 9-10 Proj. No.: 103-22-444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Wofth, Texas a C: Q . 16 E 10 (D CD 1500 1250 (n CD 2 U) 750 cD (D U) 500 250 Strain, % i MEEMMEMMEEMMM Strain, % Sample Type: Description: LL=,50 PL= 14 Pl= 36 Assumed Specific Gravity= 2.65 Remarks: 2 �# I WIDE$ 0 Results C, psf 365.0 �, deg 23.4 TanM 0.43 Normal Stress, psf Sample No. 1 2 Water Content, % 13.2 13.2 Dry Density, pcf 119.9 117.4 Saturation, % 92.0 85.6 2 Void Ratio 0.3802 0.4088 Diameter, in. 2.47 2.47 Height, in. 0.96 0.96 Water Content, % 18.0 19.5 Dry Density, pcf 111.7 108.9 (D Saturation, % 99.0 99.8 <- Void Ratio 0.4808 0.5189 Diameter, in. 2.47 2.47 Height, in. 1.03 1.03 Normal Stress, psf 1000.0 2000.0 Peak Shear, psf 798.0 1230.9 Strain, % 20.2 19.5 Residual Shear, psf Strain, % Strain rate, in./min. 0.025 0.025 Client: Kimley-Horn & Associates Project: Intersection Improvrnents - Southlake, TX Sample Number: C-3 Depth: 9-1 ORES Proj. No.: 103-22-444 DIRECT SHEAR TEST REPORT CMJ ENGINEERING, INC. Fort Wofth, Texas PLATE A.21 LO CL) k N w LO m N 0 (D (0 (D (D Y) 7- I I a BE v� N N co O r hm rt ,• v 0 r- u) w w w N m• m 0 0 0 0 0 0 LO 11 (Y) N T- 0 I 0 0 u u u Lod (Y) 04 T- (C) CO (D CO CO LO ) w LO 0 U) 0 < U) C) z 4� ui ui LL I-- 0 w w 0 (D U) u 0 (D w Ir U) w U) 0 U) 0 w (9w 40 10 0 0 [a] m 9 m 9 I I I I A 0 C, i