Loading...
R-02-01-24-9C1 - 1/24/2002New Alm t osgausa:i:aanismissmaseremeasoisat , si - R- 02- 01- 24 -9C1 Contract kr /tinutli c_vt Cm Can L1'ncting, [11 for Ch isholm'Il - �ul W'utc� U.nc Rclocnuon projc(1. RESOLUTION NO. R- 02- 01- 24 -9C1 WHEREAS, the City of Round Rock has duly advertised for bids for the Chisholm Trail Water Line Relocation Project, and WHEREAS, Southwest Cornerstone Contracting, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Southwest Cornerstone Contracting, 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 contract with Southwest Cornerstone Contracting, Inc. for the Chisholm Trail Water Line Relocation Project. 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. RESOLVED this 24th day of January, 2002. CHRISTINE R. MARTINEZ, City Secret ,:ouhu \WORLWX \o: \W00% \RESOLUTI \R20124C1.WPfl /ec 4/ ROB A. STLUKA, JR., siF yor City of Round Rock, Texas (03 NAME: 106 LOCAT1D OWNER: RID DATE: 45000 WATER ' December Quansilr CRI544. Chisholm Round City of 4.0It LM TRAIL WATERUNE,6I2TABULATJQN Trail Water Line Relocation and 1335 Rock Texas Round Rock 4, 2001 Dnc,_ Water Line Construction /414 101 51.1 S Southwest Com mel, erson0 Cons 1 NM Construction Schruc01, Construction Co_ C. C. Carlton lydua0es, L td. Rnval Vista 11,,. tin Cons we on STTI Conswelion I nc. r � P ..�9 Bid Bond - : Addendum= .Rid Bond - s EINEEZIEDEEMZfl Addendum - Bid Boni= -. Ad Mind, m1 , rITIMS:M1 5 m Und Prier Amount Unit Price 05s8405 B Pries Amo,011 Unit Price Amount Uo_Prir, ,,nmuni Unit Price Amount Unit Price Amount IMPROVEMENTS 1 EA. 6 wet connection 561153 5613.53 122300 5222.0 51,21100 11,21700 51,400.00 51,400.00 5650.00 565000 5(500.00 51,50.00 5508.74 5508.74 2 2 EA. 8" wet connection 579835 51,596.71 521100 5546.00 51.27700 $155400 51.50000 5).041000 58000 51,600.00 52 000.00 04,000.00 569106 51.342.12 3. 6 EA. 12 wet connection 01,004.30 56.02580 525350 51,521.00 51800.00 510,80000 1200100 512,00000 5125017) 57.500.00 52,800.00 511,800.00 51 56,114.00 4. 87 LF. 6 " water line 51183 5120121 57.25 563015 052.53 54.570.11 125.00 32.17500 520.00 5174000 524.00 52,08800 538.21 43,326.27 5. 132 1,71. 8 " water line 11636 52,159.52 51551 02,047.32 54231 0561132 52500 53,30000 53000 03,96000 526.00 53,43200 54432 55,850.24 6. 3,332 LF. 12' 0,192119e 522.57 57520124 527.55 591,79660 53202 5106,69061 526.00 58663200 02950 598,294.00 531.00 0103.20200 53970 513 80.4 7. 10 EA, 6 " Rate valve 141026 54,162.60 5575.00 55,750.00 546100 54,6(0.00 3575.00 05,790.90 5525.00 05,25000 5600.00 56.31000 5767.43 17,674.30 8. 2 EA 8 gate valve 5588.46 11,17692 5923.00 51,846.00 5631.00 5126200 5710.00 51,420.00 5825011 816511.0) 5750.60 5150030 5989.53 51979,06 9. 13 EA. 12 041e3talve 51.040.46 113525.98 51.81500 57559500 5105700 513 72109 5! 350.00 5!',550.00 51,250.00 5:0200'.1 2)O50.W ::'150:9 5) 3:0060 .36 510479.60 10. 9 E, 5194' firs hydrant 51,51 183 513,606.47 51,96356 017,652.4 51401.00 912,34 LW 52,30.00 820.700.W 51,9500() 517.550.00 51550.3) 313 51 II 45T16"hre lead 531.51 51,417.95 51800 581000 526.00 51 5900 528.00 51,200.00 57572 _ 5340740 2 ( 71 4 . I , ( 7 , 0 71 , 0 0 e 5983.61 5983.61 51,111.00 51,11100 5918.00 591800 52.30000 52.3001.00 51500.00 11.500.00 31,300.00 51,300.00 188102 314192 (3. 68 L.F. 10' Encasement 534,70 52559.60 560.90 54,141.20 53751 52,55068 35000 53,400.00 545.)9) 03,060.00 255.00 53,740.00 118.0 52,504.00 Id. 71 L.F. 12" Encasement 139.84 52,128.64 565.30 54,63630 541.85 52,97115 560.00 54.26000 550.0 53.550.30 56500 54,01500 540.00 52,84000 I5. 138 L.F. 20" Encasement 55155 57,113.90 590,25 512454.50 549.29 56,802.02 570.00 59,60000 17000 59,66000 17500 410,350.00 55300 37,590.00 16. 100 LF. Bore & 2V Encasement 525733 125,73300 518500 511,50(1.00 1214.00 521. 818).00 5200.00 520.00000 5225.00 522501300 5230.00 423,00000 512500 512,500.00 li. 1 EA. Relocate E2 , Meter 3728.24 5728.24 5667.00 5667.00 5150.00 515000 5120000 51200.00 5100000 518(0)111 5292.31 5292.00 5750.00 5750.00 18. 85 1,5 , New 8,-Kind Wale. Scrvice 57003 56.03755 57.84 5666.40 144.00 53.74000 51400 50190.00 550.00 14,29000 121.00 51,78500 159.26 55,037.10 19. 3525 L.F. Trench Safety 51.26 54,441.50 10.30 51,057.50 4036 51,269,00 51.00 53.525.0 51.00 53525.01 51.00 93,525.00 5060 52,11531 20. 4 EA. Remove Fire Hydrant 5360.97 11,443.88 5555.75 12,22300 537000 51,480.00 550000 32,900.04) 55313) 52,310.00 5250.00 50000.00 530.00 51.20000 21. 8 EA. Remove 6 ",8 ", &12 "OAS 524065 11,925.20 144400 53,552.00 5370.00 12,960.00 5500.00 54,00000 5500.00 54,00.00 522000 51,76000 5275.00 12,200.00 22. 2658 LF. 6em00e& replace Ex. Fence 5275 57,399.50 51.00 52,658.00 1289 17,68162 83.50 5030300 $300 57,97400 08.00 121,264.00 5460 512,22680 SUBTOTAL WATER IMPROVEMENTS 5181,396.34 5198,283.61 5217,955.74 5216,599.00 5218163.00 1240,103,0 3243,65075 EROSION CONTROL 21 1910 LF. Silt Foxe 31.77 53,380.70 51.35 52,578,50 5056 52,979.60 3100 55,73000 52.00 53,820.00 5200 01820,00 51 65 53.151.50 22. 25 LF Rock bents 53165 5791.25 522.00 1550.00 520.00 5500.00 520.00 5500.00 521400 3500.00 52500 5625.00 525.30 563 23. 2 EA, Sobilised construction entrance 5981.25 51,962.50 5675.00 51,35000 51 200.00 52,400.00 51,500.00 13,000.00 51200.06 52,400.0 590000 51 800.00 5852.50 51,70500 24. 4,800 S.Y. 0,008et9927 50.58 52,784.00 50.23 1110410 1026 51,2480 50.50 5240000 1000 54800.0 10.10 1480.00 30.28 31,348.06 SUBTOTAL WATER IMPROVEMENTS 5181,596.54 5198,283.61 3217,95514 3216,565.00 1211,363.00 5240,103.00 5143,651.75 SUBTOTAL EROSION CONTROL IMPROVEMENTS 58,91845 15,582.50 17,127.60 511,630.00 511 520.00 16785,00 56,833.00 TOTAL BID Items l -241 3190,514.99 5203,866.11 5225,08334 3028,195.0 5229,883.00 5246,828.00 5250,484.75 a:10001-2-059.51 06 sauna. Pep 1 JOB NAME: C0isholm Trail Water Line Rebcmion and Hi 3. JOB LOCATIO Round Rock, Texas OWNER: City orRom,d 000k RID DATE. December 4, 2.1 Item 000ntity Unit Descrlollon 90*305R IMPROVEMENTS 6 2 6 87 132 3 10 2 9 CII ISNOLM.IRAIL WATER LIjy60BID1 EA EA EA. LF. LF EA EA 0A 1.F 6" wq nneclton B" w nn Mion 12" wet co bon 6 water line 8' water line 12 6" µale valve e "gam valve 12" gne valve 0 11 watt„ line 5r-, Net Bid Band Le I n Price Am HL_Pj_ice 63598n1 Unll Prim 5700.00 580.00 570.00 000 553.00 3500 5600.00 570.00 2 55000 i Company Brnitez Conalmclion �Addcndum = yc Bid Bord =yes �AJJGndam= 515,/, 700,00 51,600,00 ,20000 54 35000 56,996.00 5116,620.00 56,000,00 51,40000 518,011,, 52,250.00 5845.00 51,050.00 .625.00 526.00 2800 531,00 5400.00 56 9^0 1 61X100 541.00 1845.00 520.00 59,75000 52,202 00 696.00 5109,056.00 00010 51,130.10 513.507 51,845.00 C6asco Con strunion Bid Bond = yc5 Add n(113 5600.00 700.00 800 00 1 :30 8.0) 2200 30.50 5660.00 584100 Ammon, Unit Price Amount Uoir Price Am�anl Una 560000 51 40000 54, 51,560.00 82,904,00 128.282.00 56,60.00 1680,00 16 20.00 51,600.00 514,40000 D50601.2059. Rid Tabuato, ri Dnl Auer in, UJ. Bid Bond ye 5820.00 1,74300 5(333_ 519.00 29 539.01 1564 5718.00 51538.00 551.00 582000 3,486 57,028.00 53.0 120616 55,64 5141600 795 WI H. D 4 Bid Band 53 00 53,0500( 55.5 5011 55200 536 5650. 580).00 13.84200 52 .00.00 Cons l ruction 1 Addendum Bid Bond = yes 'Addend 53,85000 00 00 51,50.00 50,500 .. 51,950. 53 (8) 011 513,00100 S2,4(0 514 54,350.01 518.00 51560.00 50 00111 524.50 53,234.00 5119952.00 540.00 5 133.280.00 56,500.00 580000 59.011000 1,6 100 5900.00 11800.00 51800.00 52,750.00 Fillip Conslmclinn 524 75000 68 71 138 100 65 3525 2058 I EA, LF L.F. 17. I8. 20. EA. 21. EA. 22. L.F. 1" air release 10" Encasement 12" Encasement 20" Encasement Bore & 20 Rclocale Ex. Mein New In -Kind Water Service Trench Safety Remove Fire Hydrant Remove 6 ", 8 ", & 12" G.V. Remove & replace Ea. Ferree SUBTOTAL WATER IMPROVEMENTS ER051034 C0N1RO1 21. 1910 L.F. Silt fence 22, 25 LF. Rock bum 23. 2 EA. Stabilized construction current 24. 4,800 S.Y. Revc2nation SUBTOTAL WATER IMPROVEMENTS SUBTOTAL EROSION CONTROL IMPROVEMENTS TOTAL 01D f Items 1 .24 ) 51,500,01 538.00 540.00 51,50000 52,584.00 52,840.00 50610.00 $1,610.00 51,50000 50100 57020 54,14800 54,984.20 516096 51,500.00 5(0,880.00 51,076.00 589.00 51076. W 50,052.00 S(,500.(0 575 00 81.500110 55000.0 5165.00 550.09 5200.00 51,200.00 520.00 51.00 5500.00 5300.00 55. 55.00 550.00 54300.00 50.50 _ 56,900.00 520,000.00 51,2.,00 51,7.10 51,525.00 52,000,00 _ 52,400.. 513,29000 5235,655.00 59,550.00 51250,00 53,00000 52,4... 1215,655.00 516,200.00 5251,855.00 585.00 5233.00 5377.00 53500 5100 543300 5435. 512.00 522.00 5750.00 8075 511,730.00 523,30.00 5377.00 32,975.00 53,525.00 51,740.00 53,480.00 531,896.00 5254,549.20 $3,82000 555000 51,500.00 53,600.. 5254,54910 59,47000 5264,019.20 5181.40 527200 554000 $4200 50.40 5270.00 527000 54.. 53.50 516.00 51,100,00 5050 511.715.00 524,978.00 S27,200.00 554000 53,995.00 51410.00 51,000,00 52,160.00 510,632.00 5277,412,00 5400.00 52,40000 5277,412.00 511,685.00 5289,097.00 892.00 5120.00 5341.00 5513.00 $3100 51.00 01076.00 5410.00 5100 5300 521.00 52050. 5200 56,53200 516.56000 534,100.00 8513.00 52,805.00 53.525.00 54,304.00 53,280 00 57.974.. 5270125,00 $5,73000 5525.00 54,100.00 59,60000 5270,325.00 519,955.00 5290,280.00 53,80.00 580.01 5100.)0 5225.00 52,600.00 50000 52.75 5300.00 5400.00 54.50 52.40 54 25 575.00 590000 5075 55,680 . 513,800.00 522,500.00 52,600.00 55,100.0 59.693.75 51,200.00 53,200.00 5 5306,250.75 58,11750 51875.. 51.800.00 53,000.00 5306, 250.75 115 ,392.50 5321,643.25 558.00 860 00 5150.00 524000 51,0..00 525.00 5050 5700.00 5700.00 515.00 56,685.00 SI 75 518.0 5210000 590010 50.10 53,800.00 53.94400 59.260.00 520,700.00 524,000.00 51000. 52,125.00 5528750 52,800.00 55,60000 539,670.. 5324,826.50 53,342.50 5450.00 51,800.00 51,42000 5324,826.50 57,03230 5431359.00 z W OLLE LN Chisholm Trail Water Relocation from Hotel Centre to Wolle Lane and I H 35 Frontage Road DATE: January 17, 2002 SUBJECT: City Council Meeting — January 24, 2002 ITEM: 9.C.1. Consider a resolution authorizing the Mayor to execute a contract with Southwest Cornerstone Contracting, Inc., for the Chisholm Trail Water Line Relocation and a small portion of I.H. 35, Water Line Construction project. Thirteen bids were received and opened on December 4, 2001. Southwest Cornerstone Contracting, Inc. submitted the lowest and best bid of $190,514.99. Resource: Jim Nuse, Public Works Director Bill Stablein, Construction Coordinator History: Thirteen bids were received and opened on December 4, 2001. Southwest Comerstone Contracting, Inc. submitted the lowest and best bid of $190,514.99. Staff recommends approval. Funding: Cost: $190,514.99 Source of funds: Self - Financed Utility Construction Fund & 1998 GO Bonds Outside Resources: Southwest Comerstone Contracting Inc. Impact/Benefit: To relocate the waterline in preparation for the roadway work. Public Comment: N/A Sponsor: N/A 1 1 1 '1 .1 1 .1 CONTRACT DOCUMENTS AND SPECIHICATIONS CHISHOLM TRAIL WATER LINE RELOCATION AND IH 35 WATER LINE CONSTRUCTION Baker- Alcklen & Associates, Iao. Engineers /Surveyors FOR Prepared by: Baker- Aicklen & Associates, Inc. 203 East Main Street, Suite 201 Round Rock, Texas 78664 November, 2001 - (9/- 9c / 11 1 H. D. ROVE, JR. , I ¢ 68506 : T ‘4:Z.).,'41/4,1,- 4 14' Sections 1.0 7.0.. Project No.: 601 -2- 059-51 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I, BAKER- AICKLEN & ASSOCIATES, INC. Engineers /Surveyors CHISHOLM TRAIL WATER LINE RELOCATION AND IH -35 WATER LINE CONSTRUCTION Project # 0601 -2- 049 -51 November 28, 2001 ADDENDUM #1 1. Correction: Section 2.0, Bid Documents, Bid Item 26 shall read as: 26. 4800 SY Broadcast seeding, complete in place, per square yard, for 1 All bidders shall replace sheet BD -10, of the Contract documents and Sincerely, HDR/vmb specifications, with the attached BD-10R. H . D. 1 oyd!P.E. O:\0601- 2 -059- 51\Addendum #1 11 -28 -01 dollars cents 2. Addition: The following is a correction to the Technical Specifications 6.0. Section 1.02 shall include: Texas Department of Transportation Standard specifications Items 164 and 166 shall be considered to be included in this contract as fully and to the same extent as if copied at length, herein and they shall supercede the portion of the current City of Austin Erosion and Sedimentation Manual regarding revegetation. 3. Clarification: Bid Item No. 18, New in -kind water service, should be bid according to the detail for water services included in the construction plans. The use of ductile iron pipe is not required for this item. All bidders shall acknowledge receipt of Addendum No. 1 on page BD -11 of the proposal. 203 E. Main St.. Site 201 • Round Rock. Texas 78664 512/244 -9620 • FAX 512/244 -9623 EROSION CONTROL 23. 1910 LF Silt fence, complete in place, per linear foot, for dollars cents. $ 24. 25 LF Rock berm, complete in place, per linear foot, for cents. 25. 2 EA Stabilized construction entrance, complete in place, per each, for dollars dollars cents. $ $ 26. 4800 SY Broadcast seeding, complete in place, per square yard, for dollars cents. $ Subtotal Water Improvements (Items 1 through 22): $ Subtotal Erosion Control Improvements (Items 23 through 26): $ TOTAL BID (Items 1 through 26): $ STATEMENT OF SEPARATE CHARGES: Materials: $ All Other Charges: $ *Total: $ Note: This total must equal "Total Bid" above. BDI O -R BAKER - AICKLEN & ASSOCIATES. INC. Engineers /Surveyors 1. Addition: Section 2.0 Bid documents, bid Item 22 shall read as: All bidders shall replace sheet BD -9, of the Contract documents and specifications, with the attached BD -9R 2. Clarification: Bid Item No. 22 — A temporary fence shall be erected along the western boundary of the 15 -foot P.U.E. adjacent to 1H -35 right -of -way prior to commencing construction. After completion of construction activities, the fence shall be removed and erected in its permanent location as depicted on the plans. Six -foot steel T -Post may be used as line post. Every sixth line post shall be a six -foot, 5" diameter treated wood post. A pull post assembly shall be located at station 7 + 25. Barbed wire shall be 2- point, 12 1/2 gauge. All bidders shall acknowledge receipt of Addendum No. 2 on page BD -11 of the proposal. Sincerely, H. D. Royer HDR/vmb 0:\0601- 2 -059- 51Wddendum #2 11 -30 -01 CHISHOLM TRAIL WATER LINE RELOCATION AND IH -35 WATER LINE CONSTRUCTION Project # 0601 -2- 059 -51 November 30, 2001 ADDENDUM #2 22. 2658 LF Remove existing fence & replace with Type "C" fencing, complete in place, per linear foot, for dollars cents. 203 E. Mein St., Suite 201 • Round Rock, Texas 79664 • 512/244 -9620 • FAX 512/244 -9623 21. 8 EA Remove 6 ", 8" & 12" gate valves, complete in place, per each, for dollars cents. $ $ 22. 2658 LF Remove existing fence & replace with Type "C" fencing, complete in place, per linear foot, for dollars cents. $ $ Subtotal Water Improvements: $ BD -9R ADDENDUM #.3 1. Correction: Section 5, Special Conditions, Section 2.11, Deviations Occasioned by Utility Structures shall read as: 2.11 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. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Owner or Engineer will make arrangements with the owner of the utility to relocate the obstructing utility. The contractor shall coordinate as much as practicable the construction of the proposed improvements with any utility relocation work performed by others. Suspension of contract time for the relocation of utilities will only be considered when the utility conflict results in a significant delay to the overall schedule and completion of the project, as determined by the Engineer and the Owner. All bidders shall acknowledge receipt of Addendum No. 3 on page BD -11 of the proposal. Sincerely.. CV) H. D. ROPE, JR. ? H. D. oye, P.E. :mss 68505 774 ��gTER ��'�d� �,k Ql■ HDR/vmb 1303601-2-059-51 \Addendum #3 12 -03 -01 CHISHOLM TRAIL WATER LINE RELOCATION AND IH -35 WATER LINE CONSTRUCTION Project # 0601 -2- 059 -51 December 3, 2001 TABLE OF CONTENTS Section Description Page 1.0 Notice to Bidders NB -1 2.0 Bid Documents BD -1 Instructions to Bidders Bid Bond Proposal Bidding Sheet 3.0 Post Bid Documents PBD -1 Agreement Performance Bond Payment Bond Certificate of Liability Insurance Warranty Bond 4.0 General Conditions GC -1 5.0 Special Conditions SC -1 6.0 Technical Specifications TS -1 7.0 Geoteclmical Report table.doc 1.0 NOTICE TO BIDDERS Sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the project titled "Chisholm Trail Water Line Relocation and IH 35 Water Line Construction" (project includes the installation of approximately 3,300 feet of 12" water main, various connections of assorted sizes, and associated appurtenances and ancillary items) will be received until 2:00 p.m., Tuesday, December 04, 2001 then publicly opened and read aloud at the City Hall Council Chambers at the same address. Bid envelopes should state date and time of bid and "Sealed Bid for Chisholm Trail Water Line Relocation and IH 35 Water Line Construction ". No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5 %) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from the office of the Engineer, Baker - Aicklen, Inc., 203 East Main Street, Suite 201, in Round Rock, Texas (512- 244 -9620) beginning November 19 . 2001 for a non - refundable charge of $ 25.00 per set. A pre -bid conference is scheduled for November 27, 2001 at 2:00 p.m. at the City Hall Council Chambers. Attendance is optional. 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 fumish 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. Publish Dates: Austin American Statesman: Monday, November 19, 2001 Monday, November 26, 2001 notice.doc NOTICE TO BIDDERS NB -1 Round Rock Leader: Monday, November 19, 2001 Monday, November 26, 2001 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 famished 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 retumed 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, 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. biddoc.doc BD -1 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. If the total contract price is $25,000.00 or more, 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. 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 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 famish 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. biddoc.doc BD -2 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, 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). biddoc.doc BD -3 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Southwest Cornerstone Construction Company, PO Box 684807, Austin, TX 78768 as Principal, hereinafter called the Principal, and Capitol Indemnity Corporation 4610 University Ave Madison, Wisconsin, 53705 -0900 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto City of Round Rock (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of * ** FIVE PERCENT OF BID AMOUNT*** 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 (Here insert full name. address and description of project) WATER LINE INSTALLATION / RELOCATION CHISOLM TRAIL 1 IH - 35 NOW, THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee, the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee, may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and ed th' day of December, 2001 (Witne n ess) AIA DOCUMENT A310 - BID BOND -AIA ® - FEBRUARY 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 Printed on Recycled Paper 9/93 Southwest Co erstone Construction Company ®® (Principal) (Seal) T »1D tT (Title) Capitol Indemnity Corporation (Surety) (Seal) ci Gross (Aoe) Attomey -In -Fact 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705 -0900 PLEASE ADDRESS REPLY TO PO. BOX 5900, MADISON. WI 53705.0900 PHONE (609) 231 -4450 • FAX (808) 231 -2029 POWER OF ATTORNEY No: 586948 Know aI Men; by tie e, Present Tt) N; a th9 CAPIT INDEMNITY CORPORATIO oration of thaState of WisPo Sin having Ile principal office t ithe City Of, Medfeon Wisconein make constltut ----- - - - - -- STACK J. GROSS, LAURA A ESPINOZA, STEVE DEAL OR DONAL BOLEY =- - - - - -- appoint s 1 its true and lawful Attorney(s) -in -fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act an deed, any and all bonds, undertakings and contracts of suretyship, provided that nc bond. or undertaking or htract 6t suretyship executed under this authority shall exceed in amount the sum of 4 ' . '" ■ NOT TO EXCEED $4 — -- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held I r s on the 5th day of May 1960. 'RESOLVED. that the President, 901) Vice- Ptesident, the Secretary or Treasurer ' acting individually or otherwise, be and They hereby are granted the power' t . and°5ulhonza8on to appoint by a Power of'Atlomey for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory In the nature thereof, one or more resident vice - presidents, assistant secretaries and attomey(s) in -fact, each appointee to have the powers and duties usual to such' I offices to the business of this company; the. signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any suds power. of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon ttje ' - Company, and any such'power so executedand certilled by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with -,' respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, pt`. ' without cause. by any of said officers, at any time." IN WITNESS WHEREOI;Ithe CAPITOL INDEMNITY CORPORATION has caused these presents to be signed bh ' its " undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1st day of June, 199 CAPITOL INDEMNITY CORPORATION STATE OF WISCONSIN COUNTY OF DANE I On the 1st day of June, A.D., 1999, before me personally came George A Fait, to me known, who being by me duly, I sworn, did depose. and say that he resides in the County of Dane, State of Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to 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 STATE OF WISCONSIN COUNTY OF DANE _ }' 1 CERT}PIGATE I, the: urtder9igned dui eluted ,tA the office stateq, below, now the incumbent in CAPITOL INDEMNITY CORPORA'IOW Wisconsin fprorattoe,; to ma 'thls certificate pa HERE, BY CERTIFY that the foregoin attached Power Ltf rertlains in full =force and has not been revoked; and furthermore that the Resolution of thf Board of Directgrk sat forth in tk1e:Prwer of_ Attorney is now in three. Slgned ealeit f at the C dl 'n Dated the 4 th ' day of et e ber , � 2001 Yrgiline M Schutteji „,Secretary INDEMNITY CORPORATION Puff JIB r, Treasurer Jane F. Endres Notary Public, Dane Co., WI My Commission Expires March 23, 2003 This power is valid only if the power of attorney number printed in the upper right hand corner apears in red. Photocopies, carbon copies or other reproductions. are not binding ", Jhe,company. Inquiries concerning this power of attorney may be directed to the Bond Manager at t Hnm6 fNfino nY rho !:,.mini Indamnihr a ratinn PROPOSAL BIDDING SHEET JOB NAME: Chisholm Trail Water Line Relocation and 111 35 Water Line Construction JOB LOCATION: Round -Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: December 4' 2001 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 bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Chisholm Trail Water Line Relocation and III 35 Water Line Construction 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: biddoc.doc BASE BID Bid Item Description Unit Item Quantity Unit and Written Unit Price Price WATER IMPROVEMENTS 1. 1 EA 6" wet connection, complete in place, per each, for dollars cents. BD -5 Amount $ $ 6/3.53 2. 2 EA 8" wet connection, complete in place, per each, for ��//' �-- t' / [ r .16A c�rr/G/4prdollars 77 (27V /, /,4 cents. $ / - $ 1.�i /11.711 3. 6 EA 12" wet connection, complete in place, per each, for 2 dollars cents. $ $ 4(115:0 4. 87 LF 6" Ductile Iron or PVC class 200 water line and fittings, complete in place, per linear foot, for ��8+ry` dollars 17 z cents. $140i $_, . 5. 132 LF 8" Ductile Iron or PVC class 200 water line and fittings, complete in place, per tin ar foot, for /G. 3k .2, dollars cents. $ * biddoc.doc 6. 3332 LF 12" Ductile Iron or PVC class 200 water line and fittings, complete in place, per linear foot, fog T waww 1 , dollars cents. 7. 10 EA 6" gate valve, complete in place, per each for // - /h .g-,c— ,c Tr ✓ 67.E cents. $ �.(a $ I6/% 8. 2 EA 8" gate valve, complete in place, per each for / �^ ldt A e��/G/fil'T dollars )�yy �l cents. BD -6 .2a , s 7 / 6- / -144 - 2-4 / $4 $/ 9. 13 EA 12" gate valve, complete in place, per each, for 10. 9 EA 5 1 /4" fire hydrant, complete in place, per each, for // T ic-7-61 / a &z'i4Er-/ dollars 11. 12. biddac.doc Ate-4a. mac/ -- 45 LF 6" Ductile Iron fire lead, complete in place, per linear foot, for - 01 PAK 1 / 7 y 7T{ cents. EA 1" air release and vacuum valve and vault, complete in place, per each, for dollars A cents. BD -7 dollars 13. 68 LF 10" steel encasement (excludes water line piping), complete in place, per linear foot, for / "4/ / t,� dollars cents. 14. 71 LF 12" steel encasement (excludes water line piping), complete in place, per linear foot, for / /L /iNL dollars cents. $ /OyO,67 $ 45/4E s/4 ,4"7 dollars /�7 cents. $. V.51 $ /Y /`1 s Ito $ 2, Rgg, 4'V 15. 138 LF 20" steel encasement (excludes water line piping), complete in place, per linear foot, for dollars $ � '/7, � 0 Ave cents. $ ' /. -'' J 16. 100 LF Bore and 20" steel encasement (excludes water line piping), complete in place, per linear foot, for f Wo� NA F vim•/ dollars ! ( (LTV I'FAeZ cents. $.9-5 s 25 7 33 ,a 17. 1 EA Relocate existing meter, complete in place, per each, for / ' veit! W -'..n J cifaollars T�c�.i ry f tyc cents. $ / VSrg t '/ $ 18. 85 LF New in -kind water service, complete in place, per linear foot, for 71.1L 7.JTt/ QNE dollars cents. $ 0 3 $ T�Fr�s � 19. 3525 LF Trench safety, complete in place, per linear foot, for dollars �� %in�PS.tz.1 �rnx cents. $ /- $ 7` / c/Y�� //-- � // J 5 20. 4 EA Remove fire hydrants, complete in place, per each, for / Aid. i ii- r"/ dollars /VINE■" u eri cents. biddoc.doc BD -8 $ 26 0,17 $ /, %/3. g8 21. 8 EA Remove 6 ", 8" & 12" gate valves, complete in place, per each, for lwolt�r-t0% Forst/ dollars 4- r . j cents. $ /90167-14 22. 2658 LF Remove existing fence & replace with Type "C" fencing, complete in place, per linear foot, for l i t)o dollars n vrs ),e cents. $ d/75 $ / ,i6 1 9.5 z ' Subtotal Water Improvements: $ /9,2, - BD -9R EROSION CONTROL 23. 1910 LF Silt fence, complete in place, per linear foot, for t�£ (s uarJ�/ 24. 25 LF Rock berm, complete in place, per linear foot, for //�� 7ltri UNE �E7vT./ J ' cents. dollars cents. 25. 2 EA Stabilized construction entrance, complete in place, per each, for got /Ai &4µr/ G'Ntr dollars 26. 4800 SY Broadcast seeding, complete in place, per square yard, for Note: This total must equal "Total Bid" above. dollars Fltdjr cents. Subtotal Water Improvements (Items 1 through 22): Subtotal Erosion Control Improvements (Items 23 through 26): TOTAL BID (Items 1 through 26): STATEMENT OF SEPARATE CHARGES: Materials: All Other Charges: *Total: BD 10 -R dollars n 2 q� cents. $ /, '7' $ 7,Jg�� $ $ .se 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. The undersigned further agrees to complete the work in full within 75 (seventy five) calendar days after the date of the written Notice -to- Proceed. The bidder and the Owner agree that for each and every calendar day the work, or any portion thereof, remains incomplete after the 75 (seventy-five) calendar -day period, the amount of Five Hundred Dollars ($500.00) per calendar day shall be assessed to the bidder, not as a penalty, but as liquidated damages. Such amount shall be deducted by the Owner from any payment due the bidder. 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. The undersigned acknowledges receipt of the following addenda: Addendum No. 1 dated /U, .2 c Received Addendum No. 2 dated Or', jd , _ ( Received Addendum No. 3 dated 3 a1A7 / Received Respectfully Su.: itted, Signatur e Printed Name /) / c � , ,n T Title Name of Firm/ Date biddoc.doc re.srdde BD -11 4./ (4g7 d -Srliii / 7; 1 --- 74 Ad ress Telep one 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 , by and between the (Owner) CITY OF ROUND ROCK of the State of Texas, acting through Robert A. Stluka, Jr., Ma or, thereunt o duly autho so do, hereinafter termed the OWNER, and EContractor) t 65.. 7 r.V over ( of 57s.../ , Texas, County of /j I f, , 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 OWNER to commence and complete the construction of certain improvements described as follows: Chisholm Trail Water Line Relocation and IH 35 Water Line Construction 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 Baker - Aicklen & Assoc., Inc.• 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 10 calendar days after the date written notice to do so have been given to him, and to complete the same within 75 (seventy- five) calendar days after the date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions. 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. postbid.doc PBD -1 1 1 1 1 (OWNE t 4111"A ,10 1 1 airuitywV 1 1 1 1 1 postbid.doc 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 ATTEST: Mayor City Secretary 1 (The following to be executed if the Contractor is a Corporation.) I, , certify that I am the Secretary of the Corporation named as ' Contractor herein; that , who signed this Contract on behalf of the Contractor was then (official title) of said Corporation, that said I Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its goveming body, and is within the scope of its corporate powers. 1 Corporate Seal 1 Signed: PBD -2 ATTEST: Secretary, if Contractor is a Corporation or otherwise registered With the Secretary of State • THE STATE OF TEXAS COUNTY OF WILLIAMSON PERFORMANCE BOND Bond #792152 Southwest Cornerstone Construction Company KNOW ALL MEN BY THESE PRESENTS: That of the City of Austin County of Travis , and State of Texas , as Principal, and Capitol Irrd3nnty Coxpori1rized under the law of 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 CNE FIN1RED MEW D FIVE HEM PaRIBEN & 99 n ( ' dollars ($ 190,514.99 ) 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 day of , 20 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: Chisholm Trail Water Line Relocation and IH 35 Water Line Construction 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 defects 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 provisions of Chapter 2253, Texas Govenunent 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. postbid.doc PBD -3 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 / g day of L 4 e.y , 20od. 0 4-t" Al R,«1 Title f o 'Fros. 6.43 Address 4 -.s —, .,.i ! 7e 76.8 Resident Agent of Surety: Boley Featherston Insurance Company Printed Name 701 Lamar Address W 1s, TX 76301 `' fe & Zip Code Walt, postbid.doc PBD -4 Capitol Indemnity Corporation Surety By Staci Gross Attorney -in -Fact Title PO Box 590 Address Madison, WI 53705 -0900 PAYMENT BOND THE STATE OF TEXAS COUNTY OF WILLIAMSON Bond #792152 Southwest Cornerstone Construction Company KNOW ALL MEN BY THESE PRESENTS: That , of the City of Austin. County of Travis , and State of Texas as Principal, and c apit o Indemr r i urnoi e Ne laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of ONE HUNDRED NINETY THOUSAND FIVE HUNDRED FOURTEEN & 99/100 - - -- Dollars ($ 190, 514.99 ) for the payment whereof, well and truly 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 day of , 20 , to which 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: Chisholm Trail Water Line Relocation and ill 35 Water Line Construction NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well 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. postbid.doc PBD -5 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms 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 /g' day of �{}rl . 204-V:- Printed Name 701 Lamar Address Title r , t - f 7 Adcjress AfinsTrAi / ( 7k760 Resident Agent of Surety: Boley Featherston Insurance Company postbid.doc PBD -6 Capitol Indemnity Corporation Surety By Attorney - in - Fact Title PO Box 5900 aci ross Address Madison, WI 53705 -0900 CERTIFICATE OF LIABILITY INSURANCE Date: 1 -30 -02 PRODUCER COMPANIES AFFORDING COVERAGE Boley Featherston Insurance P 0 Box 10 A General Agents Insurance Co. Wichita Falls, Texas 76307 B Fairfield Insurance Cottpany INSURED C Southwest Cornerstone P 0 Box 684807 Austin, Texas 78768 D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE A GENERAL LIABILITY GPP233261 12 -7 -01/ 12 -7 -02 AUTOMOBILE LIABILITY EXCESS LIABILITY BWORICERS' COMPENSATION AND EMPLOYERS' LIABILITY AM00002704 2- 23 -01/ 2 -23 -02 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/SPECIAL ITEMS /EXCEPTIONS CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land SI Typed Name: Title: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG. $ 2,000,000 PERSONAL & ADV. INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one Eve) $ 100,000 MED. EXPENSE (Any one person)$ 5,000 COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EACH OCCURRENCE $ AGGREGATE $ STATUTORY LIMITS EACH ACCIDENT $ 500,000 DISEASE - POLICY LIMIT $ 500,000 DISEASE - EACH EMPLOYEE 500,600 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificat_ older named below. ED REPRESENTATIVE 05/14/1999 .02: 34 5124725804 CERTIFICATE OF LIABILITY INSURANCE PRODUOIR Edith McIntyre 21148 hwy 155 s Flint,Ix 75762 nasuraro SouthWes t Cornerstone MS IS TO CERTIFY THAT the Insured named above is insured by the Commies listed above with respect to the business operations hereinafter described, ite the types of insurattoc and in accordance with the provisions of the standard policies used by t companies, and further hereinafter described_ Exceptions to the policies are noted below. CO TYPE OF INSITIANCE POLY EFFECTIVE ZXPLRATION WAITS VTR NUMBER DATE GENERAL LIABILITY' PERSONAL& $Dy_pptlitY $ EACH OcCURRENCE S ",''- '., ''','• ', 2, ,6 ._ , — „ ...T7r,,r...; ...,1,.,4-, ....,ov . , :, „; .,., ,,,,.. g,"; ,;• i., .r..1 (A a "PIRI° 0 1 4 - -nr..): k.mer.vti5.^... q., -, 'Z' t= , , , , . ,. , „' - MI T ....7' r443.5-34 0 a 3 • '''''''''' e * • $ tliki 0 Q a, =EN LIABILITY WORKERS" COMPENSATION AND EMPLOYERS' LIAMIXTY OTHER MARILYN CENTRES 5W 4 RAGE 02 COMPANIES AFFORDING COVERAGE A Allstate Insurance Co. D 2/5/02 °MEAL AGGREGATE S PItODUCTS-COSIP/OP AGG 5 BODILY INJURY (Pa moo) 5 BODY INRTRY (Poi ixidest)S PROPERTY DAMAGE $ EACH OCCURRENCE AGGREGATE • STATUTORY men EACH ACCIDENT DISEASE . POLICY LIMIT $ DISEASE EACH EMPLOYEE S DESCRIPTION OF OPERATIONSTOCATIONSTVEIHCLESSFECIAL ITEMS$OCCEPTIONS - ailipti PdabOIIM bond with prapoot to in poniiiiiitiiptitithil -- i,7;i4 4- d'O- b■ comonedott.hoogodbokte the apiralianige theree4 the mum to Ca ceratate CERTIFICATE HOLDER: City of Rouod Rock MONA RESENT 221 E. Main Street Round Rock, Tens 78664 attn: AMMO Land Tide' McIntyr r. e i� - 1 TYPE OP INSURANCE POLICY NUMBER P DATE BFFSCTWS (MMADUYT (MMAOWT) DATE EYBXPNWYTI LIMITS GENERAL LIABILITY Y COMMERCULOENERAL LDHIIJtt GPP233261 12/07/01 12/07/02 EACH OCCURRENCE 5 1,000,000 FIRE D.A. WON. Del s 100,000 NED ESP IAN aye Persa> 5 5,000 L.SN SLIDE I z OCCUR PERSONAL a ACV INJURY 51,000,000 GENERAL AGGREGATE s 2,000,000 PRODUCTS - cow., AGO 52,000,000 AGGREGATE LSAT APPUes PER: � T1 JFC 1 I LOC I! AUTOMOBLLG LIABILITY ANVAUTO ALL OWNED AUTOS SCHEDULED MHOS VIREO AUTOS NaaoY.rvED,wras CONSI EO SINGLE UMIT (Ea accident) 5 BODLVINXWV (RN Pa I s BOOZY MU. (Per ex.., 5 rY DANACE (AUreAa PROPER, S GARAGE Iio Tr ANY EA ACCIDENT s — EA OTHER s ULY: AUTO ON acG 5 ...LIABILITY OCCUR M CLANS RADE DEDUCIBLE RETENTION 5 EACHOCCNRRENCE 5 AGGREGATE 5 5 5 ORKUS COMPENSATION ARO EMPLOrERC•LIABILm AM00002704 02/23/01 02/23/02 WC STATLL TO IJMRB ER EN E.L.EACNAccor s 500000 EL. DISEASE- EAELPLOYEE s 500000 EL. DISEASE -POLICY LAD s 500000 OTHER EUCRPTION OP OPERATIONS LOCATIONSNEHICLEAEXCLUSONS ADDED BY ENDORSEMGNTNSP!CIAL PROVISIONS THE CITY OF ROUND ROCK IS NAMED AS ADDITIONAL INSURED IN REGARDS TO THE NERAL LIABILITY COVERAGE. ERTIFICATE HOLDER I N I ABaTONAL INSUR[a MEURER LETTER CANCELLATION ROUNCO1 CITY OF ROUND ROCK 221 E. MAIN STREET ROUND ROCK TX 78664 WOULD WT OFTIM ABOVE MEGRIM, POLICIES BE CANCELLED BEFORE TM EXPSMTIDN DAVETiEREOF. THE ISSUING INSURER aLL ENDEAVOR TO KM 30 DAIS WRITTEN NOTICE TO THIS CERTIFICATE HOLDER MANED TO THE LEFT, BUT FAILURE TO DO SO •IIALL IMPOSE NO OBLIGTION OR LIABILITY OF ANY KIND UPON VG INSURER, ITS AGENTS OR REDRECENTATWEE. IVY / /41/0 i AA.... .c A ,.,,D.e C ACORD CORPORATION 1988 1 Becky Campbell At: Boley- Feeeherstoqnsur nce To: TY INSURANCE SOUTCCS D5TG pe.weew) 01/21/02 THIS CERTIFICATE I5 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE rsuRER General Agents Insurance Co HSURER B: Fairfield Insurance Company INSURER C: AISURER INSURER E: ACORD_ CERTIFICATE OF LIABIL 1 1 0DUCER ley Featherston Insurance P. O. Box 97513 chits Falls TX 76307 -7513 hone: 940- 723 -7111 Fax:940- 322 -9549 WISED 'OVERAGES Southwest Cornerstone P.O. Box 684807 Austin TI 78768 Fax *: (940) 322 -2131 Date: 1/21/02 02:38 PM Page 1 of 2 , T HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGR EGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1 /WORD 25S (7197) • vo. . .c .. vc. +a r in rage c 01 6 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. WARRANTY BOND BOND NUMBER 792152 KNOW ALL MEN BY THESE PRESENTS, That we, Southwest Cornerstone Construction Company postbid.doc PBD - AMOUNT $190,514.99 (hereinafter called the "Principal ") as Principal, and th Capitol Indmnity Corpotatim a Corporation duly organized under the laws of the State of Wis -cnsin and duly licensed to transact business in the State of Texas (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "), in the sum of UE I USED NINETY TEE E?' D FIVE IMBED R U1E1 & 99/100 ---- -- dollars ($ 190, 514.99 ) 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, finely, by these presents. Sealed with our seals and dated this 1 8 day of AI. , A.D. two thousand and. e. WHEREAS, the said Principal has heretofore entered into a contract with The City of Round Rock, Texas Dated , 20 , for construction of: Chisholm Trail Water Line Relocation and IH 35 Water Line Construction 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 one 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 one year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas 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. nA.3 "/*-. ►Z Title C.c'/8D7 Address t s-r, Madison, WI 53705 -0900 Resident Agent of Surety: Boley Featherston Insurance Company Printed Name 701 Lamar Address Wichi •11s, IX 76301 o /•to & Zip Code ignature postbid.doc PBD -9 Capitol Indemnity Corporation Surety Bv: Lz_ (C _ - L�i Attorney - in - Fact Title P.O. Box 5900 Address ci Gross 1 1 1 4r9 not bmdingktir the oompany, In', INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705 -0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON, WI 53705 -0900 PHONE (608) 231 -4450 • FAX (608) 231 -2029 POWER OF ATTORNEY ttoreey No: ) 7;±21 V n nur � s mon loi +h,nite.- lSr + a. ^.Tt,�f th t ADI [ni irJfCLAr Ors the 1 st dAy o'f June D 1999, before me personaiip came Ceciige A Fait 1 me knAtivn who beta? s Wbrn did depose and sayy at Ile tesides in ttre „Coupty�o! Qaae State of Wtsconsln th' at he Is t e T 7 res1Iarft o D APITt IN�DEMNI`I`Y.CO RAtION, th'e'corporation described i,1 and which ekecuted the above in$trumeht that h knows the sPaJ of the std corporation °that the seat affixed to' instryment is such corpo ate sesi, that tt Was SO,affixsa • order of t rt: me th eta b like order Yie Boerd 4t�lir eCtord,of , said co t hs signed his \ y fporatlon and the limi CERTtFIC.AT I ttl �under$igned dui rpo elected tp the office slated , betew now the rr umb�t ip CAF�1 5L fT14FMlh}i )R Q RATl0N a°Wysconsm oration,,autharrized o make tt isc ifioats D0'F1ERI�R RTIFIY fiat the forsgoin acf�ea Pooig, tit Att ramains ir� full force ad_has,.not been Yavalted, and fu'rtherplore; lie R 4Qiuttoh°,ofr t Ord „ of a ire odors aetforth in theaPdweref Attorney issnowrinfQrce l n S d and (seaia,d at the C1t of, Madi$oh 000.41=,16 `Jan'B FnGres' °„'.< Notary Public Dane o. W3 amhiisssion. Expires Mareti 23, its true and IawfulAttorney(s) -in -fact, to make execute, seal and deliver for and Qn its behalf, as surety an'dyPs i deed, any and all bonds, undertakings and rttracts of suretyship, provided that no LQrkt f o g suretyship executed :under this 'authorityshafl eeed_in mouhe sum R1 1I U xc T I� EX ntt t,Op0, Thi Pow of 'Attorney is g ranted and is signed and spa, facsimile under and by the aUtharlty Qfthe foilowin' Resolutidn ad by the Board of bireFtorsof CAPITOL INDEMNITY CORE ORATLON at a meetng dyI Faded and het or the nth day.of May,1 b0: "RESOLVEQ, 5) 6 1 158 presldenl, apd Vi08 Presdent, the Secretary or reasprer acting intllvidbally 01 ot h twlse, be an hereby a}e gr2nted the pn wpr; rand �authonzation 1A.appatn ;resident t by:a Rowe( o1 Attbrney fprthe' purposes,Only 51 e ` add attesting bon e undetttakings end 4H]ervwr(tings a4�,9atd In 154 'nature thernof: or m©r$,ybe.- prdsidents, esStstant secretaries and affotfie Ind 4 ach a p p oint ee ID 6 15 p8beos an dupes usua) tc sbc11 ofhcas to th business of this company 5)8 S ignatu re ot officers and se of the Comp may be affixed to any ouch power01attdmey or tp anycen hcate 3 ,,:relating th h by facs tte, and any s ucks pdwar o1 att orney ar certificate beanng such facs4m l1eS1Qnatnres i sal shl e,vlid and bindmg ppon the ; ompany, and any suep power'so axe ed, oi'hit by flmi 2(5661uras aril Taos m l b syal shall 35 68 Ortacsm 611 and bn 4Tg upon the Cbrnpany n thefature With ; re to any bond o undartaKi89 61 o or p,n wnti c ng ob ligatory aes +n th natur0 therepl tb ch (5 Is attpct!ed Any 'nach ap poi e ntmpn al f m a be wake for e�aus s g t(1 cause, byer)601 5814 olftcers et arty time whi CORPORATI e , IN W tTN E5§ WHEREOF; ,,the C APITOL I ON ha s a us ed these presents 10 b e aig itsa icer uncle sfgndd, and Its t rpotate sealfo be hereto,affixed duly atteste b y it s c Secretary „this 1st day of J k CAPITOL INDE MNITY CORPORATIO onc4Pi ,a9erat t4,, 4.0 GENERAL CONDITIONS 1 1 General Conditions of Agreement 1 1. Definition of Terms 1 1 1 1 1 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 2. Responsibilities of the Engineer and the Contractor 2.01 - Owner- Engineer Relationship 2.02 - Professional Inspection 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 3. General Obligations and Responsibilities 3.01 - Keeping of Plans and Specifications Accessible 3.02 - Ownership of Drawings 3.03 - Adequacy of Design gencond.mstlspec master GC - 1 1 3. General Obligations and Responsibilities (cont'd) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.04 - Right of Entry 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 - Guarantee Against 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 gencond.mstlspec master GC - 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 11.01 - Termination by Owner for Cause 11.02 - Termination for Convenience 1 1 1 1 1 6. Extra Work and Claims 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. Protection of Persons and Property 10.01 - Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities 11. Termination gencond.mst/spec master GC - 1. Definition of Terms 1.01 Owner, Contractor and Engineer 1.02 Contract Documents 1.03 Subcontractor 1.04 Sub - Subcontractor 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 understood to be the Engineer of the Owner, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the Engineer and the Contractor. 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. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. 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 fumishes material not so worked. 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. gencond.mst/spec master GC - 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 shown upon the plans, or reasonably implied by the specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations" herein. 1.08 Working Day 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. 1.09 Calendar Day 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 structure 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. gencond.mst/spec master GC - 1 1 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 Professional Inspection by Engineer ' The Engineer shall make periodic visits to the site to familiarize himself with the progress of the executed work and to determine if such work meets the essential performance and design features and the technical and functional engineering requirements of 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 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 1 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 gencond.mst/spec master GC - 1 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 Unless otherwise specified, all lines and grades shall be furnished by the Engineer or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer reasonable notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the Contractor's expense. 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 conceming 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 gencond.mst/spec master GC - 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 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 gencond.mst/spec master GC - 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 refuse instructions from the Engineer in the absence of the Superintendent, 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 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 fmished 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 gencond.mstlspec master GC - 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. 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 famished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re- examination by the 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, gencond.mst/spec master GC - 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 Inspectors The Engineer may provide one (or more) field inspectors 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 inspectors 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 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 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 inspector's 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. gencond.mst/spec master GC -11 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with an adequate and reasonable number of 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 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. gencond.msdspec master GC - 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 govem. 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 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 gencond.mst/spec master GC - 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 fulfillment 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 sustained and bome 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 gencond.mst/spec master GC - 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 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 and the Engineer harmless from any loss on account 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 and the Engineer against 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 gencond.mst/spec master GC - 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, 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 The Contractor shall defend, indemnify and hold harmless the Owner and the Engineer 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, his 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, gencond.mstlspee master GC - surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the Owner or the Engineer 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: 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 project - 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 6 406.096) - 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. gencond.mstispec master GC - 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 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) gencond.mst/spec master GC - 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 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; (c) 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 (f) gencond.mst/spec master GC - (g) 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 ofthe project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the Commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, 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 ofthe 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. gencond.msf/spec master GC - 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 retum 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. 3.19 Final Clean -up 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 Guarantee Against Defective Work The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for a period of one year from the date of acceptance of the project. Said warranty binds the Contractor to correct any work that does not conform with such plans and specifications or any defects in workmanship or materials furnished under this contract which may be discovered within the said one year period. The Contractor shall at his own expense correct such defect within thirty (30) days after receiving written notice of such defect from the Owner or the Engineer by repairing same to the condition called for in the Contract Documents and plans and specifications. Should the Contractor fail or refuse to repair such defect within the said thirty (30) day period or to provide acceptable assurances that such repair work will be completed within a reasonable time thereafter, the Owner may repair or cause to be repaired any such defect at the Contractor's expense. 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 gencond.mst/spec master GC - 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 in 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 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 less 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. gencond.mst/spec master GC - 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. WR1001 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 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 Engineer, 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 gencond.mst/spec master GC - 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. 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. gencond.mst/spec master GC - 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 fumishing 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. 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 gencond.mstlspec master GC - 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. 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 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 fulfillment 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. gencond.mst /spec master GC - 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 be completed within the contract time. g) Other causes affecting the performance of the contract. 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 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 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 gencond.mst/spec master GC - 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. 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 field order. 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 field order 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 (C) 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 %). hi 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 gencond.mst/spec master GC - 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 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 final payment shall be a bar to any claims by either gencond.mstlspec master GC - 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 Owner out of such monies as may be due, or that may thereafter at any time become due to the Contractor under gencond.mst/spec master GC - 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 mariner 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 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 gencond.mst/spec master GC - 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. 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 gencond.mst/spec master GC - 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) 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; (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable 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 gencond.mst/spec master GC - (5) Owner; obligate each subcontractor specifically to consent to the provisions of this section. 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 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, fumish 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 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 gencond.mst/spec master GC - 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 attomey'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 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: gencond.mstlspec master GC -35 (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 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. gencond.mst/spec master GC - 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. The Contractor shall designate a responsible member ofhis 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 gencond.mst/spec master GC - 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: 12. 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: 1. 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 2. If a receiver trustee or liquidator of any of the property or income of Contractor shall be appointed; or 3. If Contractor: 1. 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 4. If Contractor: 1. Shall fail for any reason other than the failure by City to make payments called upon when due, and 2. Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or 5. If Contractor: 1. Shall commit a substantial default under any of the terms, provisions, conditions, or covenants contained herein; or 2. Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or 3. 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. 13. 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 gencond.mstlspec master GC - 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. 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. 5. 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 gencond.mst/spec master GC - 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. gencond.mst/spec master GC - 5.0 SPECIAL CONDITIONS 1.0 INFORMATION 1.01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Baker - Aicklen & Associates, Inc., 203 E. Main Street, Suite 201, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 1.02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will fumish 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. 1.03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be govemed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 1.04 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 be incapable of ascertainment and uncertain, so that for each day of delay beyond the number days of herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such 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 damages, the sum of $500.00 per calendar day. 1.05 LOCATION The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. 1.06 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 SC - 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. Water provided by the City that is used during construction shall be metered. 1.07 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. 2.0 SPECIAL CONSIDERATIONS 2.01 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. 2.02 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. 2.03 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 Maintenance 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. SC - 2 2.04 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. 2.05 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 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 order. 2.06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 2.07 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. 2.08 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. SC -3 2.09 "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. 2.10 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. 2.11 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. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Owner or Engineer will make arrangements with the owner of the utility to relocate the obstructing utility. The contractor shall coordinate as much as practicable the construction of the proposed improvements with any utility relocation work performed by others. Suspension of contract time for the relocation of utilities will only be considered when the utility conflict results in a significant delay to the overall schedule and completion of the project, as determined by the Engineer and the Owner. 2.12 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be 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. SC -4 3.0 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 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. 4.0 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 fmal 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. 5.0 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. SC -5 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. c. Automobile Liability Insurance for all owned, non -owned 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 projects: 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 retentions shall be disclosed on Certificate of Insurance required above. SC -6 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 m 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 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 SC -7 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 -8 SECTION 06- WAGE RATES General Decision Number TX000043 Superseded General Decision No. TX990043 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 02/11/2000 County(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN SUTX2042A 03/26/1998 Rates AIR TOOL OPERATOR 8.08 ASPHALT HEATER OPERATOR 11.00 ASPHALT RAKER 8.00 ASPHALT SHOVELER 7.97 BATCHING PLANT WEIGHER 11.00 CARPENTER 10.80 CONCRETE FINISHER - PAVING 9.57 CONCRETE FINISHER - STRUCTURES 8.83 CONCRETE RUBBER 8.52 ELECTRICIAN 16.25 FLAGGER 6.86 Fringes FORM BUILDER - STRUCTURES 8.77 FORM LINER- PAVING & CURB 8.00 FORM SETTER- PAVING & CURB 8.68 FORM SETTER - STRUCTURES 8.73 LABORER- COMMON 7.12 LABORER- UTILITY 7.99 MECHANIC 12.15 OILER 11.40 SERVICER 8.44 PAINTER - STRUCTURES 10.00 PIPE LAYER 8.27 ASPHALT DISTRIBUTOR OPERATOR 9.70 ASPHALT PAVING MACHINE 9.26 BROOM OR SWEEPER OPERATOR 7.12 BULLDOZER 9.28 CONCRETE CURING MACHINE 7.79 CONCRETE FINISHING MACHINE 11.00 CONCRETE PAVING SAW 9.79 SLIPFORM MACHINE OPERATOR 11.15 CRANE, CLAMSHELL,BACKHOE, DERRICK, DRAGLINE, SHOVEL 10.12 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 15.00 FRONT END LOADER 8.86 HOIST - DOUBLE DRUM & LESS 10.81 MIXER 7.12 MIXER - CONCRETE PAVING 11.00 MOTOR GRADER FINE GRADE 12.37 MOTOR GRADER 11.14 PAVEMENT MARKING MACHINE 8.31 PLANER OPERATOR 15.75 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.73 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 7.33 ROLLER, PNEUMATIC, SELF PROPELLED 7.17 SCRAPERS 8.38 TRACTOR - CRAWLER TYPE 9.40 TRAVELING MIXER 7.92 TRENCHING MACHINE, HEAVY 9.92 WAGON-DRILL/BORING MACHINE 8.00 REINFORCING STEEL SETTER PAVING 14.50 Rates Fringes REINFORCING STEEL SETTER STRUCTURES 10.61 STEEL WORKER - STRUCTURAL 11.73 SPREADER BOX OPERATOR 8.55 WORK ZONE BARRICADE 8.29 SIGN INSTALLER 7.97 TRUCK DRIVER - SINGLE AXLE LIGHT 8.32 TRUCK DRIVER - SINGLE AXLE HEAVY 7.954 TRUCK DRIVER - TANDEM AXLE SEMI TRAILER 8.02 TRUCK DRIVER - LOWBOY/FLOAT 10.12 WELDER 11.02 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 15.5(a) 1 (ii)) WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: Rates Fringes • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 88.78 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/CEILINGINSTALLER $10.91 $0.00 $0.00 80.00 510.91 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 512.50 $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 $2.39 $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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COUNTY NAME. WILLIAMSON PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES Date Printed: April 15, 1997 WATERPROOFER/CAULKER I $10.64 I $0.00 I $0.00 I $0.00 I $10.64 I *$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. 6.0 TECHNICAL SPECIFICATIONS 1.0 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 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. 2.0 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE 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. 2.01.2 BACKWORK 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 2.02 GRADING 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. 3.0 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK 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 The Engineer and Owner must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or Owner's representative. 3.03 CONSTRUCTION STAKING The Engineer shall famish the Contractor reference points and benchmarks that, in the Engineer's opinion, provide sufficient information for the Contractor to perform construction staking. 3.04 PROTECTION OF STAKES, MARKS, ETC. All engineering and surveyor's stakes, marks, property comers, 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. 4.0 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. 5.0 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 judgment 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. 7.0 GEOTECHNICAL REPORT GEOTECHNICAL INVESTIGATION PAVEMENT THICKNESS RECOMMENDATIONS Reconstruction of Portions of Chisholm Trail Round Rock, Texas techni . r 1 _ L 1 Engineering &Testing, Inc. sle!M CONSUMING ENGINEERS 4809 Williams Drive • Georgetown, Texas • 78628 -2006 • 512- 930 -5832 • [fax] 512- 930 -5852 254 - 628 -1190 • Killeen Area • [fax] 254- 628 -8943 K phute k F s6in . GEOTECHNICAL INVESTIGATION PAVEMENT THICKNESS RECOMMENDATIONS Reconstruction of Portions of Chisholm Trail Round Rock, Texas Report For: Baker - Aicklen & Associates, Inc. Attn: Mr. Henry D. Roye, P.E. 203 E. Main Street, Suite 201 Round Rock, Texas 78664 September 29, 2000 Project No. 20203.001 Kohutek Engineering & Testing, Inc. Geotechnical, Cons uction latcrip� and 'nviron' e tal ? OF TEa,tti � U, '•. x tt, `r ORDON L 7(OHUTEK_ ;� t a` 47782 J/ �P+'SO:' 9r Pa o . aUA Gordon L. Kohutek, P E President PAGE BACKGROUND 1 FIELD INVESTIGATION 2 LABORATORY TESTING 3 SUBSURFACE CONDITIONS AND LOCAL GEOLOGY 3 MFPS ANALYSIS AND DESIGN 5 RECOMMENDATIONS: PAVEMENT THICKNESS SECTIONS 6 CONSTRUCTION CONSIDERATIONS 8 • Ground Water • Pavement SALVAGED BASE SPECIFICATIONS 11 QUALITY ASSURANCE CONSIDERATIONS 13 REFERENCES 14 LIMITATIONS OF REPORT 15 APPENDIX A - GEOTECHNICAL DATA • Site Location Map • Plan of Borings • Logs of Boring APPENDIX B - STANDARD FIELD AND LABORATORY PROCEDURES APPENDIX C - Municipal Flexible Pavement Computer Printout g:msoffice•labsrpts 20203001 b.doc TZphutek i' f„Bina TABLE OF CONTENTS GEOTECHNICAL INVESTIGATION PAVEMENT THICKNESS RECOMMENDATIONS Reconstruction of Portions of Chisholm Trail Round Rock, Texas BACKGROUND The purpose of this investigation was to determine subsurface conditions relative to the development of recommended pavement thickness for the reconstruction of portions of Chisholm Trail. Chisholm Trail is an road located in northwest Round Rock, Williamson County, Texas. This investigation was completed in accordance with a proposal, dated June 9, 2000, proposal number 20PO43. Authorization was in the form of a services agreement signed by Mr. A. William "Bill" Waeltz, P.E., Round Rock Branch Manager of the firm Baker - Aicklen & Associates, Inc. and dated June 12, 2000. Coordination for technical information on this project was provided by Mr. Henry D. Roye, P.E., Project Manager of the firm Baker - Aicklen & Associates, Inc. In summary, the purpose of this investigation was to determine the soil profile, the engineering characteristics of the foundation soil and to provide criteria for use by the design engineers in preparing the pavement thickness designs for the proposed reconstruction. The scope included a review of geologic literature, a reconnaissance of the immediate site, the subsurface exploration, field and Laboratory testing, and an engineering analysis and evaluation of the foundation materials. The scope of services as authorized for this report does not include issues such as geometric design, shoulders, drainage, ditches, slope stability, safety or any other aspects of the design of the project with exception as specifically stated in this report. Index and engineering properties of the different soil types encountered on this project were determined and used as a basis for assigning parameters for pavement thickness designs. Pavement thicknesses were then designed using the computerized procedure adopted by the City of Austin, March 24, 1988, 'Municipal Pavement Structural Design and Life Cycle Cost Analysis System, MFPS - (1). Input data and assumptions as well as results are listed in later sections of this report. Output from the computer analysis is enclosed in Appendix C. According to data provided by Mr. Roye, the reconstruction of Chisholm Trail is proposed to be built to a 60 foot wide, face of curb to face of curb, roadway section with a Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock. Texas Project No. 20203.001 K o hutek y r E -1- 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 concrete curb and gutter. The classification of the reconstruction is a minor arterial street standards. Drainage is to be provided by a storm sewer system confined within the existing 90 foot right of way. The estimated length of this project is to be 1,300 linear feet commencing approximately 565 linear feet south of its intersection with FM 3406 and continuing north across FM 3406 for approximately 685 linear feet. It is being considered to salvage the existing base and reuse this base within the reconstruction. The exploration and analysis of the subsurface conditions reported herein is considered in sufficient detail and scope to form a reasonable basis for the pavement thickness designs. The recommendations submitted are based on the available soil information and the assumed preliminary design for the proposed reconstruction. Any revision in the plans for the proposed reconstruction from those stated in this report should be brought to the attention of the Geotechnical Engineer so that he may determine if changes in the pavement thickness recommendations are required. If deviations from the noted subsurface conditions are encountered during construction, they should also be brought to the attention of the Geotechnical Engineer. This investigation was completed in general conformance with American Society for Testing and Materials (ASTM) D 420. This report has been prepared for the exclusive use of the Baker - Aicklen & Associates, Inc. and their design consultants for specific application to the proposed project m accordance with generally accepted soils and foundation engineering practice. This report is not intended to be used as a specification or construction contract document, but as a guide and information source to those qualified professionals who prepare such documents. By acceptance and use of this report, the Client agrees to the terms and conditions of the referenced proposal, services agreement and the "Limitations of Report" as contained in this report. FIELD INVESTIGATION Subsurface soil conditions at the project site were investigated by nine exploratory borings which were drilled on August 17, 2000. All exploratory borings were completed to depths varying to 10.0 feet below the existing ground surface at the time of the field investigation. A Mobile B -53 drilling rig was used to complete all borings. The drilling and sampling was completed by use of continuous flight augers for advancing the boreholes dry and recovering disturbed samples. Procedures completed during the field investigation are more fully discussed in Appendix B to this report. Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock, Texas Project No. 20203.001 - 2 - All soil and rock samples were removed from the samplers in the field, visually classified by a technician, and placed in appropriate containers to reduce disturbance and loss of moisture during transfer to the laboratory. Observations of ground water made during drilling and these observations are presented on the boring logs. Pocket penetrometer values, in tons per square foot, are tabulated on the boring Togs. Additionally, while completing each boring, a Magellan GPS 300 was used to determine the latitude and longitude of each boring site. The approximate locations of these borings are shown on the enclosed figure entitled Plan of Borings in Appendix "A" to this report. Descriptions of the various strata encountered in each of the borings are presented on the individual Logs of Borings, likewise enclosed in Appendix " LABORATORY TESTING Engineering characteristics of the subsurface materials that were encountered and sampled were studied by performing the following tests: • Visual and laboratory classifications in accordance with ASTM procedures; • Natural moisture contents; and • Liquid and plastic limit determination. Descriptions of strata made in the field at the time the borings were completed were modified in accordance with the results of laboratory tests and visual examination in the laboratory. All recovered soil and rock samples were examined and classified in general accordance with ASTM D 2487. Classifications of soils and finalized descriptions of both soils and rock strata are shown on the boring logs. Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock, Texas Project No. 20203.001 SUBSURFACE CONDITIONS AND LOCAL GEOLOGY The section of roadway under study is underlain by the Georgetown Formation, Kgl. This predominately limestone formation is the lowest member of the Washita Group and was deposited during the Lower Cretaceous time. The Georgetown can be described as having neritic facies and disconformably overlies the Edwards limestone. The lower portion of the Georgetown, which is believed to be the limestone encountered at this site, is predominately a light gray limestone which K o hutek �ginn Stratum Description Approximate Thickness Encountered (ft.) I fat Clay, silty, some limestone particles, gray to dark gray, CH 4.5 to 8.5 II Limestone, fractured, medium hard, tan to light tan, Kgt. 1.0 to 4.5 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 is somewhat nodular, partly crystalline, hard, white with prominent conchoidal fractures and contains numerous shell fragments and fossils. The formation is also interlayered with strata of marly limestone. However, in general, the marly limestone is relatively hard and exists in relative thin layers. The Georgetown limestone can generally be characterized as having excellent foundation support for the proposed roadway reconstruction but will present some degree of difficulty during the excavation for utilities and other site work. The softer, marly limestone layers offer good foundation support and can be excavated with less difficulty. The surficial soil is identified as the Denton silty clay, DnA, Series as classified by the USDA Soil Conservation Service. (3) At the surface, these soils are typically composed of a moderately plastic clay intermixed with fine limestone fragments. These fragments are typically less than 1/4 inch in diameter and encompass less than 10 percent, by weight, of the soil matrix. The Denton soils normally exhibit liquid limits ranging between 40 to 70 with plasticity indices varying between 25 to 45; thus, according to the Unified Soil Classification System, USCS, these soils would be classified as either a CH or a CL. Underlying this surface soil is a weathered soft marly to limestone. Typically, it can be expected that this limestone will be encountered within 7 to 10 feet of the ground surface. The soils encountered at this site can be summarized as shown in Table 1. Detailed descriptions of the various strata encountered are noted on the individual Logs of Borings, which may be seen in Appendix "A ". Reconstruction of Portions of Chisholm Trail Round Rock, Texas K o hutek � ginn Table 1. Subsurface Stratigraphy September 29, 2000 Project No. 20203.001 Street Classification Right -of -Way, feet 18 -kip Equivalent Single Axle Load Applications Minor Arterial 90 2,680,000 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 During the field investigation ground water was not encountered in any of the exploratory borings. However, the determination of ground water gradients and flow quantities was beyond the scope of this investigation. Based upon the stratigraphy encountered, it is believed that the extent of the possibility of ground water will be dependent upon the antecedent rainfall. Thus, it may be possible to encounter ground water during the construction process. The City of Austin 'Municipal Pavement Structural Design and Life Cycle Cost Analysis" program, MFPS, (1) requires a number of input variables. The program predicts the performance of the pavement section including the number and type of overlays required for the specified design life. The different sections are ranked on total cost, overlay cost, user cost, routine maintenance cost, and salvage value. Costs, civil design information and traffic data were either provided by the civil consultant or estimated using the City of Austin guidelines with the civil consultant's concurrence. Pavement layer properties and costs used are shown in Appendix C in the program output. Minimum layer thicknesses utilized Table 3 -11 (page 3 -44) of the City of Austin's Transportation Criteria Manual (5). Based on the right -of -way (R.O.W.) widths provided on the site plan, roadway and a discussion with Mr. Roye, street classifications for the subject project were determined as defined by the City of Austin's criteria. (5) The loading applications based on the City of Austin design criteria for the streets are as shown in the following table: Based on publications from Texas Department of Transportation and City of Austin design guidelines, triaxial classifications have been documented and compared to the soils series as determined by the Natural Resources and Conservation Service (6). The triaxial classification may be adjusted based upon the experience with the local geology. Thus, if the soil series and Reconstruction of Portions of Chisholm Trail Round Rock. Texas MFPS ANALYSIS AND DESIGN Table 2. Street Classification - 5 - K o hutek E � g mn September 29, 2000 Project No. 20203.001 1 1 Atterberg limits this design procedure. soil subgrade triaxial in determining Flexible standard Texas provided. A summary Sections. RECOMMENDATIONS: In summary, for this project. are known, an empirical value for the triaxial classification can be assigned for For the `worst case' soils encountered at the subject site, the anticipated classifications are as shown in the following table. These values were used the stiffness of the subgrade. Table 3. Street Classification Subgrade Stratum TaDOT Triaxial Classification I 6.1 with the capacity was Thickness as alternatives II 5.3 pavement thickness sections developed from MFPS were cross checked Triaxial Method to ensure that an adequate ultimate load carrying of MFPS -1 results is shown in Recommendations: Pavement PAVEMENT THICKNESS SECTIONS the following pavement thickness sections are recommended Table 4. Optional Pavement Thickness Sections Classification HMAC CLB Sub -Base MFPS No. Minor Arterial, Option 1 6.0 23.0 -- 1 Minor Arterial, Option 2 6.0 20.0 4.0 1 units of thickness are in inches. 1-IMAC Hot Mix Asphaltic Concrete, inches CLB Crushed limestone base, inches MFPS No. refers to the computer run number. see Appendix C Reconstruction of Round Rock, Texas Ttohutek ._ Portions of Chisholm Trail September 29, 2000 Project No. 20203.001 -6- 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 Due to this particular section of roadway is a very significant intersection, there is substantial number of braking actions as vehicles approach FM 3406. This braking action, especially by trucks, results in the pavement prematurely rutting and shoving. Thus, in an attempt to slow the rate of rutting and shoving, additional HMAC has been added to the pavement thickness. Recommended specifications for the HMAC are enclosed in subsequent sections of this report. Based upon the complex and varying geology of the subject site, some flexibility on the part of the Client regarding adjustments to the pavement thickness may be required during actual construction. It is recommended that the designer consider all factors that might impact a pavement structure. Questions regarding pavement thickness section and subgrade type arising during construction should be addressed to the Geotechnical Engineer. Concluding from samples of the in -situ base taken from the exploratory borings, it is our opinion that the existing in -situ base would be acceptable material for use as a 'salvaged' base. However, due to the thickness of base that was encountered, if might be expected that the existing base might not be sufficient in quantity for the widened section of roadway. Salvaged base construction shall be completed in accordance with the specifications as enclosed in this report in the section entitled "Salvaged Base Specifications ". In order to improve the performance of the pavements that overlie areas of the Denton clays, see Log of Borings in Appendix A, it is recommended that the base be extended a minimum of 72 inches behind the curb. In areas of non - expansive soils, it is recommended that the base be extended a minimum of 12 inches behind the curb Although a 20 year design life was used in this design, the Owner should expect to perform periodic maintenance to the pavement structure, especially at the intersection with FM 3406. This is primarily due to the braking action of vehicles at this intersection and the expansive nature of the underlying subgrade soils. This periodic maintenance might include crack sealing, patching of potholes, drainage, and other maintenance activities that might be required. As shown in Appendix C, at the conclusion of the 20 year design life, pavement rehabilitation might be expected. This rehabilitation might include an overlay to possibly reworking the base. Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock Texas Project No. 20203.001 uohutek O,sin" 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. Ground water CONSTRUCTION CONSIDERATIONS Ground water is not likely to be a problem in excavations less than the depth of the exploratory borings. Care should be taken to drain the site during construction. If flooding is a problem due to insufficient drainage or excess surface water in a rainy period, saturated soil should be dried out and or removed and replaced with crushed limestone base or dry, compacted earth. B. Pavement 1. Subgrade and Foundation Soil Preparation a. Strip and remove from construction area any top soil, organics and vegetation to a minimum depth of six inches below the existing natural ground surface. Rock must be excavated to provide the minimum uniform thickness of pavement section. b. Fill sections may be composed of on -site material excluding top soil, vegetation, and organics. Fills should be compacted in lifts not exceeding 8 inches after compaction and meet the City of Austin's current "Standard Specifications" Item No. 201. This includes an abandoned quarries or other deep fills that might be uncovered on the subject tract. c. Compaction of cut areas, on -grade areas, and fill sections should be to 95 percent of TxDOT TEX- 114 -E. Compaction should be performed with the moisture content of the soil adjusted to within 3 percent of optimum moisture content. Prior to the placement of flexible base, the completed subgrade should be proof rolled to the satisfaction of the Geotechnical Engineer. The proof rolling shall be completed in accordance with the City of Austin's current "Standard Specifications" Item No. 236. Salvaged Base Course a. Salvaged base material material shall meet the specifications as enclosed in this report in the section entitled "Salvaged Base Specifications ". b. Thickness of the salvaged base material should be as previously discussed in this report. a Salvaged base material compaction shall be 95 percent of TxDOT TEX -113 -E using 13.26 ft. lbs. /cu.in. compaction effort. The moisture content during compaction shall be maintained within 2 percent of optimum moisture content. Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock Texas Project No. 20203.001 K o hutek y' �ginn 3. Base Course a. Base material shall meet the specifications outlined by Item 210 of the previously mentioned City of Austin's "Standard Specifications ". b. Thickness of the base course should be as shown on the enclosed Recommendations: Pavement Thickness Sections, Table 4. c. Base course compaction shall be 100 percent of TxDOT TEX -113 -E using 13.26 ft. lbs. /cu.in. compaction effort. The moisture content during compaction shall be maintained within 3 percent of optimum moisture content. Density control by means of field density determination shall be exercised. d. After compaction, testing, and curing of the base material, the surface shall be primed using a MC -30 prime coat. 3. Surfacing Surfacing shall consist of hot -mix asphaltic concrete (11 MAC) meeting the requirement of Item 340, Type "C" of the current City of Austin's "Standard Specifications ". Thickness should be as shown on the included Recommendations: Pavement Thickness Sections, Table 4. 4. General Conditions a. Should at any stage in the construction of the street pavements a non - stable or weaving condition of the subgrade or base course be noted under loads of construction equipment, then such areas should be delineated and the Geotechnical Engineer consulted for remedial action before completing the pavement section. b. Seepage areas or unusual subgrade soil conditions should be similarly brought to the Geotechnical Engineer's attention before proceeding with pavement completion. c. Where pavements are trenched for utilities, backfill should be compacted to 95 percent of TEX -114 -E and a minimum of 18 inches of compacted flexible base, according to the enclosed. Base Course Recommendation, placed below the new HMAC surface. d. Prior to construction, the Geotechnical Engineer should be given the opportunity to review the plans in order to ensure that all recommendations have been properly implemented. It is recommended that the subgrade construction be inspected by the Geotechnical Engineer to ensure that the bearing soils, base and various subgrade/base elements are properly constructed. A recommended schedule of Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock, Texas Project No. 20203.001 K ph utek FsR' "" Density control by means of field density determination shall be completed and approved by the Engineer prior to placement of the first lift of base. -9- 1 1 1 1 r 1 1 1 1 1 1 1 1 1 . 1 Khutek p I" E ngi„a�.�ca1.��.. quality assurance considerations is enclosed in a following section of this report. Kohutek Engineering & Testing, Inc. cannot be responsible for misinterpretations of our recommendations if we have not had an opportunity to review the construction plans and complete the quality assurance testing and inspection for this project. Please note that this report only discusses pavement thickness. There are many other components that should be included in order to have a successful pavement. Items such as drainage, ditch design, shoulders, and other geometrics are just a few of the other items that should be thoroughly studied. There are several excellent text books along with design guidelines from many governmental agencies that might be consulted for design of the overall pavement system. Reconstruction of Portions of Chisholm Trail Round Rock, Texas - 10 - September 29, 2000 Project No. 20203.001 Sieve Size Percent Retained by Weight 2 -1/2" 0 1 -3/4" 0 - 10 No. 4 10 - 75 No.40 30 -90 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. Gradation shall be as follows: E. No organic matter is permitted. SALVAGED BASE SPECIFICATIONS 1. GENERAL: Salvaged base material, if called for on the plans, shall be placed over prepared compacted foundation soil to the dimensions shown on the plans. This material shall be referred to as 'Grade 6' of TxDOT Standard Specifications Item 247. 2. MATERIAL: Salvaged base material shall be composed of hard durable particles of gravel or crushed stone and shall meet the following criteria: B. Material passing the No. 40 sieve shall meet the following: Max. PI 25 Min. PI 5 Liquid limit of the minus 440 material shall be less than 40. D. Wet Ball Mill Value shall not exceed 65 percent with an increase in the minus # 40 not exceeding 55 percent. 3. PLACEMENT AND COMPACTION: Stump holes or other small excavations in the limits of the roadway shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. If the surface is roughened by small washes or otherwise, it shall be restored to approximately its original slope by blading or other methods. Top soil and vegetation shall be stripped within the area to receive fill to a minimum depth of six inches. More soil may be required to be removed if indicated on plans. The subgrade shall be compacted as stated in this report and approved by the Geotechnical Engineer prior to placement of the salvaged base material. Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock, Texas Project No. 20203.001 - 11 - K phutek gym. Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in the Compaction of the salvaged base material should be to a minimum of 95 percent of maximum laboratory density determined in accordance with Texas Department of Transportation Procedure TEX- 113 -E. The material should be within two percentage points of optimum moisture at time of compaction. Placement should be in lifts not exceeding six inches after compaction. Each compacted lift should be inspected and tested for density compliance prior to placing the next lift. After completion, not less than plan thickness of salvaged base material as herein specified shall exist beneath any portion of the street, even if additional excavation of existing ground is required to meet this requirement. The salvaged base material should extend at least 24 inches (36 inches on fills over six feet in height) beyond the edge of pavement before sloping downward on no steeper side slope than 1 on 3 slope to natural soil. Backslopes shall be well - compacted. Maximum fill heights should not exceed ten feet without engineering consultation. 4. INSPECTION, TESTING AND CONTROL: A 100 lb. sample of the salvaged base material should be submitted to the Engineer for approval and for determination of Moisture - Density Relationship, at least seven days in advance of placement. Fill placement operations will be inspected and tested for uniformity, acceptable material and field densities, at the Geotechnical Engineer's option. A wet ball mill test, TxDOT TEX- 116 -E, shall be completed on each 2,000 tons of salvaged base material produced. The producer shall prepare a stockpile of approximately 2,000 tons and notify the testing laboratory in order that sampling and testing might be completed. The salvaged base material shall not placed into the roadway until the stockpile has been approved by the Engineer. Atterberg limits, ASTM D 4318, and gradation, ASTM D 422, shall be completed for each 1,000 tons of salvaged base material produced. This testing and approval shall be completed prior to the incorporation of the salvaged base material into the roadway. Density testing in accordance with ASTM D 2922 and D 3017 shall be completed at intervals no greater than 500 If of street centerline. Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock, Texas Project No 20203.001 - 12 - K phutelc Faa��`• TYPE OF WORK ITEM SAMPLE . FREQUENCY SAMPLE SIZE : MINIMUM TESTING General Earthwork, Fill, and Salvaged base material Soil Material Compaction 1 per soil Type 1 per 5000 sq.ft. per lift (min. of 3 per lift) 50 lbs. - Gradation -P.I. - Moisture - Density Relationship Field Density Test Flexible Base Base Material Compaction 1 per type per 1000 cu. yds. 1 per 5000 sq.ft. per lift (min. of 3 per lift) 50 lbs. -sieve -P.I. - Moisture - Density Field Density Test Hot Mix Paving Job Mix Formula Cold Aggregate Asphalt Uncompacted Mix Compacted Mix on Job 1 per HMAC Type Weekly Each transport delivery 2 Daily 1 per 1000 sq. yds. or 3 daily whichever is more 50 lbs. 1 qt. 35 lbs. Review and Approval Sieve, Sand Equivalent and Examination As required. Extraction, Density, Stability Field Density (by cores) 1 1 1 . 1 1 1 r 1 1 1 1 1 1 1 1= 1 1 Reconstruction of Portions of Chisholm Trail Round Rock, Texas uphutek , QUALITY ASSURANCE CONSIDERATIONS - 13 - September 29, 2000 Project No. 20203.001 1 1 1 1� 1 1 1 1 1 1 1 1 1 1. 1 1 1_ 1 1 REFERENCES 1. "Municipal Pavement Structural Design and Life cycle Cost Analysis ", City of Austin, Austin, Texas, December 1992. 2. "Geologic Atlas of Texas, Austin, Sheet ", Bureau of Economic, Geology, Austin, Texas, 1974. 3. "The Geology of Texas, Volume 1, Stratigraphy ", The University of Texas Bulletin No. 3232: August 22, 1932, The University of Texas, Austin, Texas, 1981. 4. "Soil Survey of Williamson County, Texas ", USDA/Soil Conversation Service, Washington, D.C., January 1983. 5. "Transportation Criteria Manual ", City of Austin, REV 12 21 - 92. 6. "Triaxial Classification of the Surface Soils of Texas as Grouped by Soil Conservation Service Series ", Texas Highway Department, Publication Number 3 -05 -71 -035, Austin, Texas, January 1973. Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock Texas Project No. 20203.001 TZ lr FnB - 14 - gdmsoBce labsrpu\2020300r.doc Reconstruction of Portions of Chisholm Trail September 29, 2000 Round Rock Texas Project No. 20203.001 Conditions of the site at locations other than the specific location of each exploratory boring are not expressed or implied, and conditions may be different at different times from the time of this investigation. Subsurface conditions have been extrapolated based upon the samples actually recovered and actual field conditions may differ from those described in this report. Kohutek Engineering & Testing, Inc. simply cannot guarantee that conditions elsewhere on the subject site will be the same as encountered at the specific exploratory boring locations. Additionally, the findings, conclusions and recommendations contained within this report are subject to revision based on site conditions as exposed during construction activities. Thus, Kohutek Engineering & Testing, Inc. recommends that the Client retains our consulting services through the construction stage to identify variations in the site conditions and to confirm that the recommendations contained in this report are applicable to the conditions encountered elsewhere on the subject site. Contractors or others desiring more information are advised to secure their own supplemental borings. The analysis and recommendations contained herein are based on the available data as submitted by the Client and the writer's professional expertise, experience and training, and no other warranty is expressed or implied concerning the satisfactory use of these recommendations or data. It should be noted that the scope of services for this investigation did not include any environmental evaluations of the surface or subsurface conditions, and the lack of that information in this report does not indicate an absence of potential environmental problems. Kohutek Engine LIMITATION OF REPORT - 15 - 1 1 1 1 1 1 1 1 1 1 1 1. 1 . 1 1 1 K phutek . F �B mK APPENDIX A GEOTECHNICAL DATA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CHISHOLM TRAIL HOTEL CENTRE 0 0 0 0 289 CRACKER BARREL SUBDIVISION 17r SPHALT PARKING HOPPE SUBDIVISION SCALE : 1" = 40' SHEET # : 1 OF 1 PLAN OF BORINGS CHISHOLM TRAIL ROAD STREET RECONSTRUCTION ROUND ROCK, TEXAS PROJ # : 20203.001 DATE : 08/30/00 KOHUTEK ENGINEERING & TESTING INC. CONSULTING ENGINEERS 4809 WILLIAMS DRIVE GEORGETOWN, TEXAS 78628 s'.0 x B -4 i i -1-00 s 12+ 00 0 ` - -F ' � b W \ PLAZA J W o L ENCINO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CHISHOLM TRAIL HOTEL CENTRE 0 0 0 0 289 CRACKER BARREL SUBDIVISION 17r SPHALT PARKING HOPPE SUBDIVISION SCALE : 1" = 40' SHEET # : 1 OF 1 PLAN OF BORINGS CHISHOLM TRAIL ROAD STREET RECONSTRUCTION ROUND ROCK, TEXAS PROJ # : 20203.001 DATE : 08/30/00 KOHUTEK ENGINEERING & TESTING INC. CONSULTING ENGINEERS 4809 WILLIAMS DRIVE GEORGETOWN, TEXAS 78628 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • . 1 1 3 1175 fi s . ""^macs $ .cnEe�efiw po,s'�, ..� zoo 1 I K — o]-iutek En6��K 1M+ $ I a F M te9 t1 0 130IBI EnIE •F R4.CE • o sernt•• 131.D � • R. O 'POE reW° 0 ,010. Noxprs 8 d art. � ' f. 4e°; M ¢ i 4 =. n �o p i Wy a *c== O.I( n F 6' llk R 55 • Site Location Map Reconstruction of Portions of Chisholm Trail Round Rock, Texas Project No. 20203.001 Uaaa) alma SYMBOL MATERIAL DESCRIPTION • Plastic Limit 10 20 Moisture Content (%) Liquid Limit 60 1 1 30 40 50 _ - — PAVING, HMAC (1/21. Base (9 ") • C. % / � m CLAY, silty, stiff, moist, dark gray CH ...limestone particles ...light grayish brown « • ■ _ 5 _ • � LIMESTONE, medium hard, tan Kgt — DISCONTINUED AT 10.0 FEET —15 = 20 _25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: August 17, 2000 K prtute k LOG OF BORING Project : Reconstruction of Portion of Chisholm Trail Round Rock, Texas Elevation : Note: Boring advanced without the use of drilling fluid. 0 Cohesion from hand Penetrometer. Project No. : 20203.001 Boring No. :B -1 1 2 3 4 5 0 Cohesion (ksf) 75 DEPTH (FEET) SYMBOL MATERIAL DESCRIPTION • Plastic Limit 10 20 Moisture Content (%) Liquid Limit 60 I 1 30 40 50 — — — PAVING, HMAC (1/2 "), Base (10 ") • • C / i CLAY, silty, some limestone particles, damp, CH stiff, brown ...dark brown _ — /0 ,1 1 1 - s I LIMESTONE, weathered, medium hard, tan ...hght tan Kgt I I I — DISCONTINUED AT 10.0 FEET —15 —20 _25 Project: Reconstruction of Portion of Chisholm Trail Round Rock, Texas Date: August 17, 2001 u i' re in. LOG OF BORING Elevation : Note Boring advanced without the use of drilling fluid. 0 Cohesion from hand Penetrometer. Project No, :20203.001 Boring No. :B-2 1 2 3 4 0 Cohesion (ksl) 87 3aJ KIJ1 SYMBOL MATERIAL DESCRIPTION • Plastic Limit 10 20 Moisture Content ( %) Liquid Limit 60 1 1 30 40 50 — _ — PAVING, HMAC (U2"), Base (9 ") • 1 • C ' / // / / CLAY, silty, gravelly, damp, stiff, CH dark brown ...brown ...limestone fragments —5 — 1P 1 LIMESTONE, weathered, fractured, soft, dark tan ...medium hard, tan Kgt 1 1 1 II I 1 1 — DISCONTINUED AT 10.0 FEET —15 20 = —25 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: August 17, 2000 _ uohutek LOG OF BORING Project: Reconstruction of Portion of Chisholm Trail Project No. :20203.001 Round Rock, Texas Elevation : Boring No. : B -3 Note: Boring advanced without the use of drilling fluid. 0 Cohesion from hand Penetrometer. 1 2 3 4 5 0 Cohesion (ksf) DEPTH 1 (FEET) SYMBOL MATERIAL DESCRIPTION • Plastic Limit 10 20 Moisture Content (%) Liquid Limit 60 I I 30 40 50 — — PAVING HMAC (1"), Base (10 ") • 0 j / / CLAY, silty, stiff„ dark brown CH ...l fragments _ — — la LIMESTONE, severely weathered, chalky, soft, dark tan ...medium hard, tan — DISCONTINUED AT 10.0 FEET —15 —20 _25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Project : Reconstruction of Portion of Chisholm Trail Round Rock, Texas Date: August 17, 2000 K o hutek �ginn LOG OF BORING Elevation : Note: Boring advanced without the use of drilling fluid. 0 Cohesion from hand Penetrometer. Project No. :20203.001 Boring No. : B -4 1 2 3 4 5 0 Cohesion (ksf) A KEY TO SOIL CLASSIFICATIONS 6 SYMBOLS UNIFIED SOILS CLASSIFICATION SYSTEYio TERMS CHARACTERIZING 501LSIo Major Divisions Letter Symbol Name GRAVEL AND SRAV1_+LY SOILS GW W•ll - graded grorels or grovel -sand mixtures, little or no fines SLICKENSIDED- horing Inclined planes of Sy weakness that are slick and glassy appearance. FISSURED - containing shrinkage cracks, frequently filled with fine sand or sill, usually more or less vertical. LAMINATED (VARVEDI-eomposed of thin layers of varying color and 00 e, usually pradinq from sand or s11t o1 the bottom to clay at the lop. CRUMBLY- cohesive soils which break Into small blocks or Crumbs an drying, CALCAREOUS - containing appreciable quantIlles of calcium Carbonate, generally nodular. G p a -.. a °e Poorly- graded grovels or gravel -sand mixtures, little or no fines GM ' s • • - ;�p Silty grorels, gravel-sand-sill mixtures GC -� Cloy e g r or els, g rov el- s nd -clay mixtures SANG AND SANDY SOILS j,' ; �, SW - : .z_j ;• Well-graded sands or gravelly sands, little or no fines SR ••. 1 . Poorly - graded sands or gravelly sands, little or na fines SM ` �' Silly sands, sand -sill mixtures SC i �.Y...s�.' Clayey sands, sand -clay mixtures STANDARD ABBREVIATIONS SILTS AND CLAYS L <50 ML I I I I Inorganic 01110 end very fine sands,rock hour, silty or clayey fine sands or Clavev silts with slight plasticity Med. MEDIUM See- SEVERELY Ws. WEATHERED Fer. FERRUGINOUS Brn. BROWN Dk. DARK L1. LIGHT Tel. YELLOW CL I / Inorganic cloys of low 10 medium plasticity, gravelly clays, sandy efevs, silty cloys, lean 01000 OL I I I I I I I I I Organic silts and organic silt -clays o f low plasticity Frac. FRACTURED 9ik. BLACK V VERY Or. ORANGE SILTS AND CLAYS L y 50 Mt! I I Inorganic sills, micaceous or diatomaceous fine, sandy or silty soils. elastic silts Ls. LIMESTONE Moi. MOIST Ang. ANGULAR Cemd. CEMENTED Chlky. CHALKY Chty, CHERTY Colas. CALCAREOUS Frac. FRACTURED Frag. FRAGMENTS No(. NODULES w/ WITH CH j / Inorganic clays of high plastitlly, fat clays ON //� / / Organic cloys of medium to high plasticity, organic sills H GHLY ORGANIC SOILS P1 Peat and ether highly organic sails I 1 WEATHERED LIMESTONE TERMS DESCRIBING CONSISTENCY OF SOIL 51r LIMESTONE F- __ COARSE GRAINED SOILS �I CLAYSTONE OR z SILTSTONE S DESCRIPTIVE TERM I NC. SLOWS /FT - 5.7.?. VERY LOOSE LOOSE FIRM (medium) DENSE VERY DENSE 0 - 4 A • 10 IO -30 30.50 over 50 - .: ' IGNEOUS ROCK SYMBOLS FOR TEST DATA L. • Liquid Limit P • Plastic Limit d, •95- Dry unit weight in lbs. /0o ft. SCR - Standard Core Recovery R01 - Rock Quality Index 30;: FINER - Percent finer than No. 200 mesh sieve. N • 30 - Number of blows per foot, standard pelletrOtiOn test. (SPT) THD• 30- Number of blows per foot, Texas Highway Department Cone Penetrometer Test. T - Ground Water Table. SHALE. LIMESTONE. CLAYSTONE. or SILTSTONE DESCRIPTIVE TERM STRENGTH - TONS /SCFT. SOFT MED HARD HARD VERY HARD 4 - B B - 15 15 -50 over50 FINE GRAINED SOILS 2252001170 TERM NO. aI']ws /FT, s. P. U Ta CO n FIeE0 ns / C0s.F iwP9E3iIar VERY SOFT SOFT PLASTIC Iowa n1111 STIFF VERY STIFF 0000 C2 2 -• •• e 0.15 15.30 a•er 30 <0.25 0,20 -0.30 0.50. 1.00 - 2.00 2.00 - x.00 a••1 •.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 . 1 1 CO IA 0•. 3 -aft 0-1,.,n ' ••r I e. E.ein••rine 010 011 e. sr 7.• 140 end P••• p hutek eginr K phutek Fnsi^" APPENDIX B STANDARD FIELD AND LABORATORY PROCEDURES 1' 1 1 1 1 1.. 19 1r 1 STANDARD FIELD AND LABORATORY PROCEDURES STANDARD FIELD PROCEDURES Drilling and Sampling Borings are typically staked in the field by the drillers, using simple taping procedures and locations are assumed to be accurate to within several feet. Unless noted otherwise, ground surface elevations (GSE) when shown on Togs are estimated from topographic maps and are assumed to be accurate to within a foot. A plan of Borings, showing the boring locations and the proposed structures is provided in the Appendix. A log of each boring was prepared as drilling and sampling progressed. In the laboratory, the driller's classification and description is reviewed by a Geotechnical Engineer. Individual logs of each boring are provided in the Appendix. Descriptive terms and symbols used on the logs are in accordance with the Unified Soil Classification System (ASTM D 2487). A reference key is also provided. The stratification of the subsurface material represents the soil conditions at the actual boring locations, and variations may occur between borings. Lines of demarcation represent the approximate boundary between the different material types, but the transition may be gradual. A truck- mounted rotary drill rig utilizing rotary wash drilling or continuous flight hollow or solid stem auger procedures is used to advance the borings, unless otherwise noted. Samples of soil are obtained from the borings for subsequent laboratory study. Samples are sealed in plastic bags and marked as to depth and hole locations in the field. Cores are wrapped in a polyethylene wrap to preserve field moisture conditions, placed in core boxes and marked as to depth and core runs. Unless notified to the contrary, samples and cores will be stored for 90 days, then discarded. Standard Penetration Test and Split- Barrel Sampling of Soils (ASTM D 1586) (SPT) This sampling method consists of driving a 2 inch outside diameter split barrel sampler using a 140 pound hammer free falling through a distance of 30 inches. The sampler is first seated 6 inches into the material to be sampled and then driven an additional 12 inches. The number of blows required to drive the sampler the final 12 inches is known as the Standard Penetration Resistance. The results of the SPT is recorded on the boring Togs as "N" values. Thin - Walled Tube Sampling of Soils (ASTMI D 1587) (Shelby Tube Sampling) This method consists of pushing thin walled steel tubes, usually 3 inches in diameter, into the soils to be sampled using hydraulic pressure or other means. Cohesive soils are usually sampled in this manner and relatively undisturbed samples are recovered. up]lutek B -1 Soil Investigation and Sampling by Auger Borings (ASTM D 14521 This method consists of auguring a hole and removing representative soil samples from the auger flight or bit at intervals or with each change in the substrata. Disturbed samples are obtained and this method is, therefore, limited to situations where it is satisfactory to determine the approximate subsurface profile and obtain samples suitable for index property testing. Diamond Core Drilling for Site Investigation (ASTM D 2113) This method consists of advancing a hole into hard strata by rotating a single or double tube core barrel equipped with a cutting bit. Diamond, tungsten carbide, or other cutting agents may be used for the bit. Wash water or air is used to remove the cuttings and to cool the bit. Normally, a 3 inch outside diameter by 2 -1/8 inch inside diameter coring bit is used unless otherwise noted. The rock or hard material recovered within the core barrel is examined in the field and in the laboratory and the cores are stored in partitioned boxes. The intactness of all rock core specimens is evaluated in two ways. The first method is the Standard Core Recovery expressed as the length of the total core recovered divided by the length of the core run, expressed as a percentage: SCR = total core length recovered x 100% length of core run This value is exhibited on the boring logs as the Standard Core Recovery (SCR). The second procedure for evaluating the intactness of the rock cores is by Rock Quality Index (RQI). The RQI provides an additional qualitative measure of soundness of the rock. This index is determined by measuring the intact recovered core unit which exceed four inches in length divided by the total length of the core run: RQI = all core lengths greater than 4" x 100% length of core run The RQI is also expressed as a percentage and is shown on the boring logs. Vane Shear Tests In -situ vane shear tests may be utilized to determine the shear strength of soft to medium cohesive soil. This test consists of placing a four - bladed vane in the undisturbed soil and determining the torsional force applied at the ground surface required to cause the cylindrical perimeter surface of the vane to be sheared. The torsional force sufficient to cause shearing is converted to a unit of shearing resistance or cohesion of the soil surrounding the cylindrical surface. K phutek E gInnIIIIINI,Mkng Inc B -2 THD Cone Penetrometer Test The THD Cone Penetrometer Test is a standard field test to determine the relative density or consistency and load carrying capacity of foundation soils. This test is performed in much the same manner as the Standard Penetration Test described above. In this test, a 3 inch diameter penetrometer cone is used in place of a split -spoon sampler. This test calls for a 170 -pound weight falling 24 inches. The actual test in hard materials consists of driving the penetrometer cone and accurately recording the inches of penetration for the first and second 50 blows for a total of 100 blows. These results are then correlated using a table of load capacity vs. number of inches penetrated per 100 blows. Ground Water Observation Ground water observations are made during the boring operations and are reported on the boring logs. Moisture condition of cuttings are noted, however, the use of water for circulation precludes direct observation of wet conditions. Water levels after completing the borings are noted. Seasonal variations, temperatures and recent rainfall conditions may influence the levels of the ground water table and water may be present in excavations, even though not indicated on the loss. STANDARD LABORATORY PROCEDURES In order to adequately characterize the subsurface material at this site, some or all of the following laboratory tests were completed. Results of the actual tests performed are shown on the Summary of the Laboratory Test Results, and some are also shown graphically on the Logs of Borings. Moisture Content - ASTM D 2216 Natural moisture contents of the samples (based on dry weight of soil) have been determined for selected samples at depths shown on the respective boring Togs. These moisture contents are useful in delineating the depth of the zone of moisture change and as a gauge of correlation between the various index properties and the engineering properties of the soil. For example, the relationship between the plasticity index and moisture content is a source of information for the correlation of shear strength data. Atterberq Limits - ASTM D 4318 The Atterberg Limits are the moisture contents at the time the soil meets certain arbitrarily defined tests. At the moisture content defined as the plastic limit, Pw, the soil is assumed to change from a semisolid state to a plastic state. By the addition of more moisture, the soil may be brought up to the moisture content defined as the liquid limit, Lw, or that point where the soil j Ohutek Efigln B -3 changes from a plastic state to a liquid state. A soil existing at a moisture content between these two previously described states is said to be in a plastic state. The difference between the liquid limit, Lw, and the plastic limit, Pw , is termed the plasticity index, Iw. As the plasticity index increases, the ability of a soil to attract water and remain in a plastic state increases. The Atterberg limits that were determined are plotted on the appropriate Log of Boring. The Atterberg limits are quite useful in soil exploration as an indexing parameter. Using the Atterberg limits and grain size analysis, A. Casagrande developed the Unified Soils Classification System (USCS) which is widely used in the geotechnical engineering field. This system related the liquid limit to the plasticity index by dividing a classification chart into various zones according to degrees of plasticity of clays and silts. Although the Atterberg limits are an indexing parameter, K. Terzaghi has related these limits to various engineering properties of a soil. Some of these relationships are as follows: 1. As the grain size of the soil decreases, the Atterberg limits increase. 2. As the percent clay in the soil increases, the Atterberg limits increase. 3. As the shear strength increases, the Atterberg limits decrease. 4. As the compressibility of a soil increases, the Atterberg limits increase. Triaxial Shear Test - ASTM D 2850 -70 Triaxial tests may be performed on samples that are approximately 2.83 inches in diameter, unless a smaller diameter sample was necessary to achieve a more favorable length:diameter (L:D) ratio. In order to reduce end effects, the L:D ratio should be a minimum of 2.0. The triaxial tests are typically unconsolidated- undrained using nitrogen gas for chamber confining pressure. Confining pressures are selected to conform to in -situ hydrostatic pressure considering the earth to be a fluid of 120 PCF. In this test, undisturbed Shelby tube samples are trimmed so that their ends are square and then pressed in a triaxial compression machine. The load at which failure occurs is the compressive strength. The results of the triaxial tests and the correlated hand penetrometer strengths can be utilized to develop soil shear strength values. Unconfined Compressive Strength of Rock Cores - ASTM D 2938 The unconfined compressive strength is a valuable parameter useful in the design of foundation footings. This value, qu , is related to the shearing resistance of the rock and thus to the capacity of the rock to support a Toad. In completing this test it is imperative that the length:diameter ratio of the core specimens are maintained at a minimum of 2:1. This ratio is set so that the shear plane will not extend through either of the end caps. If the ratio is less than 2.0 a B -4 correction is applied to the result. The results of these tests are compiled in Appendix A if the tests were performed. Grain Size Analysis - ASTM D 421 and D 422 Grain size analysis tests are performed to determine the particle size and distribution of the samples tested. The grain size distribution of the soils coarser than the Standard Number 200 sieve is determined by passing the sample through a standard set of nested sieves, and the distribution of sizes smaller than the No 200 sieve is determined by a sedimentation process, using a hydrometer. The results are given on the "Summary of Laboratory Test Results" or on Grain Size Distribution semi -log graphs within the report. u B -5 TZohutek j �Ri APPENDIX C MUNICIPAL FLEXIBLE PAVEMENT COMPUTER PRINTOUT 1 1 1 1 1 1 1 1 1 1 1 1 . 1 1 1. 1 Tk uphutek F+ie�nK MM MM FFFFFFFFF PPPPPPPP SSSSS 11 MMM MMM FFFFFFFFF PPPPPPPPP SSSSSSS 111 MMMM MMMM FF PP PP SS SS 1111 MMMMMMPM M FF PP PP SS 11 MM MMM MM FFFFFFF PPPPPPPPP SSSSSS 11 MM M MM FFFFFFF PPPPPPPP SSSSSS 11 MM MM FF PP SS 11 MM NM FF PP SS SS 11 MM MM FF PP SSSSSSS 111111 MM MM FF PP SSSSS 111111 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM VERSION 1.0, SEPTEMBER 1983 MOVED TO MICROCOMPUTER OCTOBER 1985 (P.J.- BRE) NOTICE -- THIS COMPUTER PROGRAM REPRESENTS AN ADAPTATION OF THE ORIGINAL TEXAS STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION FLEXIBLE PAVEMENT DESIGN SYSTEM (FPS -11) FOR THE DESIGN AND CONSIDERATION OF LIFE -CYCLE COSTS OF MUNICIPAL STREETS AND THOROUGHFARES IN AUSTIN, TEXAS. THIS PROGRAM WAS DEVELOPED BY ARE, INC (512/327 -3520) FOR SOLE USE BY THE CITY OF AUSTIN. BECAUSE OF THE NATURE OF THE DEVELOPMENT OF THE MFPS -1 PROGRAM AND CERTAIN BUILT -IN REGIONAL FACTORS, USE BY ANY OTHER CITY OR AGENCY REQUIRES A THOROUGH UNDESTANDING OF THE PROGRAM OPERATION AND ITS INHERENT ASSUMPTIONS. CAUTION IS RECOMMENDED IN APPLYING THIS FIRST VERSION OF THE MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM. THE USER SHOULD ACCEPT ULTIMATE RESPONSIBILITY FOR THE ACCURACY OF THE INPUTS AND THE VALIDITY OF THE RESULTS. MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN BY ARE INC, CONSULTING ENGINEERS, AUSTIN, TEXAS PROBLEM 1 TITLE (DESCRIPTION) Chisholm Trail, expansive soils, minor arterial K ohutek rc * * * ** PAVEMENT * * * ** TOTAL NUMBER OF LANES IN FACILITY 4 TOTAL NUMBER OF CURBS IN FACILITY 2 NUMBER OF LAYERS CONSIDERED IN THIS PROBLEM 3 LANE WIDTH (FEET) 12.00 CURB HEIGHT (INCHES) 6.00 CONCRETE CURB CONSTRUCTION COST ($ /LF) 4.50 THICKENED EDGE FIXED COST ($ /LF) .00 THICKENED EDGE INCREMENTAL COST ($ /IN /LF) . _ . .00 * * * ** LAYER * * * ** MIN. MAX. THICK. SALV. LAYER LAYER LAYER DEPTH DEPTH INCR. COST COST VALUE STIFF. NO. CODE DESCRIPTION (IN.) (IN.) (IN.) ($ /CY) ($ /$Y) (;) COEF. 1 H HMAC 4.00 6.00 .50 70.00 .00 30.0 .960 2 F FLEX. BASE 12.00 30.00 1.00 20.00 .00 20.0 .500 3 B SUB - BASE 6.00 20.00 2.00 20.00 .00 20.0 .400 * * * ** SUBGRADE * * * ** SWELLING PROBABILITY 1.00 SWELLING RATE CONSTANT .14 POTENTIAL VERTICAL RISE (INCHES) 3.50 SUBGRADE EXCAVATION COST ($ /CY) 7.50 SUBGRADE COST ($ /SY) .00 SUBGRADE STIFFNESS COEFFICIENT .160 * * * ** AC OVERLAY * * * ** MINIMUM AC OVERLAY THICKNESS (INCHES) MAXIMUM ACCUMULATED OVERLAY THICKNESS (INCHES). AVERAGE LEVEL -UP THICKNESS (INCHES) OVERLAY COST ($ /CY) OVERLAY COST ($ /SY) OVERLAY SALVAGE VALUE (e) AC OVERLAY STIFFNESS COEFFICIENT OVERLAY EDGE TAPERING COST ($ /LF) OVERLAY EDGE MILLING COST ($ /LF) AC OVERLAY PRODUCTION RATE (CY /HR) 1.50 3.00 .50 55.00 .00 30.00 .960 .00 3.25 40.0 1 1 1 1 r 1 1 r 1 1 1 1 1 1 1: 1 1- 1- MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN BY ARE INC, CONSULTING ENGINEERS, AUSTIN, TEXAS PROBLEM 1 TITLE (DESCRIPTION) Chisholm Trail, expansive soils, minor arterial phutek — gi * * * ** DESIGN CONSTRAINTS * * * ** CONFIDENCE LEVEL (5) 90.00 LENGTH OF ANALYSIS PERIOD (YEARS) 20.0 MINIMUM TIME TO FIRST OVERLAY (YEARS) 20.0 MINIMUM TIME BETWEEN OVERLAYS (YEARS) 5.0 MAXIMUM THICKNESS OF INITIAL CONSTR. (INCHES) . 30.00 MAXIMUM FUNDS AVAILABLE FOR INITIAL CONSTR. ($) 50.00 DISCOUNT RATE (5) 5.00 * * * ** PERFORMANCE * * * ** SERVICEABILITY INDEX AFTER INITIAL CONSTRUCTION . 4.20 TERMINAL SERVICEABILITY INDEX 2.50 SERVICEABILITY INDEX AFTER OVERLAY CONSTRUCTION 4.00 * * * ** MAINTENANCE * * * ** FIRST YEAR COST OF ROUTINE MAINTENANCE .00 ANNUAL INCREMENTAL INCREASE IN MAINTENANCE COST . 150.00 * * * ** TRAFFIC * * * ** AVERAGE DAILY TRAFFIC GROWTH RATE (5) 4.00 DIRECTIONAL DISTRIBUTION FACTOR (5) 50.00 LANE DISTRIBUTION FACTOR (5) 90.00 PERCENT TRUCKS IN AVERAGE DAILY TRAFFIC 7.50 18 -KIP EQUIVALENCY FACTOR FOR STD. CITY TRUCK . .62 INITIAL ADT ON FACILITY (VPD) 8000. * * * ** TRAFFIC DELAY * * * ** INDEX TO DETOUR MODEL 2 NO. OF OPEN LANES THROUGH OVERLAY ZONE IN OVERLAY DIRECTION 1 IN NON - OVERLAY DIRECTION 1 AVERAGE APPROACH SPEED TO OVERLAY ZONE (MPH). . 20. AVERAGE SPEED THROUGH OVERLAY ZONE (MPH) IN OVERLAY DIRECTION 10. IN NON - OVERLAY DIRECTION 10. DISTANCE OVER WHICH TRAFFIC IS SLOWED (MILES) IN OVERLAY DIRECTION .75 IN NON - OVERLAY DIRECTION .75 DETOUR DISTANCE (MILES) 1.00 NO. OF HOURS PER DAY OVERLAY CONSTRUCTION OCCURS 7.00 ADT ARRIVING EACH HOUR OF CONSTRUCTION (;) 10.00 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN BY ARE INC, CONSULTING ENGINEERS, AUSTIN, TEXAS PROBLEM 1 TITLE (DESCRIPTION) Chisholm Trail, expansive soils, minor arterial SUMMARY OF THE BEST DESIGN STRATEGIES IN ORDER OF INCREASING TOTAL COST 1 MATERIAL ARRANGEMENT HF SUBGRADE EXC. COST 6.04 CURB CONSTR. COST 1.69 THICKENED EDGE COST .00 TAPERING COSTS .00 MILLING COSTS .00 INIT. CONST. COST 32.17 OVERLAY CONST. COST .00 USER COST .00 ROUTINE MAINT. COST 2.20 SALVAGE VALUE -2.28 TOTAL COST 32.09 LAYER DEPTH (INCHES) D(1) 6.00 D(2) 23.00 OVERLAY POLICY(INCH) (INCLUDING LEVEL -UP) PERF. TIME (YEARS) T(1) 20.00 SWELLING CLAY LOSS (SERVICEABILITY) SC(1) 1.10 THE TOTAL NUMBER OF FEASIBLE DESIGNS ENCOUNTERED WAS 1 K —