Loading...
R-01-05-10-13D4 - 5/10/2001IpA Baker - Aicklen & Associates, Inc. Engineers /Surveyors AN AGREEMENT FOR THE PROVISION OF LIMITED PROFESSIONAL SERVICES Design BAKER - AICKLEN & ASSOC., INC. Client: City of Round Rock Professional 203 E. Main St., Suite 201 2008 Enterprise Firm: Round Rock, Texas 78664 Round Rock, TX 78664 Date: April 20, 2001 Attn: Mr. James Nuse, P.E. ContractNo.: 01- 5046 Project Name/Location: Wastewater Main Relocation — YMCA Tract Scope/Intent and Extent of Services: 1. Prepare construction plans and specifications for wastewater relocation & manhole abandonment ($3000.00) 2. Prepare TNRCC — Sewage Collection System Report ($3,500.00) 3. Assist City in the securing bids for construction & submit recommendation for award of contract ($1,000 001 4. Provide limited construction phase services (1,000.00) 5. Prepare as - built drawings ($300.00) Fee Arrangement: Lump Sum basis plus reimbursable expenses as outlined on the enclosed Standard Rate Schedule dated September, 2000. Total lump sum amount of $8,800. Special Conditions: Prepared v: ( rinted Name /Title) Offered by: (Sigrtafure) (Printed Name/Title) A. William Waeltz, P.E., Branch Manager Baker - Aicklen & Associates, Inc. Date (Name of Design Professional Firm) (Name of Client) The Professional Services Agreement on the reverse side of this form as well as the attached rate schedule are a part of this Agreement. (Printed Name/Title) PROFESSIONAL SERVICES AGREEMENT E- LS- LIM -01 City of Round Rock, as CLIENT, engages Baker - Aicklen & Associates, Inc. as ENGINEER to perform professional services for the assignment described on the reverse side. I. SERVICES. ENGINEER agrees to perform Basic Services and Additional Services in conformance with the following descnptons, definitions, terms and conditions. A. BASIC SERVICES: See reverse side. B. ADDITIONAL SERVICES: All work performed by ENGINEER which is either described in this paragraph or not included in the Basic Services defined above, shall constitute Additional Services. These shall include: I Travel and subsistence to points other than ENGINEER'S or CLIENT'S offices and project site. 2. Copies of final reports, studies, drawings and other data in excess of one (I) set or that specified 3 Revisions to approved reports, studies, drawings and other data 4. Other services not otherwise included in this Agreement or not customanty furnished in accordance with generally accepted engineenng practice. II. COMPENSATION: CLIENT agrees to pay ENGINEER for above descnbed services in accordance with the following descriptions, definitions, terms and conditions. A. BASIC SERVICES. Compensation will be on a lump -sum plus reimbursables basis for 58,800.00 plus reimbursable expenses. 13. ADDITIONAL SERVICES: ENGINEER'S compensation will be on an hourly- charge basis for personal services plus Reimbursable Expenses (defined below) 1. HOURLY CHARGE: Hourly charges are to be based on the current Standard Rate Schedule effective at the time of billing 2. REIMBURSABLE EXPENSES: Expenses in connection with Additional Services shall include transportation and subsistence, cost of ENGINEER'S field office, reproduction, subcontracts and similar items Such expenses shall be reimbursed at the following rates' a. Transportation by ENGINEER'S vehicles. at ENGINEER'S standard rates if destination exceeds a 50 -mile radius of ENGINEER'S office. b. Reproduction performed in ENGINEERS office: at prevailing commercial rates. c. All others. actual cost to ENGINEER plus 10% service charge. Ill. PAYMENTS: ENGINEER will invoice CLIENT semi- monthly m amounts based on ENGINEER'S estimate of the portion of the Basic Services completed, plus charges for Special Services performed. CLIENT agrees to promptly pay ENGINEER at his office in Williamson County, Texas, the full amount of each such invoice upon receipt. A charge of 1 5% per month may be added to the unpaid balance of invoices not paid within 30 days after date of invoice. If the invoice is not paid within 60 days, ENGINEER may, without waiving any claim or right against Client, and without liability whatsoever to the Client, terminate the performance of the services. Retainers shall be credited on the final invoice. IV. OWNERSHIP OF DOCUMENTS: All documents, including original drawings, CAD files, estimates, specifications, field notes and data are and shall remain the property of ENGINEER; however, Client will be furnished, upon request duplicate copies of original drawings, CAD files and other documents, but agrees that he will use such copies solely in connection with the project covered by this Agreement and for no other purpose. V. OPINION OF PROBABLE CONSTRUCTION COST: Opinion of probable construction cost prepared by the ENGINEER represents his reasonable skill as a design professional familiar with the construction industry. It is recognized, however, that the ENGINEER has no control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding or market conditions. Accordingly, the ENGINEER cannot and does not guarantee that bids will not vary from any cost estimate prepared by him. VI. INSURANCE ENGINEER agrees to maintain worker's compensation insurance to cover all of its own personnel engaged in performing services for CLIENT under this Agreement. ENGINEER also agrees to maintain public liability insurance covering claims against ENGINEER for damages resulting from bodily injury, death or property damage from accidents arising in the course of services performed under this Agreement. VII. LIABILITY LIMITATION: ENGINEER shall have no liability to CLIENT or to others for any reasons beyond use of reasonable skill m performing the services for the assignment covered by this Agreement In no event shall ENGINEER'S liability exceed amount of the total compensation received by ENGINEER under this Agreement, limited to a maximum of $50,000. VIII. DISPUTE RESOLUTION: In an effort to resolve any conflicts that anse during the design or construction of the project or following the completion of the project, the CLIENT and the ENGINEER agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. The CLIENT and the ENGINEER further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with subcontractors, subconsultants, suppliers or fabncators so retained, thereby providing for mediation as the pnmary method for dispute resolution between the parties ro those agreements IX. TERMINATION' A. CONDITIONS OF TERMINATION: This Agreement may be terminated without cause at any time prior to completion of ENGINEER'S services either by CLIENT or by ENGINEER, upon seven days written notice to the other at the address of record. Termination shall release each party from all obligations of this Agreement, except as specified in paragraph VIII B below. B. COMPENSATION PAYABLE ON TERMINATION: On Termination, by either CLIENT or ENGINEER, CLIENT shall pay ENGINEER with respect to Basic Engineering Services which have been completed an amount fixed by applying the rate specified for Special Services in paragraph II B to all Basic Services performed to the date of termination, plus an amount fixed by applying the rate specified in paragraph II B to all Addmonal Services performed to date of termination (including all Reimbursable Expenses incurred). X SUCCESSORS AND ASSIGNS: CLIENT and ENGINEER each binds himself, and his partners, successors, executors, administrators and assigns to the other party of this Agreement and to partners, successors, executors, administrators and assigns of such other party in respect to all covenants of this Agreement Neither CLIENT nor ENGINEER shall assign, sublet, or transfer his interest in this Agreement without the written consent of the other. Nothing herein shall be construed as giving any rights or benefits hereunder to anyone other than CLIENT and ENGINEER XI. SPECIAL PROVISION: This instrument contains the entire Agreement between CLIENT and ENGINEER, except as additionally stated below. Limited Professional Services Agreement on reverse side forms a part of this agreement, as well as attached Standard Rate Schedule that may change without notice in consideration of changes in price indices and pay scales applicable to the period when services are in fact being rendered. XII. INVALIDATION: If this Agreement is not executed by CLIENT within 30 days of the dale tendered, it shall become invalid unless ENGINEER extends the time m writing XIII. MODIFICATIONS: No one has authority to make variations in, or additions to the terms of this Agreement on behalf of ENGINEER other than one of its Officers, and then only in writing signed by him. RESOLUTION NO. R- 01- 05- 10 -13D3 WHEREAS, the City of Round Rock desires to retain professional engineering services in connection with the relocation of a wastewater line on the YMCA tract located at Onion Creek and North Mays Street, and WHEREAS, Baker - Aicklen & Associates, Inc. has submitted a Professional Services Agreement to provide said services, and WHEREAS, the City Council desires to enter into said agreement with Baker - Aicklen & Associates, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a Professional Services Agreement with Baker - Aicklen & Associates, Inc., for professional engineering services in connection with the relocation of a wastewater line on the YMCA tract located at Onion Creek and North Mays Street, a copy of said agreement being attached hereto and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 10th day of May 2001. , A� 4 / k i ROB =' A. STLUKA, JR.# ayor City of Round Rock, Texas I. T : /.jALIL' _ LAND, City Secretary O,\ NPOOCS\EESOLVPI \E1051003.HP0/E[ E- LS- LIM -01 PROFESSIONAL SERVICES AGREEMENT City of Round Rock, as CLIENT, engages Baker - Aicklen & Associates, Inc. as ENGINEER to perform professional services for the assignment described on the reverse side. I. SERVICES. ENGINEER agrees to perform Basic Services and Additional Services in conformance with the following descnpuons, definitions, terms and conditions. A. BASIC SERVICES. See reverse side. B. ADDITIONAL SERVICES: All work performed by ENGINEER which is either described in this paragraph or not included m the Basic Services defined above, shall constitute Additional Services These shall include: I. Travel and subsistence to points other than ENGINEER'S or CLIENTS offices and project site. 2 Copies of final reports, studies, drawings and other data in excess of one (I) set or that specified 3 Revisions to approved reports, studies, drawings and other data. 4 Other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted engineenng practice II. COMPENSATION: CLIENT agrees to pay ENGINEER for above described services in accordance with the following descriptions, definition, terns and conditions. A. BASIC SERVICES: Compensation will be on a lump -sum plus reimbursables basis for: $8,800.00 plus reimbursable expenses. B. ADDITIONAL SERVICES: ENGINEER'S compensation will be on an hourly - charge basis for personal services plus Reimbursable Expenses (defined below): 1. HOURLY CHARGE Hourly charges are to be based on the =rent Standard Rate Schedule effective at the time of billing. 2. REIMBURSABLE EXPENSES: Expenses in connection with Additional Services shall include transportation and subsistence, cost of ENGINEER'S field office, reproduction, subcontracts and similar items. Such expenses shall be reimbursed at the following rates: a. Transportation by ENGINEER'S vehicles. at ENGINEER'S standard rates if destination exceeds a 50 -mile radius of ENGINEER'S office. b. Reproduction performed in ENGINEER'S office: at prevailing commercial rates. c. All others: actual cost to ENGINEER plus 10% service charge. III PAYMENTS: ENGINEER will invoice CLIENT semi- monthly in amounts based on ENGINEER'S estimate of the portion of the Basic Services completed, plus charges for Special Services performed CLIENT agrees to promptly pay ENGINEER at his office in Williamson County, Texas, the full amount of each such invoice upon receipt A charge of 1.5% per month may be added to the unpaid balance of invoices not paid within 30 days after date of invoice If the invoice is not paid within 60 days, ENGINEER may, without waiving any claim or nght against Client, and without liability whatsoever to the Client, terminate the performance of the services. Retainers shall be credited on the final invoice IV. OWNERSHIP OF DOCUMENTS: All documents, including original drawings, CAD files, estimates, specifications, field notes and data are and shall remain the property of ENGINEER; however, Client will be furnished, upon request duplicate copies of original drawings, CAD files and other documents, but agrees that he will use such copies solely in connection with the project covered by this Agreement and for no other purpose V. OPINION OF PROBABLE CONSTRUCTION COST: Opinion of probable construction cost prepared by the ENGINEER represents his reasonable skill as a design professional familiar with the construction industry. It is recognized, however, that the ENGINEER has no control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding or market conditions Accordingly, the ENGINEER cannot and does not guarantee that bids will not vary from any cost estimate prepared by him. VI. INSURANCE: ENGINEER agrees to maintain worker's compensation insurance to cover all of its own personnel engaged in performing services for CLIENT under this Agreement. ENGINEER also agrees to maintain public liability insurance covering claims against ENGINEER for damages resulting from bodily injury, death or property damage from accidents arising in the course of services performed under this Agreement. VII. LIABILITY LIMITATION: ENGINEER shall have no liability to CLIENT or to others for any reasons beyond use of reasonable skill in performing the services for the assignment covered by this Agreement. In no event shall ENGINEER'S liability exceed amount of the total compensation received by ENGINEER under this Agreement, limited to a maximum of $50,000. VIII. DISPUTE RESOLUTION: In an effort to resolve any conflicts that apse during the design or construction of the project or following the completion of the project, the CLIENT and the ENGINEER agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. The CLIENT and the ENGINEER further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with subcontractors, subconsultants, suppliers or fabricators so retained, thereby providing for mediation as the primary method for dispute resolution between the parties to those agreements. IX TERMINATION: - , A CONDITIONS OF TERMINATION: This Agreement may be terminated without cause at any time prior to completion of ENGINEER'S services either by CLIENT or by ENGINEER, upon seven days written notice to the other at the address of record Termination shall release each party from all obligations of this Agreement, except as specified in paragraph VIII.B below. B. COMPENSATION PAYABLE ON TERMINATION On Termination, by either CLIENT or ENGINEER, CLIENT shall pay ENGINEER with respect to Basic Engineering Services which have been completed an amount fixed by applying the rate specified for Special Services in paragraph 11. B to all Basic Services performed to the date of termination, plus an amount fixed by applying the rate specified in paragraph IL B to all Additional Services performed to date of termination (ihcluding,all eimbbrsable Expenses incurred). , `` V\ , A • +\ • x \ X. ' SUCCESSORS AND ASSIGNS: CLIENand ENG NEER baliybinds himself, and his partners, successors, executors, administrators and assigns to the other party of this Agreement and to partners, successors, executors, administrators and assigns of such other party m respect to all covenants of this Agreement. Neither CLIENT nor ENGINEER shall assign, sublet, or transfer his interest in this Agreement without the written consent of the other. Nothing herein shall be construed as giving any nghts or benefits hereunder to anyone other than CLIENT and ENGINEER. XI. SPECIAL PROVISION: This instrument contains the entire Agreement between CLIENT and ENGINEER, except as additionally stated below: Limited Professional Services Agreement on reverse side forms a part of this agreement, as well as attached Standard Rate Schedule that may change without notice in consideration of changes in pnce indices and pay scales applicable to the period when services are in fact being rendered. X11. INVALIDATION: If this Agreement is not executed by CLIENT within 30 days of the date tendered, it shall become invalid unless ENGINEER extends the time in wnting. XIII. MODIFICATIONS: No one has authority to make variations in, or additions to the terms of this Agreement on behalf of ENGINEER other than one of its Officers, and then only in writing signed by him I4\ AN AGREEMENT FOR THE PROVISION OF LIMITED PROFESSIONAL SERVICES Design Professional Firm: Date: Project Name/Location: Wastewater Main Relocation — YMCA Tract Scope/Intent and Extent of Services: 1. Prepare construction plans and specifications for wastewater relocation & manhole abandonment ($3000.00) 2. Prepare TNRCC — Sewage Collection System Report ($3,500.00) 3. Assist City in the securing bids for construction & submit recommendation for award of contract ($1,000.00) 4. Provide limited construction phase services (1,000.00) 5. Prepare as -built drawings ($300.00) Fee Arrangement: Lump Sum basis plus reimbursable expenses as outlined on the enclosed Standard Rate Schedule dated September, 2000. Total lump sum amount of $8,800. Special Conditions: Prepared bv: Tinted Name/Title) Baker - Aicklen & Associates, Inc. Engineers /Surveyors A. William Waeltz, P.E., Branch Manager (Printed Name /Title) Baker - Aicklen & Associates. Inc. BAKER- AICKLEN & ASSOC., INC. Client: City of Round Rock 203 E. Main St. Suite 201 2008 Enterprise Round Rock, Texas 78664 Round Rock, TX 78664 April 20, 2001 Attn: Mr. James Nuse, P.E. Contract No.: 01- 5046 (Name of Design Professional Finn) ¢ -26 - a/ Date The Professional Services Agreement on the reverse side of this form as well as the attached rate schedule are a part of this Agreement. Date ce A. (5raeli (Printed Name/Title) al Ty OF ,OuuD ieeek (Name of Client) YMCA Tract RIGAAPHICSCGUNcIL AGENDA I EMSFNGINEEB1NG\YMCA RLR 425-01 OA WPEcCS \RtSOLUTI \R10S10D4.NPD /SC RESOLUTION NO. R- 01- 05- 10 -13D4 WHEREAS, the West Side Pressure Improvements, Park Valley Pressure Reducing Valve Station and Removal of Isolation Valves 6 and 7 are necessary to deliver adequate water pressure and sustained fire flows to the southwest side of the City, and WHEREAS, the timely completion of these improvements is necessary in order to preserve or protect the public health or safety of the City's residents and water customers, and WHEREAS, in order to complete these improvements as soon as possible in order to preserve or protect the public health or safety of the City's residents and customers, and pursuant to Section 252.022(a) (2) of the Local Government Code, bids were not required, and WHEREAS,Chasco Contracting has submitted a proposal for the West Side Pressure Improvements, Park Valley Pressure Reducing Valve Station and Removal of Isolation Valves 6 and 7, and WHEREAS, the City Council wishes to approve said proposal, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the proposal of Chaso Contracting is hereby approved and subject to the negotiation and final approval by the City Manager and City Attorney of a contract document, the Mayor is hereby authorized and directed to execute a contract with Chasco Contracting for the West Side Pressure Improvements, Park Valley Pressure Reducing Valve Station and Removal of Isolation Valves 6 and 7. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. ATTEST: RESOLVED this 10th day of May, E LAND, City Secretary 2 STLUKA, JR., Mayor City of Round Rock, Texas ROBERT A. THE CITY OF ROUND ROCK BIDS EXTENDED PUBLIC WORKS DEPARTMENT 2008 Enterprise Dr. BY : Round Rock, Texas. 78664 DATE : (512) 218 -5555 BID TABULATION SHEET AND CHECKED Don Rundell/Adsms 4/24/01 t or 1 CONTRACT : West Side Pressure Improvements, Park Valley P.R.V. Station and IV-6 and IV -7 Removal LOCATION : Publlc Works Department Cbasco Contracting Bid Bond? Yes Garney Construction Bid Bond? Yes Psencik Construction Bid Bond? Yes Matous Construction NO BID Bid Bond? Yes DATE: Thursday, April 19, 2001 ITEM UNIT APPROX QTY. UNIT PRICE COSC UNIT - PRICE _ COST UN1T PRICE COST UNIT PRICE COST 1. Mobilization LS $8,000.00 $8,000.00 $8,000.00 88,000.00 $12,000.00 812,000.00 $0.00 80.00 80. 1.10 $0.00 $0.00 80.00 80.00 $0.00 $0.00 2. Construcuon of pressure reducing valve IS 586,800.00 586,800.00 $145,000.00 $145,000.00 $164,000.00 $164,000.00 $0.00 station and vault, all sttework, and piping $0.00 $0.00 $0.00 50.00 Amount also to include work required to $0.00 $0.00 $0.00 $0.00 complete the improvements at IV-6 and 1V -7 IS $0.00 $0.00 80.00 $0.00 $0.00 $0.00 $0.00 $0.00 3. Install, maintain and remove approx. 80 $0.00 80. W 80.00 $0.00 linear feet of trench safety systems and LS 82,1100.00 $2,000.00 $5,000.00 $5,000.00 117,000.00 $17,000.00 $0.00 approx. 500-sf of excavation safety systems $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 80.00 $0.00 30.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 80.00 30.00 $0.00 $0.00 $0.00 50.00 $0.00 80.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 80.00 80.00 _ 80.00 $0.00 30.00 $0.00 $0.00 $0.00 30.00 50.00 $0.00 80.00 30.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 TOTAL: 596,800.00 5158,000.00 5193,000.00 NO BID bidnbroodtab a Park Valley P.R.V. S \ GRAPHICS \COUNCIL AGENDA RP111St@IGINERRR! +MARK VALLEY ERV. RIR 424-01 DATE: May 4, 2001 SUBJECT: City Council Meeting — May 10, 2001 ITEM: 13.D.4. Consider a resolution authorizing the Mayor to execute a contract with Chasco Contracting for the West Side Pressure Improvements, Park Valley Pressure Reducing Valve Station and Removal of Isolation Valves 6 and 7. The timely completion of these improvements is critical for public health and safety reasons. Staff requested bids from four firms that had successfully completed similar projects for the City and set the construction schedule at 75 days. The low bidder was Chasco Contracting for the amount of $96,800.00. Resource: Jim Nuse, Public Works Director Don Rundell History: This project is to upgrade the southwest side of our water system, which is necessary to deliver adequate water pressure and sustained fire flows to the Fern Bluff and Brushy Creek areas during peak summer demands. We received bids of $193,000.00 from Psencik Construction, $158,000.00 from Garney Construction, a "no bid" from Matous Construction, and the low bid of $96,800.00 from Chasco Contracting. With the Final Completion date of August 3, 2001, based on a May start date, we can provide adequate water service during the system's peak demand periods. Funding: Cost: $96,800.00 Source of funds: Transfers from Fund 24 -LCRA Outside Resources: Chasco Contracting Impact: To maintain the integrity and reliability of our water systems ability to meet fire flow demand during peak summer demands. Benefit: To minimize the potential of system failure, which could result in critical water shortages putting to our customers' health and safety at risk. Public Comment: N/A Sponsor: N/A THE CITY OF ROUND ROCK BIDS EXTENDED PUBLIC WORKS DEPARTMENT 2008 Enterprise Dr. BY : Round Rock, Texas. 78664 DATE : (512) 218 -5555 BID TABULATION SHEET AND CHECKED Don Rundell /Adams 4/24/01 1 of 1 CONTRACT : West Side Pressure Improvements, Park Valley P.R.V. Station and IV-6 and IV -7 Removal LOCATION : Public Works Department " Chasco Contracting Bid Bond? Yes Garrey Construction Bid Bond? Yes Psencik Construction Bid Bond? Yes Matous Construction NO BID Bid Bond? Yes DATE: Thursday, April 19, 2001 ITEM UNIT APPROX QTY. UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 1. Mobilization LS $8,000.00 $8,000.00 $8,000.00 $8,000.00 $12,000.00 $12,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 2. Construction of pressure reducmg valve LS $86,800.00 $86,800.00 $145,000.00 $145,000.00 5164,000.00 $164,000.00 $0.00 station and vault, all sitework, and piping $0.00 $0.00 $0.00 50.00 Amount also to include work required to $0.00 $0.00 $0.00 $0.00 complete the improvements at 1V-6 and IV -7 LS $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 3. Install, maintain and remove approx. 80 $0.00 $0.00 $0.00 $0.00 linear feet of trench safety systems and LS $2,000.00 $2,000.00 $5,000.00 $5,000.00 $17,000.00 $17,000.00 $0.00 approx. S00-sf of excavation safety systems $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL: $96,800.00 $158,000.00 $193,000.00 NO BID bidtab/bidtab 1 1 1 I 1 1 1 1 1 1 1 1 1 r 1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF ROUND ROCK WEST SIDE PRESSURE IMPROVEMENTS PARK VALLEYP.R. V. STATION IV -6 AND IV -7 REMOVAL CITY OF ROUND ROCK, TEXAS APRIL 2001 4/4, of 1 1 1 1 L 1 1 1' 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS DIVISION 0 — CONTRACTS AND CONDITIONS Section 1 .Notice to Bidders Section 2 .Bid Documents Section 3 .Post Bid Documents Section 4 .General Conditions Section 5 .Special Conditions Section 6 .Technical Specifications DIVISION 1 — GENERAL REQUIREMENTS 01060 Special Project Requirements 01340 Shop Drawings, Product Data & Samples; Operation & Maintenance Manuals; and Miscellaneous Submittals Exhibit A: Shop Drawing Transmittal Form Exhibit B: O &M Transmittal Fonn Exhibit Cl: Equipment Record Exhibit C2: Equipment Record ATTACHMENTS — CONSTRUCTION PLANS No. 1 Sheet OGO1: Cover/Title Sheet No. 2 Sheet OG02: Location and Key Maps, and Sheet Index No. 3 Sheet OG03: General Project Notes No. 4 Sheet 1C01: Park Valley P.R.V. Station - Plans and Section No. 5 Sheet 1CO2: IV -6 and IV -7 Plans and Sections and Miscellaneous Piping Details No. 6 Sheet 1CO3: Miscellaneous Buried Piping Details 1.0 NOTICE TO BIDDERS Sealed bids addressed to Don Rundell, City of Round Rock, 2008 Enterprise Drive, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the project titled City of Round Rork West Side Pressure improvements, Park Valley P,R.V. Station and IV and TV - 7 Removal will be received until 2:00 PM on April 19, 2001. Bids may be submitted earlier than this date. Bid envelopes should state date and time of bid, project title and the words "WALED BBI". No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. GENERAL DESCRIPTION OF WORK The project includes the furnishing of all labor, materials, and equipment required for the installation a pressure reducing valve station at Park Valley Drive and Wyoming Springs Road as shown in the drawings along with such related items as sitework, piping, valving and other items required to complete the project identified for the completion of the pressure reducing valve station. The work also includes the furnishing of all labor, materials, and equipment required for improvements at IV -6 and IV -7 as shown on the drawings. TYPE OF BID 3. NOTICE TO BIDDERS Bid shall be on a lump sum basis for items identified in the Bid Documents, Section DOCUMENT EXAMINATION AND PROCUREMENTS In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The city of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Contractors and subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock. NB -1 2.0 BID DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal. 2. Should the bidder find discrepancies in, or omissions from the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders. Bids received after closing time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5 %) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, BD -1 including security of the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100 %) of the total contract price. If the total contract price is $25,000.00 or less, the performance and payment bonds will not be required. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, with approval prior to bid opening, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority, the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be BD -2 made following completion of the work. 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The certificate of insurance form included in the contract documents must be used by the Contractor's insurer to furnish proof of insurance. Other forms will not be accepted. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and /or material furnished. 17. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the finished product under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The contract will transfer title of consumable, but not incorporate, BD -3 materials to the City of Round Rock at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City of Round Rock as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City of Round Rock. 18. No conditional bids will be accepted. 19. If the bidder's insurance company is authorized, pursuant to its agreement with bidder, to arrange for the replacement of a loss, rather than by making a cash payment directly to the City of Round Rock, the insurance company must furnish or have furnished by bidder, a performance bond in accordance with Section 2253.021(b), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). BD -4 That we, Witness arteu.;mo Attest UrGmmdanl Attest J i ' 15:28 FAX 5122185563 CORR PUBLIC WORKS TEE HARTFORD Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, CHASCO CONTRACTING as Principal, hereinafter called the Principal, and the HARTFORD FIRE INSURANCE COMPANY , a corporation created and existing under the laws of the State of CONNECTICUT , whose principal office is in HARTFORD , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF ROUND ROCK as Obligee, hereinafter called the Obligee, in the sum of 5% of the total amount bid. Dollars ($ - -5 % -}, 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 CITY OF ROUND ROCK WEST SIDE PRESSURE IMPROVEMENTS, PARK VALLEY P.R.V. STATION AND IV -6 and IV - REMOVAL 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 biddings or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials 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 sealed this 1 9thday of APRIL A•D - aiX 2001 (Approved bylnfe American Institute of Architects, A.1.A. Document No. A -310, 1970 Edition) Form S- 3266.4 Printed in U.S.A. 12-70 By CHASCO CONTRACTING (Principal) Hartford Fire Insurance Company ith Attorney-in-fact Bond No. 2005 (SEAL) (SEAL) (SEAL) (SEAL) (Title) (SEAL) 04/23/2001 15:28 FAX 5122185563 CORR PUBLIC WORKS HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the Stale 0f Connecticut. and having its principal office In the City of Hartford, County of Hartford, State of Connecticut, d000 hereby make, constitute end appoint ROBERTJAMESNITSCHE, DAVID R. FERGUSON, VIOLET FROSCH, NINA SMITH and ROBERT R: NITSCHE of GIDDINGS, TFXAS its we and lawful Anemey(s )-in -Fact, with full power and authority to each of said Attomey(e)-in-Feq, in their separate capacity 11 more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other wntings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persona holding places of public or private Mist, guaranteeing the performance of comrade other than insurance policies guaranteeing• the performance of insurance contracts where surety bonds ars accepted by atatea and munidpalllles. and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertatongs and other wnlmgs obligatory in the nature thereof were signed by en Exeeutiva Officor of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that as earl Attomey(s}In•Fad may do in pursuance hereof. This Power of Attorney Is granted under and by authority of the Bylaws of HARTFORD FIRE INSURANCE COMPANY. ('the Company') as amended by the Board of Directors at a meeting duly called and held on July 9, 1007, as follows: ARTICLE IV SECTIONS The President or any Vice President eraselalem President acing with any Secretary or Aasetanl Secretary shed nave power and auhortly to sign and execute and attach the seal of the Company to bonds and undertakinge. ree0ngnesno=, commons at indemnay and other .rungs obligatory In me nature Morsel, and aucn Ina Wren m signed and oxamted, With Or *100001 the common seal, shop be vale and binding upon th Company. 5ECt10N a The President or any Vice-PreaIent of any Assistant Vim President ening wan any Secretary or Assistant Secretary, shall have newer 5014 aldheliy la oypainl, for purposes ony of executing and attesting bands and undertakings end other writings obligatory in the native thereof, one or more resident Vice Presidents, reagent Assistant Secleterlee and Attorneys-in -Fact end at any time to tem000 any such resident Vice- Presldcnt, realdenl Assistant Secetary, or Anomeyir -Fan, and invoke me power and audwnry given to him l asoiw0, Net the eiwneaes of suen mem and ins seal el ea Corneae hey be 010,00 m are win Po war M mbrney urn aer o0Mlrele 0eielea Na® ey for tee. 300 any such power ar me nay er annulate tearing such coo lnlIe rlaneeeee or Wu/1k seal era 00 0004 0101 Mieaa 0pon the Carne y aid any eeh Hower so ueefed and came. ay *GmIN shoalxee are raaale see stop be vale ant 1MVe wen the Ca1wor, Mein hero war rasped W any bend or undsrtaste a whet It rs meet . In Wimesa Whereof, HARTFORD FIRE INSURANCE COMPANY has caused these presents Id be signed by its Assistant Vice President, and its corporate seal to be hereto allxed, duly attested by 10 Secretary, thls 15th day of September, 1997, Attest HARTFORD FIRE INSURANCE COMPANY - �r�1��ri _ iYTsf l/'./� a LJWh�..� Richard A. Hennanson. Secretary STATE OF CONNECTICUT COUNTY OF HARTFORD STATE OF CONNECTICUT J COUNTY OF HARTFORD Signed and sealed at the City of Hanford, • • Foie3S4Sehe..4NS)'Pi rated in USA SS. 55. On this 1501 day of September, A D. 1997, before me personally came John F. Burke. to me known, who being by me duly sworn. did depose and say: that he resides in the County of Hartford. Slate of Connecticut that he is the Assistant Vice- President of HARTFORD FIRE INSURANCE COMPANY, the corporation dasorbod in and which executed the above instrument; that he knows the seal of the said corporation; mat the seal affixed to the said Instrument is such corporate seal; that It was so ahead by order of the Board of Directors of said corporeton and that he signed his name thereto by Ilke order. John F. Burke, Assistant Vice President Robed L Poet, Secretary Jeer B. wopmt Notary F 1'v Se My Commusi0nE0pi+cr Are 30, 1999 CERTIFICATE I. the Undersigned. Secretary of HARTFORD FIRE INSURANCE COMPANY. a Connection Corporation, DO HEREBY CERTIFY that the foregoing end enathed POWER OF ATTORNEY remains In full force and has not been revoked: and funherm0re, Nat Article IV, Sections 7 and a arms By -Laws of )HARTFORD FIRE INSURANCE COMPANY, am forth In the Power ofAUOmey, are now in force. Dated the 19th day of APRIL, 2001 X4C ,a Al 0 008 L BID BOND KNOW ALL MEN BY THESE PRESENTS THAT WE, as PRINCIPAL and as SURETY, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS hereinafter referred to as the "OWNER", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF CITY OF ROUND ROCK WEST SIDE PRESSURE IMPROVEMENTS, PARK VALLEY P.R.V. STATION AND IV -6 AND IV -7 REMOVAL for which bids are to be opened at the office of the OWNER on NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two (2) bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this day of Principal: Surety: By: By: (Seal) (Seal) BD -5 ' 04/23/2001 15:28 FAX 5122185563 CORR PUBLIC WORKS 1002 ' PROPOSAL BIDDING SHEET JOB NAME: City of Round Rock West Side Pressure Improvements JOB LOCATION: Round Rock, Williamson County, Texas ' OWNER: City of Round Rock, Texas DATE: Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder ' hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he I bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of City of Round Rock West Side Pressure Improvements. Park Valley P.R.V. Station and IV - and IV - Removal and binds himself on acceptance of this proposal to execute a contract ' and bond for completing said project within the time stated, for the following prices, to wit: BASE BID ' Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1 1. 1 Lump Mobilization Sum for cr; 1.,as -..d dollars ' and /vo • cents. $ g000 $ Soor) 1 2. 1 Lump Amount to include all Work indicated on the Drawings Sum and as specified for the construction of the pressure ' reducing valve station and vault, all sitework, piping, valving, and other items required to complete the pressure 1 reducing valve station. Amount also to include the work required to complete the improvements at IV and IV - as shown on the drawings. I gl i..4 - V.. -r7, -°C for ei ik..Su2 dollars I■ and 1J O cents. $ go goo ' $ s-4, zoo — l� 3 II BD -6 1 1 1 1 1 1 04/23/2001 15:28 FAX 5122185563 CORR PUBLIC WORKS EM 003 3. 1 Lump " Amount to required for installing, maintaining, and Sum removing approximately 80 linear feet of trench safety systems, and approximately 500 -sf of excavation safety systems for the work related to base Bid Item 2. fort J - 11eosa;' 1 dollars and Ai o cents. $ Zo°o $ ZOOO 1 TOTAL BASE BID (Items 1 thru 3): $ (� / $Oo STATEMENT OF SEPARATE CHARGES: 1 Materials: All Other Charges: $$,...L1,0 ooa 5 800 Total: S 96/2'00 -- If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary • bonds and insurance certification as per the Instructions to Bidders and commence work.within ten (10) days after written Notice to Proceed. BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with the General Conditions and Special Conditions within the number of calendar days below: Substantial Completion 60 -days Final Completion 75 -days BIDDER accepts the provisions of the Special Conditions as to liquidated damages in the event of failure to complete the Work within the times specified. Liquidated damages for failing to complete the Work indicated shall be assessed as indicated below; Substantial Completion $500 /day Final Completion $300 /day The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final, The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, ‘ r. Z" -- II Signature BD -7 14 1 CHAZ GLACE Print Name 1 CEO Title for CHASCO CONTRACTING 1 APRIL 19, 2001 1 1 1 1 1 1 1 1 1 1 1 1 1 1 04/23/2001 15:28 FAX 5122185563 CORR PUBLIC WORKS 0 004 Name of Firm Date BD -8 P 0 BOX 1057, ROUND ROCK,•TX 78680 Address 512 - 244 -0600 Telephone SUSAN A MERRIMAN Secretary, if Contractor is a Corporation 3.0 POST BID DOCUMENTS THE STATE OF TEXAS COUNTY OF WILLIAMSON § AGREEMENT THIS AGREEMENT, made and entered into this /() day of 20 6 I , by and between (Owner) City of Round Rock, Texas of the State of Texas, acting through Robert A. Stluka, Jr., Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) CHASCO Contracting of Texas, County of Williamson, and State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: City of Round Rock West Side Pressure Improvements Park Valley P.R.V. Station and IV - 6 and IV - 7 Removal Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by HDR Engineering, Inc. 2211 South IH 35, Suite 300, Austin, Texas 78741, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date written notice to do so have been given to him, and all Work will be Substantially Complete after the date of the written Notice to Proceed and ready for final payment with after date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions, in accordance with the following : PBD -1 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS (OWNER) (CONTRACTOR) ATTEST: Substantial Completion 60 calendar -days Final Completion 75 calendar -days Mayor Corporate Seal (The following to be executed if the Contractor is a Corporation.) PBD -2 BY: - C1-k AZ GL A: , its G.C—.O . (Typed name) (Title) ATTEST: Secretary, if Contractor is a Corporation or otherwise registered with the Secretary of State I, StuA a A . M a rn R , certify that I am the Secretary of the Corporation named as Contractor herein; that c.t\ n L GL A C6 , who signed this Contract on behalf of the Contractor was then c. C- .0 . (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: a . M/Vte/1AZ 1 1 1 1 1 1 1 1 1 1 1 1, 1 1 1 �ent By: CHASCO CONTRACTING; 5122440489; THE STATE OF TEXAS COUNTY OF WIU ,IAMSON PERFORMANCE BOND Apr -24 -01 15:25; Page 4/8 BOND // 658CSAT3494 KNOW ALL MEN BY THESE PRESENTS: That CHASCO CONTRACTING of the City of ROUND ROCK County of WILLIAMSON and State of TEXAS as Principal, and HARTFORpp FIUi authorized underthelawof IN$URANCC COP -1PANY the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of Ninety -six thousand and eight hundred dollars ($ 96,800) for the payment whereof, well and truly to be made 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 dated the 24TH day of - APRIL 20 01 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: City of Round Rock West Side Pressure Improvements Park Valley P.R.V. Station and IV -6 and IV•7 Removal NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from detects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the previsions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as it' it were copied at length herein. PBD -3 bent dy: Lns,ow Uuw 1 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise 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 24TH day of APRIL 19 2001 HARTFORD FIRE INSURANCE COMPANY Principal Surety Chl 1 CHAS(.° CONTRACTING By: Title PO ROX 10 7 Address ROUND ROCK, TEXAS 78680 HOUSTON, TEXAS 77210 -4611 Resident Agent of Surety: INSURANCE NETWORK OF TEXAS Printed Name 143 EAST AUSTIN STREET Address GIDDINGS, TFXAS 78942 City, State & Zip Code Signature ROBERT K. NITSCHE PBD, -4 By: C. E.O . ATTORNEY -IN -FACT VIOLET FROSCH ATTORNEY - IN -FACT Title PO BOX 4611 Address BOND // 65BCSAT3494 / .) Sept, By:. CHASCO CON IHACIING; 512244U45Y; Apr -24 -u1 16:46; ['age d/4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND BOND# 65BCSAT3494 KNOW ALL MEN BY THESE PRESENTS: That CHASCO CONTRACTING of the City of ROUND ROCK County of WILLIAMSON and State of HARTFORu h 1Kt TFXAS Jos Principal, and tnicnonnirr r rl_ authorized under the laws of the State of Texas to act as l5 urety on blonds for Principals, are held and firmly bound unto THE CITY OF ROUND !1ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and supplirl their interest may appear, all of whom shall have the right to suc upon this bond, in their enal sum of Ninety -six thousand and eight hundred dollars ($ 96,800) for the paym - whereof, well and truly be made the said Principal and Surety bind themselves and their : ' s, administrators, executors, successors, and assigns, jointly and severally, by these pre: - ts: WHEREAS, the Princgral has entered into a certain written contract with the Owner, dated the 24TH day of APRIL , )l)g 200,1to which Contract is hereby referred to andnade a part hereof as fully and to the same extent as if copied at length herein consistinsuf: City oillgtound Rock West Side Pressure Improvements Park Valley P.R.V. Station and IV -6 and IV -7 Removal NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall web and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. PBD -5 Sent Byt CHASCO CONTRACTING; 1 1 1 Address Address 1 1 1 1 PAYMENT BOND (4itinued) Surely, for value rccered, stipulates and agrees that no change, extension of time, alteration or addition to the tern* of the contract, or to the work performed thcrcunder, or the plans, specifications or drawtsgs accompanying the same shall in anywise affect it's obligation on this bond, and it does tlliteby waive notice of any such change, extension of time, alteration or addition to the tcrmiif the contract, or to the work to be performed thereunder. IN WITNESS WHE*JF, the said Principal and Surety have signed and scaled this Instrument this 24TH _ day of APRIL , 10 2001 CHASCO CONTRACTINC Principal T y: Title Title PO ROX 1057 PO BOX 4611 ROUND ROCK, TEXAS 78680 HOUSTON, TEXAS 77219 -4611 Resident Agent of Surety: .INSURANCE NETWORK OF TEXAS Printed Name 143 EAST AUSTIN STREET Address GIDDINGS. TEXAS 78942 City, State & Zip Code A 4_ elt -AGC C .'E.0. Signature ROBERT K. NITSCHE 5122440489; Apr -24 -01 15:47; Page 3/4 P$D, -6 HARTFORD FIRE INSURANCE COMPANY Surety By: l J� 92e iLVor li VIOLET FROSCH ATTORNEY -IN -FACT ATTORNEY -IN -FACT BOND // 658CSAT3494 Sent By: CHASCO CONTRACrING; 512244U4BY; Apr-L4-U1 15:4/; F'age 4/4 1 1 PRODUCER INSURANCE NETWORK OF TEXAS 143 EAST AUSTIN GIDDINGS, TEXAS 78942 -3299 (979) 542 -3666 'INSURED CHASCO CONTRACTING C ZURICH COMMERCIAL PO BOX 1057 ROUND ROCK, TEXAS 78680 P ' THIS IS TO CERTIFY THAT 1111PItisured named above is insured by the Companies listed above with respect to the business operations hereinafter dYtibed, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, alai'urther hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE ' LTR 1 1 1 1 1 1 1 CERTIFICATE OF LIABILITINSURANCE Date.04 /24/01 A A AU' rOMOBILELIABILITY CON69926161 03/09/01 03/09/02 COMBINED SINGLE LIMIT s1 ,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ 8 C EXCESS LIABILITY Y ER COMPANIES AFFORDING COVERAGE A MARYLAND CASUALTY COMPANY B KEMPER GROUP COMMERCIAL EFFECTIVE EXPIRATION LIMITS DATE DATE GENERALLtABILJTY CON28343094 03/09/01 03/09/02 GENERAL AGGREGATE 82,000,000 PRUDUCFS•COMP /OP AGO $2,000,000 PERSONAL h ADV. INJURY SI , 000, 000 EACH OCCURRENCE $1,000,000 FIRE DAMAGE, (Any nnetire) 5300,000 MED EXPENSE (Any one person) S1 0 , 000 3SX13196900 03/09/01 03/09/02 EACH OCCURRENCE 810,000,000 AGGREGATE 510,000,000 WC/RICERS' COMPENSATION AN LOYERS' LIABILITY TC250413344 03/09/01 03/09/02 II OTHER A EQUIPMENT RENTAL LIMIT DEDUCTABLE CON28343094 03/09/01 03/09/02 DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES /SPECIAL ITEMS/EXCEPTIONS J" • SION EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE • EACH EMPLOYEE STATUTORY LIMITS 8 1,000,000 81,000,000 51,000,000 OWNED /RENTAL $250,000 / $2,500 CITY OF ROUND ROCK WEST SIDE PRESSURE IMPROVEMENTS, PARK VALLEY P.R.V. STATION AND IV -6 ' AND IV -7 REMOVAL The City or Round Rock is named as additional insured with respect to I any of the above described policies by cancelled or changed before the e notice to the certificate holder named below. CERTIFICATE HOLDER' City of Round Rock ' 221 E. Main Street Round Rock, Texae 78664 alto Joanne Land °metes except Workers' Compensation and Employers' Liability, Should mum date thereof, the issuing company will mail thirty (30) days written A Typed Name, R.J. NITSCHE 1 1 1 1 1 1 1 1 1 - ' Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its pnncipal office In the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint its true and lawful Attorney(s)-in-Fact. with full power and authonty to each of said Attomey(s)-in -Fact, in their separate capacity If more than one Is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than Insurance policies; guaranteeing the performance of Insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted In all actions or proceedings or by law allowed, and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other wntings obligatory in the nature thereof were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s) -in -Fact may do in pursuance hereof This Power of Attorney is granted under and by authority of the By -Laws of HARTFORD FIRE INSURANCE COMPANY, ('the Company) as amended by the Board of Directors at a meeting duly called and held on July 9, 1997, as follows SECTION 7. The President or any Vice President or Assistant Vice- President, acting with any Secretary or Assistant Secretary shall have power and authority to sign and execute and attach the seal of the Company to bonds and undertakings, recongni antes, contracts of Indemnity and otherwntings obligatory in the nature thereof, and such instruments so signed and executed. with or without the common seal, shall be valid and binding upon the Company SECTION B. The President or any Vice- President or any Assistant Vice President acting with any Secretary or Assistant Secretary, shall have power and authonty to appoint, for purposes only of executing and attesting bonds and undertakings and other wnbngs obligatory in the nature thereof, one or more resident Vice Presidents, resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such resident Vice - President, resident Assistant Secretary, or Attorney -in -Fact and revoke the power and authonty given to him. Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such pourer of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate beanng such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. In Witness Whereof, HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice- President, and its corporate seal to be hereto affixed, duty attested by as Secretary, this 14th day of May, 1999. 'Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT t COUNTY OF HARTFORD ss. Hartford On this 14th day of May. AD. 1999, before me personally came Robert L Post, to me known, who being by me duly sworn. did depose and say. that he resides in the County of I Hartford. State of Connecticut; that he Is the Assistant Vice-President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said Instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. I, the undersigned, Secretary of HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that Article N, Sections 7 and 8 of the Bylaws of HARTFORD FIRE INSURANCE COMPANY, set forth m the Power of Attorney, are now in force. Signed and sealed at the City of Hartford d.t 1 a.¢1 L. Marshall, Jr., Assistant Secretary 'Form S- 3507 -9 (HF) Printed in U.S.A. HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY ROBERTJAMESNITSCHE, DAVID P. FERGUSON, VIOLETFROSCH, NINA SMITH and ROBERT K NI7SCHE of GIDDINGS, TEXAS CERTIFICATE Dated the 24TH ARTICLE N HARTFORD FIRE INSURANCE COMPANY /0/ Robert L. Post, Assistant Vice President da APRIL 20 01 BOND // 65BCSAT3494 Jim H. Wozniak Notary Public My Commission Expires June 30. 2004 J Dennis Lane, Assistant Vice President 1 Title: WARRANTY BOND BOND NUMBER AMOUNT KNOW ALL MEN BY THESE PRESENTS, That we, (hereinafter called the "Principal ") as Principal, and the a Corporation duly organized under the laws of the State of and duly licensed to transact business in the State of (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "), in the sum of dollars ($ ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. Sealed with our seals and dated this day of , A.D. nineteen hundred and WHEREAS, the said Principal has heretofore entered into a contract with ' Dated , 19 , for construction of: 1 City of Round Rock West Side Pressure Improvements Park Valley P.R.V. Station and IV -6 and IV -7 Removal WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of 1 year from the date of acceptance of the project above described, by Owncr: The City of Round Rock, Texas 1 PBD -H 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 11 WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Principal Surety By: By: Title Title Address Address Resident Agent of Surety: Printed Name Address City, State & Zip Code Signature PBD -9 4.0 GENERAL CONDITIONS Note: These City of Round Rock standard documents have been modified as indicated herein. A strike -out indicates that language has been deleted from the City of Round Rock General Conditions. An underline indicates that the language has been added to the City of Round Rock General Conditions. 1 ' General Conditions of Agreement 1 1. Definition of Terms 1 1 1 1 2. Responsibilities of the Engineer and the Contractor 1 1 1 1 1 1 1 1 1 1 Contents 1.01 - Owner, Contractor and Engineer 1.02 - Contract Documents 1.03 - Subcontractor 1.04 - Sub - Subcontractor 1.05 - Written Notice 1.06 - Work 1.07 - Extra Work 1.08 - Working Day 1.09 - Calendar Day 1.10 - Substantially Completed 1.11- Furnish 2.01 - Owner- Engineer Relationship ' 2.02 - Observation by Engineer 2.03 - Payments for Work 2.04 - Initial Determinations 2.05 - Objections 2.06 - Lines and Grades 2.07 - Contractor's Duty and Superintendence 2.08 - Contractor's Understanding 2.09 - Character of Workers 2.10 - Contractor's Buildings 2.11- Sanitation 2.12 - Shop Drawings 2.13 - Preliminary Approval 2.14 - Defects and Their Remedies 2.15 - Changes and Alterations 2.16 — Inspectors Resident Project Representative 2.17 — Substitutions or Approved Equal 3. General Obligations and Responsibilities 3.01 - Keeping of Plans and Specifications Accessible GC -1 3.02 - Ownership of Drawings 3.03 - Adequacy of Design 3.04 - Right of Entry 3. General Obligations and Responsibilities (cont'd) 3.05 - Collateral Contracts 3.06 - Discrepancies and Omissions 3.07 - Equipment, Materials and Construction Plant 3.08 - Damages 3.09 - Protection Against Accident to Employees and the Public 3.10 - Performance and Payment Bonds 3.11 - Losses from Natural Causes 3.12 - Protection of Adjoining Property 3.13 - Protection Against Claims of Subcontractors, etc. 3.14 - Protection Against Royalties or Patented Invention 3.15 - Laws and Ordinances 3.16 - Assignment and Subletting 3.17 - Indemnification 3.18 - Insurance 3.19 - Final Clean -Up 3.20 - _ - - - Correction or Removal of Defective Work 3.21- Testing of Materials 3.22 - Wage Rates 4. Prosecution and Progress 4.01 Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01- Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments GC -2 1 1 6. Extra Work and Claims 1 1 1 1 1 1 1 1 10. Protection of Persons and Property 1 1 1 1 1 1 1 1 6.01- Change Orders 6.02 - Minor Changes 6.03 - Extra Work 6.04 - Time of Filing Claims 6.05 - Continuing Performance 7. Abandonment of Contract 7.01 - Abandonment by Contractor 7.02 - Abandonment by Owner 8. Subcontractors 8.01- Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9. Separate Contracts 9.01 - Owner's Right to Award Separate Contracts 9.02 - Mutual Responsibility of Contractors 9.03 - Cutting and Patching Under Separate Contracts 10.01- Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities 11. Termination 11.01- Termination by Owner for Cause 11.02 - Termination for Convenience GC -3 1. Definition of Terms 1.01 Owner, Contractor and Engineer General Conditions of Agreement The Owner, the Contractor and the Engineer and those persons or organizations identified as such in the Agreement are referred to throughout the Contract Documents as if singular in number and masculine in gender. The term "Engineer" means the Engineer or his duly authorized representative. The Engineer shall be and-tlie-Gentfaeter: 1.02 Contract Documents The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any such documents before the execution of the agreement. Drawings showing the details of the Work specified are designated "Drawings" or "Plans ", and together with the Specifications form an integral part of the Contract Documents. Shop Drawings, as referred to in Section 2.12 are not part of the Contract Documents. Any reference to standard specifications shall always imply the latest edition of such standard specification or specifications available at the time Notice inviting Contractors to bid is published unless otherwise indicated. The cross - referencing of specification sections is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. GC-4 1.03 Subcontractor The term "Subcontractor," as employed herein, includes only those having a direct contract with the Contractor. It includes one who furnishes material worked to special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 Sub - Subcontractor The term "Sub- Subcontractor" means one who has a direct or indirect contract with a Subcontractor to perform any of the work at the site. It includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. GC -5 1.05 Written Notice 1.06 Work Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the Contract Documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which, when so applied, have a well - known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term "Extra Work" shall be understood to mean and include all work that may be required by the Engineer or the Owner to be done by the Contractor to accomplish any change, alteration or addition to the work not indicated in the Plans and Specifications utilized to prepare Contractor's Bid proposal, provided under "Changes and Alterations" herein. 1.08 Working Day 1.09 Calendar Day , except as The term "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. The term "Calendar Day" is defined as any day of the week or month, no days being excepted. 1.10 Substantially Completed The term "Substantially Completed" shall be understood to mean that the Work GC -6 ctructuro has been made suitable for use or occupancy or that the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 1.11 Furnish Furnish, Install, Perform, Provide, Supply - The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean FURNISHING AND INCORPORATING IN THE WORK including all necessary labor, materials, equipment and everything necessary to perform the Work indicated, unless specifically limited in the context." 2. Responsibilities of the Engineer and the Contractor 2.01 Owner- Engineer Relationship The Engineer will be the Owner's representative during construction. The duties, responsibilities and limitations of authority of the Engineer as the Owner's representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the Owner and the Engineer. The Engineer will advise and consult with the Owner, and all of the Owner's instructions to the Contractor shall be issued through the Engineer. 2.02 Observation PFokosione.1400peetion by Engineer The Engineer shall make periodic visits to the site to familiarize himself with the progress of the executed work and to determine in general, if such wo meets the is proceeding in accordance with the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspection of the quality or quantity of the work or be responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. 2.03 Payments for Work GC -7 The Engineer shall review the Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such amounts; such recommendation of payment to the Contractor constitutes a representation to the Owner of the Engineer's professional judgement that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such recommendation of an application for payment to the Contractor shall not be deemed as a representation by the Engineer that the Engineer has made any examination to determine how or for what purpose the Contractor has used the monies paid on account of the contract price. 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the Owner relating to execution or progress of the work or interpretation of the Contract Documents. The Engineer's decision shall be rendered in writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections In the event the Engineer renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the Engineer within thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to litigation as hereinafter provided. 2.06 Lines and Grades GC -8 The Engineer shall provide a baseline and datum bench mark referencepoint. The Contractor, at his own expense, shall employ a registered engineer or licensed land surveyor acceptable to the Owner to give the Contractor lines and elevations for the Contractor's use in construction of the work. The registered engineer or licensed land surveyor shall furnish to the Engineer, through the Contractor, a signed plat certifying to the location and elevations of the Work indicating ties and closure to the Engineer's baseline and datum bench mark. 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent English - speaking Superintendent and any necessary assistants to supervise and direct the work. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the Owner and the Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection and safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications, as well as any additional information concerning the work to be performed passing from or through the Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from the plans and specifications; the intent of such drawings, specifications and any other such information being to define with specificity the agreement of the parties as to the work the Contractor is to perform. The Contractor shall be fully and completely liable, at his own expense, for design, construction, installation, and use or non -use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any GC -9 clarification of plans and specifications, by the Engineer or the Owner, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or methods, is agreed by the Contractor to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling the Contractor to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the Contractor from full and complete responsibility for the proper performance of his work on the project, including but not limited to the propriety of means and methods of the Contractor in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the Contractor from plans and specifications that may have been in evidence during any such visitation or observation by the Engineer, or any of his representatives, whether called to the Contractor's attention or not, shall in no way relieve the Contractor from his responsibility to complete all work in accordance with said plans and specifications. 2.08 Contractor's Understanding It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. The Contractor agrees that he will make no claim against the Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent - unfaithful or disorderly, or rcfusc such worker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. No illegal alien may be employed by any Contractor for GC -10 work on this project, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien who works for the Contractor at this project. 2.10 Contractor's Buildings The building of structures for housing workers, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.11 Sanitation 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 manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. 2.12 Shop Drawings The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during the Contractor's performance hereunder. GC -11 ENGINEER's check and review of Shop Drawings and Samples, Standard Specifications and descriptive literature submitted by CONTRACTOR will be only for general conformance with design concept, except as otherwise provided, and shall not be construed as permitting any departure from the Contract Requirements; relieving CONTRACTOR of the responsibility for any error in details, dimensions or otherwise that may exist in such submittals; constituting a blanket approval of dimensions, quantities, or details of the material or equipment shown; or approving departures from additional details or instructions previously furnished by ENGINEER. Such check or review shall not relieve CONTRACTOR of the full responsibility of meeting all of the requirements of the Contract Documents. The contractor shall submit all Shop Drawings and Samples sufficiently in advance of construction requirements to allow ample time for checking, correcting, resubmitting and rechecking and to avoid any delay in progress of the Work. Shop drawings or Samples submitted shall be marked with the name of the Protect, numbered, and bear the stamp of approval of the Contractor as evidence that the Shop Drawings and Samples have been reviewed and approved by the Contractor. Any Shop Drawings or Samples submitted without this stamp of approval will not be considered and will be retumed to the Contractor for resubmission. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that he has reviewed, approved, and coordinated such submittals with the requirements of the Work and the Contract Documents. 2.13 Preliminary Approval The Engineer shall not have the power to waive the obligations of this contract for the furnishing by the Contractor of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform the contract, including without limitation, the obligation to at once tear out, remove and properly replace any defective work or material at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in the event the material has been once accepted by the Engineer, such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re- examination by the GC -12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Engineer, prior to final acceptance, and if found not in accordance with the plans and/or specifications for said work, all expense of removing, re- examination and replacement shall be borne by the Contractor. Otherwise, the expense thus incurred shall be allowed as Extra Work and shall be paid for by the Owner; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the Engineer. 2.14 Defects and Their Remedies It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 Changes and Alterations The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying performance and payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment ". If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment ". Otherwise, such additional work shall be paid for as provided under Extra Work. In the event the Owner makes such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. 2.16 repeaters Resident Project Representatives GC -13 The Engineer may provide one (or more) field Resident Project Representatives (RPRs) inspeeter-s at the work site for the limited purpose of observing the work in progress and reporting back to the Engineer on the extent, nature, manner and performance of the work so that the Engineer may more effectively perform his duties hereunder. Such RPRs inspeeters may also communicate between the Engineer and the Contractor their respective reports, opinions, questions, answers and clarifications concerning the plans, specifications and work but shall not be deemed the agent of the Contractor for all purposes in communicating such matters. Such RPRs inspectors may confer with the Contractor or the Contractor's Superintendent concerning the prosecution of the work and its conformity with the plans and specifications but shall never be, in whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such RPR inspector is not authorized by the Engineer or the Owner to independently act for either or answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No RPR's inspector `a opinion, advice, interpretation of the plans or specifications of this contract, apparent or express approval of the means or methods or manner of the Contractor's performance of work in progress or completed, or discovery or failure to discover or object to defective work of materials shall release the Contractor from his duty to complete all work in strict accordance with the plans and specifications or stop the Owner or the Engineer from requiring that all work be fully and properly performed including, if necessary, removal of defective or otherwise unacceptable work and the re -doing of such work. 2.17 Substitutions or Approved Equal Whenever the Contract Documents call for an article or an item of material or equipment and which is defined by describing a proprietary product or by using the name of a manufacturer, vendor, trade name, catalog number, or other reference, the term "or approved equal ", if not inserted, shall be implied. The specified articles, materials, or equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired, and shall not be construed in such a manner as to exclude products of a comparable substance, quality, design, function, and efficiency. The Contractor shall comply with the requirements of the Contract Documents relative to approval of material and equipment before incorporation into the Work. GC -14 1 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor may request approval of substitute articles, materials, or equipment. The Engineer shall evaluate the articles, materials, or equipment offered and, on the basis of its opinion, shall make recommendations pertaining thereto in the best interests of the Owner. In the event of approval a written Addendum or Change Order, as appropriate, will be issued. 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with five (5) filiflibef-g-copies of all plans and specifications without expense to him and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 Ownership of Drawings All drawings, specifications and copies thereof furnished by the Engineer shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the Owner. 3.03 Adequacy of Design It is understood that the Owner believes it has employed competent engineers and designers. It is therefore agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project provided that the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. 3.04 Right of Entry The Owner reserves the right to enter the property or location at which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 3.05 Collateral Contracts GC -15 The Owner agrees to provide, by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner so as not to unreasonably delay the progress of the work or damage the Contractor, except where such delays are specifically mentioned elsewhere in the Contract Documents. The Owner will attempt to coordinate the collateral work of utility companies regulated by City franchises, but the City shall not be responsible for delays or other damages to the Contractor which may result from their acts or omissions. 3.06 Discrepancies and Omissions The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with generally accepted practices for construction. In the event of any discrepancies between the separate Contract Documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent 'of any portion of the contract, specifications or drawings, the Engineer shall define what is intended to apply to the work. 3.07 Equipment, Materials and Construction Plant The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages In the event the Contractor is damaged in the course of completion of the work by the act, negligence, omission, mistake or default of the Owner or the Engineer, thereby causing loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall reimburse the Owner for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of GC -16 1 1 1 1 1� 1 1 1 1 . 1 1 r 1 1 employees and others on or near the work and shall comply with all applicable provisions of federal, state, and municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state, or municipal laws or regulations. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor. In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the Owner and the Engineer of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the Owner and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, on standard forms for this purpose, guaranteeing faithful performance of the work and the fulfilment of any guarantee required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the contract. If the contract price is $25,000.00 or less, no payment or performance bond shall be required. It is agreed that the contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this contract, and no extra payment for such bonds will be made by the Owner. Unless otherwise approved in writing by the Owner, the surety company underwriting the bonds shall be licensed to write such bonds in the State of Texas. - 3.11 Losses from Natural Causes Unless otherwise specified, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be GC -17 sustained and borne by the Contractor at his own cost and expense. 3.12 Protection of Adjoining Property The said Contractor shall take proper means to protect the adjacent or adjoining property or properties, in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the - contract regardless of whether or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Furnishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the Owner, Engineer, and Engineer's Subconsultants and the Engineer harmless from all claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the Owner, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the Owner may either pay directly any unpaid bills of which the Owner has written notice, or may withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims. When satisfactory evidence is furnished that all liabilities have been fully discharged, payments to the Contractor shall be resumed in full in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon the Owner by either the Contractor or his surety. 3.14 Protection Against Royalties or Patented Invention The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the Owner, Engineer, and Engineer's Subconsultants harmless from any loss on account GC -18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 thereof, except that the Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then the Contractor shall indemnify and save the Owner harmless form any loss on account thereof. If the material or process specified or required by the Owner is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives such information to the Owner. 3.15 Laws and Ordinances The Contractor shall at all times observe and comply with all federal, state and local laws, ordinance and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the Owner, Engineer, and Engineer's Subconsultantsagainst any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or his employees, except where such violations are called for by the provisions of the Contract Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer or Engineer's Subconsultants, he shall bear all costs arising therefrom. In case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contract, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. 3.16 Assignment and Subletting The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney or otherwise, or sublet said contract without the written consent of the Engineer, and that no part or feature of the work will be sublet to anyone objectionable to the Engineer or the Owner. The Contractor further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner as provided by this agreement. 3.17 Indemnification GC -19 The Contractor shall defend, indemnify and hold harmless the Owner, Engineer, and Engineer's Subconsultant and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damage, claim, loss, demand, suit, judgment, cost or expense: 1. is attributable to bodily injury, sickness, disease or death of any person including Contractor's employees and any Subcontractor's employees and any Sub - subcontractor's employees, or to injury to or destruction of tangible property including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub - subcontractor including the loss of use resulting therefrom; and, 2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer or Engineer's Subconsultants, their agents or employees arising out of the preparation of maps, plans, reports, surveys, change orders, designs or specifications, or the approval of maps, plans, reports, surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer or Engineer's Subconsultants, their agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the Owner, Engineer, or Engineer's Subconsultants, or any 'of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or Sub - subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts.3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. A. Statutory Workmen's Compensation. Definitions: GC -20 Certificate of coverage ( "certificate ") - a copy of a certificate of insurance, a certificate of authority to self- insure issued by the Texas Workers' Compensation 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 providing services on a project, for the duration of the project. Duration of the proiect - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. 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. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that 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. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. (b) 'Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. ( c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: "As States except those listed in 3A and the States of NV, ND, OH, WA, WV, and WY." GC -21 The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 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. The Contractor shall obtain from each person providing services on a 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) calendar 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar 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. 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. The Contractor shall contractually require each person with whom it contracts to provide services on the project to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts of filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all of its employees providing services on GC -22 1 1 1 1 1 1 1 1 1 1 1 1 1 1� 1 1 1 1 1 1 1 $ 1 1 1 1 a 1 1 a 1 1 1 1 the project, for the duration of the project; (b) 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; © 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; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar 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 contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 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, (f) (g) GC -23 criminal penalties, civil penalties, and /or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten (10) calendar days after the receipt of notice of breach from the governmental entity. B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. C. Property Damage Insurance with minimum limits of $50,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and Property Damage minimum limits of $50,000 for each occurrence. Contractor shall require Subcontractors to provide Automobile Liability Insurance with same minimum limits. The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been approved by the Owner and the Engineer. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the Owner and the Engineer shall not relieve or decrease the liability of the Contractor hereunder. The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance (other than workers' compensation) shall be endorsed to include the Owner as an additional insured thereunder. The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which the insurance applies, the expiration date, and the above - mentioned notice of cancellation clause. Insured shall be listed in the insurance coverage by specific name and not by genre. A GC -24 1 1, 1 1 1 1 1 1 1 1 r 1 1 r 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 listing of Engineer and Engineer's Subconsultants to be named as additional insured shall be as follows: 3.19 Final Clean -up HDR Engineering, Inc., 2211 S. IH-35, Ste. 300 Austin, Texas 78741 Fugro South, 1107 West Gibson St., Austin, Texas 78704 Baker - Aicklen & Assoc., 203 E. Main St., Ste. 201, Round Rock, Texas 78664 Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event the Contractor fails or refuses to clean and remove surplus materials and debris as above provided, the Owner or the Engineer may do so, or cause same to be done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from the final payment. 3.20 Correction or Removal of Defective Work If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). If within one year after the date of Substantial completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have GC -25 the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in these Conditions. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with this section, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and GC -26 ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. 3.21 Testing of Materials Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the Owner. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the extent of the retesting shall be determined by the Engineer. The Engineer may require additional testing for failing tests and may require two (2) passing retests before acceptance will be made by the Owner. The testing laboratory will be designated by the Owner. All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to furnish a manufacturer's certificate stating that the material meets the requirements specified for this project. 3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10) 2288.021. Duty of Government Entity to Pay Prevailing Wage Rates a. The state or any political subdivision of the state shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality m which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection (a) does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if the worker GC -27 is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid Tess than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 2258.051. Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the contractor under the contract, except that, the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the contractor has violated this chapter. WRI001 July 1997 Applicable wage rates are shown in Section 06 WAGE RATES of the SPECIAL CONDITIONS. 4. Prosecution and Progress 4.01 Time and Order of Completion It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution GC -28 shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal: provided, also, that when the Owner is having other work done, either by contract or by his own force, the Engineer may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner , schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. 4.02 Extension of Time Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or the Engineer, or of any employee of either, or by other contractors employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer; provided, however, that the Contractor shall give the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for . extension of time on "Calendar Days" contracts. 4.03 Hindrances and Delays No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the Owner) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the Owner, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the Owner to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. GC -29 5.02 Estimated Quantities This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated or contemplated quantity for such items, then either party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of the work above or below twenty percent (20 %) of the estimated quantity. A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a total cost equal to or greater that five percent (5 %) of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. _ Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this agreement, as provided under "Extra Work ". 5.03 Price of Work In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the Contractor, and on the completion of all work and on the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the prices set forth in the proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this agreement. GC -30 5.04 Partial Payments On or before the first day of each month, the Contractor shall submit to the Engineer a statement showing the total value of the work performed up to and including the 25th day of the preceding month. The statement shall also include the value of all sound materials delivered on the job site and to be included in the work and all partially completed work whether bid as a lump sum or a unit item which in the opinion of the Engineer is acceptable. The Engineer shall examine and approve or modify and approve such statement. The Owner shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less five percent (5 %) of the amount thereof, which five percent (5 %) shall be retained until final payment, and further less all previous payments and all further sums that may by retained by the Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, then the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment ". 5.05 Use of Completed Portions The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost or delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or both, as the Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's list of unfinished work and will add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. GC -31 5.06 Final Completion and Acceptance Within ten (10) days after the Contractor has given the Engineer written notice that the work has been completed, or substantially completed, the Engineer and the Owner shall inspect the work and within said time, if the work is found to be completed in accordance with the Contact Documents, the Engineer shall issue to the Owner and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the Owner to issue a Certificate of Acceptance to the Contractor or to advise the Contractor in writing of the reason for non - acceptance. 5.07 Final Payment 1 Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make final measurements and prepare final statement for the value of all work performed and materials furnished under the terms of the agreement and shall certify same to the Owner, who shall pay to the Contractor on or before 35th day after the date of the Certificate of Completion, the balance due the Contractor under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the Contractor of the obligation for fulfilment of any warranty which may be required. 5.08 Payments Withheld The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: a) Defective work not remedied or other obligations hereunder not done. b) Claims filed or reasonable evidence indicating probable filing of claims. c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. d) Damage to the Owner or another contractor's work, material or equipment. e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. f) Reasonable indication that the work will not completed within the contract time. GC -32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 g) When the above grounds are removed or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. ' 5.09 Delayed Payments Other causes affecting the performance of the contract. Should the Owner fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of six percent (6 %) per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payment," until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims 6.01 Change Orders Without invalidating this agreement, the Owner may at any time or from time to time order additions, deletions or revisions to the work; such changes will be authorized by a Change Proposal Request and subsequent Change Order to be prepared by the Engineer for execution by the Owner and the Contractor. The change order shall set forth the basis for any change in contract price, as hereinafter set forth for extra work, and any change in contract time which may result from the change. In the event the Contractor shall refuse to execute a change order which has been prepared by the Engineer and executed by the Owner, the Engineer may in writing instruct the Contractor to proceed with the work as set forth in the change order and the Contractor may make claim against the Owner for extra work involved therein, as hereinafter provided. 6.02 Minor Changes The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in contract price. These GC -33 changes will be in the form of Work Change Directives for modifications involving no price or time adjustment to the Contract. If the Contractor believes that any minor change or alteration authorized by the Engineer involves extra work and entitles him to an increase in the contract price, the Contractor shall make written request to the Engineer for a written Change Proposal Request. In such case, the Contractor by copy of his communication to the Engineer or otherwise in writing shall advise the Owner of his request to the Engineer for a written Change Proposal Request and that work involved may result in an increase in the contract price. Any request by the Contractor for a change in contract price shall be made prior to beginning the work covered by the proposed change. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a change order or for which a claim for extra work is made shall be determined by the unit prices upon which this contract was bid to the extent such work can be fairly classified within the various work item descriptions and for work items that cannot be so classified by one or more of the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method © If neither Method (A) nor Method (B) is agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work, plus fifteen percent (15 %). In the event said extra work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the Contractor of all workmen, such as foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on performance and GC -34 payment bonds and maintenance bonds, public liability and property damage and workers' compensation, and all other insurance as may be required by any law or ordinance, or directed or agreed to by the Owner. The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the Engineer. The Engineer or the Owner may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100 %), unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15 %) of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the Contractor's camp or field office must be maintained primarily on account of such extra work; then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Engineer for written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefor, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to mediation or litigation. 6.04 Time of Filing Claims It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) days after the Engineer has given any directions, order or instruction to which the Contractor desires to take exception. The Engineer shall reply within thirty (30) days to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the Engineer's decision, any demand for mediation shall be filed with the Engineer and the Owner in writing within ten (10) days after the date of delivery to Contractor of the Engineer's final decision. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the GC -35 final payment shall be a bar to any claims by either party, except claims by Owner for defective work or enforcement of warranties and except as noted otherwise in the Contract Documents. 6.05 Continuing Performance The Contractor shall continue performance of the contract during all disputes or disagreements with the Owner. The production or delivery of goods, the furnishing of services and the construction of projects or facilities shall not be delayed, prejudiced or postponed pending resolution of any disputes or disagreements, except as the Owner may otherwise agree in writing. 7. Abandonment of Contract 7.01 Abandonment by Contractor In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Engineer, or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with the Contract Documents, then and in that case, where performance and payment bonds exist, the sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the surety on the performance bond, or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor (except when used in connection with extra work, where credit shall be allowed as provided for under Section 6 herein), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in case the surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (1) The Owner may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies as the Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to the Contractor, and expense so charged shall be deducted and paid by the GC -36 Owner out of such monies as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. In case such expense is less than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor and /or his surety shall pay the amount of such excess to the Owner, or (2) The Owner, under competitive bids taken after notice published as required by law, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case there is any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the surety shall be and remain bound therefor. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this contract, the Contractor and /or his surety shall be credited therewith. When the work shall have been substantially completed, the Contractor' and his surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified by the Engineer as being correct, shall then be prepared and delivered to the Contractor and his surety, whereupon the Contractor and /or his surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and /or his surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor and his surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his surety subject only to the duty of the Owner to exercise ordinary care to protect GC -37 such property. After fifteen (15) days from the date of said notice, the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the Contractor or his surety, to their proper owners. The books on all operations provided herein shall be opened to the Contractor and his surety. 7.02 Abandonment by Owner In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the Contractor and have not been wrought into the work. Thereupon, the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and which cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this agreement and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this agreement. 8. Subcontractors 8.01 Award of Subcontracts for Portions of the Work Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the Contractor, as soon as practicable after the award of the contract, shall furnish to the Engineer in writing for acceptance by the Owner and the Engineer a list of the names of the Subcontractors proposed for the principal portions of the work. The Engineer shall promptly notify the Contractor in writing if either the Owner or the Engineer, after due investigation, has objection to any Subcontractor on such list and does not accept him. Failure of the Owner or the Engineer to make objection promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor. GC -38 The Contractor shall not contract with any Subcontractor or any person or organization (including those who are to furnish materials or equipment fabricated to a special design) proposed for portions of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for the principal portions of the work who has been rejected by the Owner and the Engineer. The Contractor will not be required to contract with any Subcontractor or person or organization against whom he has a reasonable objection. If the Owner or the Engineer refuses to accept any Subcontractor or person or organization on a list submitted by the Contractor in response to the requirements of the Contract Documents or the Instructions to Bidders, the Contractor shall submit an acceptable substitute and the contract amount shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued; however, no increase in the contract amount shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting for acceptance any list or lists of names as required by the Contract Documents or the Instructions to Bidders. If the Owner or the Engineer requires a change of any proposed Subcontractor or person or organization previously accepted by them, the contract amount shall be increased or decreased by the difference in cost occasioned by such change and an appropriate change order shall be issued. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Engineer, unless the substitution is acceptable to the Owner and the Engineer. 8.02 Subcontractual Relations All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: (1) (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) preserve and protect the rights of the Owner and the Engineer under the contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable GC -39 time to enable the Contractor to apply for payment in accordance with this contract; (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; (5) A copy of all such subcontract agreements shall be filed by the Contractor with the Engineer before the Subcontractor shall be allowed to commence work. 8.03 Payments to Subcontractors obligate each subcontractor specifically to consent to the provisions of this section. The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount directly based upon the value of the work performed and allowed to the Contractor on account of such Subcontractor's work, less the percentage retained from payments to the Contractor. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Engineer fails to approve a payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any monies to such Subcontractor except as may otherwise be required. 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts The Owner reserves the right to award other contracts in connection with other portions GC-40 of the project under these or similar conditions of the contract. When separate contracts are awarded for different portions of the project, "the Contractor" in the contract documents in each case shall be the contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's work. Should the Contractor cause damage to the work or property of any separate contractor on the project, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner or initiates an proceeding allowed hereunder on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or award against the Owner arises therefrom the Contractor shall pay or satisfy it and shall reimburse the Owner for all attorney's fees and court costs or other costs which the Owner has incurred. 9.03 Cutting and Patching under Separate Contracts The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work, except as otherwise specifically provided in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. Any costs caused by defective or ill -timed work shall be borne by the party responsible therefor. 10. Protection of Persons and Property GC -41 10.01 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. 10.02 Safety of Persons and Property The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to: (1) all employees on the work and all other persons who may be affected thereby: (2) all the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub - subcontractors; and (3) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, fences, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly inflammable materials, shall conform to federal, state, local laws and ordinances. All city ordinances shall be complied with even though some or all of the blasting is done outside the city limits unless the applicable ordinance is in conflict with the law of the jurisdiction where the action is being taken. The following is a list of requirements in addition to federal, state, and local laws and ordinances: 1. The Contractor shall furnish the City of Round Rock with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least GC -42 twenty-four (24) hours prior to using explosives. A blasting permit must be obtained from the city at least five (5) days prior to use of explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The following public utility companies and city departments will be notified by the Contractor, on every occasion, at least twenty-four (24) hours prior to the use of explosives: Water and Wastewater, Electric, Gas, Telephone and the City Engineering Department. . 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineering Department. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the City Inspector, the permit, or by safe blasting practices. 5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the City Code. 6. The Director of Engineering or his representative shall have the right to limit the use of explosives and /or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. 7. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. All claims of damage shall be investigated by the City of Round Rock or by consulting firms approved by the city. 8. The Contractor shall maintain accurate records throughout the blasting operations showing the type explosive used, number of holes, pounds per hole, depth of hole, total pounds per shot, delays used, date and time of blast and initials of the inspector. The Contractor is fully responsible for all claims resulting from his blasting operation. All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty drawings or specifications or solely to the acts or omissions of the Owner or the Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. GC -43 The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner and the Engineer. 10.03 Location and Protection of Utilities Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. The Contractor shall exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the Contractor's work or storage areas. Upon request, the Owner shall provide such information as it has about the location and grade of water, sewer, gas, and telephone and electric lines and other utilities in the work area but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and nondelegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. 11. Termination 11.01 Termination by Owner for Cause Conditions for termination are as follows: Without prejudice to any other legal or equitable right or remedy which it would otherwise possess hereunder or as a matter of law, City shall be entitled by giving Contractor five (5) days prior written notice to terminate this contract in its entirety at any time: If the Contractor becomes insolvent, voluntarily files for bankruptcy, is the subject of an involuntary petition for bankruptcy commenced by its creditors, makes a general assignment for the benefit of creditors or becomes the subject of any other proceeding commenced under any statute or law for the relief of debtors; or If a receiver trustee or liquidator of any of the property or income of Contractor shall be appointed; or If Contractor: Shall fail to prosecute the work or any part thereof with diligence necessary to insure its progress and completion as prescribed by the time schedules; and Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or If Contractor: Shall fail for any reason other than the failure by City to make payments called upon when due, and GC -44 Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or If Contractor: Shall commit a substantial default under any of the terms, provisions, conditions, or covenants contained herein; or Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or - In the event of such termination, Contractor shall only be paid its reimbursable costs incurred prior to the effective date of the termination notice and shall not be entitled to receive any further fixed fee payments hereunder and shall be further subject to any claim City may have against Contractor under other provisions of this agreement or as a matter of law, including the refund of any overpayment of reimbursable costs and /or fixed fee. If this Contract is terminated for cause, the City shall have the right but shall not be obligated to complete the work itself or by others; and to this end, City shall be entitled to take possession of and use such equipment and materials as may be on the job site, and to exercise all rights, options, and privileges of Contractor under its subcontracts, purchase orders, or otherwise; and Contractor shall promptly assign such rights, options and privileges to City. If City elects to complete the work itself or by others, pursuant to the foregoing, the City will reimburse City for all costs incurred by City (including, without limitation, applicable, general, and administrative expenses, and field overhead, and the cost of necessary equipment, materials, and field labor) in correcting work by Contractor which fails to meet contract requirements. Nothing contained in the preceeding sections shall require City to pay for any work which is unsatisfactory as determined by the Director or which is not submitted in compliance with the terms of this Contract. City shall not be required to make any payments to Contractor when Contractor is in default under this Contract, nor shall this Article constitute a waiver of any right, at law and at equity, which City may have if Contractor is in default, including the right to bring legal action for damages or to force specific performance of this Contract. 11.02 Termination for Convenience In connection with the work outlined in the Contract, it is agreed and fully understood by Contractor, that City may cancel or indefinitely suspend further work hereunder or terminate this Contract either for cause as outlined above, or for the convenience of City, upon fifteen (15) days written notice to Contractor, with the understanding that immediately upon receipt of said notice all work and labor being performed under this Contract shall cease. Contractor shall invoice City for all work satisfactorily completed and shall be compensated in accordance with the terms of this Contract for work accomplished prior to the receipt of said notice. No amount shall be due for lost or anticipated profits. GC -45 After receipt of a notice of termination and acceptance otherwise directed by City, Contractor shall, in good faith, and to the best of his ability, do all things necessary, in the light of such notice and of such request and implementation thereof as City may make to assure the efficient proper closeout of the terminated work (including the protection of City property). Among other things, the Contractor shall, except as otherwise directed or approved by City: 1. Stop the work on the date and to the extent specified in the notice of termination. 2. Place no further orders for subcontracts for services, equipment or materials, except as may be necessary for completion of such portion of the work as is not terminated. 3. Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. 4. Assign to City, in the manner and to the extent directed by it, al right title, and interest of Contractor under the orders or subcontracts so terminated; in which case, City shall have the right to settle or pay any or all claims arising out of such termination of such orders and/or subcontracts. S. With the approval of City, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts. 6. Deliver to City, all documents, property, plans, field surveys, maps, cross sections and other data, designs and work related to the Project shall become the property of the City upon termination of this Contract, in a reasonably organized form, without restriction on future use. Should City subsequently contract with a new contractor for continuation of services under this Project, Contractor shall cooperate in providing information. 7. In the event of such termination, no cost incurred after the effective date of the notice of termination shall be treated as reimbursable costs unless it relates to carrying out the unterminated portion or taking closeout measures. GC -46 5.0 SPECIAL CONDITIONS 1 1 SECTION 01- INFORMATION 01 -01 ENGINEER 1 The word "Engineer" in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized 1 representative to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart ' (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. ' 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME The Contractor agrees that time is of the essence for this Contract and that the definite value of damages which would result from delay would 1 be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such 1 extension of time as is provided for under the provisions of Section 4.02 of the General Conditions, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated 1 damages of the following amounts: Substantial Completion $ 500 /day ' Final Completion $ 300 /day 01 -05 LOCATION The location of work shall he as mentioned in the Notice to Bidders and as ' SC -2 indicated on Plans. 01 - 06 USAGE OF WATER All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 5.04 of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. SECTION 02- SPECIAL CONSIDERATIONS 02 - 01 CROSSING UTILITIES , Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 - 02 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services while performing the work associated with this contract. No additional payment will be made for this item. SC -3 02 -03 GUARANTEES The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for the period that the Warranty Bond, as outlined in Section 04 of the Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -04 MINIMUM WAGE SCALE Contractors are required to pay prevailing wage rates to laborers, workmen and mechanics employed on behalf of the City engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for work of a similar character. This applies to Contractors and Subcontractors. The Contractors and Subcontractors shall keep and make available records of workers and their wages. Contractors and Subcontractors shall pay the prevailing wage rates as adopted by the Owner. There is a statutory penalty of $60.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the Contractor or any Subcontractor. 02 -05 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages or anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change SC -4 order. 02 -06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -07 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -08 PAYMENT FOR MATERIALS ON HAND Owner will not pay for materials on hand. Payment will be made for work completed in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 - 09 "AS BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built ", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the Owner. Each appurtenance shall be located by at least two (2) horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as- builts tie -ins provided no existing utilities as previously described are available Costs for delivering as -built drawings shall be subsidiary to other bid items. SC-5 ' 02 -10 LAND FOR WORK - Owner provides, as indicated on Drawings, land upon which work is to done, right -of -way for access to same and such other lands which are ' designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 - 11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to ' grade and alignment of proposed improvements immediately notify engineer, who without delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements changed. 1 Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements ' with the owner of the utility to be moved and have it moved. The costs of any utility relocations will be at the Contractor's sole expense. Owner will not be liable for relocations costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work. 1 02 - 12 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be t responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans. This item shall not be paid for separately and shall be considered ' subsidiary to other bid items. SECTION 03- TRAFFIC CONTROL ' Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access, the Contractor shall notify all applicable agencies (i.e. Fire Department, E.M.S., Public Works, etc.). ' At the end of each day two lanes of traffic shall be opened to the public. The Contractor shall be responsible for all maintenance, signing and safety ' SC -6 precautions necessary for traffic control. This item shall be considered subsidiary to other bid items and no additional compensation shall be given for complying with this Special Condition. SC -7 SECTION 04- WARRANTY BOND Per City of Round Rock Ordinances, a two (2) year Warranty Bond naming the City of Round Rock as obligee will be required for public streets constructed without lime stabilization of subgrade material when the Plasticity Index of the subgrade is above 20. Warranty Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety or other surety or sureties acceptable to the Owner prior to final payment. A one (1) year Warranty Bond in the amount of one hundred (100 %) percent of the contract price will be required for all other improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner prior to final payment. SECTION 05 INSURANCE Section 3.18 of the General Conditions of the Agreement is hereby amended to include the following: 3.18 Insurance Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and furnish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: a. Statutory Worker's Compensation and minimum $100,000 Employers Liability Insurance. b. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. SC -8 c. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or Combined Single Limit of $600,000. d. On all new or remodeling building proiects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract price for such improvements. Owner and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risk Insurance required under this section, except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. e. Owner and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance." When offsite storage is permitted, policy will be endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured SC -9 retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to owner. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 of any and all changes to policy 30 days prior to change. 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. . Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as SC -10 evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and /or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to receive copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. SC -11 SECTION 06- WAGE RATES GENERAL DECISION TX960043 03/15/96 TX43 General Decision Number TX960043 Superseded General Decision No. TX950043 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). *NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT/PUMP STATIONS IN BELL, CORYELL, MCLENNAN AND WILLIAMSON COUNTIES. Modification Number Publication Date 0 03/15/1996 COUNTY(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN SUTX2042A 11/16/1991 Rates Fringes AIR TOOL OPERATOR 6.500 ASPHALT HEATER OPERATOR 6.500 ASPHALT RAKER 7.011 ASPHALT SHOVELER 6.550 BATCHING PLANT WEIGHER 8.173 BAI'I'hRBOUARD SETTER 7.700 CARPENTER 9.054 CONCRETE FINISHER - PAVING 8.600 SC -12 CONCRETE FINISHER - STRUCTURES 7.903 CONCRETE RUBBER 6.740 ELECTRICIAN 13.710 FLAGGER 5.150 FORM BUILDER - STRUCTURES 8.017 FORM LINER - PAVING & CURB 7.250 FORM SETTER - PAVING & CURB 7.683 FORM SETTER- STRUCTURES 7.928 LABORER- COMMON 6.078 LABORER- UTILITY 6.852 MECHANIC 10.774 OILER 9.389 SERVICER 7.280 PAINTER - STRUCTURES 10.000 PILEDRIVER 6.600 PIPE LAYER 7.229 BLASTER 9.067 ASPHALT DISTRIBUTOR OPERATOR 7.304 ASPHALT PAVING MACHINE 7.945 BROOM OR SWEEPER OPERATOR 7.117 BULLDOZER, 150 HP & LESS 8.125 BULLDOZER, OVER 150 HP 8.593 CONCRETE PAVING CURING MACHINE 7.633 CONCRETE PAVING FINISHING MACHINE 9.067 CONCRETE PAVING GANG VIBRATOR 7.250 CONCRETE PAVING SAW 6.200 SLIPPORM MACHINE OPERATOR 8.700 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL LESS THAN 1 '/2 C.Y. 8.427 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 1 'h C.Y. &:OVER 9.880 FOUNDATION DRILL OPERATOR. CRAWLER MOUNTED 10.475 FOUNDATION DRILL OPERATOR 10.923 TRUCK MOUNTED FRONT END LOADER 2'/2 C.Y. & LESS 7.499 FRONT END LOADER OVER 2'/2 C.Y. 8.255 HOIST - DOUBLE DRUM 10.750 MOTOR GRADER OPERATOR 9.657 PAVEMENT MARKING MACHINE 6.078 PLANER OPERATOR 7.250 SC -13 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.083 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 6.403 ROLLER, PNEUMATIC, SELF PROPELLED 6.433 SCRAPER -17 C.Y. & LESS 7.245 SCRAPER -OVER 17 C.Y. • 7.495 SELF PROPELLED HAMMER OPERATOR 6.078 SIDE BOOM 9.000 TRACTOR - CRAWLER TYPE 7.539 TRACTOR PNEUMATIC 6.707 TRENCHING MACHINE 6.850 WAGON - DRILL/BORING MACHINE/POST HOLE DRILLER OPERATOR 6.926 REINFORCING STEEL SETTER PAVING 8.158 REINFORCING STEEL SELLER R STRUCTURES 9.062 STEEL WORKER - STRUCTURAL 9.242 SIGN ERECTOR 8.640 SPREADER BOX OPERATOR 6.541 BARRICADE SERVICER WORK ZONE 6.078 MOUNTED SIGN INSTALLER PERMANENT GROUND 6.078 TRUCK DRIVER - SINGLE AXLE LIGHT 6.493 TRUCK DRIVER - SINGLE AXLE HEAVY 6.674 TRUCK DRIVER - TANDEM AXLE SEMI- TRAILER 6.824 TRUCK DRIVER - LOWBOY/FLOAT 8.041 TRUCK DRIVER - TRANSIT MIX 6.078 WELDER 8.824 Unlisted classifications needed for work not included, within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively. bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. END OF GENERAL DECISION SC -14 CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 $0.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 $0.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $12.08 $0.76 $0.50 $0.05 $13.39 DRYWALL INSTALLER/CEILING INSTALLER $10.91 $0.00 $0.00 $0.00 $10.91 ELECTRICIAN $17.44 $2.16 $1.05 $1.05 $21.70 ELEVATOR MECHANIC $16.75 $3.85 $2.19 $1.50 $24.29 FIRE PROOFING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 GLAZIER $13.60 $2.24 $1.15 $0.54 $17.53 HEAVY EQUIPMENT OPERATOR $10.56 $0.00 $0.00 $0.00 $10.56 INSULATOR $13.75 $1.16 $0.92 $0.03 $15.86 IRON WORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 $0.00 $0.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 $0.00 $0.00 $0.00 $7.75 MASON $16.00 $0.00 $0.00 $0.00 $16.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 $0.34 $11.96 MILLWRIGHT $15.91 $1.63 $1.00 $0.00 $18.54 PAINTER/WALL COVERING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 PIPEFITTER $18.10 $1.42 $1.80 $0.00 $21.32 PLUMBER $12.68 $0.00 $0.00 $0.00 $12.68 ROOFER $10.00 $0.00 $0.00 $0.00 $10.00 SHEET METAL WORKER $18.40 $239 $2.55 $0.33 $23.67 SPRINKLER FITTER $18.25 $3.40 $2.20 $0.00 $23.85 TERRAZZO WORKER $0.00* $0.00 $0.00 $0.00 $0.00* . TILE SETTER $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER/CAULKER $10.64 $0.00 $0.00 $0.00 $10.64 COUNTY NAME: WILLIAMSON PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES SC -15 Date Printed: Apr'I 15, 1997 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 *$0.00 in the rate field indicated insufficient data was received to determine a prevailing wage rate for this classification. Government Code Title 10, Sec. 2258.023, paragraph C state: "A contractor or subcontractor' does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided in Section 2258.022. I (Property of General Services Commission, Based on 1996 Survey results) 1 1�. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SC -16 6.0 TECHNICAL SPECIFICATIONS ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS NOTE: The item number designation shown in parentheses adjacent to captions herein is a reference to City of Austin Standard Specifications. STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The current City of Austin Standard Specifications as adopted and amended by the City of Round Rock and the current City of Austin Erosion and Sedimentation Control Manual are hereby referred to and included in this contract as fully and to the same extent as if copied at length herein and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. TS -1 ITEM 2 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE 2.01.2 BACKWORK 2.02 GRADING During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean-up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean -up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. TS -2 1 ITEM 3 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK 1 The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the Owner's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION 1 The Engineer and Owner must be notified a minimum of 24 -hours in 1 advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or Owner's representative. 3.03 CONSTRUCTION STAKING ' The Engineer shall furnish the Contractor reference points and benchmarks that, in the Engineer's opinion, provide sufficient information for the Contractor to perform construction staking. 1 3.04 PROTECTION OF STAKES. MARKS, ETC. All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. , 1 1 1 TS -3 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES, PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right -of -way but only with approval of the Engineer. 4.03 TRAFFIC CONTROL MEASURES AND BARRICADES Traffic control measures and barricades shall be installed in accordance with the Texas Manual of Uniform Traffic Control Devices and in other locations deemed necessary by the Engineer, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property corner monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. TS -4 ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper" or "equal to" are used, they shall be understood to mean that the item referred to shall be "proper ", the "equivalent" of, or "equal to" some other item, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer, and the Engineer will have the right to require the use of such specifically designated material, article or process. TS -5 01060 -1 1 SECTION 01060 2 SPECIAL PROJECT REQUIREMENTS 3 4 5 PART 1- GENERAL 6 7 1.01 PRECONSTRUCTION CONFERENCE 8 9 A. A preconstruction conference shall be held after award of Contract. Engineer will 10 notify the Contractor as to the date and time of the conference 1 week in advance of 11 the proposed date. Contractor's Project Manager and Project Superintendent and 12 Contractor's Subcontractor Representatives shall attend. 13 14 1.02 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE 15 16 A. Owner will furnish contract documents to Contractor as stated in 01 -02 of the 17 Special Conditions. 18 19 1.03 TESTING 20 21 A. Payment for Soil, Concrete and Other Testing: 22 1. Soils and concrete testing: The Owner will pay for "Passing" soils and 23 "Passing" concrete tests on the Project. Costs of corrective action, costs of 24 "Failing" soils and concrete tests, and cost of testing associated with 25 establishment of mix design are the sole responsibility of the Contractor. 26 2. Other testing: Required testing, testing procedures, reports, certificates, and 27 costs associated with all phases of securing required satisfactory test information 28 which may be required by individual sections of Specifications or Drawings are 29 the full responsibility of the Contractor. 30 31 32 1.04 CONSTRUCTION SCHEDULE 33 34 A. At no time shall Contractor or his employees modify operation of the existing 35 facilities or start construction modifications without approval of the Owner except 36 in emergency to prevent or minimize damage. 37 38 B. Within 10 days after award of Contract, submit for approval a critical path type 39 schedule. Account for schedule of Subcontracts. Include proper sequence of 40 construction, various crafts, purchasing time, shop drawing approval, material 41 delivery, equipment fabrication, startup, demonstration, and similar time - consuming 42 factors. Show on schedule as a minimum, earliest starting, earliest completion, 43 latest starting, latest finish, and free and total float for each task or item. 44 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 01060 -2 1 Evaluate schedule bi- weekly. Update, correct, and rerun schedule and submit to 2 Engineer in triplicate with pay application to show rescheduling necessary to reflect 3 true job conditions. When shortening of various time intervals is necessary to 4 correct for behind schedule conditions, indicate steps to implement to accomplish 5 work in shortest schedule. Information shall be submitted to Engineer in writing 6 with revised schedule. 7 8 C. The contractor will submit required documents prior to the commencement of work 9 to allow for review for completeness. 10 11 D. If Contractor does not take necessary action to accomplish work according to 12 schedule, he may be ordered by Owner in writing to take necessary and timely 13 action to improve work progress. Order may require increased work forces, extra 14 equipment, extra shifts or other action as necessary. Should Contractor refuse or 15 neglect to take such action authorized, under provisions of this contract, Owner may 16 take necessary actions including, but not necessarily limited to, withholding of 17 payment and termination of contract. 18 19 1.05 PROJECT MEETINGS 20 21 A. The Engineer will conduct construction meetings involving: 22 1. Contractor's project manager. 23 2. Contractor's project superintendent. 24 3. Owner's designated representative(s). 25 4. Engineer's designated representative(s). 26 5. Contractor's subcontractors as appropriate to the work in progress. 27 28 B. Meetings conducted monthly, or as needed. 29 30 C. The Engineer will take meeting notes and submit copies to participants and 31 designated recipients identified at the Preconstruction Conference. Corrections, 32 additions or deletions to the notes shall be noted and addressed at the following 33 meeting. 34 35 D. The Engineer will schedule meetings for most convenient time frame. 36 37 E. The Engineer will have available at each meeting full chronological file of all 38 previous meeting notes. 39 40 F. The Contractor shall have available at each meeting up -to -date record drawings. 41 42 1.06 SPECIAL CONSIDERATIONS 43 44 A. Contractor shall be responsible for negotiations of any waivers or alternate 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 01060 -3 1 arrangements required to enable transportation of materials to the site. 2 3 B. Contractor is required to maintain site security at each location to avoid vandalism 4 and destruction of City property. If required, the Contractor shall include in Bid 5 Proposal, the costs associated with providing temporary security fencing around all 6 active work areas not otherwise enclosed at the site. If required, the Contractor shall 7 provide security fencing/gating plan to Engineer for review. 8 9 C. Owner has not yet acquired all lands for construction but anticipates complete 10 ownership of the required tracts by the dates indicated. 11 12 1.07 WORK HOURS 13 A. Unless approved otherwise by Owner, allowable work hours shall be Monday 14 through Friday from 7:00 a.m. to 6:00 p.m. No weekend work will be allowed. 15 16 1.08 HISTORICAL AND ARCHAEOLOGICAL 17 18 A. If during the course of construction, evidence of deposits of historical or 19 archaeological interest is found, the Contractor shall cease operations affecting the 20 find and shall notify the Owner. No further disturbance of the deposits shall ensue 21 until the Contractor has been notified by the Owner that Contractor may proceed. 22 Compensation to the Contractor, if any, for lost time or changes in construction 23 resulting from the find, shall be determined in accordance with changed or extra 24 work provisions of the Contract Documents." 25 26 27 END OF SECTION 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01340 -1 1 SECTION 01340 2 SHOP DRAWINGS, PRODUCT DATA & SAMPLES; OPERATION & 3 MAINTENANCE MANUALS; AND MISCELLANEOUS SUBMITTALS 4 5 6 PART 1- GENERAL 7 8 1.01 SUMMARY 9 10 A. General: 11 1. Section Addresses: 12 a. Mechanics and administration of the submittal process for shop 13 drawings, operation and maintenance manuals, and miscellaneous 14 submittal items. 15 16 B. Related Sections include but are not necessarily limited to: 17 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 18 Contract. 19 2. Division 1 - General Requirements. 20 3. Sections in Divisions 2 through 16 identifying required submittals. 21 22 1.02 DEFINITIONS 23 24 A. Shop Drawings: 25 1. See General Conditions. 26 2. Product data and samples are Shop Drawing information. 27 28 B. Miscellaneous Submittals: 29 1. Submittals other than Shop Drawings. 30 2. Representative types of miscellaneous submittal items include but are not 31 limited to: 32 a. Construction schedule. 33 b. Concrete, soil compaction, and pressure test reports. 34 c. Installed equipment and systems performance test reports. 35 d. Manufacturer's installation certification letters. 36 e. Warranties. 37 f. Service agreements. 38 g. Construction photographs. 39 h. Survey data. 40 41 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 01340 -2 1 1.03 TRANSMITTALS 2 3 A. Shop Drawings and Operation and Maintenance Manuals: 4 1. Transmit all submittals to: 5 6 HDR Engineering, Inc. 7 2211 S. IH -35, Ste. 300 8 Austin, Texas 78741 9 Attn: Neil A. Graff, P.E. 10 11 2. Utilize two copies of attached Exhibit "A" to transmit all shop drawings, 12 product data and samples. 13 3. Utilize two copies of attached Exhibit "B" to transmit all Operation and 14 Maintenance Manuals. 15 4. All transmittals must be from Contractor and bear his approval stamp. 16 Transmittals will not be received from or returned to subcontractors. 17 a. Shop drawing transmittal stamp shall read "(Contractor's Name) has 18 satisfied Contractor's obligations under the Contract Documents with 19 respect to Contractor's review and approval as stipulated under General 20 Conditions Paragraph 6.25.1. " Transmittals will not be received from 21 or returned to subcontractors. 22 b. Operation and Maintenance Manual transmittal stamp may be 23 Contractor's standard approval stamp. 24 5. Provide submittal information defining specific equipment or materials 25 utilized on the project. Generalized product information not clearly defining 26 specific equipment or materials to be provided will be rejected. 27 6. Calculations required in individual specification sections will be received for 28 information purposes only and will be returned stamped "E. Engineer's 29 Review Not Required" to acknowledge receipt only. 30 7. Submittal schedule: 31 a. Schedule of shop'drawings: 32 1) Submitted and approved within 15 days of receipt of Notice to 33 Proceed. 34 2) Account for multiple transmittals under any specification section 35 where partial submittals will be transmitted. 36 b. Shop drawings: 37 1) Submittal and approval prior to 25 percent completion. 38 c. Operation and Maintenance Manuals and Equipment Record Sheets: 39 1) Initial submittal within 60 days after date shop drawings are 40 approved. 41 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01340 -3 1 B. Miscellaneous Submittals: 2 1. Transmit under Contractor's standard letter of transmittal or letterhead. 3 2. Submit in triplicate or as specified in individual specification section. 4 3. Transmit to: 5 6 IIDR Engineering, Inc. 7 2211 S. IH -35, Ste. 300 8 Austin, Texas 78741 9 Attn: Neil A. Graff, P.E. 10 11 4. Provide carbon copy of letter of transmittal to Owner's Project 12 Representative. 13 14 1.04 PREPARATION OF SUBMITTALS 15 16 A. Shop Drawings: 17 1. Scope of any letter of transmittal: 18 a. Limited to the following items: 19 1. Pressure Reducing Station 20 2. Concrete Vault 21 3. Pipe, Fittings, and Appurtenances 22 4. Valves 23 5. Access Doors 24 6. Fill and Embedment Materials 25 7. Revegetation Plan 26 2. Numbering letter of transmittal: 27 a. Indicate on the transmittal form both the specification section that the 28 information is being submitted for and the numeric number of the 29 submittal. 30 b. Number all submittals consecutively. 31 3. Describing transmittal contents: 32 a. Provide listing of each component or item in submittal capable of 33 receiving an independent review action. 34 b. Identify for each item: 35 1) Manufacturer and Manufacturer's drawing or data number. 36 2) Contract Document tag number(s). 37 4. Resubmittals: 38 a. Number with original root number and a suffix letter starting with "A" 39 on a (new) duplicate transmittal form. 40 b. Do not increase the scope of any prior transmittal. 41 c. Account for all components of prior transmittal. 42 1) If items in prior transmittal received "A" or "B" Action code, list 43 them and indicate "A" or "B" as appropriate. 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 01340 -4 1 a) Do not include submittal information for items with prior "A" or 2 "B" Action in transmittal. 3 2) Indicate "Outstanding -To Be Resubmitted At a Later Date" for any 4 prior "C" or "D" Action item not included in resubmittal. 5 a) Obtain Engineer's prior approval to exclude items. 6 5. Provide four copies of each submittal for Engineer plus the number required 7 by the Contractor. The number of copies required by the Contractor will be 8 defined at the Preconstruction Conference, but shall not exceed four. 9 6. When necessary to provide large size sheet submittals, fold submittals such 10 that they may be easily stored in a legal style folder. 11 7. Provide clear space (3 -IN SQ) for Engineer stamping of each component 12 defined in 1.04 -A.4. 13 8. Contractor shall not use red color for marks on transmittals. Duplicate all 14 marks on all copies transmitted, and ensure marks are photocopy 15 reproducible. Outline Contractor marks on reproducible transparencies with 16 a rectangular box. 17 9. Transmittal contents: 18 a. Coordinate and identify shop drawing contents so that all items can be 19 easily verified by the Engineer. Clearly indicate with arrows, highlight, 20 etc. which materials are to be provided. 21 b. Identify equipment or material use, tag number, drawing detail reference, 22 weight, and other project specific information. 23 c. Provide sufficient information together with technical cuts and technical 24 data to allow an evaluation to be made to determine that the item 25 submitted is in compliance with the Contract Documents. 26 d. Submit items like equipment brochures, cuts of fixtures, product data 27 sheets or catalog sheets on 8 -1/2 x 11 IN pages. Indicate exact item or 28 model and all options proposed. 29 e. Include legible scale details, sizes, dimensions, perfonnance 30 characteristics, capacities, test data, anchoring details, installation 31 instructions, storage and handling instructions, color charts, layout 32 drawings, parts catalogs, rough -in diagrams, wiring diagrams, controls, 33 weights and other pertinent data. Arrange data and performance 34 information in format similar to that provided in Contract Documents. 35 Provide, at minimum, the detail indicated in the Contract Documents. 36 f. If proposed equipment or materials deviate from the Contract Drawings 37 or Specifications in any way, clearly note the deviation and justify the 38 said deviation in detail in a separate letter immediately following 39 transmittal sheet. 40 g. Acknowledges that the products submitted comply with the 41 requirements of the standards referenced. 42 43 B. Samples: 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 01340 -5 1 1. Identification: 2 a. Identify sample as to transmittal number, manufacturer, item, use, type, 3 project designation, tag number, Standard Specification section or 4 drawing detail reference, color, range, texture, finish and other pertinent 5 data. 6 b. If identifying information cannot be marked directly on sample without 7 defacing or adversely altering samples, provide a durable tag with 8 identifying information securely attached to the sample. 9 2. Include application specific brochures, and installation instructions. 10 3. Provide Contractor's stamp of approval on samples or transmittal form as 11 indication of Contractor's checking and verification of dimensions and 12 coordination with interrelated work. 13 4. Resubmit samples of rejected items. ` 14 15 C. Operation and Maintenance Manuals: 16 1. Number transmittals for Operation and Maintenance Manual with original 17 root number of the approved shop drawing for the item. 18 2. Submit two copies until approval is received. Upon approval, submit five 19 final copies. 20 3. Identify resubmittals with the original number plus a suffix letter starting 21 with "A." 22 4. Submit Operation and Maintenance Manuals printed on 8 -1/2 x 11 IN. size 23 heavy first quality paper with standard three -hole punching and bound in 24 stiff metal hinged binder constructed as a three -ring style. Provide binders 25 with titles on front and on spine of binder. Tab each section of manuals for 26 easy reference with plastic - coated dividers. Provide index for each manual. 27 Provide plastic sheet lifters prior to first page and following last page. 28 5. Reduce drawings or diagrams bound in manuals to an 8 - 1/2 x 11 - IN or 11 x 29 17 -IN size. However, where reduction is not practical to ensure readability, 30 fold larger drawings separately and place in vinyl envelopes which are 31 bound into the binder. Identify vinyl envelopes with drawing numbers. 32 6. Transmittal Content: 33 a. Submission of Operation and Maintenance Manuals is applicable but not 34 necessarily limited to: 35 1) Valves greater than 12 IN DIA. 36 2) Pressure reducing valves, and other automatic control valves. 37 b. Operation and maintenance manuals shall include, but not necessarily be 38 limited to, the following detailed information, as applicable: 39 1) Description of equipment system operation, each manual shall 40 include all equipment and appurtenances for the entire system 41 included in a specification section. 42 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 01340 -6 1 2) Equipment function, normal operating characteristics, limiting 2 operations. 3 3) Assembly, disassembly, installation, alignment, adjustment, and 4 checking instructions. 5 4) Operating instructions for start-up, routine and normal operation, 6 regulation and control, shutdown, and emergency conditions. 7 5) Lubrication and maintenance instructions. 8 6) Guide to "troubleshooting." 9 7) Parts list and predicted life of parts subject to wear. 10 8) Outline, cross - section, and assembly drawings; engineering data; 11 and electrical diagrams, including elementary diagrams, wiring 12 diagrams, connection diagrams, word description of wiring 13 diagrams and interconnection diagrams. 14 9) Test data and performance curves. 15 10) A list of recommended spare parts with a price list and a list of 16 spare parts provided under these specifications. 17 11) Copies of installation instructions, parts lists or other documents 18 packed with equipment when delivered. 19 12) Instrumentation or tag numbers relating the equipment back to t 20 the Contract Documents. 21 13) Include a filled -out copy of the Equipment Record Sheet, 22 Exhibits Cl and C2 as the first page(s) of each Operation and 23 Maintenance Manual. Complete maintenance requirements in 24 detail. Simple reference to the Manual is not acceptable. 25 14) For equipment items involving components or subunits, an 26 Equipment Record Sheet for each operating component or 27 subunit is required. 28 C. The operations and maintenance manuals shall be edited to reflect only 29 equipment and appurtenances supplied for this project. Any references in other 30 types, makes, and models shall be edited or removed form the manual. 31 32 1.05 ENGINEER'S REVIEW ACTION 33 34 A. Shop Drawings and Samples: 35 1. Items within transmittals will be reviewed for overall design intent and will 36 receive one of the following actions: 37 a. A - FURNISH AS SUBMITTED. 38 b. B - FURNISH AS NOTED (BY ENGINEER). 39 c. C - REVISE AND RESUBMIT. , 40 d. D - REJECTED. 41 e. E - ENGINEERS REVIEW NOT REQUIRED. 42 2. Transmittals received will be initially reviewed to ascertain inclusion of 43 Contractor's approval stamp. Drawings not stamped by the Contractor or 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV-6 and W -7 Removal 01340 -7 1 stamped with a stamp containing language other than that specified in 2 Paragraph 1.03- A.4.a., will not be reviewed for technical content and will be 3 returned without any action. 4 3. Transmittals retumed with Action "A" or "B" are considered ready for 5 fabrication and installation. If for any reason a transmittal that has an "A" or 6 "B" Action is resubmitted, it must be accompanied by a letter defining the 7 changes that have been made and the reason for the resubmittal. Destroy or 8 conspicuously mark "SUPERSEDED" all documents having previously 9 received "A" or "B" Action that are superseded by a resubmittal. 10 4. Transmittals with Action "A" or "B" combined with Action "C" (Revise and 11 ' Resubmit) or "D" (Rejected) will be individually analyzed giving 12 consideration as follows: 13 a. The portion of the transmittal given "C" or "D" will not be distributed 14 (unless previously agreed to otherwise at the Preconstruction 15 Conference). One copy or the one transparency of the "C" or "D" 16 drawings will be marked up and returned to the Contractor. Correct and 17 resubmit items so marked. 18 b. Items marked "A" or "B" will be fully distributed. 19 c. If a portion of the items or system proposed are acceptable, however, the 20 major part of the individual drawings or documents are incomplete or 21 require revision, the entire submittal may be given "C" or "D" Action. 22 This is at the sole discretion of the Engineer. In this case, some 23 drawings may contain relatively few or no comments or the statement, 24 "Resubmit to maintain a complete package." Distribution to the Owner 25 and field will not be made (unless previously agreed to otherwise). 26 5. Failure to include any specific information specified under the submittal 27 paragraphs of the specifications will result in the transmittal being returned 28 to the Contractor with "C" or "D" Action. 29 6. In addition to calculations stamped and returned "E. Engineer's Review Not 30 Required," other transmittals such as submittals which the Engineer 31 considers as "Not Required," submittal information which is supplemental to 32 but not essential to prior submitted information, or items of information in a 33 transmittal which have been reviewed and received "A" or "B" Action in a 34 prior transmittal, will be retumed with Action "E. Engineer's Review Not 35 Required." " 36 7. Samples may be retained for comparison purposes. Remove samples when 37 directed. Include in bid all costs of furnishing and removing samples. 38 8. Approved samples submitted or constructed, constitute criteria for judging 39 completed work. Finished work or items not equal to samples will be 40 rejected. 41 42 B. Operation and Maintenance Manuals: 43 1. Engineer will review and indicate one of the following review actions: 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 01340 -8 1 a. ACCEPTABLE. 2 b. FURNISH AS NOTED. 3 c. REVISE AND RESUBMIT. 4 d. REJECTED. 5 2. Acceptable submittals will be retained with the transmittal form returned 6 with a request for five additional copies. 7 3. Deficient submittals will be returned along with the transmittal form which 8 • will be marked to indicate deficient areas. 9 10 END OF SECTION 07225.040.036 City of Round Rock West Side Pressure Improvements April 2001 Park Valley P.R.V. Station and IV -6 and IV -7 Removal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1a SET NUMBER: CITY OF ROUND ROCK, J 4. ° ' m p Da HDR Engineering, Inc. PUBLIC WORKS DEPARTMENT WEST SIDE PRESSURE IMPROVEMENTS PARK VALLEY P.R.V.. STATION IV -6 AND IV -7 REMOVAL MARCH 2001 REVISED APRIL 2001 CONSTRUCTION PLANS FOR Cit Officials AA responsibility for the adequacy of these plans remains with the Engineer who prepared them. In accepting these plans, the City of Round Rock must rely upon the adequacy Robert Stluka Mayor of the work by the Design Engineer. Earl M. Hairston Mayor Pro-tem, Council Member - Place 2 Tom Nielson Council Member - Place 1 Came Pitt Council Member- Place 3 ACCEPTED FOR CONSTRUCTION. Earl Palmer Council Member - Place 4 Isabel Callahan Council Member - Place 5 Date Jimmy Joseph, Jr. Council Member- Place 6 City of Round Rock Robert L. Bennett, Jr. City Manager Public works Department James Nuse Director of Public Works 2008 Enterprise drive Round Rack, Texas. 78664 Tel (512) 218 -5555 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8 1 �E REISSUED FOR 13I0 WITH OWNER'S COMMENTS ISSUED FOR 130 04/09/01 03/20/01 MEW MEW JOH JOH NAG A EXIST. WEST TRANSMISSION POTABLE WATER PIPELINE AG r., r w EXIST. WEST TRANSMISSION POTABLE WATER PIPELINE CITY OF ROUND ROCK LOCATION MAP SCALE: 1' - 10017 9 D SmlI %, I N AGRAPF It It O 19 I J.0.HOEPKEN I.......` r 81 NORTH STANDPIPE of SC111 CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT WEST SIDE PRESSURE IMPROVEMENTS PARK VALLEY PRV STATION IV6 AND 7 REMOVAL N 1000 0 1000 2000 SCALE: 1' - 1000' VICINITY MAP NOT TO SCALE SHEET INDEX 11Q, 110. 11117 / DFSCRIPTITIN ERMS [1201 - fFNiR i PRD_tECT CDMfIPT 1 0001 0000/IDLE SHEET 2 0002 LOCATION AND KEY MAPS, AND SHEET INDEX ] O003 GENERAL PROJECT NOTES PRYIJFCT 1 1V'A1154 OTT OF ROUND ROCK. WIWAMSON COUNTY, TEXAS SFR17S wan - OW, 4 1C01 PARK VALLEY P.R.V. STATION - PLANS AND SECI0N 5 ; 1CO2 IY-6 M!0 19-7 PLANS AND SECTIONS AND MISCELLANEOUS PIPING DETAILS 71 1C00 MISCELLANEOUS BURIED PIPING DETNLS SEQUENCE OF CONSTRUCTION 1. A PRECONSIRUCTON MEETING SNAL. BE HELD IN ACCORDANCE WITH OD ER& PROJECT NOTES 2. PARK VALLEY PRV STATION SHALL. BE SUBSTANTIALLY COMPLETED. TESTED, AM) FUNCTIONAL PRIOR 79 BEGINNING WORK AT IV -9 AND IV -7 LOCATION GENERAL PROJECT CONCEPT LOCATION AND KEY MAPS, AND SHEET INDEX - 1000' I mo` APRIL 2001 OG02 2 w� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERA' NOTES. 1. ALL CONSTRUCTOR SHALL BE IN ACCORDANCE WITH THE CM OF AUSTIN STANDARD CONSTRUCTION SPECIFICATIONS AS ADOPTED AND AMENDED 6Y THE CM OF ROUND ROCK - 2. ALL TOM SHALL COMPLY TIM THE REQUIREMENTS OF THE CURRENT are OF ROUND ROCK ORDINANCES. 3 IN THE EVENT OTT OF ROAD ROCK OR WILLA150N CQUNTY CONSIRVC15N REQUIREMENTS VARY FROM THE PUNS OR WN1RACT DOCUMENTS, THE MOST STRINGENT REQUIREMENTS SHAD. GOVERN. ANY DOTING UTILITIES. PAVO)AENT, FENCING, CURE, SIDEWALKS, STRUCTURES. TREES. ETC., THAT ARE DAMAGED OR REMOVED SHALL BE REPAIRED OR REPLACED 85 THE CONTRACTOR AT NO COST TO THE OWNER 5. PRIOR TO BEGINNING CONSTRUCTION. 144E CONMMTOR SHALL FIELD VERIFY LOCATIONS AND ELEVATIONS OF EXISTING UIR1U6, PIPING, EQUIPMENT. AND STRUCTURES WHICH PECAN TO AND /0R AFFECT CONSTRUCTOR Of 795 PROJECT. ALL MUTES MY NOT BE 5HOWN. ANY DISCREPANCIES WITH 114E CON5100<50N PLANS F0UN0 IN THE FIELD MALL BE BROUGHT WMEDMTELY TO THE ATnMION OF THE ENGINEER 6. MANHOLE FRAME, COVERS, VALVES, CLEANDU711, ETC. SHALL BE RAISED TO DOMED GRADE PRIOR TO FINAL PAVING 100 /OR GRADING CONS1RULMIN. 7. 711E CONTRACTOR SHALL GIVE THE CRY OF ROUND ROC( 48 HOURS NOTICE BEFORE BEGINNING EACH PHASE OF CONSTRUCTOR. TELEPHONE 218 -5555 (PUBLIC WORKS DEPAROAENT). 6. THE CONTRACTOR I5 RESPONSIBLE FOR CONTACTING UTILITY SERVICE PROVIDERS AT LEAST 48 HOURS PRIOR TO TRENCHING OR EXCAVATION AND REQUEST FIELD LOCATION OF UTILITIES. ONE -CALL LOCATOR SERVICES MAY NOT COVER ALL UTILM6 IN FINS AREA 9. ALL AREAS DISTURBED OR DPO5ED DURING CONSTRUCTION SHALL BE REVECETATED IN ACCORDANCE MAIM THE PLANS AND SPECIFICATIONS. REVEGETATION OF ALL DISTURBED OR DPO5ED AREAS MALL CONSIST OF SODDING OR 5EEOING, AT 171E CONTRAC10R5 OPTON HOWEVER, THE TYPE OF REVEGETATION MUST EQUAL OR EXCEED THE TYPE OF 050510IMN PRESENT BEFORE CONSTRUCTION UNLESS MORSE REQUESTED BY 114E PROPERTY OWNER 10. PRIOR TO MIS CONSTRUCTOR THE ENGINEER SHALL. 004004E A P055000TRUCTON CONFERENCE BETWEEN THE CITY 00 RAND 0000, THE CONTRACTOR, 00440 MIRY COMPANIE ANY AFFECTED PARTIES AND ANY OTHER ENTITY THE CITY OR ENGINEER MAY REQU8E 11. ME ROUND ROCK CITY COUNCIL SHALL NOT BE PORTIONED FOR ACCEPTANCE UNTIL ALL NECESSARY EASEMENT DOCUMENTS HAVE BEEN SIGNED AND RECORDED. 12. WHEN CONSTRUCTION 5 BEING CARRIED 0437 WITHIN EASEMENTS, THE CONTRACTOR SHAT CONFINE HIS WORN O WITHIN THE PERMANENT AND ANY TEMPORARY EASEMENTS. PRIOR O FINAL ACCEPTANCE. THE CONTACTOR SHALL BE RESPONSIBLE FOR REMCVING ALL TRASH AND DEBRIS W11116 111E PERMANENT AND TEMPORARY EASEMENTS. CLEAN -UP SHALL BE O 141E SATISFACTION OF THE ENGINEER. 13 PRIOR O ANY CONSTRUCTION, THE CO/TRACTOR SILL APPLY FOR AND SECURE ALL PROM PERMITS FROM THE APPROPRIATE ALIT ORMES. 14. IF BLA50N0 45 PUNNED BT THE CONTRACTOR, A BUSTING PERMIT MUST BE SECURED FROM THE OTT OF ROUND ROCK PRIOR O COMMDNCEMEM OF ANY CONSTRUCTOR. BLASTING WILL NOT BE PERMITTED WITHIN 15 FEET OF ANY EXISTING U7R5Y LINES OR STRUCTURES WITHOUT PRIOR 84180104 CONSENT OF ME DORM. 15. ANY 0I51160 MINES. PAVEMENT. CURBS. 510EWA1KS STRUCTURES, TREES, ETC.. THAT ARE DAMAGED OR REMOVED SHALL BE REPAIRED OR ROAM BY THE CONTRACTOR AT ND COST O THE OWNER 16. THE CONTRACTOR AM) THE EN0NEER 9411 KEEP ACCURATE RECORDS OF ALL CONSTRUCTION THAT DEVIATES FROM ME PLANS. THE ENCINEFX SHAW FURNISH THE 0011 OF ROUND ROCK ACCURATE "AS -BURT' DRAWINGS FOLLOWING COMPLEMN OF ALL CONSTRUCTION. 1116E "AS -BULLY DRAWINGS SILL MEET WAFT THE SATISFACTION OF THE PUBLIC WORKS DEPARTMENT PRIOR O FINAL. ACCEPTANCE. PIPFI INE NOTES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE REMOVAL AND REPULSION OF All. EOSINS PAVEMENTS. CURBS DRIVEWAYS, SIDEWALKS. GRAVEL ROADWAYS, PPE CULVERTS, CULVERT HFADWA0S, FENCES. BRLBOAD5. AND MISCELLANEOUS ITEMS WHERE REQUIRED O COMPLETE THE CONSTR1C110N. PROVIDE ANCHORAGE AND BUCKING FOR ALL PIPING AS FOLLOWS: A BLOCK. ANCHOR, OR HARNESS MOWED PIPING SUBJECTED O FORCES IN WHICH JOINTS ARE INSTALLED O PREVENT SEPARATION OF JOINTS AND TRA456551084 OF STRESS INTO EQUIPMENT OR STRUCTURAL COMPONENTS NOT DESIGNED O RESIST MOSE STRESSES. B. PROVIDE RFA000N BLOCKING, Ammons. JOINT HARNESSES OR OTHER ACCEPTABLE MEANS FOR PREVENTING MOVEMENT OF PIPING CAUSED BY FORCES IN OR ON BURIED PIPING TEES, WYE BRANCHES, PINGS. OR BENDS. C. PLACE CONCRETE BLOCKING 50 THAT R MENDS FROM FITTING INTO 50ID UNDISTURBED EARTH WALL CONCRETE BLO06 SHALL NOT COVER PIPE JOIN15. D. PROMM BEARING AREA OF CONCRETE IN ACCORDANCE WITH DRAWING OEM. 5/1503. .3. PROVDE RESTRAINED JOINTS AT ALL TEE5, BENDS, CROSSES, PLUGS, HMRANT0, REDUCERS, AND WHERE IDENTIFIED ON THE PLANS. 4. COVER FOR AIL BURIED PIPE SHALL BE A MINIMUM OF FOUR(4) FEET UNLESS OTHERWISE SHOWN ON 714E PLANS ANY UB4T0N IN MINIMUM COVER REQUIRE/EMS CASED BY DIMENSIONAL OR ELEVATION Cal OUTS SHOULD BE REPORTED O TIE DICIN R PRIOR O INSTAUNG THE 5EC110N OR JOINT OF CONCERT 1. 2 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RAKING PROVISIONS FOR TEST SECTIONS AND /0R OMER FACILITIES REQUIRED FOR TESTING THE PIPELINE 6. PIPE JOINT DEFLECTIONS MALL BE NO GREATER TAN 8081 OF THE MANUFACTURER'S 1000400080 IAXIMUM DEFLECTION, UNLESS OTHERWISE NOTED ON ME PLANS. THE CONTRACTOR SHALL PROMO APPROPRIATE JOINTS OR FITTINGS WHEREVER REQUIRED FOR THE PATICU1A4 TYPE OF PIPE MATERIAL PROPOSED EVEN P TREY ARE NOT CALLED OUT ON TIE PLANS THERE IS NO PAY REM FOR DEWAERING AND NO SEPARATE PAYMENT WILL BE MADE FOR DEWA1T76NG ANY DEWATERM OF THE TRENCH REWIRED 6 ME RESPON51BIIM OF THE CONTRACTOR AO SHALL BE INCIDENTAL O 711E UNIT PRICE BID FOR THE PPE STREET AND DRAINAGE NOTES' 1. ALL TESTING SHALL BE DONE BY AN INDEPENDENT LABORATORY AT THE OWNER'S DPENSE ANY RETESTING STALL BE PAD FOR BY THE CONTRACTOR A CITY INSPECTOR SHALL BE PRESENT WRING ALL 7615. CITY INSPECTORS 5HA11. BE GIVEN A 1/11LIUM OF 24 HOURS NOTICE PR/OR O ANY TESTING. 1ELEPHON0 216 -5555 (INSPECTORS) 2. BACK/ILL BEHIND THE CURB SHAT BE COMPALTEO O OBTAIN A WOW OF 95X MAXIMUM 004505 O WITHIN 3' OF OP OF QUREL MATERIAL USED ANAL BE PRIMARILY GRANULAR WITH NO ROCKS LARGER TAN 6" IN THE GREATEST DIMENSION. THE REMAIF800 3' SHALL BE CLEW MOOR FREE FROM MIL CLODS AND SUITABLE FOR SUSTAINING PLANT LIFE 3. DEPTH OF COVER FOR ALL CROSSINGS UNDER PAVEMENT INCLUDRO GAS, 5.501700, TELEPHONE CABLE 15, WATER SERMO, ETC SWILL BE A MINIMUM OF 30" BELOW 5UBCRADE STREET RIGHTS -OF -WAY FOR ALL CROSSINGS 9011 BE GRADED AT A SLOPE OF 1/4" PER FOOT TOWARD THE CURB MUSS OTHERWISE INDICATED. HOMO IN NO CASE OWL THE 180184 OF ROM-OF-WO AT 1/4" PER F0071 SLOPE DE 1E55 THAN ID FEE UNLESS A SPECIFIC REQUEST FOR AN ALTERNATE GRADING SCHEME IS MADE O AND ALLEGED BY THE CRY OF ROUND ROCK PUBUC WORKS DEPAMME 45. 5. BARRICADES BUILT O CITY OF ROUND ROCK STANDARDS SHALL BE CONSTRUCTED ON ALL 0580 -EN0 STREETS AND AS NECESSARY WRING CONSTRUCTION O MAINTAIN JOB AND PUBLIC SAFETY. RESTORATION: 1. CONSTRUCTED OR INS70 155 BY UBUC ACENG6 OR WONOUNS) THAT ARE DISTURB BY (REGARDLESS OF 10 A WERE CONDITION EQUAL O OR BETTOR THAN MOM. REISSUED FOR BID WITH OWNER'S COMMENTS ISSUED FOR 010 04 /09/01 03/20/01 MEW JOH JOH JOH NAG NAG ft.. w HDR Engineering, Inc. N11157 SULF /.10111' I NAGRAFF I4.0.00EPKw 1 I747E TRAFFlC MARKING NOTES: 1. ANY METHODS. STREET MARKINGS VINO 9GNAG5 NECESSARY FOR WANING M010RI505, W ARNING P001RWL5 OR DIVERTING TITANIC DURING CONSTRUCTION SHALL CONFORM TO THE ..1.. . , 14... 1,.29, 54.61 r. , AA 8. a, • Y1 ail. , , n LATEST EDITION. 2 AIL PAVEMENT WJi01105. WRITERS. PAINT. TRAFFIC BUTTONS. TRAFFIC OINIR0 S AND 50N5 SHALL BE INSTALLED IN ACCORDANCE WITH THE TOTS DEPARTMENT OF TRANSPOR0ATON SEA WARD SPECIFICATIONS FOR 541NCIR11511ON OF HIGHWAYS 5TROTS Am, PRKF.O AND, THE TFXM STMT 51 UNIFORM TOME FD)RRGI IIFVICFS FOR STREETS Ann HIGHWAY LATEST ED011045. 3. PROVIDE FLAMERS TO TROT TRAFFIC ARQU4O WORK AREA DURING PERIODS WHEN WORK 5 UNDERWAY AND /OR TRENCHES IRE OPEN. 8AL101LL TRENCHES AO /OR PROVIDE TEMPORARY FENCES (OUTSIDE OF PAVEMENT) OR STEEL TRAFFIC PLATES (WITHIN PAYMENT) WRING PERIODS WHEN WORK 5 NOT UNOERWAT. PROVIDE ACCESS AT ALL 7016 TO FORMES 08000<5040450471 TO THE WORK 005871 WHEN ACTUALLY TRENCHING OR DISTALLING PIPE ACROSS DRIVEWAYS. EROSION AND SEDIMENTATION CONTROL NOTES. 1. 00510N 0001004, MEASURES, SITE WORK AND RESf0RA106 WORK SHALT. BE IN ACCORDANCE WMH THE CRY OF ROUND MOCK EROSION AND SE 440850TION CONTROL ORDNANCE 2 ALL AREAS DISROBED OR EXPOSED DURING CONSTRUCTION SHALL BE 054505TAIED WITH A HIDROMUU91 MIXTURE WHENEVER WEATHER AND SOIL COMMONS ARE FAVORABLE MIXTURE AND APPLICATION RATIO SHALL BE 40 POUNDS PURE LIVE SEED PER 1000 50UAE FEET HULLED 1301AU60 GRl5S, 2 POUNDS PER 1000 5011ARE FEET (CITY WEIGHT) FERTILIZER AND 45 POUNDS PER 1000 SQUARE FEET CELLULOSE nem MULCH. 3. ALL TEMPORARY EROSION CONTROL MEASURES SHALL NETT BE REMOVED UNTIL MFIAL INSPECTION A1O APPROVAL OF THE PROJECT BY THE 00NEER IT SIAL BE THE RESPONSIBILITY Cf 711E CONTRACTOR 10 IMMAN ALL TEMPORARY MOON CONTROL STRUCTURES AO TO REMOM EACH STRUCTURE AS APPROVED BY 144E ENGINEER. 4 TH5 CONTRACTOR SHOOS MARE ALL REASONABLE EFFORTS TO PRVNDE TREE PROTECTOR FOR ALT. TREES ENCOUNTERED. IN ACCORDANCE W1711 THE CITY OF AUSTIN STANDARD CONSTRUCTION DETAILS AND SPECIFICATIONS AS ADOPTED AN0 MEOW IN 111E OM OF ROUND ROCK. SPECIAI NOTES 1. THE CONTRACTOR SHALL BE AWARE THAT WE O THE FACT MODS OUT *405 ARE CURRENTLY 0VE AND IN SEANCE THERE MAY BE 11146 WHEN SHUTTING DOYEN MD UNES. CONNECTING O 5410 UNES OR TERM /ONG SVD ONES WILL RAVE O OCCUR AT OFF -PEAK HOURS SUCH HOURS ARE USUALLY OUTSIDE NORI.A. WORKING HOURS AND POSSIBLY BETWEEN 12 AM. AND 8 AM. L PRIOR O ISSUANCE OF NOTICE TO PROCEED, TM CONTRACTOR SHALL PROVIDE A TOTTEN PLAN FOR REVIEW AND APPROVAL BY 144E CITY OF ROUND ROCK WHICH TONNES SCHEDULING AND SEQUENCING FOR WATER AND WASTEWATER ULITT AUUSTIETTS AND CONSTRUCTION. TRENCH SAFEEY NOTES: I. IN ACCORDANCE W101 THE TAWS OF THE STATE OF TEXAS AND THE U. S OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION REGULATIONS. ALL TRENCHES OVER 5 -POET IN DEFT' IN EIMER HARD AND COMPACT OR SOFT AND UNSTABLE SOL SHALL BE SLOPED, SHORED. SHEETED, BRACED OR OTHERWISE SUPPORTED FURTHERMORE ALL TRENCHES LESS TAN 5 FEET IN OEPM SHALL 450 BE EFFECITVELY PROTECTED WHEN HAZARDOUS GROUND LIOAk]4015 WY BE EXPECTED. 2. IN ACCORDANCE WITH 111E U. 5. OCCUPATIONAL SAFETY A110 HEALTH 410114ST0ATON REGULAT10N5, WHEN EMPLOYEES ARE ROUSED O BE IN TRENCHES 4-FEET OEM OR MORE ADEQUATE LIENS OF ERR, SUCH AS A LOBO OR 5105, MUST BE PROVIDED AND IDCATED 50 AS O REQUIRE 410 MORE TON 25 FEET OF LATERAL TRAVT7. WATER VINO WASTEWATER NOTES: 1. UNLESS OTHERWISE DIRECTED BY T15 0014000. 0E111 OF COMM FOR ALL LINES OUT OF 141E PAVEMENT SHALL BE 48' MN., AND DEPTH OF COYER FOR ALL UNES UNDER 800011045 5141L BE A MIN. OF 38' BELOW SW/GRADE. 2. ALL FIRE HYDRANT LEADS SHALL BE DUCTILE RON PIPE (ANNA C -100, AMA. CLASS 50). 3. ALL IRON PIPE AND FITTINGS SHALL BE WRAPPED WIM MINIMUM 8 -414, POLYETHYLENE 4. THE CONITACIOR SHALL CONTACT THE PUBLIC WORKS INSPECTION DEPARH4E45 AT 218 - 5555 48 HOURS PRIOR O CONNECTING O EXISTING WATER UNES. 5. A11. MANHOLES SHALL BE CONCRETE WTM EAST WON RING AND COVER. ALL MANHOLE LOCATE) OUTSIDE THE PAVEMENT SHALL HAVE BOLTED OMEM TAPPING OF FIBERGLASS MANHOLES SHALL MOT BE ALLOWED. 6. THE CONTRACTOR TWIST OBTAIN A BULK WATER PERMIT OR PURCHASE AND INSTAL. A WATER 9E10 FOR ALL WATER USED WRING CONSTRUCTOR A COPY OF 11775 PERMIT MUST BE CARRIED AT ALL 114E5 BY ALL WHO USE WATER 7. UNE FLUSHING OR MY ACTIVITY USING A LARGE QUANTITY OF WATER MUST BE SCHEDULED 911117 THE WATER ANDWASTEWAT04 SUPERINTENDENT, TEL 218 -5555. 8. THE CONTRACTOR SHALL AT TIER EXPENSE PERFORM DISINFECTION OF ALL POTABLE WATER UNES N ACCORDANCE WRN ALMA STANDARD 0631 AND SHALL PROVIDE AU. EQUIPMENT (INCLUDING TEST GAGES), SUPPIIES (INCLUDING CONCENTRATED CHLORINE OSNFECTING MATERIAL), AND NECESSARY LABOR REQUIRED FOR THE DISINFECTION IN ACCORDANCE WITH ANNA STANDARD 0851. DISINFEC00N IN ACCORDANCE WITH ALMA STANDA20 C851 SHALL BE MONITORED BY THE CRY OF ROUND ROCK PERSONNEL WATER SAMPLES WILL BE COLLECTED BY THE 0TY OF ROUND ROCK O VERIFY EACH TREATED UNE HAS ATTAINED AN 1MAIL CHLORINE CONCENTRATOR OF 50 PPLL WHERE MEANS OF FLUSHING 5 NECESSARY, THE CONTRACTOR SILL AT THEM EXPENSE PROVIDE FLUSHING DEVICES AND REMOVE REMOVE SAID DEVICES POOR O FINAL ACCEPTANCE BY THE CITY OF ROUND ROCK. 9. 9JMP1NG TAPS SHALL BE BROUGHT UP O 3 FEET ABOVE GRADE AND MA M LL BE EASILY ACCESSIBLE FOR C PER50NN TH 0. AT E CONTRACTORS REOVE5T. AND IN H5 PRESENCE sum's FOR BACTERIOLOGICAL TESTING WILL BE COLLECTED BY THE CRY OF ROUND ROOK NOT LESS TAN 24 HOURS AFTER THE TREATED UNE HAS BEEN FLUSHED OF THE CONCENTRATED CHIDRINE SOLNION AND CHARGED IT)H WATER APPROVED BY THE CRY. THE CONTRACTOR SHALL SUPPLY A CHECK OR MONEY ORDER, PAYABLE O THE TEXANS DEPARTMENT OF HEALTH. O COVER THE FOE CHARGED FOR MONO EACH WATER SAMPLE 10. THE CONTRACTOR, AT 445 EME15E. SHALL PERFORM QUALIFY TESTING FOR ALL WASTEWATER PPE INSTALLED AND PRESSURE PIPE HYDROSTATIC AND LEAKAGE TESI1N0 OF ALL WATER LINES CONSTRUCTED AND SHALL PROVIDE ALL EQUIPMENT (INCLUDING PUL4PS AND CADGES), SNPPUES AND LABOR NECESSARY O PERMS/ THE TESTS. 54131IIY, PRESSURE AND LEAKAGE TIMING SHALL BE MONITORED BY THE CITY OF ROUND ROCK PERSONNEL A HEMOSTATIC MVO 200 PSI FOR 10 LOOM *0118 NO VISIBLE LEN& B. LEAKAGE TEST: 150 PST FOR 4 HOURS. NO ALLOWABLE LEAKAGE 11. THE CONTRACTOR SHALL PROVIDE TH5 CITY OF ROUND RCCK PUBLIC TOMS DEPARIMENF NO LESS THAN 24 HOURS NOTICE PRIOR O PERFORMING 060FELT0N, QUALM' TE511NG, PRESSURE 7E5105, OR LEAKAGE TESTING. 12 THE CONMALTOR SHALL NOT OPEN OR CLOSE ANY VALVES UNLESS AUTHORIZED BY THE MY OF ROUND ROCK. 13. ALL VALVE BOXES AND COVERS SHALL BE CAST IRON UNLESS OTHERWISE NOTED. 14. ALL WATER SERVICE, WASTEWATER SERVICE AND VALVE LDGTONS SHALL BE APPROPRIATELY WAXED AS Fg1DW5. WATER SERVICE W ON OP OF CURB I WASTEWATER SERVICE Y ON OP OF CURB VALVE: V ON OP OF CURB • 15. TOOLS FOR WRONG TIE CURB SHALL BE PROVIDED BY T115 CONTRACTOR OMER APPROPRIATE MEWS OF LARKING SERVICE AND VALVE LOCATIONS SHALL BE PROVIDED IN AREAS WITHOUT CURBS SUCH MEANS Of 044ONG STALL BE AS 5850110 BY THE ENONEE7 AND ACCEPIE0 BY THE CRY OF ROUND ROCK. 16. CONTACT CM OF ROUND ROCK PUBUC WORKS DEPARTMENT AT 270 -5555 FOR ASSISTANCE IN OBOJMNC EXISTING WATER AO WASTEWATER LOCATIONS 17. THE CONTRACTOR 6 HEREBY NOTIFIED 11145 CONNECTING O. SHIRTING TOWN. OR TERMINATING COSTING URLRY LINES MAY 4440E O OCCUR AT OFF -PEAK HOURS. SUCH HOURS ARE USUALLY LOCATED NORMAL WORKING HOURS AND POSSIBLY BETWEEN 12 A.M. AND 6 AA. 18. ALL WASTEWATER CONSTRUCTION STALL BE IN ACCORDANCE ITCH THE 11XA5 NATURAL RESOURCE CONSERVATION COMMON (MCC) REGULATIONS. 31 TAG CHAPTER 313 NO 31 TAG CHAPTER 317. AS APPUCA8LE. WHENEVER 11812CC AND THESE SPECIFICATIONS C0NNC7, THE MORE STROM 58111 APPLY. CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT WEST SIDE PRESSURE IMPROVEMENTS PARK VALLEY PRV STATION IV6 AND 7 REMOVAL GENERAL PROJECT CONCEPT GENERAL PROJECT NOTES NO SCALE I 4 APRIL 2001 OG03 B ° I 3 8 . • : -.E r te.. • : I _ r e �; -• ' `¢ -- ° � "t '•'?2„= I. ; '. �•a•• «r r�x ��•c _v.•.�'aa P-C 1.-0. t *) - rr 7.-r a ��'is at'_ .,.. -.t: • ,f+ {, w4 r . °' • .L� A _ L•$.CwP' - rti� +• - "� p l'+'^ ]' P „ ..�p.- ' s - _ . +.. `•'' (. ;Y'E� * • = q•'a PARK VALLEY .DRIVE ..,yw -�� <c >- GENERAL N(7TE5: L s « -; 1 . •E'_'. -� - •i. y Vt.. e. i. T 9 •: y + � p?t 4 A 3 . ;, i . ,''• ..a V " ('^°: '&�. 3 ,• r.r Sr.Y+i',ry? - n5-.' 7 ` , � PROPOSED VAI.LEYt DRIVE,a _ `� ' I -- - 1♦ -' • • n3' ' - • • r`. _EXIST Tr :WATRLNE RY. OTHERS) ._. _ �. .. ;k ,q.9 - ,jR"'• -s �f i p ,. ,: t r a h .'S€t , ; -. Fr.• - A.JE A REFER TO 90000.1 0023 MR ADDS D IAL I✓DIE4 a mm TO MEET 1033 TOR Aadnaw. DEEMS. 101t MINI. I C PROs TO FY LOC O O MD E LVA THE O F LOS1° "'• MD "23" ME IM NO ° OMMI °OMImo STRUCTURES. ME [a.Plnrt wool PMDAIN TO ND/011 EN= CONSTRUCTOR OF 111.1 mLLECT. �( I I 1 :• : � 1 < _ ri.:' '; `•� - - = 1 • .: - J(.J '„�.Yt . � K - -• • _• _• - p v. i f �• 1 : ' �_ ... r+ H D. C01MPLTOR D R9NDEE FOR CONOGINC =IT "ONCE PROADIMS AT Los 45 N aos PRIOR T3 TEM= OR OCYOT[N NMI 0/ V OED OFR LOAM RMUTES S ARM IOnl01f TE FED NOT O O TNL FEACT E IN MS N OOf311M1E11011 TE ACTUAL IOGl231 Of S PRY. VICE 9MLL EC OREM X M IDC.61 NMI ARE FELD MCC/ F. LIENVIS MCI ELETTNOZIONI wiN AN ASIO09f 5-1) m anoe, �vutEn 0170 nw. FCII.SEN! HAS 1,031 WI STRUCTURES. 0 70 COMPACTOR IM E OR TO REM. FL ME Os NEm I mR4n awn mismclnx MAIL BE IOSIIZAIFD PER M 701.11 w sEFE a0303. I. ALL SRE PIPING SHALL DUCTILE IRON W WITH COATING NG D AN BITUMINOUS C LINING. 1 I 1 Q y` .. 1 y ��wE , SOB ACCESS o ACCESS 110101 _ j •�, -. -- '..._-k - 4 y!t. r :� - .''�` -• ';H•,'UP.i" +Ya . `9y �.uu.. �� •' > • ? � r, '',F - f. N Y� -" • ..e,° '3"•` �r-Iy, _ o , A d'• O-' 1'R .: to �., '" - e9 . y.t'''¢•S ' C FE _ a •• , 1':"'� • C A • . � # ; - -'t:''.�: $�^IM , ° 3'; ;:z :li ;;, . >� }1/ '' , ` - �? . , ,,p. G ; �} ; , - . . ' i- -O i• ": , �' w . / I i ;•e (•�I pa g,1 �- y5-- *_ : - tiz. _ =' YC ri rd a =� '''x'• , '`. ' r ?�. •+-' j LY,^ � .__° ,. •s�L"r 5: i �0 p I � . • a' . i n _ .• '�. - I , p PROPOSED 12'- PRESSURE.,' « °"r"`; REDUCING.VALVE AND VAULT- > a I. < © O '° �� 0 I % I 'II'..'�11 © -. 1 m r „ " . p = dFo a : « Z •-,,: - - l -. M f' �� =u c�I i i i _ • _ , 3} - . �',: - ".` _ r .. Dw1 u c �+tE • ' `s' q fac_ _ • 'S" .yy .....� - Tr k ;3.. 5 Ja 'r - ` „ . r = w• ! ^ (•y n:M -' y {. .5- j . 1 •• _+^•�� r r 6 ^ Y r .• .t »•w. -, . _ ." RC'a•,. ": :> �-•`Y` I ". ,, E �.''- ',n".,1• , :�, . � ... .; Ez . . a' ` a> N § 'r ' - 0 :I >i '1 , p. , M< >=:- " -'4.: I P.UJ_�p'� _ ' �l • y ^.CI' iC 9'. 'E� 1 , _ PIPING OtY.VR AND INSiALLFD�WRH RESTRAINED JOINTS. t AIL wn6A MO MIL E .mulED Tom A v. CAME OF M'. K � C0 1R � W i 1�R SHILL PRT1fE COUPLINGS. OPNtl10N JONR NO FOE a RNI.Im u PPM (COPPER) ` EL PRIM UPE CAUL TO N DF INSTALLED OF V SU SUPPLY MICE HATCH. OO CRDNAR NSONRtlR MITI MEWS /IL O RORSOMMV . LL E�mKf 1i 0 oGdO . W O Cam MALL BE SPFCIFN: NOTTS. '1 + ` :."`if M M ` • I i� \ • ° � - ® `.?•- ***1414 % \Y" ' i ° 1 1 0 I .•' ...Jt - L OCA T IO N MAP 1 .`\ + = EWE: 1' 30' 10 �" 1 I I I I R I 0 `�� - 'L.____ __ / 0 ri J - J 11 _J 6 ,II. C ' . e 11 © r DOSE. RICHE OF WAY EXIST. ( I P 23.E 1 I 1 1 ® I N ® DOSE. Iir WATERUNE E%IST. FlEER OPTIC DINE ANO 0IS LINE � (APPROX. LOCATION) ) EXIST. FIERCE LINE EXSST. ]• TELEPHONE CONDUIT (APPRDX. LOCATION) • 10.0 LOCATE 5o THAT IS CENTERED ON TM EXIST. PIPE JOINT 0 0 •Fl IAGTE 50 T I O O I PRO 0 TAP IS EMT CENTERED .3 PIPE JOINT EDI =DEWS 1 I , i nNl� O 30',15 DJ TAPPING WOE 130 Rs 1101w0 PFfwsE SEE DEDL at 0 1r Rule IES.EM MOE OATS WYE. m° PS % M0 FR9YRE 0100 o ,e'nr nmu a. c,m REalmf Monson +°NI) cm O 1r RC1aE N Ef01 PIE QIfEIRA1EED JWO nan 0 tY Desu oE OL ON nm .v READ 000303ED •DIRE) no O 12 AMU Ot nu 100 ®O (RESIWmON) THE r `ALK I I I I 1 I O ® 1 I :1 E �I.�� Ii� -- S L Lot n IPO01 ° °VA - h Jose O 11 PER MAL 1(1,11 DmJ ` I HOBO COO. ROME MICE GEE 370 Pa TOROS PRaDSC lac \� P.R.V. STATION DETAIL O BOTRARCO JONI) -- V4 .•un 1/2. -''� 900 �® PE 0 lend? u+ TRPrq aenL 1 P9 I I I l T E 0 at 5'-0 ING OPEN MIawn mown to 0 PRR0 tY FLOXIED Oro 1[90 f DUDE ME nut 200 P9 lAKamm 1R 1Y 01ST DEN MT= OXPINO Awl. (RESIWEiD� mass P9 mou Pw�CE OE Ir T IM PO MOO RE ARO 010E 31111 G NEAIRE ROOD 000. 0109: 0100 ' ® 0.' ``` ' I • rEATIS ICY (OR EOR.>J E- - - 1] SEE. on Ransom =Gr. Ar OW SEE 1/Y mum �ECCICK 0-700 PS _ I 1 Ii `I. II, 1 L .. I.,� :•_• G._.„13 ' � - 't . SOARMN TYPE oR ) - (no MO aN i •ID• 0 mews PR`S= 0039 mama 0 WE wax m° P9 KNOW PROS= • 0 REEL moan OWE= (Dome= sou n a< ono. ) 00.10 0 4• .v Boo (304 33). ten Pa wnaan RESxfa no ' 0 4' PPE (704 se lm PE saws PIA.E MD I 0 4• CAST DEN sent fames (RSIW)am} 1Ee RD WORK mom CIE 5- RMD 01DE MIWI 111. PIEmRE 1.1.010 W.K MO P9 mown GAM. P! son AGV On L9{RU m PRrw.T Lorin R03.7 ON TDP a' Tosco moot wa rAGEIE R E TOR I1m Ms 1 ` "' EXIST. OO WL (DIP) O I I - ` PROPOSED PRESSURE REDUCING VAC VAULT SEE © aL3e ° 0 ) 4V w 1 \ •O e;;)1 ° � � •. OS ' !I J 14� - - -- • - C - SIEEL MwDO IMO. OCUI Q R 1' 3 . N M SINE DOOM A r r Iraw aNTxe QC E + ACCESS TOOL REEL LOAD. I J� ====, EEIQ 1* 1 _ - - _ I I- ;_ e - - - I R s s � �' N' (T IWI 01m m1DL � 0 ocAP9aAOED MN EAcEER Russ A ir oC moms& Pm T ° L _ PLAN I - ` I O W I ® 0:1 PR OP. A L E f n OF SILT FENCE Q ar .i L$ i PPE SUPPORT. 0 woo. swEOON SUPPORT. 900 co. co. TREE 0) wow Buono DIN 7000 n us OnPRSwE SMOOTH ONO= 0T TYAa. PE]D rnYll AT ALL sumo ems ND TIRIq DDDfS p �!. I - % '; "' u E � a -_ -1 m' 79 - !;••je il.- � ra ':•1./'r �'�'• • . (TIM PLR OEMI. m r oLLIM= DL SIM mW IOC. TDEDtfEE D mIX FCMMOw. y O 3 NpsRLVt 1® NC .mD1lAl10N VIN °BIER'S rt1D R[PIEmIWNL ■ 70 MM. coNCRTE noon VINE DPFOR oPm tr PRY. PER DUAL y 0`.'1 0 �t•• * 0 . � w . • iI • � I �L O•: 4 0 4 4 0 ��t �{ •t = :?r ; i� ai i t{ .}�'� = ) P'.l .�: u Ji _ ,'ary / 1 •-. ,�� ] W /' .!; •.1�.:}: � ' E'L#I } N /• • p .S(;1evr ek A -0.* �' 1 • ••o'ej lY: I VIEW ]/4> WINED Root P.R.V. STATION SECTION sue. 1/r. t'-0' + SINE 1 s• Al 4)46 � °o ''' CITY OF ROUND ROCK TEXAS PUBLIC WORKS DEPARTMENT WEST SIDE PRESSURE IMPROVEMENTS PARK VALL PRV STATION IV6 AND 7 REMOVAL DETAILS '`s Norm _ HDR Engineering, Inc. � ,,, , ° ® Y.NEAODOIaT - -; , I `"" � .1o' 4 7 I r- PARK VALLEY P.R.V. STATION PLANS AND SECTION 2001 f � Aa.r J.o HOEPKEN I- �11�. • ��' * � OPRL CO'I - O REISSUED FOR 010 WITH OWNER'S COMMENTS 04/09/01 MEW JOH we _ _ri ° • Eiiai - 3` �'"�/ 4 � ' I I ' - � ' ` •• •: " �� Y ^ '".......0 0 D ISSUED FOR DID 03/20/01.103 JOH WC a..w ' . " 'A. w I � /. I- M.EWAUEA ' .� . 5 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' �R3 "s s o$ S �� G EXIST. 12 GATE VALVE EXIST. 24 "412' ECG. REDUCER EXIST. 24 "912" ECC REDUCER IXI5T 12" 01 PIPE EXIST 30124' ECC. REDUCER • EXIST. 30'424' ECC REDUCER EXIST 30' DI. PIPE EXIST 30' DJ. PIPE DI5T 24112" ECC. REDUCER 095T. 30 '924' ECC. REDUCER EXIST. 30' D I. PIPE it Ih N �� 1ST 12" GATE YALE a1ST. 12" 01 PIPE INSTALL 12' PEAR SPOOL PIPE (NOT N INS CONTRACT) i � EXIST 24'812' ECG. REDUCER EXIST. 30124' ECC. REDUCER EXIST. 30' 0 I. PIPE N 1 00 1 0 II �� L. II II _::, N �, I I I EXIST. 30130" TEE EXIST. 30'124' ECC. REDUCER EXIST. 24'r1Y ECC. REDUCER EXIST. 30130' TEE EXIST 72' OVA. R.C.P. VAULT REOVE 090 12' II EXIST. 30 WITF1 CONCRETE COVER AND PRESSURE REDUCING 124' 24 DM MANHOLE OPENING VALVE AIM 12" F.CA -= ECC. REDUCER � DT N THIS COMPACT) _ EX15T. 24112' EXIST CONCRETE COVER ANO 010. RCP- VAULT COST 30130' TEE II I WITH C ONNSp4 12' EXIST 30124' 24" DLl MANHOLE OPENING MEGALIIC L OR EQUAL ill EXIST. 30'x: EXIST. 30'x: ECC. REDUCER ECC. REDUCER ECC. REDUCER ECC. REDUCER (NOT IN . • • n _ EXIST. 24'9 � �K t)�a� ±r ECC. REDUCER lEtal •• �Wi � �4 1-.1',., i1 =i ' . ,� WC e � ECC. RE EXIST. Y• / EXIST. 12" 9P ELBOW EXIST. 12' 01. PIPE E ELBOW EXIST. 12" 9 0' J / � EXIST 12' GTE VALVE / I� V D VALVE 9 • (COMPLETED 14211F: WORK SHOMN 1 'ORS COMM) ORS ANEA IS LOT TO DE ISOLATION VALVE VAULTS 0IRLa00 mx,PPCr T. 12' 90 ELBOW 1151 12" 9 0' ELBOW EXIST. 12' GATE VALVE / EXIST. 12" DJ. PIPE INSTALL 12' Mln. � 1RFSR E12' RECCCE 047 � A REA S N I 114 NOT N PIPE 9495 =TRACT) (COMPLETED 1990 CON CONFUTED THIS =TRACT ISOLATION VALVE VAULTS FI E<D SPOOL CONNECTION RE009IEIQOS BEFORE DEMOLITION. PLAN , FIELD PPE LIMOS MD INSTALLATION PLAN fit SCALE 1/4' ■ 1' -0' FF.OIIIREIaF]f15. SCALE 1/4' - 1•-0• MST. WITH 24' EXIST. 12" G TE VALVE COST. 12' 90' ELBOW /rte", r. 1a1. - //fm$► EXIST. 24112' \� ECC. REDUCER � �� EXIST. 30124" E057. ECC. ftEOUCER REMOVE PRESSURE VALVE (NOT Zan WORK 115S AREA IS OTT TO BE =REM THIS CONDUCT 72" DL1 9 C P. VAULT CONCRETE COVER AND p10. MANHOLE OPENING , EXIST. 72' DIA. R C.P. VAULT INSTALL 12' GTE WITH CONCRETE COVER AND VALVE WI1T11 H NM VALVE 24' 010. MANHOLE OPENING BOX AND OPERATOR ink y 1. - 12' D.I. PIPE EXIST 12' REDUCING ANO 12' F.C.A. IN THIS CONTRACT) �•• ISOLATION �. !'0.39:: 1�A' A �_ • ' T'A VALVE 2 .. . VAULTS ELEV. 790.51 . 4 _ E D v T. SE BOX 111E VALVE AN VALVE D L E (COMPLETED MIS CONIRICh ELEV. 7 e] St EXIST. 12' 90' ELBO � 'a\, `T.P.Ml " ,' � EXIST 24 . 'x12 ECC. REDUCER _ EXIST. 30'x24' ECC. REDUCER INSTALL 12' - MST. 12" GATE VALVE SPOOL PIPE (FIELD VERIFY ACTUAL LENGTH) EXIST. 12' 9O ELBOW (NOT IN THS CONRUC() 12 " EQUAL ( G OR E \ OIMl (NOT //� A n IN AXIS CON fro t �� _ IXISr. 24'x12' � � �`J ECG REOLCER ._ J COST. 30'r2t' PIPE EXIST. 12' 01. ECC REDUCER T AREA IS N TO BE 1 COMPLETED THIS MORA=T ISOLATION _ l� l alil A - ..2� S ..! VALVE �I � __ i��). - m _':l1 VAULTS i v`� RE-GROUT WAIL AS U AS RLMINED REQRE EXIST. 12' 90 ELBOW �! � �iU" EXIST. 2t '81 ECG PFDUC .... EXSi. ECRE 311 C DUC DEMOLITION SECTION ^ INSTALLATION SECTION SCALE 1/4" - 1' -0' 002 I I SCALE 1/4" - i'-0' I 1 400 I PIPE SUPPORT SADDLE OTT- GPoNNFII FKi. 2E4. OR APPROVED EQUAL) d • PIPE SIZE a FIFE STRAP INSTALL ONLY WHERE NOTED ANCHOR BOLT t?H.1 NDIE ANNULAR SEAL OR E:ANNULAR PIPE THROUGH WALL OR ROCK SEAL REQUIRED FOR PIPING SECOND ANNULAR 1E' DIA. AM LARGER - . 1 4 V \■/ ON DRAWINGS) 11 9 USE FRP ALL-THREADS. WASHERS. MA M115 ' M' 0. -r l_. ,� 941198 MADE ONE LAYER WN �RER'SS OR SCH. 40 C STEEL , SIZE A5 KEW. FIT I _ O 0 . t 0 O °ESN-` APPROVED EQUAL), INSTALLED PER IRE 30/ ROOFING FELT WIRiT1EN INSTRUCTIONS. EMBEDMENT DEPTH MO TYPE TO BREAK Donn SHALL BE K PEmLeENpED BY THE 'MURMURER 'MURMURER OR 12 77M6 THE DIMMER. . MISHEAR S GREATER. {4 HOOP • 4' O.C. 249901 TED OR ROUGHQHED CON CRETE SURFACE • • . SAME MANUFACTURER FOUR 3/4' DLL 55 EJKPANSK)N NICNORS PIPE COLLAR 2" HIGH, MELD TO BASE PLATE 1/2' STEEL BASE PLATE 1 = J ' Mild AS RE •_� 9Y AN U AR SEAL YFR. TT FINISHED 1 �Yn GROUT .. CONC FLOCK CR WALL FLOOR ((( LEVELING CONCRETE M SUPPORT SCHEDULE oxE,saRS N INCHES INCHES ^ , PLAN VIEW EPO%y (SEE Klgfl NOTD MSS 918 O. H FA B • (FOUR B' 0.C. IS N,RI STAND D HOOK NEW CONSTRVCIpN ' 1PE 5� - STRAP MOTH ANCHOR t 15 PEDESTAL 710CINESS NIERIOI, DRY CR TOP 510E T BURIED. WET OR BOT1O1 50E 9'-12' 30 3/4' 1 1" /4' 8' 12' SECTIONAL VIEW 2MIES. 1. USE ONLY WHERE SHOWN ON DRAWINGS 2 ALL HARDWARE EXCEPT ANCHORS SHALL BE NOT OP GALVANIZED AFTER FABRICATOR . ' 9OW,R off DRAWINGS. SHOWN ONLY DRAWINGS. PIPE PENETRATION DETAIL ® STANCHION TYPE PIPE SUPPORT DETAIL CONCRETE PEDESTAL SUPPORT DETAIL NOT 10 SCALE ] NOT TO SCALE I 11102' I I 11102 I NOT TO SCALE I � r T'Y7 MI HIM Engineering, Inc. ® PO MU A®°I" `1 0 RT l�(� Px o r� 17.M17/74 ,•' Ir ° �`"" _ _ E J p O •� Po I ` ±,: 11 0, �1� "" r Q� > - ... .. � '...r A• jI1 CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT WEST SIDE PRESSURE IMPROVEMENTS PARK VALLEY PRV STATION IV6 AND 7 REMOVAL _ DETAILS 1/4• I • - I APRIL 2001 - �- ° I. ...E J . o HOEPXEN IV -6 AND IV-7 PLANS AND SECTIONS AND MISCELLANEOUS PIPING DETAILS .. -.... 1 - 0O2 ..... B B REISSUED FOR BID WON OWNER'S COMMENTS 04/09/01 NEW JOH TUG - = ��,i ° 41 -'. - - 0 ISSUED FOR 1310 03/20/01 NEW JOH TAG . "°`" q w` �I AI.4 0 / 1- M.EWALER - 5 , — 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 Rfl40EdTE ALL AREAS • DISTURBED BY CONSTRUCTION 6' TOPSOIL KI N COMPACTED BACKFTU. 95% ASTM D690 TRENCH SIDE SLOPE RAMC EMBEDMENT <6 • ASDI 3 PEA 40-660 GRAVEL OR S7040 TONE 0 4�y C.3 SIEVE ARO 1100X RETAINED ON 0000. B 51 ;NMI +� _ COMPACTED To 756 451904253. �� _ 1 WATER PIPELINE UNE MAY BE CURVED 0 3 o .e I -11 11 ?1M TO SHAPE OF TRIMMER. YA%) NCHER. I NMAN MIN OF 6' THICK BEADING DYER OUTSIDE 5VMETER OF PPE (0.0.) TYPICAL DUCTILE IRON PIPE EMBEDMENT DETAIL Ai NOT TO SCALE • #5 RMS. COAT UNDISRIRBED f OF P1PE .a....1% WTHI COAL TAR TRENCH �P �' ` UNDISTURBED TRENCH WILL atti11LE� 1 AlIl�i �IIW�' 45' 4 �11 =v. II THRUST BLOCK SIZE AS SHORN ON DRAWINGS BLOCKED BEND VERTICAL THRUST Iminivill PIPE BEDDING BLOCKING SECTION Q E V) 0 co P0054ED CRAPE ' n T RENOI B A CI061 , I- D =i =g 1 3/4' ODAM D ROCK GROUT SEAL '. r ~I�n . . ^ -a t- I� .,.,�::. VALVE ISO%. COVER, /N D CONCRETE TWO, SEE DETAIL '�,�-�� VALVE OPERATOR STEP AND SUPPORT COLLAR TAPPNG SLEEVE AS REM TO SUIT INTERIM. AND PRESSURE OF TAPPED PIPE) , B. N. rI R., u, F9 45 LUX o . TL' p 61'D1I u - a e -- .l al f ; WN (Tm) REINFORCING e. REDO= (WHERE S OWH ON PLANS ti. °i{ ► r'', E C ST. WATER MA W (FIELD VE> Y AND PRESSURE ATFT 41 ) a CONCRETE THRUST BLOCK BERING ARE - 25 SQUARE FEET YNWUY Nom:: II p ,1�� p WINO sow SEED 3L OF VALVE 000 ALIO COLLAR 1/4" BELOW GRADE TRAFFIC U0 W PAVEMENT OR SHOULDER r AND 2' ABOVE ELSEWHERE f PAVEMENT ! / a a I � • p ..._ _ ;._ � '��3'T3.*a PLAN SECTION a ' Q "tiKi£S '`�o "�'� - ^'� '� �. ==_ MR1 5'- K 2' -6' . \ UNDISTURBED EARTH WIDE A 6' THICK C ONCRETE SLAB T5 1 o.w. RETLD 4 u/1 CONCRETE BARPOar 2' 0. UPP L r c.E BLOCKED TEE OR PLUG BRANCH FROM COMMON TRENCH m -' SHin / REACTION 0000)10 SCHEDULE TA9PWC CRETI 1. MOLL PERMANENT THRUM( BLOCKING UNDER VALVE BEFORE , TAP B MALE. JOINTS AND BOU5 TO BE CLEM OF CONCRETE 2 TAPPOIO SLEEVE 10 BE PLACED 16' YIN. FROM AM BELL. COUPLING. OR FRTTNC ON TAPPED PIPE 3. REFER TO PUNS FOR 5E& OF TAPPED PIPE, TAPPING SLEEVE, TAPPOG VALVE AND REDUCER (WTME REQUIRED). TAPPING VALVE DETAIL SIZE LOCUM 'B' FT 'H' FT PIPE SIZE 'S FT 'H' FT PPE SINE 'B' FT 'H' FT FOUR �4 BARS E.W. 6410 (TORQUE BOLTS PRIOR TO BACK FILL) CONC. COUSIN 24' SQUARE (NOT REOD. ON CONC. PAINT.) 6' D 3' R 4' 4 'E BEND 1 1 10' ' 0)0 0N 45 SENO 2.5 2.5 16' ' 0040 4S BOO 4.0 4.0 3' h 4' 60 BEND OR TEE 2 1 10' DC BEND OR TEE 3.0 3.0 16" 90' 0040 OR TEE 5.0 S0 6' 4S MD 2 1.5 12' 4S BEND 3.0 3.0 24' 45 BEND 53 5.0 e' 90 BEND OR 150 2 20 12' 9(f BEND OR TEE 4.0 35 24' BP BEND OR TEE 7.0 70 �' =16111 ` G F]�EDYENf 6' 45 BEND 2 20 14' 45 BEND 4.0 3.0 30' 4S BEND 120 12.0 6' 9CT BEND OR TEE 25 2.5 14' B0' BEND OR TEE 5.0 40 30" BP BEND OR TEE 17.0 17.0 LAS: 1. REACTION BLACKING AREAS W TABLE ARE BASED ON 100 PS WATER PRESSURE ADJUST 014!761045 OF REACTION BLOCKS SHOWN Br RATIO CF TEST PRESSURE FOR PPE DMOED BY 100. 2. FOR DEAD ENOS, USE EOUNALEIT AREA FOR TEE URGER PPE SIZES TO HAVE THRUST BLOCK SIZE BASED ON 2000 P5F SOIL LOAD AID I .5X TEST PRESSURE 54 PPE. THRUST BLOCKING DETAILS 1 '1 0 - I .2 �' p �' � Y CONCRETE BLOCK UNDER WIVE BO00 8'i e' BLOCK FOR VALVES 10' AND SMALLER. 12%12111' BLOCK POR VALVES 1r AND LARGER VALVE BOX DETAIL NOT TO SCALE NOT TO SCALE WWI I NOT TO SOLE B _ _ _ _ _ _ O T I ,_A, G(AFF ,Etl 'O IN /ii N 0 6 00 CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT WEST SIDE PRESSURE IMPROVEMENTS PARK VALLEY PRV STATION IV6 AND 7 REMOVAL DETAILS I NOT TO SCALE HDR l Engineering, Inc. t - e ° 4 %.' ._.414,--4-1:,- :�, ° _. x � . I APRIL 2001 0 JC HOEPKEN � - MISCE L LANEOUS BURIED PIPING DETAILS * Z I CO3 13 REISSUED FOR BID 41114 OWNER'S COMMEN s 04/09/01 MEW JOH NAG ,;,°° t I I - FA"- 0 0 ISSUED FOR 810 O3 /20/01 JOH JOH `NG . , HI, W/HM ' w r-- G �' F 9 EWAUER "- 6 177