Loading...
R-02-07-11-10D1 - 7/11/2002Round Rock, TX HDR Protect No: 07225- 072-036 HDR Engine sring, ,one, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 s/30/0z, City of Round Rock Round Rock, TX South Creek Pressure Improvements Construction Documents Project Manual May 2002 HDR Project No: 07225 -072 -036 hD: 1 HDR Engineering, Inc. DIVISION 0 — CONTRACTS AND CONDITIONS 1 NOTICE TO BIDDERS 2 BID DOCUMENTS 3 POST BID DOCUMENTS 4 GENERAL CONDITIONS 5 SPECIAL CONDITIONS 6 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01060 PROJECT CONDITIONS 01340 SHOP DRAWINGS, PRODUCT DATA & SAMPLES; OPERATION & MAINTENANCE MANUALS; AND MISCELLANEOUS SUBMITTALS EXHIBIT "A" — SHOP DRAWINGS TRANSMITTAL EXHIBIT `B" — O &M TRANSMITTAL EXHIBIT "01" — EQUIPMENT MAINTENANCE DATA SUMMARY EXHIBIT "02 "- LUBRICATION SUMMARY DIVISION 15 — MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15062 PIPE: DUCTILE 15100 VALVES: BASIC REQUIREMENTS ATTACHMENTS — CONSTRUCTION PLANS 1 G -01 COVER / TITLE SHEET 2 G -02 SHEET INDEX AND SITE LOCATION MAP 3 G -03 PROJECT NOTES 4 G -04 LIST OF ABBREVIATIONS AND GENERAL LEGEND 5 P -01 SOUTH CREEK DRIVE PRESSURE REDUCING VALVE VAULT — SITE PLAN 6 P -02 SOUTH CREEK DRIVE PRESSURE REDUCING VALVE VAULT — PIPING PLANS AND SECTIONS 7 P -03 SYCAMORE TRAIL PRESSURE REDUCING VALVE VAULT — SITE PLAN 8 P -04 SYCAMORE TRAIL PRESSURE RECUCING VALVE VAULT — PIPING PLANS AND SECTIONS 9 P -05 MISCELLANEOUS DETAILS 10 P -06 MISCELLANEOUS SITE DETAILS ADDENDA 1 Issued 6/3/02 2 Issued 6/12/02 07225- 077-iY.6 PART 1 - TABLE OF CONTENTS City of Round Rock South Creek Pressure Improvements - May 2002 Table of Contents - I 1.0 NOTICE TO BIDDERS 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 City of Round Rock South Creek Pressure TmprovementS will be received until June 11, 2002 at 2:00 PM then publicly opened and read aloud at the City Hall Council Chambers at the same address. A pre -bid conference will bd held at 2.00 PM, June 4, 2002 at 221 E. Main Street, Round Rock, TX 78664. See Instructions to Bidders in the specifications for details on pre - bid conference. Bid envelopes should state date and time of bid, project title and the words "SEAT ED BID" No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. GENERAL DESCRIPTION OF WORK The project includes the furnishing of all labor, materials, and equipment required for installing two pressure reducing valve stations as shown in the Drawings along with related items as such site work, piping, valving, pavement repair, fencing, and other items required for a complete installation of the pressure reducing valves stations. One pressure reducing valve station will be constructed at Kenningham Park on South Creek Drive, and one pressure reducing valve station will be constructed at the north comer of Sycamore Trail. TYPE OF BID Bid shall be on a lump sum basis for items identified in the Bid Documents, Section 2. DOCUMENT EXAMINATION AND PROCUREMENTS Copies of the Bid Documents are on file at the following plan houses: Associated General Contractors: Austin F.W. Dodge Reports: Austin 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 HDR Engineering, 2211 South IH -35, Suite 300, Austin, TX 78741, (512- 912 -5100) beginning May 28, 2002 for a non - refundable charge of $ 50.00 per set. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Contractors and subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock. Publish Dates: Round Rock Leader May 27, 2002 May 30, 2002 June 3, 2002 • No partial sets of Specifications or Drawings will be issued. • All checks should be made payable to HDR Engineering. • Bid documents can be purchased or will be mailed upon receipt of payment. • Documents will be shipped by the day following the request by courier for delivery on the next following business day if a shipper account number or prepay is made. • Refund policy: No refund for any Contract Documents will be made. 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. Bidder will acknowledge receipt of issued Addenda by listing the Addendum Number and Date on the front of the sealed envelope. 5. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5 %) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. BD -1 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one- hundred percent (100 %) of the total contract price. If the total contract price is $25,000.00 or less, the performance and payment bonds will not be required. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, with approval prior to bid opening, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority, the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. BD -2 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The certificate of insurance form included in the contract documents must be used by the Contractor's insurer to furnish proof of insurance. Other forms will not be accepted. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and/or material furnished. 17. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the finished product under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by the Contractor; BD -3 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(6), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). 20. A pre -bid conference will be held at 2:00 PM., June 4, 2002 at 221 E. Main Street, Round Rock Texas 78664. Representatives of the Owner and the Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Attendance is strongly recommended. 21. The Contractor shall be required to perform all work in accordance and complete compliance with all applicable safety and health and environmental regulations. Prior to beginning work a general health and safety plan shall be available. The general safety and health plan shall include, but not necessarily be limited to the following: 1. Accident Investigation Procedures 2. Emergency Procedures 3. Fall Protection 4. Hot Work 5. Hazard Communication 6. Personal Protective Equipment 7. Demolition 8. Cranes, Derricks, Hoists, Elevators and Conveyors BD -4 9. Material Handling, Storage, Use and Disposal (Rigging). 10. Powered Platforms, Manlifts, and Vehicle Mounted Work 11. Fire Protection and Prevention 12. Respiratory Protection 13. Medical Surveillance 14. First Aid 15. Noise 16. Toolbox Safety Meetings Upon request of the Owner, the Contractor shall allow the Owner to review the Contractor's Health and Safety Plan. 22. There are defined order of construction requirements for this project. See Section 01060. BD -5 BID BOND KNOW ALL MEN BY THESE PRESENTS THAT WE, as PRINCIPAL and as SURETY, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS hereinafter referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "PLANS AND SPECIFICATIONS FOR CONSTRUCTION OF CITY OF ROUND ROCK — SOUTH CREEK PRESSURE IMPROVEMENTS" for which bids are to be opened at the office of the OWNER on NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two (2) bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attomey's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this day of Principal: Surety: By: By: (Seal) (Seal) BD -6 PROPOSAL BIDDING SHEET JOB NAME: City of Round Rock South Creek Pressure Improvements JOB LOCATION: Round Rock, Williamson County, Texas OWNER: DATE: Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of CITY OF ROUND ROCK SOUTH CREEK PRESSURE IMPROVEMENTS 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: Bid Item Quantity 1. 1 2. City of Round Rock, Texas June 18, 2002 BASE BID Item Description Unit and Written Price Amount Lump Mobilization (Not to ,Exceed 5% of Total Base Bid) Sum for S.v.w A=---dollars and /Y cents. $ 7ob Lump Amount to include all Work indicated on the Drawings and Sum as specified for the construction of the South Creek Drive pressure reducing valve station and vault, all site work, pipin valving, pavement repair, and all other items required to r fete the pressure reducing valve station. for 5/A-4 dollars and Ri cents. $ .l. no BD -7 (Reissued by Addendum No. 2) 3. 1 Lump Amount to include all work, labor, equipment and materials Sum for installing, maintaining, and removing approximately 155 linear feet of trench and excavation safety for the work related to Base Bid Item No. 2. ET5 1 7 for A,;Y. dollars and 4', cents. 4. 1 Lump Amount to include all Work indicated on the Drawings and Sum as specified for the construction of the Sycamore Trail pressure reducing valve station and vault, all site work, piping, valving, and other items require to complete the pressure reducin • valve station S1 T A .4 s for dollars BD -8 (Reissued by Addendum No. 2) $ 98o — 5. 1 Lump Amount to include all work, labor, equipment and Sum materials for installing, maintaining, and removing approximately 80 linear feet of trench and excavation safety for the work related to Base Bid Item 4. for ,Y y g ?' ' dollars and fr cents. $ Soo 6. 1 Lump Amount to include all work, labor, equipment and Sum materials for installing, maintaining, and removing approximately 30 linear feet of temporary chain link fencing related to Base Bid Item 4. for gir /I44-idollars and N cents. 1 7. 1 1 1 8. 1 1 1 1 Lump Amount to include all work, labor, equipment and Sum materials for removing approximately 22 linear feet of exsiting 6 FT/44/dollars privacy fencing related to Base Bid Item 4. for few- and 4', cents. $ r Lump Amount to include all work, labor, equipment and Sum materials for installing approximately 22 linear feet of 6 FT privacy fencing and access gate related to Base Bid Item 4. for s,,c. „...,..r �� doll and /1/ cents. $ Loo ' TOTAL BASE BID (Items 1 thru 8): $ / 5 5 /2o STATEMENT OF SEPARATE CHARGES: 1 Materials: $ k /l o — All Other Charges: $ 7a 00o r 1 Total: $ / /ay" If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and 1 insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with the General Conditions and Special Conditions within the number of ' calendar days below: I Substantial Completion for Bid Items 2 and 3: 30 Calendar days Substantial Completion for Bid Items 4, 5, 6, 7, & 8: 50 Calendar days Final Completion 65 Calendar days 1 BIDDER accepts the provisions of the Special Conditions as to liquidated damages in the event of failure to complete the Work within the times specified. Liquidated damages for failing to complete the Work ' indicated shall be assessed as indicated below: I Substantial Completion for Bid Items 2 and 3: $500 /day Substantial Completion for Bid Items 4, 5, 6, 7, & 8: $500 /day Final Completion $300 /day 1 BD -9 (Reissued by Addendum No. 2) 1 The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, vwizz Signatu r. ,y 1 ///7KLA2g v Print Name Title for k C %S %U/in' C�n.ri72r�GTtla )/L Name of Firm Date J I)N 2,f=4.-2__ 2/7). BD -10 (Reissued by Addendum No. 2) rnn 7 787/6. — /)5 3R Address �(/2) 2-‘3,C3—/-,‘4_37 Telephone S$cretary, if Contractor is a Corporation - BIDDERS QUESTIONNAIRE MINIMUM REQUIREMENTS: Bidder shall have a minimum of five (5) years of successful experience as a construction company with a bonding capacity of at least $300,000. Bidder shall complete the following questionnaire. The Bidder shall possess the knowledge, skill, training, and experience necessary and required to perform the work fully, properly, safely, and in accordance with all applicable laws, ordinances, rules, regulations, standards and lawful orders, including without limitation those relating to the environment, health, safety, and labor. The Owner will evaluate Bidder's qualifications to perform the work described herein based on the information from the Bidder, and, if solicited by the Owner, the comments of parties who are familiar with the Bidders role and performance on selected past projects. The Owner, at his/her sole discretion, may reject the bid of any Bidder if the Minimum Requirements are not met, based on the Owner's evaluation of the information submitted, or for the following reasons: • Bidder failed to submit the required information regarding their representative experience with the bid proposal. • Bidder provided insufficient, inaccurate, or incomplete information concerning past projects. • Bidder fails to provide licenses, certifications, or listing of Subcontractors to be used. Ouestionnaire: 1. Bidder Name: /`5 V.Tan i= COn Ti2Uc77On Lne_ 2. Years in business under present business name: /2 3. Attach a list of all similar projects completed in the past five years by Bidder and appropriate subcontractors. Provide the name of the Owner and Engineer for each project and include the name and telephone number of a contact person for each organization. 4. Attach a list of current projects. Provide the name of the Owner and Engineer for each project and include the name and telephone number of the contact person for each organization. Indicate the total value of each contract and the value of the work remaining. 5. Volume of gross construction business during the Last three years: 2001 $ / C0c2 €,fir 2000 $ 0 ..# . ' O C T 1999 $ ; /CO COD BD -11 1 1 1 1 1 1 40. 1 1 1 2 . 1 1 1 Have y9u ever failed to complete any work awarded to you? No ZYes If yes, explain: Are yo9 presently involved in any litigation or lawsuits involving construction work of any type? No ZYes If yes, explain: Has the company received as OSHA citation during the most recent 12 months? If Yes, then how many for what? No ✓Yes _ If yes, explain: Has the company experienced lost time accidents during the most recent 12 months? If Yes, then describe each accident and amount of time lost. No /Yes _ If yes, explain: Identify the individuals you propose to serve in the following functions and list the project and contract value of the most recent project they served in the same capacity on: Project Manager: Previous Project: Project Superintendent:. Previous Project: Identify your principal bank: 2. 7a aTrra rs Z fl Contact Person: Phone: Identify your bonding company/agent: /�_ �� 447-rar.++D Contact Person: Phone: BD -12 • 14. 1 1 1 1 1 Identify the subcontractors you propose to utilize and the functions the subcontractors are planned to perform, including the name, address, and telephone number: 7 xar t 1-i P,"/ O / . - BD -13 /_ — �- s 3 2 57 T'AP ( Seal ) KEYSTONE CONSTRUCTION, INC. P.O. BOX 160938 AUSTIN, TEXAS 78716 -0938 512- 288 -6437 FAX: 512-288-6439 CORPORATE RESOLUTION I hereby certify that it was RESOLVED by a quorum of the directors of Keystone Construction Inc., meeting on the 5 day of December, 2001, that Larry Vinklarek, Project Manager be, and hereby is, authorized to execute all documents necessary to the transaction of business in the State of Texas on behalf of the said Keystone Construction Inc., and that the above resolution has not been rescinded or amended and is now in full force and effect; and in authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this 2,13ra day of 2002 . Irene S. Haralson, Secretary KEYSTONE CONSTRUCTION INC. 05/23102 STATE: TEXAS COUNTY: TRAVIS JAN CHILDERS I NOTARY PUBLIC I TAY STATE OF TEXAS I 4 a: +° My Comm. Exp. 12-19-2002 I STATEMENT OF BIDDER'S QUALIFICATIONS Name of Bidder: KEYSTONE CONSTRUCTION INC. Mailing Address: P.O. BOX 160938 - AUSTIN, TX 78716 Organized & Incorporated in the State of Texas: October 1989 Keystone Construction Inc. is a Resident Bidder. Number of years in contracting business under present name: 12 Contracts on Hand and Completed Contracts: *** PLEASE SEE ATTACHED *** Type of work performed by your company: *** PLEASE SEE ATTACHED *** Have you ever failed to complete any work awarded to you? NO Have you ever defaulted on a contract? NO Major equipment available for this contract: *** PLEASE SEE ATTACHED *** Resumes of principal members of your organization, including officers as well as the proposed superintendent for the project. * ** PLEASE SEE ATTACHED *** Credit Available: $ 550,000.00 Bank Reference: * ** See Attached * ** Bonding Capabilities: $10,000,000 Single Project $30,000,000 Aggregate Financial Statement is available upon request. Keystone Construction Inc. has had NO Trench Failures. Keystone Construction Inc. has no pending lawsuits or past judgments. Please see attached Subcontractor List. I understand the requirement to use Texas approved bonding companies and to provide insurance listing the Engineer and the Owner as additional insureds and have made provisions in my bid for that purpose. The undersignedpereby a. horizes and requests any person, firm, or corporation to furnish any information requested by the Tr or f"'�nn oc t for verification of the recitals comprising this statement of Bidder's Qualifications. Executed this / - day of U 2002 . KEYSTONE ONSTRUC ION INC. By: Title: rrvVinklarek, Project Manager LARRY VINKLAREK being duly sworn deposes and says that he is Project Manager of the above KEYSTONE CONSTRUCTION INC. and that the answers to the foregoing questions and all statements therein are true and correct. ore me this is day of . U Jr� , 2002. me Notaq/Public My commission expires December 19, 2002 KEYSTONE CONSTRUCTION INC. HAS NEVER FAILED TO COMPLETE ANY WORK OR DEFAULTED ON A CONTRACT KEYSTONE CONSTRUCTION, INC. Principal: (Seal) BID BOND KNOW ALL MEN BY THESE PRESENTS THAT WE, KEYSTONE CONSTRUCTION, INC. As PRINCIPAL and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY as SURETY, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS hereinafter referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ FIVE PERCENT OF THE GREATEST AMOUNT BID . The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL submitted the above mentioned bid to the OWNER, for construction for the work under the 'PLANS AND SPECIFICATIONS FOR CONSTRUCTION OF CITY OF ROUND ROCK - SOUTH CREEK PRESSURE IMPROVEMENTS for which bids are to be opened at the office of the OWNER on JUNE 18, 2002 at 2:00 P.M. NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the. Specifications, in accordance with the bid and files the two (2) bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including reasonable attorney's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this 18 th day of JUNE, 2002 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Surety: By: �tl' By: tom/ arry i.nklarek, Proj. Mgr. HOWARD COWAN, ATTORNEY -IN -FACT (Seal) t AEAE L�• L1428-168-5080 T C. Johnson T. C. Johns 55 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. Box 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by F. L. BORLEIS, Vice - President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set rth on the re , side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby n. � e, torsi. • d appoint Howard COWAN and Marla HILL, both of Lubbock, Texas, EACH its true an .`� .1 agent ttom ey- in -Fac t, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act .r'` .' ed: any 1 bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Community S and Co . + . ,. Guardians; and the execution of such bonds or undertakings in pursuance of these presents, shale bin.. said Companies, as fully and amply, to all intents and purposes, as if they had been duly execute`.,, acknow, . by the regularly elected officers of the Companies at their offices in Baltimore, Md., in their own • .r person The said Assistant Secretary does her =,� •rtify that extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the respective yr: s of sai bfiipanies, and is now in force. IN WITNESS WHEREOF, the s e- Pres d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the IDELI •`'�' a DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AN TY COIWA Y, this 17th day of February, A.D. 2000. ATTEST: FIDELITY A `i POSIT COMPANY OF MARYLAND a cfi Assistant Secretary F. L. Borleis IAL A MERICAN CASUALTY AND SURETY COMPANY OMPANY Assistant Secretary By: By: oG4„,1.601.i6+1 Vice-President F. L. Borleis Vice- President State of Maryland County of Harford On this 17th day of February, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. Borleis, Vice - President and T. C. Johnson, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 * * * * * * * ******** -COMM. JOURNAL- ****/* 9* *.'M*** DATE JUN -20 -2002 ****Y TIME 12:43 * ** MODE a MEMORY TRANSMISSION START =JUN -20 12:37 END =JUN - 20 1243 FILE NO. ■128 STN N0. COMM. ABER ND. STATION NAPE /TEL N0. PAGES DURATION 001 OK B 9125158 025/025 00:65:31 » as ar ***:omomaioommomowmr:*>NK>mam wwwn* - 5122886439 5122988439 *MO::la: *lo DATE: 08/2092 FROM: GINGER 110865 TO: TROY 5T. TOURS COMPANY: HDR ENGINEERING, ICN. RE: CITY OF ROUND ROCK Thanks. SOUTH CREEK PRESSURE IMPROVEMENTS BIDDER'S QUESTIONNAIRE INFORMATION PAGES: 25 INCLUDING THIS ONE ATTACHED 15 THE INFORMATION THAT 15 REQUIRED TO COMPLETE THE BIDDER'S QUESTIONNAIRE FOR THE ABOVE REFERENCED BID. PLEASE CALL GINGER t•.; 288 -6437 IF YOU NEED ANYTHING FURTHER TO COMPLETE YOUR 81D PACKAGE ziziG - KEYSTONE CDNSTRUT ION INC - KEYSTONE CONSTRUCTION INC. P.O. BOX 150938 AUSTIN, TX70716-0938 QUESTIONS 512 - 288-0437 FAX: 512 - 286-0139 FAX: 512- 912 -5188 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Z0'd LE 2S:Tt c'ae2- o e -Ilnr June 20, 2002 Mr. Larry Vinklarek Keystone Construction, Inc. P.O. Box 160938 Austin, Texas 78716 Re: City of Round Rock South Creek Pressure Improvements Bid Package Completion Dear lvlr. Vink]arek: Your organization is the apparent low bidder for the South Creek Pressure Improvements Project. We have reviewed your bid package submitted on June 18, 2002 and found that information required in the Bidder's Questionnaire is missing from your package. Please address the following items and return the required information to me as soon as possible so we can complete the bid package review. Page BD -11, item 3: Submit a list of similar projects completed in the past five years for contractor(s) or subcontractor(s) who will be performing the work - Include Owner and Engineer contact information. Note: It appears this information was intended to be included with the "Statement of Bidder's Qualification" that was attached; however it was not provided with the bid package. Le l /' Page BD -11, item 4: Submit a list of current projects with contract values. Include Owner and Engineer contact information. .4 aeaex Page BD -12, item 11: Submit Project Manager and Project Superinte dent informatio Page BD -12, item 12: Submit Principal Bank informsion. Page BD -12, item 13: Submit Bonding Company /Agent information. Page BD -13, item 14: Provide phone numbers and addresses for subcontractors listed. Please call me if you have any questions. Sincerely, HDR Engineering, Inc. Troy St.Tours HDR Engineering, Inc. Employee Owned 2211 South IH 35 Telephone Suite 300 512 912 -5100 Austi n, Texas Fax 75741 512 912 -5158 • 1 1 1 1 10 . 1 1 11 11 1 1 1 1 va'd %LE ZS:TT Ma' -©7- Nn:' Have yqu ever failed to complete any work awarded to you? No Yes If yes, explain: Are yo,,u presently involved in any litigation or lawsuits involving construction work of any type? No /Yes If yes, explain: Has the company received as OSHA citation during the most recent 12 months? If Yes, then how many an for what? No If yes, explain: Has the company experienced lost time accidents during the most recent 12 months? If Yes, then describy,each accident and amount of time lost. No 1./Yes If yes, explain: Identify the individuals you propose to serve in the following functions and list the project and contract value of the most recent project they served ( in the sarne capacity on: ( � V il� Ir. �JO L Previous Project: '7 t s LY�PAre- . 7724fi> n I' LA4(.174/ Project Superintendent: kJ.? G 1,e,.3po Previous Project: /6)(45 4,4101-02,7 - , Ac.Ti� Project Manager: Identify your principal bank: tom` .r2 "P >^ g;: 2 77) zra b-41 Contact Person: Phone: Identify your bonding company /agent: q)r05s. 1Pgj-c..„2._ ien Contact Person: Phone: BD -12 1 14. • Identify the subcontractors you propose to utilize and the functions the subcontractors are planned to perform, including the name, address, and telephone number: I :e (p- - .41,44 y 7-57— o x'1 /_5// ( 7 .oG�zZ.6 r �,-)7 ,7��i/e e >49,4.,2v/wY4 Z 1,1U ex 5g 0 e e 46/ 3 e , ICS / ae E>.dz . BD -13 7: //4 o-'r le- 7 4 1 c ' £S :TT MMOE- 0c -Pr1r R,E IS "4 KEYSTONE CONSTRUCTION INC. - - 06/14/02 NAME OF COMPANY: KEYSTONE CONSTRUCTION INC. MAILING ADDRESS: P.O. BOX 160938 I AUSTIN, TX 78716 -0938 DELIVERY ADDRESS: 7100 OLD BEE CAVES ROAD AUSTIN, TX 78735 -8317 ' TELEPHONE: (512) 288 -6437 FAX: (512) 288-6439 ' TYPE OF BUSINESS: MUNICIPAL CONSTRUCTION: WATER & WASTEWATER TREATMENT PLANTS, LIFT STATIONS, PUMP STATIONS, UNDERGROUND UTILITIES, EXCAVATION & ROADS, CONCRETE STRUCTURES, ELECTRICAL & CONTROL SYSTEMS, AND ' PARKS. INCORPORATED: STATE OF TEXAS, OCTOBER 13, 1989 FEDERAL TAX I.D. NO.: 74- 2549137 PRINCIPALS: JOE D. HARALSON, CEO ' 4603 WILD BRIAR PASS AUSTIN, TEXAS 78746 (512) 327 -1887 GARY HAMPTON, PRESIDENT 2773 TRADEWINDS DRIVE SPICEWOOD, TEXAS 78669 (512) 288 -6437 IRENE S. HARALSON, SECRETARY 4603 WILD BRIAR PASS AUSTIN, TEXAS 78746 (512) 327 -1887 ' BANK: FROST NATIONAL BANK P.O. BOX 2838 AUSTIN, TX 78767 -1727 (512) 4734904 BANK OFFICER: CLAYTON S. CARY CHECKING ACCT.4: 350000914 ' LINE OF CREDIT? YES ' BONDING: HOWARD COWAN BONDING AGENCY P.O. BOX 54020 LUBBOCK, TX 79453 ' (806) 722-2663 ATTN: HOWARD COWAN 1 - EWeamw.atl Serbg.tlMNM1 Dearnwa. haled sn up M..drsa.. Clue Pm iwx ao Page 1 KEYSTONE CONSTRUCTION INC. 06/14/02 LCRA Completion: Contact Name: • Phone: CCNG REGIONAL WASTEWATER LIFT STATION - CONTRACT COMPLETION August 19, 2002 - Lower Colorado River Authority 3700 Lake Austin Blvd., H300, Austin, Texas 78703 James King 512.397-6737 LCRA WTCWS - WATER TREATMENT PLANT - PHASE II Completion: August 11, 2002 • Contact:: Lower Colorado River Authority 3700 Lake Austin Blvd.. H300, Austin, Texas 78703 Name: David Smith Phone: 512 -473.7606 TRAVIS CO. WC & ID NO.10 CONSTRUCTION MANAGEMENT Completion: Open Contract Contact: Travis County WC & ID no. 10 5450 Bee Caves Road, #2A, Austin, Texas 78745 Name: Paul Wakefield, General Manager Phone: 512 -327 -8218 CITY OF AUSTIN MANHOLE B VALVE CASTING ADJUSTMENTS $ 1,114,502 Completion: February 10, 2003 Contact City of Austin 625 East 10' Street, Suite 400, Austin, Texas 78701 Name: Matt Cullen Phone: 512- 972 -0250 LCRA CCNG EAST WASTEWATER LIFT STATION $ 358,530 Completion: August 30, 2002 Contact Lower Colorado River Authority 3700 Lake Austin Blvd.. H300, Austin. Texas 78703 Name: James King Phone. 512.397 -6737 WILLIAMSON COUNTY BRUSHY CREEK TRAILS DEVELOPMENT - PHASE 1 $ 1,428.820 Completion: May 8, 2002 Contact Hall / Bargainer, Inc. 400 W Main SL, Suite 200, Round Rock, Texas 78854 Name: Brian Sadowski Phone: 512 - 238 -8512 CITY OF AUSTIN SPRINGDALE PARK 0 198,003 Completion: June 4. 2002 Contact City of Austin 505 Barton Springs Ro., Austin, Texas 78704 Name: Marty Stump Phone: 512. 974.6730 TRAVIS COUNTY M U . M.U.D. #4 WATER TREATMENT PLANT EXPANSION $ 1,156,450 Completion: September 7. 2002 Contact Murfee Engineering Co., Inc 1101 Capital of Texas Hwy South, Bldg. D. Suite 110, Austin, Texas 78746 Name: Hank Kidwell Phone: 512. 327.9204 CITY OF ROLLINGWOOD WATER IMPROVEMENTS - PHASE I $ 111,600 Completion: April 3, 2002 Contact: MuAee Engineering Co., Inc 1101 Capital of Texas Hwy South. Bldg. D, Suite 110, Austin, Texas 78746 Name: Dan Ryan Phone: 512.327 -9204 LCRA McKINNEY ROUGHS WATER TREATMENT PLANT 0 408,000 Completion: June 4, 2002 Contact Lower Colorado River Authority 3700 Lake Austin Blvd., 8300, Austin, Texas 78703 Name: Carissa Yaremchuk Phone: 512473-3230 CITY OF AUSTIN DECKER CREEK POWER PLANT GRINDER PUMP LIFT STATION REHAB $ 84,400 Completion. January 29, 2002 Contact City of Austin 505 Barton Springs Road, Austin, Texas 78701 Name: Darrell Haba Phone: 512 - 974 -7205 CITY OF KERRVILLE Completion: Contact Name: Phone: COMANCHE TRACE RANCH & GOLF CLUB WATER SYSTEM IMPROVEMENTS - PHASE 2 December, 2001 Denmon Engineering of Texas 1101 Capital of Texas Hwy. So.,-Bldg. E, Suite 230. Austin, TX 78748 Scott Ducik 512 -328 -7303 $ 491.650 5 035,000 5 308,947 • Page 2 KEYSTONE CONSTRUCTION INC. 06/14/02 AUSTIN I.S,D. CONSTRUCTION OF PLAYSCAPES at MENCHACA ELEMENTARY SCHOOL $ 49.314 Completion: September, 2001 - Contact: Larson / Bums, Inc 1108 West Ave., Austin,. TX 78701 Name: Brian Larson - Phone: 512 -476 -1559 CITY OF AUSTIN LEUTHAN LANE LIFT STATION $ 473,000 Completion: December, 2001 ,, Contact: Auppede Company 10088 Clrcleview Dr., Austin, TX 78733 Name: Bruce Aupperle Phone: 512- 422 -7838 CITY OF KILLEEN KILLEEN / COPPERAS COVE PUMP STATIONS $ 1.316,000 Completion: - June, 2002 Contact: The Wallace Group, Inc 1711E. Central TX Expswy., Suite 308, Killeen, TX 78541 Name: John Winkler Phone: 254554 -5959 CITY OF AUSTIN - LOCKERBIE LIFT STATION RELIEF MAIN $ 338,750 Completion: December, 2001 Contact City of Austin 505 Barton Springs Rd., Austin, TX 78704 Name Clint Walker, P.E. Phone: 512 -972 -3865 AUSTIN LS.D, CONSTRUCTION OF PLAYSCAPES at HILL & WILLIAMS ELEMENTARY SCHOOLS 5 68,000 Completion: September. 2001 Contact Larson / Bums, Inc 1108 West Ave., Austin, TX 75701 Name: Brian Leeson Phone: 512. 476.1559 ROWE LANE DEVELOPMENT. LTD. LAKESIDE AT BLACKHAWK $ 787,560 Completion: January, 2002 Contact Randall Jones Engineering 1212 E. Breaker Lane, Austin, TX 78753 Name: Mike Mayhew, P.E., R.S. Phone: 512 - 836 -4793 TRAVIS CO. WC & ID NO 10 CONSTRUCTION MANAGEMENT $ 058,000 Completion: Open Contrail Contact: Travis Co. WC & ID No. 10 5450 See Caves Road, 02A, Austin, Texas 78748 Name: Paul Wakefield, General Manager Phone: 512. 327.6218 CITY OF SCHULENBERG PLAYGROUND IMPROVEMENTS $ 141,000 Completion: September, 2001 Contact Larson / Bums, Inc. 1108 West Avenue, Austin, TX 78701 Name: Brian Larson Phone: 512-476 -1559 EANES ISO: 9' GRADE CENTER WW FACILITIES LIFT STATION $ 32,600 Completion: June 2001 Contact Murfee Engineering Company 1101 Capital of Texas Hwy., S., Bldg. D. Ste. 110, Austin, TX 78746 Name: Dan Ryan Phone: 512- 327.9204 TRAVIS COUNTY M.U.Q. 4 WASTEWATER TREATMENT PLANT IMPROVEMENTS 5 1.534,740 Completion: October 2001 Contact Murfee Engineering Company, Inc. 1101 Capital of Texas Hwy., South, Bldg. 0, Suite 110, Austin, TX 78746 Name: Dan Ryan Phone 512 -327 -9204 CITY OF SMITHVILLE STORM WATER SYSTEM IMPROVEMENTS - F &J Completion: July 2001 Contact BEFCO Engineering. Inc. P.O. Box 615, La Grange. TX 78945 Name: Eugene Kruppa Phone: 979. 968-6474 CITY OF ROUND ROCK WATERLINE & STREET IMPROVEMENTS Completion: April 2001 Contact City of Round Rock 2008 - Enterprise Drive, Round Rack, TX 78664 Name: Daniel Holden Phone: 512. 218-5555 9 241,645 $ 936,824 Page 3 KEYSTONE CONSTRUCTION INC. AUSTIN I S.D. JORDAN ELEMENTARY PLAYGROUND IMPROVEMENTS $ 56,000 Completion: April 2001 Contact Larson / Burns, Inc. 1108 West Avenue, Austin, TX 78701 Name: Brian Larson Phone: 512-476-1559 AUSTIN ENERGY REVERSE OSMOSIS UNITS: HOLLY STREET & DECKER LAKE POWER PLANTS $ 1,998,000 Completion: July 2001 • Contact: Austin Energy P.O. Box 3546, Austin, TX 78784 -3546 Name: Robert Anderson Phone: 512- 322 -6467 CITY OF ROUND ROCK SIDEWALK IMPROVEMENTS $ 62,568 Completion: April 2001 Contact City of Round Rock 2008 Enterprise Drive, Round Rock, TX 78684 Name: Daniel Hoiden Phone: 512 - 2185555 LCRA ROLLINGWOOD LIFT STATION / FORCE MAIN $ 936.834 Completion: October 2001 Contact Lower Colorado River Authority 3700 Lake Austin Blvd.. H300, Austin, TX 78703 Name: James King Phone: 512473-3333 GENERAL SERVICES COMMISSION SITE UTILITIES - TEXAS DEPARTMENT OF HEALTH LAB / OFFICE $ 138.800 Completion: April 2001 Contact Dynamic Systems, Inc. 4901 Sunshine. Austin, TX 78756 Name: Doug Henan Phone: 512452.9241 CITY OF AUSTIN HIGHLAND PARK GRAVITY WALL, 5 105,388 Completion: November 2000 Contact City of Austin 505 Barton Springs Road, Austin, TX 78704 Name: Dolores M. Duran Phone: 512499 -7237 CITY OF AUSTIN MANHOLE & VALVE ADJUSTMENTS $ 1,110,020 Completion: July 2001 Contact City of Austin 505 Barton Springs Road, Austin, TX 78704 Name: Jesse Alba Phone: 512. 91248201 TRAVIS COUNTY M.U.D. RAW WATER INTAKE MAINTENANCE & REPAIR - $ 1,748,400 Completion: December 2000 Contact Murfee Engineering Company 1101 Capital of Texas Hwy., 5., Bldg, D, Ste. 110, Austin, TX 78746 Name: David Malish Phone: 512-327-9204 LCRA CONTRACTS 183 BORE 8 INTERCONNECTION Completion: July 2000 Contact Lower Colorado River Authority 3700 Lake Austin Blvd., H300, Austin, TX 78703 Name: David Smith Phone: 512-473-3333 X 7608 CITY OF ROUND ROCK LANCE LANE L,S. ABANDONMENT Completion: October 2000 Contact PBS&J 208 Wild Basin Road, Ste. 300, Austin, 7X78746 Name: Francisco C, Guerrero Phone: 512. 327 -6840 NORTHTOW N M.U.D. Completion: Contact Name: Phone: AUST N I. Completion: Contact Name: Phone: LOW FLOW LIFT STATION IMPROVEMENTS October 2000 Gray— Jansing 8 Associates, Inc. 8217 Shoal Creek Blvd.. Ste. 200, Austin, TX 78757 Donald K. Bayes 512452 -0371 ALLEN •T•;; CHOOL PLAY ROUND IMPROVEMENTS September 2000 Larson / Bums, Inc 1108 West Avenue, Austin, TX 78701 Brian Larson 512478.1559 ............. ■vw. ,O,a M..,ve3u „a„Aw as $ 162,495 $ 87,904 $ 202,000 $ 48,000 Page 4 06/14/02 KEYSTONE CONSTRUCTION INC. 06/14/02 CITY OF AUSTIN 1998 LIFT STATION RELIEF MAINS $ 258,320 Completion: October 2000 - Contact City of Austin 505 Barton Springs Rd., Austin, TX 78704 Name: Cuong Gla Tran Phone: 512-499 -7123 JOHN KING CONSTRUCTION SITE UTILITIES RUDY'S ROUND ROCK & RAMTRON $ 201,988 Completion: August 2000 Contact John King Construction 12301 N. Lamar, Ste. A, Austin, TX 78753 Name: John King Phone: 512 - 838 -5484 LCRA RAW WATER INTAKE $ 158,000 Completion: June 2000 Contact: Lower Colorado River Authority 3700 Lake Austin Blvd., I-1300, Austin, TX 78703 Name: David Smith Phone: 512 -473-3333 X 7606 LeGRANDE CONDOS STORM SEWER $ 36,480 Completion: April 2000 Contact Le Grande Condominiums 1505 Nuetes, Austin, TX 78701 Name: Andrew B. Marcus Phone: 512 -474 -4484 CITY OF AUSTIN FM 1828 WATER LINE SERVICE EXTENSION $ 38,385 Completion: July 2000 Contact City of Austin 505 Barton Springs Rd., Austin. TX 78704 Name: Mercedes GerdaLopez Phone: 512. 322.2872 AUSTIN I.S 0. MULTIPLE ELEMENTARY SCHOOL PLAYGROUND IMPROVEMENTS $ 370,000 Completion: July 2000 Contact: Larson / Bums, Inc. 1108 West Avenue, Austin, TX 78701 Name: Brien Larson Prone: 512 -478 -1559 DALMAC CONSTRUCTION PFLUGERVILLE 1.5.0. $ 74,585 Completion: June 2000 Contact Dalmac Construction P.O. Box 830160, Richardson, TX 75083 Name: Russ Bardin Phone: 512. 251.3905 LCRA HUTTO WTP IMPROVEMENTS $ 815,000 Completion: September 2000 Contact: Hejl. Lee & Associates, 601 Farley Drive, Austin. TX 78753 Name: Dan Hejl Phone: 512 -838 -1048 CrTY OF AUSTIN BALCONES VILLAGE STAR #8 PHASE 0 - SPRING LAKE DR. LIFT STATION $ 2.062,208 Completion: September 2000 Contact: Dannenbaum Engineering Corporation 3445 Executive Center Drive, Suite 151, Austin, TX 78731 Name: Tom Arndt, P.E. Phone: 5123454805 CITY OF AUSTIN YMCA SITE UTILITIES $ 150,746 Completion: December 1999 Contact: City of Austin 701A W. 9 Street, Austin, TX 78701 Name: Oscar Gonzalez Phone: 5123224800 LAKEWAY M.U.D. W3 WTP Completion: June 2000 Contact HOR Engineering 2211 S. IN 35, Suite 300, Austin, TX 78741 Name: Ouwein Whitis, Project Manager Phone: 512-912.5112 CITY OF AUSTIN CENTER STREET RESERVOIR Completion: June 2000 Contact City of Austin 825 E. 1015 Street, Suite 415, Austin, TX 78701 Name: Chuck Samson, P.E. Phone: 512322-8228 $ 1,092.000 5 4,705,000 Page 5 KEYSTONE CONSTRUCTION INC. 06/14/02 MOTOROLA PARMER LANE CAMPUS PHASE 18 & 1C $ 786,300 Completion: March 2000 Contact Austin Commercial 1501 S. Mopac Expswy, Suite 210, Austin, TX 78748 Name: Chris Davis • Phone: 512- 306 -9880 DRIPPING SPRINGS W.S C HWY_ 290 & NORTH STANDPIPE PUMPIN ST ATIC Completion: July 2000 Contact Neptune W ilkinson Associates, Inc. 4010 Menchaca Road, Austin, TX 78704 Name: Joel Wilkinson Phone: 512-462 -3373 CITY OF HARKER HEIGHTS NEW CITY PARK $ 888,822 Completion: June 2000 Contact City of Harker Heights, Parks & Recreation 901 South Ann Blvd., Harker Heights, TX 76548 Name: Jerry Bark Phone: 254-699 -2301 BFW CONSTRUCTION PFLUGERVILLE I.S.D. UTILITIES @ TRANSPORTATION CENTER $ 197,417 Completion: May2000 Contact BFW Construction 1401 W. Pecan, Pflugerville, TX 78891 Name: Bany Clark Phone: 512-251-5723 PARMER LANEIHIGHII,ND N.W. WATER & WASTEWATER IMPROVEMENTS 6 151,830 Completion: December 1999 Contact: BakerAlcklen & Associates, Inc 405 Brushy Creek Road. Cedar Park, TX 78613 Name: Norman Key Phone: 512-260-3700 CITY OF I UBBOCK Completion: Contact: Name: Phone: 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM July 1999 City of Lubbock P.O. Box 2000, Lubbock, Texas 79457 Laude Ritchie 806- 775 -2167 GENE ^ SERVICES COMMIS I• 6IL TIES —TOH LAB/OFF I ••OJECT Completion: July1999 Contact Gilbane Building Company 4001 Sunshine, Austin, Texas 78758 Jeff Belton 512 -302 -9211 Name: Phone: DEL VALLE I S D COMPLETION: Contact Phone: 8AST WILLIAM CANNON FORCE MAIN JULY 1999 PageSoutherlandPage 606 West Avenue, Austin, Texas 78701 512 -472.6721 BENDERSON DEVELOPMENT: SUNSET RIDGE FORCE MAIN Completion: April 1999 Contact CunninghamAllen, Inc. 3203 Bee Cave Road 61 202, Austin, Texas 78746 Name: Fred Dipple Phone: 512,327.2946 TRAVIS COUNTY M.U.D. NO 4: RAW WATER INTAKE REPAIRS Completion: February 1999 Contact: Mudee Engineering Co.. Inc. 1101 Capital of Texas Highway, South, Building D, Suite 110, Austin, Texas 78746 Name: Robert Ferguson III, P.E. Phone: 512327 -9204 CITY OF AUSTIN DAVENPORT RANCH GROUND STORAGE RESERVOIR & BOOSTER PUMP IMP, Completion: July 1999 Contact Gray • Jansing & Associates 8217 Shoal Creek Blvd.. Suite 200, Austin, Texas 787577592 Name: Herb Edmonson, P.E. Phone: 512-052 -0371 CITY OF AUSTIN TANGLEWILD/ VALLEY VIEW WATER & WASTEWATER1MPROVEMENTS Completion: April 1999 Contact EspeyHuston & Associates 206 Wild Basin Road. Suite 300, Austin, Texas 78746 Name: Scott Trainer, RE. - Phone: 5123275840 $ 139.260 $ 880,971 $ 514,174 $ 135,300 $ 236,701 $ 142,111 5 1,139,000 $ 795.968 Page 6 AUSTIN HABITAT FOR HUMANITY - MARY VICE ESTATES SUBDIVISION IMPROVEMENTS Completion: February 1999 - Contact Austin Habitat for Humanity 301 Corral, Suite 100, Austin, Texas 78702 Name: Donita Hayden • Phone: 512 - 472-8788 TRIPLE S PETROLEUM CITY CF AUSTIN 24' WATER LINE & 2' FORCE MAIN Completion: February 1999 Contact: Engineering & Management Associates 4818 E. Ben White Blvd., Suite 206, Austin, Texas 78741 Name: Ken Strange, P.E. Phone: 512- 707 -8877 BLOCKHOUSE CREEK M.U.D. OFFSITE WASTEWATER LINE OFFSITE WASTEWATER LINE S 48,179 Completion. September 1998 Contact Gray • Jansing & Associates 8217 Shoal Creek Blvd., Suite 200, Austin, Texas 707577592 Name: Donald K. Bays, P.E. Phone: 512-452-0371 L.C. R.A. WEST TRAVIS COUNTY REGIONAL WATER SYSTEM WTPL4NT IMPROVEMENTS $ 3,700.000 Completion: November 1999 Contact Espey, Huston & Associates, Inc P.O. Box 519, Austin, Texas 78733 Name: J. Scott Trainor Phone: 512327.6840 AXTELL I.S.D. FOOTBALL COMPLEX IMPROVEMENTS $ 79,900 Completion: September 1998 Contact Marrs Architects 2027 S. 61st Street. Suite 108, Temple, Texas 76504 Name: Michael W. Mans Phone: 254-778-0877 CASH CONSTRUCTION FOREST CREEK LIFT STATION $ 156,010 Completion: December 1998 Contact: Cash Construction Co.. of Austin. Ina P.O. Box 1279, Peugerville, Texas 78691 Name: Phillip Cash Phone: 512. 251.7872 TRAVIS COUNTY WC & ID NO. 10 CONSTRUCTION MANAGEMENT $ 180,000 Completion: Open Contract Contact Travis County WC & ID No. 10 5450 Bee Caves Road #2A, Austin, Texas 78746 Name: Paul Wakefield, General Manager Phone: 512427 -0218 SCOTT FELDER LP OAK BROOK GROUND STORAGE RESERVOIR & BOOSTER PUMP IMPR S 450,984 Completion: November 1998 Contact GrayJansing & Associates. Inc. 8217 Shoal Creek Blvd., Suite 200, Austin, Texas 78703 Name: Don Bayes Phone: 512-052-0371 TEXACO. INC Completion: Contact Name: Phone: CITY OF AUSTIN Completion: Contact Name: Phone: CIRCLE N RA CH Completion: Contact Name: Phone: BARTON CREEK Completion: Contact: Name: Phone: KEYSTONE CONSTRUCTION INC. 06/14/02 12' WATER 1111E — NEW TEXACO STATION & CONVENIENCE STORF June 1998 Engineering & Management Associates 4818 E. Ben White Blvd., Suite 206, Austin, Texas 75741 Ken Strange 512- 707 -8877 BR00IE LANE SOUTH WASTEWATER IMPROVEMENTSPHASE October 1998 City of Austin 505 Barton Springs Road. Austin, Texas 78704 Kathi Payne 512-322-2771 ATER SYSTEM C.N - UCTI.N: SECTI.NI July 1998 1997 Circle N Ranch Ltd, P.O. Box 794, San Marcos, Texas 78867 Robert McDonald III, President 512. 2805353 FAZIO #2 HOLE 9 PUMP STATION June 1998 C.C. Carlton Construction of Ausan, Inc. 612 Brazos, Suite 210, Austin, Texas 78701 Craig Carlton 5124764262 um..m.,,s.,e s.,,.,9, aaa,w,yo..,R..,,,ea . ea.smw w,. „yaw, as oce 211131s¢ $ 485,648 5 155,844 $ 31.381 S 882,935 S 101,126 $ 93,000 Page 7 KEYSTONE CONSTRUCTION INC. 06/14/02 BARTON CREEK ABC IRRIGATION PUMP STATION & LIFT STATION $ 43,400 Completion: June 1998 Contact C.C. Carlton Construction of Austin, Inc. 812 Brazos, Suite 210, Austin, Texas 78701 Name: Craig Carlton • Phone: 5124764282 CrTY OF LLANO SOUTHWEST WASTEWATER IMPROVEMENTS 5 220,833 Completion: July 1998 • Contact Hejl, Lee & Associates, Inc. 601 Farley, Austin, Texas 78753 Name: Daniel P. Hejl, P.E. Phone: 512367.9793 NORTHWEST TRAVIS COUNTY M.U.D. N0. 1 TANGLEWOOD PARK PHASE TWO IMPROVEMENTS $ 334,760 Completion: April 1998 Contact: Associated Consulting Engineers, Inc. 901 S. Mopac Expressway, Suite 165, Austin, Texas 78746 Phone: 512. 329 -0006 TRAVIS COUNT' W.C.I,O, NO. 17 1997 WATER DISTRIBUTION IMPROVEMENTS $ 215,620 Completion: ApSI 1998 Contact River City Engineering, Inc. 3501 5. 1st Street, Austin, Texas 78704 Name: Patrick A Lackey, P.E. Phone: 512-442-3008 BRENHAM I.5,0 LANGFORD & LINDER ELEMENTARY SCHOOLS 9 18,502 Completion: August 1997 Contact Central Texas Construction P.O. Box 2083, Brenham, Texas 778342083 Name: Cynthia Kubeczka Phone: 409- 830 -0320 TRAVIS COUNTY W.C.I.0. NO. 17 1996 WATER TREATMENT PLANT EXPANSION - PROJECTS S 240,048 Completion: February 1998 Contact: River City Engineering, Inc. 3801 S. 1st Street, Austin, Texas 78704 Name: Patrick A. Lackey, P.E. Phone: 512. 442.3008 NORTHWEST TRAVIS COUNTY M.U.D. NO. 1 TANGLEWOOD PARK PHASE ONE IMPROVEMENTS $ 322,580 Completion: • January 1998 Contact Associated Consulting Engineers, Inc. 901 S. Mopac Expressway, Suite 185. Austin, Texas 78748 Phone: 512-329-0006 TRAVIS COUNT/ MUD NO. 4 BARTON CREEK WATER TREATMENT PLANT EXPANSION $ 532.050 Completion: July 1997 - Contact: Rust. Uchliter /Jameson • 811 Barton Springs Road, Suite 400, Austin. Texas 787041184 Name: John Barker Phone: 512374.5500 POLONIA WATER SUPPLY CORPORATION CONTRACT NO. 2 COUNTY ROAD 179 PUMPING STA11ON 8 97,800 Completion: August 1997 Contact Neptune Wilkinson Associates, Inc. 4010 Menchaca Road, Austin, Texas 78704 Name: Joel Wilkinson Phone: 5124624373 TRAVIS COUNTY MUD NOS 3 & 4 BARTON CREEK SECTION E WATER, WASTEWATER & DRAINAGE IMPR. $ 864,540 Completion: August 1997 Contact Rust, Lichliter / Jameson 811 Barton Springs Road, Suite 400, Austin. Texas 787041184 Name: John Barker Phone: 512474 -5500 VICTORIA REGIONAL WASTEWATER TREATMENT PLANT EXPANSION $ 1,207,000 Completion: April 1998 Contact: Guadalupe0lanco River Authority 933 East Court, Seguin, Texas 78155 Name: Keith Strimple Phone: 512 - 3795822 TRAVIS COUNTY MUNICIPAL UTILITY DISTRICT WATER METER IMPROVEMENTS $ 48,800 Completion: February 1997 Contact Rust, Lichliter f Jameson 811 Barton Springs Road, Suite 400, Austin, Texas 787041164 Name: Mark Schmidt Phone: 512-474-5500 WILLIAMSON COUNTY COUPLAND WASTEWATER COLLECTION SYSTEM Completion: April 1997 Contact Heam & Associates 5 Woodland Loop, Round Rock. Texas 78684 Name: Doug Hearn Phone: 512- 310 -0176 c,..,n.,,s re:.4.ela awm.,...eu em.s„ w r..W.e,e,s o.. na mo: as $ 277,941 Page 8 KEYSTONE CONSTRUCTION INC. CITY OF AUSTIN MOPAC WILLIAMSON CREEK LIFT STATION RELIEF MAIN $ 208,835 Completion: 4981 1997 Contact: City or Austin 505 Barton Springs Road, Austin, Texas 787041248 Name: Pal Webb Phone: 512 -288 -9551 Cf1Y OF SOMERSET WASTEWATER TREATMENT PLANT IMPROVEMENTS $ 166,630 Completion: April 1997 Contact Urban Design Group P.O. Box 2692. Austin, Texas 78755 Name: John Noell Phone: 512 -346 -1896 CITY OF AUSTIN BARTON SUBSTATION $ 69,800 Completion: September 1996 Contact City of Austin 505 Barton Springs Road, Austin, Texas 787041248 Name: Renee Orr Phone: 512. 499.7058 CROUCH ELECTRIC, INC GOVALLE WASTEWATER TREATMENT PLANT IMPROVEMENTS 5 82,000 Completion: February 1997 Contact Crouch Electric. Inc. P.O. Box 140855, Austin, Texas 787140855 Name: Farwell Prewitt Phone: 512-386 -5000 R.E.C. INDUSTRIES. INC. Completion: Contact Name: Phone: DEL W EBB TEXAS Completion: Contact: Name: Phone: S,W.T.S.U. CHILLER FOR COGENERATION PLANT $ 275.000 April 1997 R.E.C. Industries, Inc. P.O. Box 4868, Bryan, Texas 77805 Craig J. Lewis 409- 776 -8245 BRIDGE ABUTMENT SUN CITY- $ 70,000 July 1996 Del Webb Texas Limited Partnership 203 5. I.H. 35, Suite 100, Georgetown. Texas 89828 Charlie Enochs 512 -931 -8857 TRAVIS CO, WC & ID NO 10 CONSTRUCTION MANAGEMENT $ 120,000 Completion: Open Contract Contact: Travis County WC & ID No. 10 5450 Bee Caves Road #2A, Austin, Texas 78748 Name: Paul Wakefield. General Manager Phone: 512. 327 -0218 LLANO COUNTY M.U,D. SEWER SYSTEM IMPROVEMENTS $ 1,830,946 Completion: February 1997 Contact: Willis Environmental Engineering, Inc. 310 Main Street, Marble Falls, Texas 78654 Name: Tony Plumlee Phone: 210. 693-3556 WELLS BRANCH M.U.D. WELLS BRANCH TRAILS, PHASE III. PART I $ 391,058 Completion: July 1996 Contact Wlnterowd Associates 2111 Dickson Drive, Suite 18, Austin, Texas 78704 Name: Diane Winterowd Phone: 512442 -0100 CITY OF AUSTIN CAT MOUNTAIN WATER SYSTEM IMPROVEMENTS $ 573,500 Completion: July 1996 Contact Jones & Neuse 912 Capital of Texas Highway South, Suite 300, Austin, Texas 78746 Name: Hank Kidwell Phone: 512- 327 -9840 CITY OF SAN SABA NEW WASTEWATER OUTFALL MAIN Completion: November 1995 Contact: McKenzie Engineering, Inc 3910 Hyridge Drive, Austin. Texas 78759 Name: Sam McKenzie Phone: 512-345-3374 WEST TRAVIS COUNTY M.U.D. NOS, 3 & 55WASTEW ATER IMPROVEMENTS Completion: October 1995 - Contact: Carter & Burgess, Inc 1717 W. Sixth Street, Suite 210, Austin, Texas 78703 Name: Hank Smith Phone: 512 -474 -9445 a. w $ 257,878 $ 848.800 Page 9 06114/02 CITY OF GRANITE SHOALS Completion: Contact Phone: N,W. AUSTIN M.U.D. NO. Completion: Contact: Name: Phone: CITY OF AUSTIN Completion: Contact Name: Phone: KEYSTONE CONSTRUCTION INC. 06/14/02 CITY OF PEARSALL Completion: Contact Name: • Phone: TEXAS DEPARTMENT OF TRANSPORTATION ADA CURB RAMPS (LAMB COUNTY) Completion: June 1995 Contact Texas Department of Transportation P.O. Box 868, Uttlefield, Texas 79339 Name: Stevan Perez Phone: 606-385-3652 TEXAS DEPARTMENT OF TRANSPORTATION ADA CURB RAMPS (POTTER COUNTYPAMPA1 Completion: April 1995 Contact: Texas Department of Transportation P.O. Box 1136, Pampa, Texas 790661136 Name: Jerry Raines . Phone: 806 -665 -2374 TEXAS DEPARTMENT OF TRANSPORTATION ADA CURB RAMPS (POTTER COUNTYDALHART2 Completion: March 1995 Contact: Texas Department of Transportation P.O. Box 1069, Dalhart, Texas 79022 Name: Kenneth Corse Phone: 806- 3563200 TEXAS DEPARTMENT OF TRANSPORTATION ADA CURB RAMPS (TRAVISA4AYS COUNTIES) Completion: April 1998 Contact: Texas Department of Transportation P.O. Box 15426, Austin, Texas 767615426 Name: Don Nyland Phone: 512-328-2256 NORTH AUSTIN M.U.D. 81 Completion: Contact Name: Phone: CIBOLO CREEK MUNICIPAL AUTHORITY RETRIEVE CCMA TREATED WASTEWATER Completion: December 1994 Contact: W.H. Mullins, Inc. Consulting Engineers 5701 Broadway, San Antonio, Texas 782095722 Name: Gregory M. Morgan, P.E. Phone: 210499.7058 CITY OF AUSTIN Completion: Contact: Name: Phone: TRAVIS COUNTY WC & D Completion: Contact Name: Phone: REESE AIR FORCE BASE Completion: Contact: Name: Phone: WATER DISTRIBUTION IMPROVEMENTS June 1985 _ Ford Engineering 10927 Wye Drive, Suite 104, San Antonio- Texas 78217 210-5904777 CANYON CREEK TRAILHEAD PARK August 1995 Captex Development Company, LLC 3215 Steck Avenue. Suite 101, Austin, Texas 787578060 Rosayn L. Peterson 512 -458 -9300 SOUTH AUSTIN REGIONAL WASTEWATER TREATMENT PLANT August 1995 CH2M Hill 8911 Capital of Texas Highway, Suite 1110. Austin, Texas 78748 Joe Jenkins 512346 -2001 WASTEWATER TREATMENT PLANT August 1995 Garda & Wright Consulting Engineers, Inc. 407 W. Rhapsody, San Antonio, Texas 782163111 Charles Nelson 210-349-5253 RATTAN CREEK LIFT STATION April 1996 Murfee Engineering Co.. Inc. 1101 Capital of Texas Highway, South, Building D. Suite 110. Austin. Texas 78746 George Murree, Mao Whelan, David Malish 512-327 -9204 STRATFORD WASTEWATER IMPROVEMENTS 10' WW LINE December 1994 City of Austin 505 Barton Springs Road. Austin, Texas 787041248 Steve Sun, Project Manager • 512 -499 -7058 NO. 10 WATER SYSTEM IMP. DELLANA HILLS SECTION 2 July 1994 Dannenbaum Engineering 8827 Mopac Blvd.. Suite 300. Austin. Texas 78759 Tom Arndt 512345.8505 REPAIR SOUTH GILBERT April 1994 Reese Air Farce Base 64 CONS/LGC6, Reese Air Force Base, Texas 79489 Mr. King 808-865 -3995 s.vrMb,..,a $ 215,608 $ 711,698 $ 2,559.000 $ 356,835 5 177,093 $ 139,938 $ 100,274 5 203,898 $ 1.439.285 $ 386,541 $ 550,951 $ 290,585 $ 503,959 Page 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KEYSTONE CONSTRUCTION INC. 06/14/02 CITY OF AUSTIN WALNUT CREEK WWTP CHLORINATION IOECHLORINATION $2,536,236 Completion: December 1994 _ Contact: CH2M Hill 8911 Capital of Texas Highway, Suite 1110. Austin. Texas 78759 Name: Joe Jenkins Phone: 512- 346 -2001 CITY OF AUSTIN SHADY HOLLOW WASTEWATER CONNECTION LINE $ 121,604 Completion: March 1994 • Contact: Espey. Huston & Associates P.O. Box 519, Austin, Texas 78767 Name: Ken Schroeder Phone: 512- 327.6840 CITY OF If1KEWAY LAKEWAY CITY PARK $ 403,633 Completion: April 1994 Contact: City of Lakeway 104 Crass Creek, Austin, Texas 787344470 Name: Sam Buser, City Administrator Phone: 512. 261.6090 CITY OF AUSTIN BARTON CREEK LAKESIDE LIFT STATION $ 45.000 Completion: September 1993 Contact Cash Construction Company P.O. Box 1027, PBUgervllle. Texas 78680 Name: Bruce Cash Phone: 512 -251 -7872 CITY OF BELTON SANITARY SEWER IMPROVEMENTS $ 169,040 Completion: September 1993 Contact Roming Parker Associates, Consuking Engineers 3513 Southwest H.K. Dodgen Loop, Suite 103, Temple, Texas 76502 Name: William Mack Parker Phone: 817- 773.3731 HILL COUNTRY WSC PUMP STATIONS $ 406,975 Completion: October 1993 Contact: NeptuneWilkinson Associates, Inc. 4100 Manchaca Road, Austin, Texas 787041248 Name: John Bartle Phone: 512-462 -3373 CITY OF AUSTIN EROSION CONTROL $ 172,278 Completion: October 1993 Contact City of Austin 505 Barton Springs Road, Austin, Texas 787041248 Name: Leo Sanchez, Jr. Phone: 512.499 -2000 TRAVIS COUNTY WC & 10 NO. 19 WATER TREATMENT PLANT $ 2,214,475 Completion: December 1993 Contact Lichliter /Jameson & Associates 811 Barton Springs Road, Suite 400, Austin, Texas 78704 Name: John Barker Phone: 512-4745500 SMITHVILLE GAZLEY CREEK DRAINAGE IMPROVEMENTS $ 200.000 Completion: June 1993 Contact BEFCO Engineering, Inc. P.O. Box 715. La Grange, Texas 78945 Name: Gene Kmppa Phone: 409- 968 -6474 CITY OF TEMPLE WATER LINE IMPROVEMENTS $ 424,688 Completion: October 1993 Contact: RomingParker Associates, Consulting Engineers 3593 Southwest H.K Dodgen Loop, Suite 103, Temple, Texas 76502 Name: William Mack Parker Phone: 8t7- 761 -7481 CITY OF SEMINOLE SEWER FACILITY IMPROVEMENTS Completion: une 1993 Contact: Todd Engineering P.O. Box 5052 Abilene, Texas 79608 Name: David Todd Phone: 915-898 -4330 CITY OF AUSTIN STRATFORD MOUNTAIN SUBDIVISION Completion: August 1993 Contact Patton Development 2106 Robin Hood Trail, Austin. Texas 78703 Name: Dave Patton _ Phone: 512 -476 -7252 $ 424.000 $ 1,311,218 Page 11 KEYSTONE CONSTRUCTION INC. 06/14/02 CITY OF DENVER CITY WASTEWATER IMPROVEMENTS $ 3,314,404 Completion: May 1993 _ Contact: Freese & Nichols 811 Lamar Street, Fort Worth, Texas 76102 Name: Coy Veatch • Phone: 817-336-7161 SUPERCOLLIDER WASTEWATER TREATMENT PLANT $ 210,471 Completion; November 1992 • Contact A, T. Austin, Inc. P.O. Box 12902, Houston, Texas 77217 Name: Kari Holloway Phone: 713-328 -3758 HAYS COUNTY INWOOD FOREST WATER DISTRIBUTION SYSTEMIMPROV£MENTS • $ 174,741 Completion: April 1992 Contact Pro Tech Engineering Group Inc. 100 E. San Antonio, Suite 100, San Marcos, Texas 78686 Name: Kelly Kilber, P.E. Phone: 512 -353-3353 CITY OF SAN SABA WASTEWATER TREATMENT PLANT $ 1,182,788 Completion: December 1992 Contact: Wallace, Winkler & Rice P.O. Box 22007, Waco, Texas 76702 Name: Otto Wiederhalt Phone: 817 - 772 -9272 NORTH AUSTI M.U.D. CORPUS CHRISTI DENTENTION POND OUTLET $ 15830 Completion: October 1991 Contact Murfee Engineering 1101 Capital of Texas Highway South Building 0, Suite 110, Austin. Texas 78746 Name: Jim Scaief Phone: 512 -327.9204 NORTHWEST TRAVIS COUNTY M.U.D N0. 1 MOUNTAIN VIEW PARK $ 541,682 Completion: • April 1992 Contact Northwest Travis County M.U.D. No. 1 9117 Anderson Mg .Road, Austin, Texas 78725 Name: Harold Lanham Phone: 512- 258 -3550 CITY OF MIDLAND TRANSFER PUMPING STATION & MAINTENANCE SHOP $ 576,130 Completion: November 1991 Contact Black & Veatch P.O. Box 802004, Dallas, Texas 753802004 Name: Robert G. McCollum, P.E. Phone: 214-770 -1500 CITY OF AUSTIN LAKEWOOD PARK SUBDIVISION WATER IMPROVEMENTS $ 85,335 Completion: April 1991 Contact: City of Austin 505 Barton Springs Road, Austin, Texas 787041248 Name: Torn Hegemeier, P.E. Phone: 512-499-7104 CITY OF BRADY WASTEWATER TREATMENT PLANT $ 1,184,800 Completion: July 1991 Contact SK Engineedng 1122 South Bryant, San Angelo. Texas 769037295 Name: Vance Johnson Phone: 915- 655.1288 LAKE TRAVIS ISD WASTEWATER LIFT STATION - $ 23,880 Completion: July 1990 Contact: James Miertschin & Associates, Inc. P.O. Box 162305, Austin, Texas 787162305 Name: James Miertschin Phone: 512-327-2708 TRAVIS CO. WC 010 N0. 19 RAW WATER INTAKE LINE, Completion: August 1990 Contact Cash Construction Company P.O. Box 1027, Pflugerville, Texas 78580 Name: Bruce Cash Phone: 512.251 -7872 5 109.453 Page 12 COMPANY �A 1« I ry Capitol Aggregates, Inc. �� J ADDRESS �� P.O. Bo x 4 8 0860 Dallas, TX 75284 � CONTACT I Geor PHONE �� 512.450.8346 S FAX 512 Pentacon Group (was Capitol Bolt) P.O. Box 842070 Dallas, TX 75284 3783 - 664531.11006 512.458.8937 512.458.4374 Capitol City Steel P.O. Box 3195 Austin, TX 78764 P. J. Weardon 512.282.8820 512.295.2500 Crescent Machinery P.O. Box 116 Austin, TX 78767 512.442.2371 512.442.3051 Fuquay, Inc. P.O. Box 10327 Austin, TX 78766 Liz 512.990.2626 512.990.1664 Hanson Concrete Products Dept 0776, Box 12001 Dallas, 75312 Jose 512.385.3950 512.385.1725 H. Richards Oil P.O. Box 6279 Austin, TX 78762 Ronny 512.385.0935 512.385.3034 Sam Kellough Trucking 2314 Wagon Crossing Path Austin 78744 Sam Kellough 512.441.0775 512.441.0549 Miller Blue Print P.O. Box 2065 Austin, TX 78768 512.478.8793 512.474.7099 Municipal Pipe 1511 Central Commerce Cr. Pflugerville, 78660 Hercel Thompson 512.251.0688 512.251.1835 Material Products, Inc. P.O. Box 141156 Austin, TX 78714 -1156 512.821.3303 512.821.3449 Piddler & Pro Ltd. 7010 Hwy 71 West Austin 7873 512.288.7223 The Plank Company P.O. Box 201048 Houston 77216 -1048 512.836.9313 512.836.6790 Prime Equipment 3506 Chapman Lane Austin, 78744 512.442.1600 512.442.5251 RDO Equipment Co. 8000 Blue Goose Manor, TX 78653 Terry Weeter 512.272.1411 512.272.9365 Romco Equipment Company 1150 W. Old Settlers Blvd. Round Rock, 78681 Chuck Williams 512.388.2529 512.388.2673 Sheplers P.O. Box 17577 Austin, 78760 Mike Hutzler 512.441-7506 512.441-1149 T & T Electric P.O. Box 200122 Austin, 78720 Rick 512.259.1993 512.259.1979 Texas Crushed Stone P.O. Box 1000 Georgetown, 78627 -1000 Barbara 512.255.4405 512.255.6055 U.S. Filter, Austin 9513 -A Brown Lane Austin 78754 Ralph Bowen 512834.9344 512834.9335 U.S. Filter, San Antonio 4735 Dodge San Antonio 78217 Mike Drahl 800.544.4901 800.544.0640 Viking Fence 9602 Gray Blvd. Austin 78758 Ken Wilson 512.837.6411 512.837.9468 COMPANY ACCOUNT NUMBER CHEVRON 747. 072 -903 EXXON 348-253-478-5 AMERICAN EXPRESS 3783 - 664531.11006 TEXACO 13- 715- 15576 MOBIL 899-193-271-9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KEYSTONE CONSTRUCTION INC. TRADE REFERENCES 06/14/02 Page 13 KEYSTONE CONSTRUCTION INC. 06/14/02 1 CONSTRUCTION EQUIPMENT AVAILABLE 1 QUANTITY DESCRIPTION 2 P & H OMEGA 20 -TON CRANES 1 HITACHI EX- 220 -LC EXCAVATOR I 1 VOLVO L -70 -C WHEEL LOADER 1 JD310 -C RUBBER TIRE BACKHOE 3 JC310 -D RUBBER TIRE BACKHOE 5 JD310 -E RUBBER TIRE BACKHOE I 1 JD 310 -SG RUBBER TIRE BACKHOE 3 HYDRAULIC HAMMERS FOR BACKHOE 1 MUSTANG SKID -STEER LOADER 5 BOBCATS I 1 3.5 TON FORD F-450 HAUL TRUCK 7 OFFICE TRAILERS 2 EQUIPMENT/ STORAGE TRAILERS 4 18' PIPE TRAILERS I S 12' SMALL EQUIPMENT HAUL TRAILER 1 20' GOOSENECK TRAILER 4 TCOUSTORAGE CONTAINERS 6 AIR COMPRESSORS I S AIR HAMMERS 3 AIR CHIPPERS 3 BREAKERS 1 WALK- BEHIND GAS ROLLER I 4 CONCRETE VIBRATORS 5 POWER WASHER 1 1 1 1 1 1 1 1 1 1 MISCELLANEOUS ITEMS / SMALL EQUIPMENT SUBMERSIBLE & OTHER PUMPS LADDERS, ETC. CONCRETE SAWS TESTING EQUIPMENT cwwmmi, „, :<.,„.wwr ca..waa ra.r s.. w .t....10e,. ot, a9 Vexes Page 14 KEYSTONE CONSTRUCTION INC. 06/14/02 PERSONAL DATA: EDUCATION: Date of Birth: October 10, 1942 Martial Status: Married, 3 grown children Residence: 4603 Wild Briar Pass, Austin, Texas 78746 (512) 327 -1887 The University of Texas Austin, Texas B.B.A. - General Business 1965 PROFESSIONAL EXPERIENCE: Clyde Smith Contractor. Inc. Water Construction Company Austin, Texas June 1985 • December 1977 Position: Bookkeeper, Payroll Clerk, Haul Truck Driver, Project Superintendent, Estimator, Purchasing Agent, Draftsman, Vice President, and General Manager Scope: Over 120 Municipal Projects within a 300 mile radius of Austin Duties: Covered every aspect of the company - the last five years involved running the company, as the owner traveled extensively in semi - retirement Austin Engineering Company, Inc. P.O. Box 161990 Austin, Texas 78716 January, 1977 - September, 1989 Position: Vice President in charge of municipal plant work Scope: Developed the plant work division, with an annual volume of $4,000,000 to 87,000,000, comprising 1/3 to 1/2 of the company's total work program, totaling over 150 projects. The plant work division remained profitable under JDH's direction, even during the downturn in the Austin and Texas economies. Duties: Estimating, purchasing, project management - assisted in overall operation of company. Keystone Construction Inc. P.O. Box 160938, Austin, Texas 78716 -0938 Phone: 512 - 288 -6437 Fax: 512- 288 -6439 September1989 - Present Position: C.E.O. E.u,e,...nl, w: a ,,,,a „„w0aa...s.,w w.,.aeweavaxoonees PERSONAL HISTORY JOE D. HARALSON Page 15 KEYSTONE CONSTRUCTION INC. 06/14/02 'PERSONAL DATA: EDUCATION: Texas A & M University B. S. - Physics - 1979 PROFESSIONAL EXPERIENCE: Brown -McKee Engineers and Constructors, Inc. Lubbock, Texas December, 1979 - May, 1981 PERSONAL HISTORY GARY HAMPTON Date of Birth: August 10, 1957 Martial Status: Single Residence: 2773 Tradewinds Drive, Spicewcod, Texas 78669 512-264-2117 Position: Project Coordinator Scope: Private and Public Bulk Handling and Conveying Systems, Water and Wastewater Treatment Plants, Pumping and Storage Facilities, Projects range in magnitude to $8 million size. Duties: Quantity take-offs, pricing, public relations, engineering, drafting, purchasing, scheduling, and cost control. Jack Cooper Construction Company Temple, Texas May, 1981 • March 1983 Position: Estimator Scope: Water and Wastewater Treatment Plants, Pumping Facilities, Schools, and Commercial Buildings. Duties: Estimating, scheduling, cost control, and public relations. Austin Engineering Company, Inc. P.O. Box 161990, Austin, Texas 78716 March, 1983 - March 1990 Position: Project Manager Scope: Water and Wastewater Treatment Plants, Pumping and Storage Facilities. Duties: Estimating, layouts, scheduling, cost control, public relations, purchasing, general project coordination from estimating bid to completion of project. Keystone Construction Inc. P.O. Box 160938 Austin, Texas 78716 -0938 Phone: 512- 288 -6437 Fax: 512- 288 -6439 March 1990 - Present Position: President Page 18 1` 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KEYSTONE CONSTRUCTION INC. 06/14/02 PERSONAL DATA: Date of Birth: January 5, 1947 Martial Status: Married, 1 grown child Residence: 1913 Cananero Drive, Austin, Texas 78746 (512) 327-8359 EDUCATION: PERSONAL HISTORY LARRY GENE VINKLAREK Southwest Texas State University, San Marcos, Texas Bachelor of Science. - Agricultural Management, 1969 PROFESSIONAL EXPERIENCE: Clarence Vinklarek & Associates: .. 1980 - 1991 Position: Chief Executive and Administrative Officer reporting to the President and Owner. Scope: Utility and Street Construction, Subdivisions and Municipal Work. Duties: Responsible for full range of activities, coordination of work from bidding to completion of projects. Hiring and supervision of staff, interpretation of policy and maintenance of office and field personnel. Reddico Construction Company, Inc: 1991 -1992 2515 S. Highway 183, Leander, Texas 78641 Phone: 512-259-5595 Fax: 512 - 259 -5596 Position: Chief Executive and Administrative Officer reporting to the President and Owner. Scope: Utility and Street Construction, subdivisions and municipal work. Duties: Responsible for full range of project activities, coordination of work from bidding to completion. Specialty Inspection Services: 1993 - 1994 1913 Cananero Drive, Austin. Texas 78746 Phone: 512- 327.8259 Position: Owner Scope: Consultation and Inspection Services. Duties: Consultation & resident inspection of a 3.2 million dollar wastewater project including improvements to the existing wastewater treatment plant, construction of an effluent transmission pipeline, construction of effluent holding ponds, and pumping and irrigation system. Key Enterprises, Inc.: 1994 - 1996 12434 Bee Caves Road, Austin, Texas 78733 Phone: 512- 263 -1124 Position: Estimator, Project Manager and General Superintendent Scope: Utility and Street Construction, subdivisions and municipal work. Duties: Responsible for estimating, project coordination, general construction supervision and selling the project to the owner at completion. Keystone Construction Inc.. 1996 - Present P.O. Box 160938, Austin, Texas 78716 -0938 Phone: 512 -288 -6437 Fax: 512 -288 -6439 Position: Estimator and Project Manager Scope: Utility and Street Construction, subdivisions and municipal work. Duties: Responsible for estimating, project coordination, general construction supervision and selling the project to the owner at completion. CADecumenis roa....WI N Own.... facia SelUp M.l.,ta,a,.au-1 Pap ECM dee Page 18 KEYSTONE CONSTRUCTION INC. PERSONAL DATA: Date of Birlb: November 10, 1946 Marital Stabs: Single Residence: 1007 Scofield Lane, Austin, Texas 78727 Phone: 496 -8640 EDUCATION: The University of Houston Houston, Texas Business Management Major PROFESSIONAL EXPERIENCE: Intercon, Incorporated Houston, Texas April, 1978 - May, 1985 Position: President and Chief Executive Scope: Commercial General Contracting for commercial, industrial and retail buildings. Commercial Contractors of Austin Austin, Texas June, 1985— December, 1995 Position: Principal, Chief Estimator and Contract Manager Scope: Commercial General contracting for commercial, industrial and retail buildings. T -Corp General Contractors Round Rock, Texas January, 1996 — September, 1997 Position: Chief Estimator and Project Manager Scope: Commercial General contracting for commercial, industrial and retail buildings. Dayco Construction, Inc. Austin, Texas September,1997 — September, 1998 Position: Project Manager and Estimator Scope: Commercial concrete, bridge and utility construction. EMR Construction, Inc. Austin, Texas September, 1998 — June, 1999 Position: Protect Manager and Project Superintendent Scope: Addition and alteration of schools for AISD, parks for Austin PARR, sign structures and jetways at ABIA. C.C. Carlton Industries, Ltd. June, 1999— December, 2001 Position: Project Manager and Plant Division Manager Scope: Pump stations, lift stations, water and wastewater line work, pond structures, and intake barges Keystone Construction Inc. January, 2002 — Present Position: Project Manager Scope: Water and wastewater treatment plants, sitework and utilities, parks. PERSONAL HISTORY JOHN S. SCHEFF Page 17 06/14/02 KEYSTONE CONSTRUCTION INC. 06/14/02 PERSONAL DATA: Date of Birth: June 1, 1955 Martial Status: Single Residence: Hays County Road 147 P.O. Box 293 Manchaca, Texas 78652 (512) 295-4582 PROFESSIONAL EXPERIENCE: Austin Engineerinc Company, Inc. P.O. Box 161990 Austin, Texas 78716 1973 - 1991 Position:Allaspects of field work. Minimum 10 years as Superintendent. Scope: Water and Wastewater Treatment Plants, Pumping and Storage Facilities. Supervision of single project up to $ 2,000,000.00. Duties: Form design, quality control, field/owner relationships, hiring, overall field supervision of projects from mobilization to timely completion and acceptance by owner. Keystone Construction Inc. P.O. Box 160938 Austin, Texas 78716 -0938 Phone: 512 - 288 -6437 Fax: 512 -288 -8439 October, 1991 - Present Position: Superintendent Scope: Water and Wastewater Treatment Plants, Pumping Facilities, and Storage Facilities. Duties: Form design, quality control, field /owner relationships, hiring, overall field supervision of projects from mobilization to timely completion and acceptance by owner. PERSONAL HISTORY W. DON MONTZ Page 19 KEYSTONE CONSTRUCTION INC. 06/14102 PERSONAL DATA: Date of Birth: December 14, 1957 Martial Status: Married, I child Residence: 41 Reines Cove Del Valle, Texas 78617 512- 247 -7097 PROFESSIONAL EXPERIENCE: Austin Engineering Company, Inc. P.O. Box 161990 Austin, Texas 78716 1976 - 1994 Position:Allaspects of field work. Minimum 10 years as Superintendent. Scope: Water and Wastewater Treatment Plants, Pumping and Storage Facilities. Supervision of single projects up to $ 2,000,000.00. Duties: Form design, quality control, field /owner relationships, hiring, overall field supervision of projects from mobilization to timely completion and acceptance by owner. Keystone Construction Inc. P.O. Box 160938 Austin, Texas 78716 -0938 Phone: 512 -288 -6437 Fax: 512- 288 -6439 October, 1994 - Present Position: Superintendent Scope: Water and Wastewater Treatment Plants, Pumping Facilities, and Storage Facilities. Duties: Form design, quality control, field /owner relationships, hiring, overall field supervision of projects from mobilization to timely completion and acceptance by owner. aoswee. ;m. Sc w.,.t..,‘Md „o.. as :Mt. PERSONAL HISTORY JUAN CARLOS ROSALES Page 20 1 .1 . 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KEYSTONE CONSTRUCTION INC. 06/14/02 PERSONAL DATA: Date of Birth: September 24, 1947 Martial Status: Married, Grown Children Residence: 8516 South Bend Avenue Austin, Texas 78737 PROFESSIONAL EXPERIENCE: A -T Asphalt Paving St. George, Utah 801- 673 -7377 March 1996 - November 1996 mu and se*paea PERSONAL HISTORY JOE CONKLE Position:Heavy Equipment Haul /Operate Duties: Haul equipment, hot oil, road base, water truck and other heavy equipment. J & J Rock Products, Inc. St. George, Utah 801- 673 -3503 February 1992 - March 1996 Position: Heavy Equipment Haul/Operate Duties: Haul equipment, hot oil, road base, and other materials, local and interstate. Equipment operator. Keystone Construction Inc. P.O. Box 160938 Austin, Texas 78716 -0938 Phone: 512-288-6437 Fax: 512- 288 -6439 February 1998 - Present Position: Superintendent Scope: Underground Utilities. All aspects of field work. Duties: Construction of Water, Wastewater & Storm Sewer Pipe Installation. This includes setting of grades, pipe laying, backfill procedures and tine testing. Supervises a crew of 6 - 8 men. Is responsible for fueling and maintenance of equipment. Page 21 V APPROVED B Y CITY 3.0 POST BID DOCUMENTS THE STATE OF TEXAS COUNTY OF WILLIAMSON § AGREEMENT IS AGREEMENT, made and entered into this 1 - day of , 20 0 i , by and between (Owner) City of Round Rock, Texas of the St &e of Tex, acting through y, Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) _kg a y . of Consrtz ��r»n T�i�. of Texas, County of 771.3 , and State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: City of Round Rock South Creek Pressure Improvements 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 therefore, as prepared by HDR Engineering, Inc. 2211 South IH 35, Suite 300, Austin, Texas 78741, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date written notice to do so have been given to him, and all Work will be Substantially Complete after the date of the written Notice to Proceed and ready for final payment with after date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions, in accordance with the following : PBD -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS (OWNER) BY: ATTEST: Substantial Completion of Bid Items 2 and 3: 30 Calendar days Substantial Completion of Bid Items 4, 5, 6, 7, & 8: 50 Calendar days Final Completion 65 Calendar days Corporate Seal City Secretary Signed. PBD -2 (CONTRACTOR) BY: (The following to be executed if the Contractor is a Corporation.) JcLa . � IAQALSaI its _ �= n (Typed name) (Title) ATTEST: i Secretary, if Contractor is a orporation or otherwise registered with the Secretary of State I, , certify that I am the Secretary of the Corporation named as Contractor herein; that f o , �, / Fps a c c,,, who signed this Contract on behalf of the Contractor was then C . r) (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is within the scope of its corporate powers. A&At 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON PERFORMANCE BOND BOND NO. 08523036 KNOW ALL MEN BY THESE PRESENTS: That KEYSTONE CONSTRUCTION, INC. of the City of AUSTIN Co of TRAVIS and State of TEXAS , as Principal, and Aw O n SUR RTY COMPANY au opted 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 ONE HUNDRED FORTY FOUR THOUSAND ONE HUNDRED TWENTY AND dollars ($ 144,120.00 ) for the payment wr'igeoE welfana truly to lie made t ie 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 /ice day of emu. , 2002 to which the contract is hereby referred to and made a part heicf as fully and to the same extent as if copied at length herein consisting of: PBD -3 City of Round Rock South Creek Pressure Improvements 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 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this day of 3.t. (/ instrument this 20 02 . KEYSTONE CONSTRUCTION, INC. Principal By: ,'_ d , ■ D. i�AZa�sci ) Title P. 0. BOX 160938 Address AUSTIN, TEXAS 78716 -0938 LUBBOCK - , TEXAS 79453 Resident Agent of Surety: HOWARD COWAN Printed Name P. 0. BOX 54020 Address LUBBOCK, TEXAS 79453 City S Pr. to & Zip Code ignature PBD -4 COLONIAL AMERICAN CASUALTY AND SURETY Surety COMPANY lidw By: NARLA HILL, ATTORNEY -IN -FACT Title P. 0, BOX 54020 Address 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That KEYSTONE CONSTRUCTION, INC., of the City Of AUSTIN County C O L ONS RAMS „And State of TEXAS as Principal, and SURETY COMPANY authorize unag the 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 FORTY FOUR THOUSAND ONE HUNDRED TWENTY AND NO /100 -- -Dollars ($ 144,120.00 ) 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 // 1 day of TA. t - ,.20 02 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 City of Round Rock South Creek Pressure Improvements 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 fumished 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. PAYMENT BOND (continued) PBD -5 BOND NO. 08523036 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 it's 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 1/ f`` day of la , 2002 . KEYSTONE CONSTRUCTION, INC. Principal By: Title P. 0. BOX 160938 P. 0. BOX 54020 Address AUSTIN,, TEXAS 78717 -0938 Resident Agent of Surety: HOWARD COWAN Printed Name P. O. BOX 54020 Address LUBBOCK, TEXAS 79453 PBD -6 COLONIAL AMERICAN CASUALTY AND SURETY Surety COMPANY B y J) 4 MARLA`HILL, ATTORNEY -IN -FACT Title Address LUBBOCK, TEXAS 79453 TOTAL P.06 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 To obtain information or make a complaint: S8543f(TX) ((14/00) Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Baltimore, MD 21203 -1227 IMPORTANT NOTICE You may call the Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company's toll -free telephone number for information or to make a complaint at: 1- 800- 654 -5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. Box 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by F. L. BORLEIS, Vice - President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set rth on the re , rse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby n•1 e, cons: 4't: `+ d appoint Howard COWAN and Marla HILL, both of Lubbock, Texas, EACH its hue an 1 agent ► ttomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act ` •' ed: any c< 1 bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Community S d Co ++ Guardians; and the execution of such bonds or undertakings in pursuance of these presents, shat C` . bin +_! �• said Companies, as fully and amply, to all intents and purposes, as if they had been duly execu their offices in Baltimore, Md., in their own The said Assistant Secretary does he Article VI, Section 2, of the respective IN WITNESS WHEREOF, the affixed the Corporate Seals of the AMERICAN CASUALTY A L1428- 168 -5080 ATTEST: FIDELITY A By: T. C..Johnson // C\v Assistant Secretary C T SS: acknow persons Ty that set forth on the reverse side hereof is a true copy of of sai�l>thpanies, and is now in force. d Assistant Secretary have hereunto subscribed their names and DEPOSIT COMPANY OF MARYLAND, and the COLONIAL A , this 17th day of February, A.D. 2000. MERICAN CASUALTY AND SURETY COMPANY • Assistant Secretary by the regularly elected officers of the Companies at POSIT COMPANY OF MARYLAND oaedl4Ades) F. L Borleis Vice- President By: o1,10L „0..4) F. L Borleis - Vice President State of Maryland County of Harford On this 17th day of February, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. Borleis, Vice - President and T. C. Johnson, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. J. /mil • Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 EXTRACT FROM BY -LAWS OF THE FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seals of the Company thereto." EXTRACT FROM BY - LAWS OF THE COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Companies may require, or to authorize any person or persons to execute on behalf of the Companies any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seals of the Companies thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the companiy and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of Assistant Secretary .1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1RTIFICATE OF LIABILITY INSURANCE 'RODUCER S ASSOCIATES INSURORS 4 LOST CREEK BLVD, SUITE 400 .USTIN, TX 78746 ISURED EYSTONE CONSTRUCTION, INC. BOX 160938 AUSTIN, TX 78716 - 0938 l TYPE OF INSURANCE ' GENERAL LIABILITY 1 OTHER 1 1 1 AUTOMOBILE UABILIIY CAP3137707 3/29/02 PROFESSIONAL LIABILITY TIFICATE HOLDER: POLICY EFFECTIVE EXPIRATION NUMBER DATE DATE CLP3137708 3/29/02 City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land PBD -7 D JULY COMPANIES AFFORDING COVERAGE A BITUMINOUS INSURANCE CO. B INTERSTATE FIRE & CASUALTY C TEXAS MUTUAL INSURANCE COMPANY D AMERICAN INTERNATIONAL GROUP BOX 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 r ies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. 3/29/03 3/29/03 SIGNA LIMITS CP06191765 3/29/02 3/29/03 'DEDUCTIBLE 16, 2002 GENERALAGGREGATE $2,000,000 PRODUCTS-COMP/OPAGG. 5 2, 000, 000 PERSONAL &ADV.INJURY $ 1,000,000 EACH OCCURRENCE 81,000,000 FIRE DAMAGE (Any one fire) $ 300,000 MED. EXPENSE (Any one perso0 10,000 COMBINED SINGLE LIMIT 51, UUU, UUU BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE S EXCFSS LIABILITY UMC6200309 3/29/02 3/29/03 EACH OCCURRENCE 5 5,000,000 AGGREGATE S WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS TSF1110291 3/29/02 3/29/03 EACH ACCIDENT DISEASE- POLICY LIMIT DISEASE- EACH EMPLOYEE EACH CLAIM ASCR IPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL IIEMS/EXCEPTIONS PROJ ELT: SOUTH CREEK PRESSURE IMPROVE. CERTIFICATE HOLDER, BAKER — AICKLEN & ASSOCIATES (405 BRUSHY CREEK ROAD, CEDAR PARK, TX 78613), R ENGINEERING, INC. (2211 S. IH35, AUSTIN, TX 78741), ARE NAMED AS ADDIIONAL INSUREDS WITH SPECT TO THE JOB LISTED ABOVE. Ty City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written a n ce to the certificate holder named below. OF AUTHO $1,000,000 8 1,000,000 5 1,000,000 $1,000,000 $ 5,000 REPRESENTATIVE S Typed 'ame: G GR SSOM, Title: PARTNER 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WARRANTY BOND BOND NUMBER AMOUNT KNOW ALL MEN BY THESE PRESENTS, That we, (hereinafter called the "Principal ") as Principal, and the a Corporation duly organized under the laws of the State of and duly licensed to transact business in the State of (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "), in the sum of dollars ($ ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. Sealed with our seals and dated this and WHEREAS, the said Principal has heretofore entered into a contract with Dated , 20, for construction of: City of Round Rock South Creek Pressure Improvements 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 (1) year from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of 1 year from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas PBD -8 day of , A.D. nineteen hundred 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Principal By: Title Address Resident Agent of Surety: Printed Name Address City, State & Zip Code Signature Title PBD -9 Surety By: Address 4.0 GENERAL CONDITIONS Note: These City of Round Rock standard documents have been modified as indicated herein. A strike out indicates that language has been deleted from the City of Round Rock General Conditions. An underline indicates that the language has been added to the City of Round Rock General Conditions. 1 1 1 1. Definition of Terms 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 1.11 - Furnish General Conditions of Agreement 2. Responsibilities of the Engineer and the Contractor 2.01 - Owner- Engineer Relationship 2.02 - Observation 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 - Inspector; Resident Project Representative 2.17 - Substitutions or Approved Equal 3. General Obligations and Responsibilities 1 3.01 - Keeping of Plans and Specifications Accessible GC -2 3.02 - Ownership of Drawings 3.03 - Adequacy of Design 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 - _ .. Correction or Removal of Defective Work 3.21- Testing of Materials 3.22 - Wage Rates 4. Prosecution and Progress 4.01 Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01 Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments 6. Extra Work and Claims 6.01 - Change Orders GC -3 1 1 1 1 1 1 1 1 1 1 10. Protection of Persons and Property 1 1 1 1 1 1 1 1 1 6.02 - Minor Changes 6.03 - Extra Work 6.04 - Time of Filing Claims 6.05 - Continuing Performance 7. Abandonment of Contract 7.01 - Abandonment by Contractor 7.02 - Abandonment by Owner 8. Subcontractors 8.01- Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9. Separate Contracts 9.01 - Owner's Right to Award Separate Contracts 9.02 - Mutual Responsibility of Contractors 9.03 - Cutting and Patching Under Separate Contracts 10.01 - Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities 11. Termination 11.01 - Termination by Owner for Cause 11.02 - Termination for Convenience GC -4 1. Definition of Terms 1.01 Owner, Contractor and Engineer 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 Enginccr shall be understood to be the Enginccr of thc Owner, and nothing contained in the Contract and thc Contractor. 1.02 Contract Documents General Conditions of Agreement The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any such documents before the execution of the agreement. Drawings showing the details of the Work specified are designated "Drawings" or "Plans ", and together with the Specifications form an integral part of the Contract Documents. Shop Drawings, as referred to in Section 2.12 are not part of the Contract Documents. The Contract documcnts arc complementary, and what is called for by any one shall be of the Agreement, noticc to Contractors, technical Specifications, plans, and General Conditions of the Agreement. Any reference to standard specifications shall always imply the latest edition of such standard specification or specifications available at the time Notice inviting Contractors to bid is published unless otherwise indicated. The cross - referencing of specification sections is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. GC-5 1.03 Subcontractor The term "Subcontractor," as employed herein, includes only those having a direct contract with the Contractor. It includes one who furnishes material worked to special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 Sub - Subcontractor The term "Sub- Subcontractor" means one who has a direct or indirect contract with a Subcontractor to perform any of the work at the site. It includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.05 Written Notice 1.06 Work Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the Contract Documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which, when so applied, have a well - known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term "Extra Work" shall be understood to mean and include all work that may be required by the Engineer or the Owner to be done by the Contractor to accomplish any change, alteration or addition to the work not indicated in the Plans and Specifications utilized to prepare Contractor's Bid proposal, ehown upon the plans, or reasonably except as provided under "Changes and Alterations" herein. GC -6 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 Work ctructure has been made suitable for use or occupancy or that the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 1.11 Furnish Furnish, Install, Perform, Provide, Supply - The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean FURNISHING AND INCORPORATING IN THE WORK including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context." 2. Responsibilities of the Engineer and the Contractor 2.01 Owner - Engineer Relationship The Engineer will be the Owner's representative during construction. The duties, responsibilities and limitations of authority of the Engineer as the Owner's representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the Owner and the Engineer. The Engineer will advise and consult with the Owner, and all of the Owner's instructions to the Contractor shall be issued through the Engineer. 2.02 Observation _ _ by Engineer GC -7 The Engineer shall make periodic visits to the site to familiarize himself with the progress of the executed work and to determine in general, if such work meets the requirements of the is proceeding in accordance with the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspection of the quality or quantity of the work or be responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. 2.03 Payments for Work The Engineer shall review the Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such amounts; such recommendation of payment to the Contractor constitutes a representation to the Owner of the Engineer's professional judgement that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such recommendation of an application for payment to the Contractor shall not be deemed as a representation by the Engineer that the Engineer has made any examination to determine how or for what purpose the Contractor has used the monies paid on account of the contract price. 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the Owner relating to execution or progress of the work or interpretation of the Contract Documents. The Engineer's decision shall be rendered in writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections In the event the Engineer renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party . may file with the Engineer within thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to litigation as hereinafter provided. GC -8 2.06 Lines and Grades representative. Whenever necessary, construction work shall be suspended to permit casc of careless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the Contraeter The Engineer shall provide a baseline and datum bench mark reference point. The Contractor, at his own expense, shall employ a registered engineer or licensed land surveyor acceptable to the Owner to give the Contractor lines and elevations for the Contractor's use in construction of the work. The registered engineer or licensed land surveyor shall furnish to the Engineer, through the Contractor, a signed plat certifying to the location and elevations of the Work indicating ties and closure to the Engineer's baseline and datum bench mark. 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent English - speaking Superintendent and any necessary assistants to supervise and direct the work. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the Owner and the Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. GC -9 Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection and safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications, as well as any additional information concerning the work to be performed passing from or through the Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from the plans and specifications; the intent of such drawings, specifications and any other such information being to define with specificity the agreement of the parties as to the work the Contractor is to perform. The Contractor shall be fully and completely liable, at his own expense, for design, construction, installation, and use or non -use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any 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 GC -10 It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. The Contractor agrees that he will make no claim against the Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent - unfaithful or disorderly, or refuse instructions from thc Engineer in thc absence of thc 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 GC -11 The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during the Contractor's performance hereunder. ENGINEER's check and review of Shop Drawings and Samples, Standard Specifications and descriptive literature submitted by CONTRACTOR will be only for general conformance with design concept, except as otherwise provided, and shall not be construed as permitting any departure from the Contract Requirements; relieving CONTRACTOR of the responsibility for any error in details, dimensions or otherwise that may exist in such submittals; constituting a blanket approval of dimensions, quantities, or details of the material or equipment shown; or approving departures from additional details or instructions previously furnished by ENGINEER. Such check or review shall not relieve CONTRACTOR of the full responsibility of meeting all of the requirements of the Contract Documents. GC -12 The contractor shall submit all Shop Drawings and Samples sufficiently in advance of construction requirements to allow ample time for checking, correcting, resubmitting and rechecking and to avoid any delay in progress of the Work. Shop drawings or Samples submitted shall be marked with the name of the Project, numbered, and bear the stamp of approval of the Contractor as evidence that the Shop Drawings and Samples have been reviewed and approved by the Contractor. Any Shop Drawings or Samples submitted without this stamp of approval will not be considered and will be returned to the Contractor for resubmission. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that he has reviewed, approved, and coordinated such submittals with the requirements of the Work and the Contract Documents. 2.13 Preliminary Approval The Engineer shall not have the power to waive the obligations of this contract for the furnishing by the Contractor of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform . the contract, including without limitation, the obligation to at once tear out, remove and properly replace any defective work or material at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in the event the material has been once accepted by the Engineer, such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re- examination by the 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 GC -13 It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 Changes and Alterations The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying performance and payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment ". If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment ". Otherwise, such additional work shall be paid for as provided under Extra Work. In the event the Owner makes such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. 2.16 inspectors Resident Project Representatives The Engineer may provide one (or more) field Resident Project Representatives (APRs) 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 APRs inspeetora 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. GC -14 Such RPRs inspeeters may confer with the Contractor or the Contractor's Superintendent concerning the prosecution of the work and its conformity with the plans and specifications but shall never be, in whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such RPR inspeeter is not authorized by the Engineer or the Owner to independently act for either or answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No RPR's inspector `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. 2.17 Substitutions or Approved Equal Whenever the Contract Documents call for an article or an item of material or equipment and which is defined by describing a proprietary product or by using the name of a manufacturer, vendor, trade name, catalog number, or other reference, the term "or approved equal ", if not inserted, shall be implied. The specified articles, materials, or equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired, and shall not be construed in such a manner as to exclude products of a comparable substance, quality, design, function, and efficiency. The Contractor shall comply with the requirements of the Contract Documents relative to approval of material and equipment before incorporation into the Work. The Contractor may request approval of substitute articles, materials, or equipment. The Engineer shall evaluate the articles, materials, or equipment offered and, on the basis of its opinion, shall make recommendations pertaining thereto in the best interests of the Owner. In the event of approval a written Addendum or Change Order, as appropriate, will be issued. 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible GC -15 The Engineer shall furnish the Contractor with five (5) 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. 3.06 Discrepancies and Omissions GC -16 The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with generally accepted practices for construction. In the event of any discrepancies between the separate Contract Documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the Engineer shall define what is intended to apply to the work. 3.07 Equipment, Materials and Construction Plant The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages In the event the Contractor is damaged in the course of completion of the work by the act, negligence, omission, mistake or default of the Owner or the Engineer, thereby causing loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall reimburse the Owner for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of 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. GC -17 In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the Owner and the Engineer of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the Owner and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, on standard forms for this purpose, guaranteeing faithful performance of the work and the 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 borne by the Contractor at his own cost and expense. 3.12 Protection of Adjoining Property GC -18 The said Contractor shall take proper means to protect the adjacent or adjoining property or properties, in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract regardless of whether or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Furnishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the Owner, Engineer, and Engineer's Subconsultants and 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 m 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 GC -19 The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the Owner, Engineer, and Engineer's Subconsultants harmless from any loss on account thereof, except that the Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then the Contractor shall indemnify and save the Owner harmless form any loss on account thereof. If the material or process specified or required by the Owner is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives such information to the Owner. 3.15 Laws and Ordinances The Contractor shall at all times observe and comply with all federal, state and local laws, ordinance and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the Owner, Engineer, and Engineer's Subconsultantsagainst any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or his employees, except where such violations are called for by the provisions of the Contract Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer or Engineer's Subconsultants, he shall bear all costs arising therefrom. In case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contract, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. 3.16 Assignment and Subletting GC -20 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, Engineer, and Engineer's Subconsultant and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damage, claim, loss, demand, suit, judgment, cost or expense: 1. is attributable to bodily injury, sickness, disease or death of any person including Contractor's employees and any Subcontractor's employees and any Sub - subcontractor's employees, or to injury to or destruction of tangible property including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub - subcontractor including the loss of use resulting therefrom; and, 2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer or Engineer's Subconsultants, their agents or employees arising out of the preparation of maps, plans, reports, surveys, change orders, designs or specifications, or the approval of maps, plans, reports, surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer or Engineer's Subconsultants, their agents or employees, provided such is the sole cause of the injury or damage. GC -21 In any and all claims against the Owner, Engineer, or Engineer's Subconsultants, or any of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or Sub - subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. A. Statutory Workmen's Compensation. Definitions: 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 § 406,0961 - 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. GC -22 The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all employees of the Contractor providing services on the project, for the duration of the project. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. ( c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: "As States except those listed in 3A and the States of NV, ND, OH, WA, WV, and WY." 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 govemmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven (7) calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. GC -23 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; 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; (c) GC -24 (f) (g) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project; and contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the Commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, 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. GC -25 The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been approved by the Owner and the Engineer. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the Owner and the Engineer shall not relieve or decrease the liability of the Contractor hereunder. The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance (other than workers' compensation) shall be endorsed to include the Owner as an additional insured thereunder. The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which the insurance applies, the expiration date, and the above - mentioned notice of cancellation clause. Insured shall be listed in the insurance coverage by specific name and not by genre. A listing of Engineer and Engineer's Subconsultants to be named as additional insured shall be as follows: 3.19 Final Clean - up HDR Engineering, Inc., 2211 S. IH -35, Ste. 300, Austin, Texas 78741 Baker- Aicklen & Assoc., 203 E. Main St., Ste. 201, Round Rock, Texas 78664 Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event the Contractor fails or refuses to clean and remove surplus materials and debris as above provided, the Owner or the Engineer may do so, or cause same to be done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from the final payment. GC -26 3.20 Correction or Removal of Defective Work: If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). If within one year after the date of Substantial completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that i tem may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. GC -27 If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in these Conditions. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with this section, or if CONTRACTOR fails to perform the Work m accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER,. OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR'S defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER'S rights and remedies hereunder. 3.21 Testing of Materials GC -28 Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the Owner. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the extent of the retesting shall be determined by the Engineer. The Engineer may require additional testing for failing tests and may require two (2) passing retests before acceptance will be made by the Owner. The testing laboratory will be designated by the Owner. All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to furnish a manufacturer's certificate stating that the material meets the requirements specified for this project. 3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10) 2288.021. Duty of Government Entity to Pay Prevailing Wage Rates a. The state or any political subdivision of the state shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality 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. GC -29 c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 2258.051. Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the contractor under the contract, except that, the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the contractor has violated this chapter. WR1001JuIy1997 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 Owner, schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. GC -30 4.02 Extension of Time Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or the Engineer, or of any employee of either, or by other contractors employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer; provided, however, that the Contractor shall give the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for extension of time on "Calendar Days" contracts. 4.03 Hindrances and Delays No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the Owner) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the Owner, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the Owner to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements No extra or customary measurements of any kind will be allowed, but the actual measured and /or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 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. GC -31 Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated or contemplated quantity for such items, then either party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of the work above or below twenty percent (20 %) of the estimated quantity. A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a total cost equal to or greater that five percent (5 %) of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this agreement, as provided under "Extra Work ". 5.03 Price of Work In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the Contractor, and on the completion of all work and on the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the prices set forth in the proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this agreement. 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. GC -32 The Owner shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less five percent (5 %) of the amount thereof, which five percent (5 %) shall be retained until final payment, and further less all previous payments and all further sums that may by retained by the Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, then the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment ". 5.05 Use of Completed Portions The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost or delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or both, as the Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's list of unfinished work and will add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 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. GC -33 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. c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. f) g) 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. Reasonable indication that the work will not completed within the contract time. 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 GC -34 Should the Owner fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of six percent (6 %) per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payment," until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims 6.01 Change Orders Without invalidating this agreement, the Owner may at any time or from time to time order additions, deletions or revisions to the work; such changes will be authorized by a Change Proposal Request and subsequent Change Order to be prepared by the Engineer for execution by the Owner and the Contractor. The change order shall set forth the basis for any change in contract price, as hereinafter set forth for extra work, and any change in contract time which may result from the change In the event the Contractor shall refuse to execute a change order which has been prepared by the Engineer and executed by the Owner, the Engineer may in writing instruct the Contractor to proceed with the work as set forth in the change order and the Contractor may make claim against the Owner for extra work involved therein, as hereinafter provided. 6.02 Minor Changes The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in contract price. These changes will be in the form of Work Change Directives for modifications involving no price or time adjustment to the Contract. If the Contractor believes that any minor change or alteration authorized by the Engineer involves extra work and entitles him to an increase in the contract price, the Contractor shall make written request to the Engineer for a written Change Proposal Request. GC -35 In such case, the Contractor by copy of his communication to the Engineer or otherwise in writing shall advise the Owner of his request to the Engineer for a written Change Proposal Request and that work involved may result in an increase in the contract price. Any request by the Contractor for a change in contract price shall be made prior to beginning the work covered by the proposed change. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a change order or for which a claim for extra work is made shall be determined by the unit prices upon which this contract was bid to the extent such work can be fairly classified within the various work item descriptions and for work items that cannot be so classified by one or more of the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method (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 %). GC -36 In the event said extra work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the Contractor of all workmen, such as foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on performance and 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 m 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 GC -37 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 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. GC -38 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 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. GC -39 In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and /or his surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his surety. Should the cost to complete the work exceed the contract price, and the Contractor and /or his surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor and his surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the Contractor or his surety, to their proper owners. The books on all operations provided herein shall be opened to the Contractor and his surety. 7.02 Abandonment by Owner In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the Contractor and have not been wrought into the work. Thereupon, the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and which cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this agreement and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this agreement. GC -40 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 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 GC -41 All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: (1) (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) (5) 8.03 Payments to Subcontractors preserve and protect the rights of the Owner and the Engineer under the contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with this contract; (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; 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. 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. GC -42 If the Engineer fails to approve a payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any monies to such Subcontractor except as may otherwise be required. 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts The Owner reserves the right to award other contracts in connection with other portions of the project under these or similar conditions of the contract. When separate contracts are awarded for different portions of the project, the Contractor" in the contract documents in each case shall be the contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's work. GC -43 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 attorneys 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: all employees on the work and all other persons who may be affected thereby: 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 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. GC -44 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. 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. GC -45 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 of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner and the Engineer. 10.03 Location and Protection of Utilities Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. The Contractor shall exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the Contractor's work or storage areas. Upon request, the Owner shall provide such information as it has about the location and grade of water, sewer, gas, and telephone and electric lines and other utilities in the work area but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and nondelegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. 11. Termination 11.01 Termination by Owner for Cause GC -46 Conditions for termination are as follows: Without prejudice to any other legal or equitable right or remedy which it would otherwise possess hereunder or as a matter of law, City shall be entitled by giving Contractor five (5) days prior written notice to terminate this contract in its entirety at any time: If the Contractor becomes insolvent, voluntarily files for bankruptcy, is the subject of an involuntary petition for bankruptcy commenced by its creditors, makes a general assignment for the benefit of creditors or becomes the subject of any other proceeding commenced under any statute or law for the relief of debtors; or If a receiver trustee or liquidator of any of the property or income of Contractor shall be appointed; or If Contractor: Shall fail to prosecute the work or any part thereof with diligence necessary to insure its progress and completion as prescribed by the time schedules; and Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or If Contractor: Shall fail for any reason other than the failure by City to make payments called upon when due, and Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or If Contractor: Shall commit a substantial default under any of the terms, provisions, conditions, or covenants contained herein; or Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or In the event of such termination, Contractor shall only be paid its reimbursable costs incurred prior to the effective date of the termination notice and shall not be entitled to receive any further fixed fee payments hereunder and shall be further subject to any claim City may have against Contractor under other provisions of this agreement or as a matter of law, including the refund of any overpayment of reimbursable costs and /or fixed fee. GC -47 If this Contract is terminated for cause, the City shall have the right but shall not be obligated to complete the work itself or by others; and to this end, City shall be entitled to take possession of and use such equipment and materials as may be on the job site, and to exercise all rights, options, and privileges of Contractor under its subcontracts, purchase orders, or otherwise; and Contractor shall promptly assign such rights, options and privileges to City. If City elects to complete the work itself or by others, pursuant to the foregoing, the City will reimburse City for all costs incurred by City (including, without limitation, applicable, general, and administrative expenses, and field overhead, and the cost of necessary equipment, materials, and field labor) in correcting work by Contractor which fails to meet contract requirements. Nothing contained in the preceding 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. GC -48 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 City upon termination of this Contract, in a reasonably organized form, without restriction on future use. Should City subsequently contract with a new contractor for continuation of services under this Project, Contractor shall cooperate in providing information. 7. In the event of such termination, no cost incurred after the effective date of the notice of termination shall be treated as reimbursable costs unless it relates to carrying out the unterminated portion or taking closeout measures. GC -49 5.0 SPECIAL CONDITIONS 1 1 ' SECTION 01- INFORMATION 01 -01 ENGINEER 1 The word "Engineer" in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, 1 Texas 78664, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 1 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED ' The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 1 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any 1 subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME 1 The Contractor agrees that time is of the essence for this Contract and 1 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 of days 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 1 the Contractor's total compensation, not as penalty but as liquidated damages of the following amounts: t Substantial Completion of Bid Items 2 and 3 $500 /day Substantial Completion of Bid Items 4, 5, 6, 7, & 8: $500 /day Final Completion $300 /day ' 01 -05 LOCATION 1 SC -2 1 The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. 01 -06 USAGE OF WATER All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for acquiring a fire hydrant meter, including meter deposit from the City and providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 5.04 of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. SECTION 02- SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 -02 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services while performing the work associated with this contract. No additional payment will be made for this item. SC -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 02 -03 GUARANTEES The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for the period that the Warranty Bond, as outlined in Section 04 of the Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -04 MINIMUM WAGE SCALE Contractors are required to pay prevailing wage rates to laborers, workmen and mechanics employed on behalf of the City engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for work of a similar character. This applies to Contractors and Subcontractors. The Contractors and Subcontractors shall keep and make available records of workers and their wages. Contractors and Subcontractors shall pay the prevailing wage rates as adopted by the Owner. There is a statutory penalty of $60.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the Contractor or any Subcontractor. 02 -05 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages or anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. SC -4 02 -06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -07 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -08 PAYMENT FOR MATERIALS ON HAND The Owner will pay for materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, provided the Application for Payment is accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 02 -09 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built ", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the Owner. Each appurtenance shall be located by at least two (2) horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as- builts tie -ins provided no existing utilities as previously described SC -5 are available. Costs for delivering as -built drawings shall be subsidiary to other bid items. 02 -10 LAND FOR WORK Owner provides, as indicated on Drawings, land upon which work is to done, right -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer, who without delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements changed. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the owner of the utility to be moved and have it moved. The costs of any utility relocations will be at the Contractor's sole expense. Owner will not be liable for relocations costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work. 02 -12 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be 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. 02 -13 LINES AND GRADES Section 2.06 of the General Conditions of the Agreement is hereby amended to include the following: SC -6 2.06 Delete the underlined text and replace with the following: "The Engineer shall provide a baseline and datum bench mark reference point. The actual coordinate locations of each improvement constructed shall be recorded on the Contractor's as- recorded drawings" SECTION 03- TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access (including impacting traffic on streets or highways), the Contractor shall request approval from the Owner. If approved, Contractor shall notify all applicable agencies (i.e. Fire Department, E.M.S., Public Works, etc.) and comply with the requirements of each entity. The Contractor shall also submit to the Owner a Traffic Control Plan prepared in accordance with the Texas Manual for Uniform Traffic Control Devices for Streets and Highways. This plan shall be prepared and sealed by a professional engineer licensed in the State of Texas. If traffic is impacted, as a minimum, 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. SECTION 04- WARRANTY BOND Per City of Round Rock Ordinances, a two (2) year Warranty Bond naming the City of Round Rock as obligee will be required for public streets constructed without lime stabilization of subgrade material when the Plasticity Index of the subgrade is above 20. Warranty Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety or other surety or sureties acceptable to the Owner prior to final payment. A one (1) year Warranty Bond in the amount of one hundred (100 %) percent of the contract price will be required for all other improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the SC -7 1 United States) or other surety or sureties acceptable to the Owner prior to final payment. 1 SECTION 05- INSURANCE Section 3.18 of the General Conditions of the Agreement is hereby amended to include the following: ' 3.18 Insurance ' Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and furnish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: a. Statutory Worker's Compensation and minimum $100,000 1 Employers Liability Insurance. b. Commercial General Liability Insurance with minimum limits of ' $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. c. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or Combined Single Limit of $600,000. d. On all new or remodeling building projects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the 1 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. 1 SC -8 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. 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, SC -9 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. 4. Naming Engineer and Engineer's Subconsultants as designated in GC3.18 as additional insured (except Worker's Compensation and Builder's Risk). Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and /or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. SC -10 Owner shall be entitled, upon request, and without expense, to receive copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. SC -11 SECTION 06- WAGE RATES General Decision 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 SC -12 Fringes Rates ELECTRICIAN 16.25 FLAGGER 6.86 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 SC -13 Fringes Rates WAGON- DRILLBORING MACHINE 8.00 REINFORCING STEEL SETTER PAVING 14.50 REINFORCING STEEL SE! 1'ER 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 - 5.5(a) 1 (ii)) WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a 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 SC -14 Fringes 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 SC -15 CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 $0.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 $0.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $12.08 $0.76 $0.50 $0.05 $13.39 DRYWALL INSTALLER /CEILING INSTALLER $10.91 $0.00 $0.00 $0.00 $10.91 ELEUfRICIAN $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 10.00 $10.56 INSULATOR $13.75 $1.16 $0.92 $0.03 $15.86 IRON WORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 $0.00 $0.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 $0.00 $0.00 $0.00 $7.75 MASON $16.00 $0.00 $0.00 $0.00 $16.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 $0.34 $11.96 MILLWRIGHT $15.91 $1.63 $1.00 $0.00 $18.54 PAINTER/WALL COVERING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 PIPEFITTER $18.10 $1.42 $1.80 $0.00 $2L32 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 $18.25 $3.40 $2.20 $0.00 $23.85 SPRINKLER 1-. I I ER TERRAZZO WORKER $0.00" $0.00 $0.00 $0.00 $0.00" TILE SE11 $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER /CAULKER $10.64 $0.00 $0.00 $0.00 $10.64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 E: WILLIAMSON PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES Date Printed: April 15, 1997 *$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. (Property of General Services Commission, Based on 1996 Survey results) SC -16 6.0 TECHNICAL SPECIFICATIONS ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS NOTE: The item number designation shown in parentheses adjacent to captions herein is a reference to City of Austin Standard Specifications. STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The current City of Austin Standard Specifications as adopted and amended by the City of Round Rock and the current City of Austin Erosion and Sedimentation Control Manual are hereby refereed to and included in this contract as fully and to the same extent as if copied at length herein and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. TS -1 ITEM 2 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE 2.02 GRADING During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean -up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. 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 portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. TS -2 ITEM 3 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 furnish 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 corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. TS -3 1 1 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 1 4.02 PROTECTION OF TREES, PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing 1 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. 1 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 1 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 1 resetting of property comer 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. 1 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. 1 TS -4 1 1 ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper" or "equal to" are used, they shall be understood to mean that the item referred to shall be "proper ", the "equivalent" of, or "equal to" some other item, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer, and the Engineer will have the right to require the use of such specifically designated material, article or process. TS -5 ^N3 } ENERAW REQUIREMENT 44 7-" r -� z8 ;� ° .�. ^°xu x sw� s d ra �" '� � a. e ..•;'' j�.Ff rtj r b z �� { b ab a d r 4 � � b z�aA. a„ �� `S.t.a x; ,r� nxai. x l:✓ �y?'� _�� �tf �� � �`+��" er�t�. F..o.ae,_.>�, ✓ .,. :,��.a_�i mks:;Sa, +1�ia� F}t...L,+2s'S�. �x^�:.'rx- *�v kxrx�t+ev.?r�,r�-� �<,��� 1 1 ' 2 3 SECTION 01060 PROJECT CONDITIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 97A23 4 PART 1 GENERAL 5 1.1 PRECONSTRUCTION CONFERENCE 6 A. A preconstruction conference shall be held after award of Contract. Engineer will notify the 7 Contractor as to the date, time and location of the conference one week in advance of the 8 proposed date. Contractor's Project Manager and Project Superintendent and Contractor's 9 Subcontractor Representatives shall attend. 10 1.2 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE 11 A. Owner will furnish contract documents to Contractor as stated in 01 -02 of the Special 12 Conditions. 13 1.3 TESTING 14 A. Payment for Soil, Concrete and Other Testing: 15 1. Soils and concrete testing: The Owner will pay for "Passing" soils and "Passing" concrete 16 tests on the Project. Costs of corrective action, costs of "Failing" soils and concrete tests, 17 and cost of testing associated with establishment of mix design are the sole responsibility of 18 the Contractor. 19 2. Other testing: Required testing, testing procedures, reports, certificates, and costs associated 20 with all phases of securing required satisfactory test information which may be required by 21 individual sections of Specifications or Drawings are the full responsibility of the 22 Contractor. 23 1.4 CONSTRUCTION SCHEDULE 24 A. At no time shall Contractor or his employees modify operation of the existing facilities or start 25 construction modifications without approval of the Owner except in emergency to prevent or 26 minimize damage. 27 B. Within 10 days after award of Contract, submit for approval a critical path type schedule. 28 Account for schedule of Subcontracts. Include proper sequence of construction, various crafts, 29 purchasing time, shop drawing approval, material delivery, equipment fabrication, startup, 30 demonstration, and similar time- consuming factors. Show on schedule as a minimum, earliest 31 starting, earliest completion, latest starting, latest finish, and free and total float for each task or 32 item. 33 C. Evaluate schedule bi- weekly. Update, correct, and rerun schedule and submit to Engineer in 34 triplicate with pay application to show rescheduling necessary to reflect true job conditions. 35 When shortening of various time, intervals is necessary to correct for behind schedule conditions, 36 indicate steps to implement to accomplish work in shortest schedule. Information shall be 37 submitted to Engineer in writing with revised schedule. 38 D. The Contractor will submit required documents prior to the commencement of work to allow for 39 review of completeness. 07225 - 072-036 City of Round Rock South Creek Pressure - Improvements — May 2002 01060 - 1 1 E. If Contractor does not take necessary action to accomplish work according to schedule, he may 2 be ordered by Owner in writing to take necessary and timely action to improve work progress. 3 Order may require increased work forces, extra equipment, extra shifts or other action as 4 necessary. Should Contractor refuse or neglect to take such action authorized, under provisions 5 of this contract, Owner may take necessary actions including, but not necessarily limited to, 6 withholding of payment and termination of contract. 7 F. Sequence of Construction 8 1. Work at the Sycamore Trail PRV Station is not to start until the South Creek Vault is 9 substantially complete. Equipment and materials procurement for the Sycamore Trail PRV 10 Station may begin prior to the actual onsite work. 11 2. The Owner has not yet acquired the proposed easement for the Sycamore Trail PRV station. 12 Work may commence onsite at the Sycamore Trail PRV Station, if approved by the Owner, 13 prior to substantial completion of the South Creek PRV Station when the easement is 14 secured. At no time will existing waterlines be taken offline or in any way will water service 15 be interrupted at or around the Sycamore Trail location. 16 3. All water line shutdowns shall be coordinated with the Owner at least forty -eight (48) hours 17 prior to the shutdown. The duration of any shutdown shall not exceed twenty-four (48) 18 - hours, or as permitted by the Owner. Only waterlines that directly relate to installing the 19 South Creek PRV Station will be permitted to be taken out of service. 20 4. A temporary chain link fence is to be installed on the residential property adjacent to the 21 Sycamore Trail PRV Station prior to removing wooden privacy fencing and before 22 excavating and tapping the existing 8" waterline. Coordinate the fence relocation and/or 23 repairs with the City and the landowner. 24 1.5 PROJECT MEETINGS 25 A. The Engineer will conduct construction meetings involving: 26 1. Contractor's project manager. 27 2. Contractor's project superintendent. 28 3. Owner's designated representative(s). 29 4. Engineer's designated representative(s). 30 5. Contractor's subcontractors as appropriate to the work in progress. 31 B. Meetings conducted monthly, or as needed at City of Round Rock Public Works. 32 C. The Engineer will take meeting minutes and submit copies of meeting minutes to participants 33 and designated recipients identified at the Preconstruction Conference. Corrections, additions or 34 deletions to the minutes shall be noted and addressed at the following meeting. 35 D. The Engineer will schedule meetings for a convenient time frame. 36 E. The Engineer will have available at each meeting full chronological file of all previous meeting 37 notes. 38 F. The Contractor shall have available at each meeting up -to -date record drawings. 39 1.6 SPECIAL CONSIDERATIONS 40 A. Contractor shall be responsible for negotiations of any waivers or alternate arrangements 41 required to enable transportation of materials to the site. 42 B. Contractor is required to maintain site security at each location to avoid vandalism and • 43 destruction of City property. If required, the Contractor shall include in Bid Proposal, the costs 44 associated with providing temporary security fencing around all active work areas not otherwise 45 enclosed at the site. If required, the Contractor shall provide security fencing/gating plan to 46 Engineer for review. 47 C. Owner has not yet acquired all land for construction of the Sycamore Trail PRV Station, but 48 anticipates complete ownership of the required tract by the substantial completion date of the 49 South Creek PRV Station. 07225 -072 -036 City of Round Rock South Creek Pressure Improvements — May 2002 01060 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D. Maintain conditions of public roads adjacent to the work sites such that travel is not hindered or 2 made unsafe as the result of construction related deterioration, mud, stones, and debris. 3 1.7 WORK HOURS 4 A. Unless approved otherwise by Owner, allowable work hours shall be Monday through Friday 5 from 7:00 a.m. to 6:00 p.m. No weekend work will be allowed. 6 1.8 HISTORICAL AND ARCHAEOLOGICAL 7 A. If during the course of construction, evidence of deposits of historical or archaeological interest 8 is found, the Contractor shall cease operations affecting the find and shall notify the Owner. No 9 further disturbance of the deposits shall ensue until the Contractor has been notified by the 10 Owner that Contractor may proceed. Compensation to the Contractor, if any, for lost time or 11 changes in construction resulting from the fmd, shall be determined in accordance with changed 12 or extra work provisions of the Contract Documents." 13 14 1.9 TRENCH SAFETY PLAN 15 A. Contractor is required to submit a plan for trench excavation protection conforming to the 16 provisions of the current Occupational Safety and Health Administration (OSHA) regulations 17 related to excavation, trenching, and shoring during construction. 18 B. Plan must be prepared and sealed by a professional engineer licensed in the State of Texas and 19 qualified by experience to design trench protection systems. 20 21 C. Review of submitted plan by Engineer will be for the sole purpose of ensuring that a licensed 22 professional engineer has designed the plan. Engineer will not review adequacy of content of 23 the plan. 24 1.10 DISINFECTION 25 A. In accordance with AWWA C651, Standard for Disinfecting Water Mains, all Final connections 26 to existing mains may not occur until the new piping has been successfully pressure tested, 27 disinfected, and flushed. See Section 15060, Paragraphs 3.5 and 3.6. 28 END OF SECTION 29 07225 -072 -036 City of Round Rock South Creek Pressure Improvements — May 2002 01060 - 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 99C24 2 3 SHOP DRAWINGS, PRODUCT DATA & SAMPLES; OPERATION & MAINTENANCE 4 MANUALS; AND MISCELLANEOUS SUBMITTALS 5 PART 1- GENERAL 6 1.1 SUMMARY 7 A. General: 8 1. Section Addresses: 9 a. Mechanics and administration of the submittal process for shop drawings, operation and 10 maintenance manuals, and miscellaneous submittal items. 11 B. Related Sections include but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 13 2. Division 1 - General Requirements. 14 1.2 DEFINITIONS 30 1.3 TRANSMITTALS 31 A. Shop Drawings and Operation and Maintenance Manuals: 32 I. Transmit all submittals to: 33 34 HDR Engineering, Inc. 35 2211 S. IH -35, Suite 300 36 Austin, TX 78741 37 Attn: Troy A. St. Tours 38 39 2. Utilize two copies of attached Exhibit "A" to transmit all shop drawings, product data and 40 samples. 41 3. Utilize two copies of attached Exhibit "B" to transmit all Operation and Maintenance 42 Manuals. 43 4. All transmittals must be from Contractor and bear his approval stamp. Transmittals will not 44 be received from or returned to subcontractors. 15 A. Shop Drawings: 16 1. See General Conditions. 17 2. Product data and samples are Shop Drawing information. 18 B. Miscellaneous Submittals: 19 1. Submittals other than Shop Drawings: 20 2. Representative types of miscellaneous submittal items include but are not limited to: 21 a. Construction schedule. 22 b. Concrete, soil compaction, and pressure test reports. 23 c. Installed equipment and systems performance test reports. 24 d. Manufacturer's installation certification letters. 25 e. Warranties. 26 f. Service agreements. 27 g. Construction photographs. 28 h. Survey data. 29 i. Cost breakdown (Schedule of Values). 07225 -072 -036 SECTION 01340 City of Round Rock South Creek Pressure Improvements - May 2002 01340 - 1 1 a. Shop drawing transmittal stamp shall read "(Contractors Name) has satisfied 2 Contractor's obligations under the Contract Documents with respect to Contractor's 3 review and approval as stipulated under General Conditions Paragraph 2.12. 4 Transmittals will not be received from or returned to subcontractors. 5 b. Operation and Maintenance Manual transmittal stamp may be Contractor's standard 6 approval stamp. 7 5. Provide submittal information defining specific equipment or materials utilized on the 8 project. Generalized product information not clearly defining specific equipment or 9 materials to be provided will be rejected. 10 6. Calculations required in individual specification sections will be received for information I 1 purposes only and will be retumed stamped "E. Engineer's Review Not Required" to 12 acknowledge receipt. 13 7. Submittal schedule: 14 a. Schedule of shop drawings: 15 1) Submitted and approved within 15 days of receipt of Notice to Proceed. 16 2) Account for multiple transmittals under any specification section where partial 17 submittals will be transmitted. 18 b. Shop drawings: 19 1) Submittal and approval prior to 25 percent completion. 20 c. Operation and Maintenance Manuals and Equipment Record Sheets: 21 1) Initial submittal within 60 days after date shop drawings are approved. 22 B. Miscellaneous Submittals: 23 1. Transmit under Contractor's standard letter of transmittal or letterhead. 24 2. Submit in triplicate or as specified in individual specification section. 25 3. Transmit to: 26 27 HDR Engineering, Inc. 28 2211 S. 111-35, Suite 300 29 Austin, TX 78741 30 Attn: Troy A. St. Tours 31 32 4. Provide carbon copy of letter of transmittal to Owner's Representative. 33 a. Exception for concrete, soils compaction and pressure test reports. 34 1) Transmit one copy to Owner's Representative. 35 2) Transmit one copy to location and individual indicated above for other 36 miscellaneous submittals. 37 1.4 PREPARATION OF SUBMITTALS 38 A. Shop Drawings: 39 I. Scope of any letter of transmittal: 40 a. Limited to one Specification Section. 41 2. Numbering letter of transmittal: 42 a. Number each submittal consecutively beginning with the number 1 (one). 43 b. Each transmittal shall indicate the speculation and/or drawing sheet to which it pertains. 44 c. Number each page of the submittal sequentially beginning with the number 1 45 (one). 46 3. Describing transmittal contents: 47 a. Provide listing of each component or item in submittal capable of receiving an 48 independent review action. 49 b. Identify for each item: 50 1) Manufacturer and Manufacturer's drawing or data number. 51 2) Contract Document tag number(s). 52 4. Resubmittals: 07223 -072 -036 City of Round Rock South Creek Pressure improvements - May 2002 01340 .2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a. Number with original root number and a suffix letter starting with "A" on a (new) 2 duplicate transmittal form. 3 b. Do not increase the scope of any prior transmittal. 4 c. Account for all components of prior transmittal. 5 1) If items in prior transmittal received "A" or "B" Action code, list them and indicate 6 "A" or "B" as appropriate. 7 a) Do not include submittal information for items with prior "A" or "B" Action in 8 transmittal. 9 2) Indicate "Outstanding -To Be Resubmitted At a Later Date" for any prior "C" or 10 "D" Action item not included in resubmittal. 11 a) Obtain Engineer's prior approval to exclude items. 12 5. For 8 -1/2 x 11 IN size sheets, provide four copies of each page for Engineer plus the 13 number required by the Contractor. The number of copies required by the Contractor will be 14 defined at the Preconstruction Conference, but shall not exceed 10. 15 6. For items not covered in paragraph 1.4 -A.5 submit one reproducible transparency and one 16 print of each drawing until approval is obtained. Utilize mailing tube; do not fold. The 17 Engineer will mark and return the reproducible to the Contractor for his reproduction and 18 - distribution. 19 7. Provide clear space (3 IN SQ) for Engineer stamping of each component defined in t.4 -A.4. 20 8. Contractor shall not use red color for marks on transmittals. Duplicate all marks on all 21 copies transmitted, and ensure marks are photocopy reproducible. Outline Contractor marks 22 on reproducible transparencies with a rectangular box. 23 9. Transmittal contents: 24 a. Coordinate and identify shop drawing contents so that all items can be easily verified 25 by the Engineer. 26 b. Acknowledges that the products submitted comply with the requirements of the 27 standards referenced. 28 c. Identify equipment or material use, tag number, drawing detail reference, weight, and - 29 other project specific information. .30 d. Provide sufficient information together with technical cuts and technical data to allow 31 an evaluation to be made to determine that the item submitted is in compliance with the 32 Contract Documents. 33 e. Submit items like equipment brochures, cuts of fixtures, product data sheets or catalog 34 - sheets on 8 -1/2 x 11 IN pages. Indicate exact item or model and all options proposed. 35 f. Include legible scale details, sizes, dimensions, performance characteristics, capacities, 36 test data, anchoring details, installation instructions, storage and handling instructions, 37 color charts, layout drawings, parts catalogs, rough -in diagrams, wiring diagrams, 38 controls, weights and other pertinent data. Arrange data and performance information in 39 format similar to that provided in Contract Documents. Provide, at minimum, the detail 40 provided in the Contract Documents. 41 g. If proposed equipment or materials deviate from the Contract Drawings or 42 Specifications in any way, clearly note the deviation and justify the said deviation in 43 detail in a separate letter immediately following transmittal sheet. 44 B. Samples: 45 L Identification: 46 a. - Identify sample as to transmittal number, manufacturer, item, use, type, project 47 designation, tag number, Standard Specification section or drawing detail reference, 48 color, range, texture, finish and other pertinent data. 49 b. If identifying information cannot be marked directly on sample without defacing or 50 adversely altering samples, provide a durable tag with identifying information securely 51 attached to the sample. 52 2. Include application specific brochures, and installation instructions. 53 3. Provide Contractor's stamp of approval on samples or transmittal form as indication of 54 Contractor's checking and verification of dimensions and coordination with interrelated 55 work. 07225 -072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 01340 - 3 1 4. Resubmit samples of rejected items. 2 C. Operation and Maintenance Manuals: 3 1. Number transmittals for Operation and Maintenance Manual with original root number of 4 the approved shop drawing for the item 5 2. Submit two copies until approval is received. One copy will be returned to the Contractor. 6 Upon approval, submit six copies of final manuals. 7 3. Identify resubmittals with the original number plus a suffix letter starting with "A." 8 4. Submit Operation and Maintenance Manuals printed on 8 -1/2 x I I IN size heavy first 9 quality paper with standard three -hole punching and bound in stiff metal hinged binder 10 constructed as a three -ring style. Provide binders with titles on front and on spine of binder. 11 Tab each section of manuals for easy reference with plastic- coated dividers. Provide index 12 for each manual. Provide plastic sheet lifters prior to first page and following last page. 13 5. Reduce drawings or diagrams bound in manuals to an 8 -1/2 x 11 IN or 11 x 17 IN size. 14 However, where reduction is not practical to ensure readability, fold larger drawings 15 separately and place in vinyl envelopes which are bound into the binder. Identify vinyl 16 envelopes with drawing numbers. 17 6. Transmittal Content: 18 a. 'Submission of Operation. and Maintenance Manuals is applicable but not necessarily 19 limited to: 20 I) Valves greater than 12 IN DIA. 21 2) Pressure reducing valves, and other automatic control valves. 22 b. Operation and maintenance manuals shall include, but not necessarily be limited to, the 23 following detailed information, as applicable: 24 1) Description of equipment system operation. Each manual shall include all 25 equipment and appurtenances for the entire system included in a specification . 26 section. 27 2) Equipment function, normal operating characteristics, limiting operations: 28 3) Assembly, disassembly, installation, alignment, adjustment, and checking 29 instructions. 30 4) Operating instructions for start -up, routine and normal operation, regulation and 31 control, shutdown, and emergency conditions. 32 5) Lubrication and maintenance instructions. 33 - 6) Guide to "troubleshooting." 34 7) Parts list and predicted life of parts subject to wear. 35 8) Outline, cross - section, and assembly drawings; engineering data; and electrical 36 diagrams, including elementary diagrams, wiring diagrams, connection diagrams, 37 word description of wiring diagrams and interconnection diagrams. 38 9) Test data and performance curves. 39 10) A list of recommended spare parts with a price list and a list of spare parts 40 provided under these specifications. 41 11) Copies of installation instructions, parts lists or other documents packed with 42 equipment when delivered. 43 12) Instrumentation or tag numbers relating the equipment back to the Contract 44 Documents. 45 13) Include a filled -out copy of the Equipment Record Sheet, Exhibits Cl and C2 as 46 the first page(s) of each Operation and Maintenance Manual. Complete 47 maintenance requirements in detail. Simple reference to the Manual is not 48 acceptable. 49 14) For equipment items involving components or subunits, an Equipment Record 50 Sheet for each operating component or subunit is required. 51 c. The Operations and Maintenance manuals shall be edited to reflect only equipment and 52 appurtenances supplied for this project. Any references to other types, makes, and 53 models shall be edited or removed from the manual. 54 1.5 ENGINEER'S REVIEW ACTION 07225 -072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 01340.4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. Shop Drawings and Samples: 2 1. Items within transmittals will be reviewed for overall design intent and will receive one of 3 the following actions: 4 a. A - FURNISH AS SUBMITTED. 5 b. B - FURNISH AS NOTED (BY ENGINEER). 6 c. C - REVISE AND RESUBMIT. 7 d. D - REJECTED. 8 e. E - ENGINEER'S REVIEW NOT REQUIRED. 9 2. Transmittals received will be initially reviewed to ascertain inclusion of Contractor's 10 approval stamp. Drawings not stamped by the Contractor or stamped with a stamp 11 containing language other than that specified in Paragraph 1.3- A.4.a., will not be reviewed 12 for technical content and will be returned without any action. 13 3. Transmittals returned with Action 'A" or "B" are considered ready for fabrication and 14 installation. If for any reason a transmittal that has an "A" or "B" Action is resubmitted, it 15 must be accompanied by a letter defusing the changes that have been made and the reason 16 for the resubmittal. Destroy or conspicuously mark "SUPERSEDED" all documents having 17 previously received "A" or "B" Action that are superseded by a resubmittal. 18 4. Transmittals with Action "A" or "B" combined with Action "C" (Revise and Resubmit) or 19 "D" (Rejected) will be individually analyzed giving consideration as follows: 20 a. The portion of the transmittal given "C" or "D" will not be distributed (unless 21 previously agreed to otherwise at the Preconstruction Conference). One copy or the one 22 transparency of the "C" or "ID" drawings will be marked up and returned to the 23 Contractor. Correct and resubmit items so marked. 24 b. Items marked "A" or "B" will be fully distributed. 25 c. If a portion of the items or system proposed are acceptable, however, the major part of 26 the individual drawings or documents are incomplete or require revision, the entire 27 submittal may be given "C" or "D" Action. This is at the sole discretion of the 28 Engineer. In this case, some drawings may contain relatively few or no comments or 29 the statement, "Resubmit to maintain a complete package." Distribution to the Owner 30 and field will not be made (unless previously agreed to otherwise). 31 5. Failure to include any specific information specified under the submittal paragraphs of the 32 specifications will result in the transmittal being returned to the Contractor with "C" or "D" 33 Action. 34 Transmittals such as submittals which the Engineer considers as "Not Required," submittal 35 information which is supplemental to but not essential to prior submitted information, or 36 items of information in a transmittal which have been reviewed and received "A" or "B" 37 Action in a prior transmittal, will be returned with Action "E. Engineers Review Not 38 ' Required." 39 7. Samples may be retained for comparison purposes. Remove samples when directed. Include 40 in bid all costs of famishing and removing samples. 41 8. Approved samples submitted or constructed, constitute criteria for judging completed work. 42 Finished work or items not equal to samples will be rejected. 43 B. Operation and Maintenance Manuals: 44 I. Engineer will review and indicate one of the following review actions: 45 a. ACCEPTABLE. 46 b. FURNISH AS NOTED. 47 c. REVISE AND RESUBMIT. 48 d. REJECTED. 49 2. Acceptable submittals will be retained with the transmittal form returned with a request for 50 five additional copies. 51 3. Deficient submittals will be returned along with th e transmittal form which will be marked 52 to indicate deficient areas. 53 54 END OF SECTION 07225 -072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 01340 -5 Project Name: Date Received: Project Owner: Checked By Contractor: HDR Engineering, Inc. Log Page: Address Attn: Address: Attn: HDR No. Spec Section: Drawing /Detail No. 1st ReSub. Sub. Date Transmitted: Previous Transmittal Date: Item No. No. Copies Description Manufacturer Mfr/Vendor Dwg or Data No. Action Taken • Remarks: EXHIBIT A Shop Drawing Transmittal No. (Spec Section) (Series) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Action Designated Above is in Accordance with the Following Legend: A - Furnish as Submitted 8 • Furnish as Noted D - Rejected E - Engineer's review not required. 1. Submittal not required. C - Revise and Submit 2. Supplemental information. Submittal retained for 1. Not enough information for review informational purposes only. 2. No reproducibles submitted. 3. Information reviewed and approved on prior 3. Copies illegible. submittal. 4. Not enough copies submitted. . 4. See Comments. Comments: 5. Wrong sequence number. 6. Wrong resubmittal number. 7. Wrong spec section. 8. Wrong form used. 9. See Comments. y Distribution: Contactor By I I Fle I I Field I I Owner I I Date Other FORM 111 - 2020 -2 (Version 1.0 fun 90HRevised June 1997) Copyright 1991 HDR Engineering, Inc. Task 2020 111 -2020.2 Project Name: Date Received: Project Owner: Checked By: Contractor: Owner: Log Page: Address: Attn: Address: Attn: NOR No.: 1st Sub. I I RsSub. J Date Transmitted: Previous Transmittal Date: No Copies Description of Item Manufacturer Dwg. or Date No. Action Taken' 1 hD 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Remarks: To: The Action Designated Above is in Accordance with the Following Legend: A • Acceptable, Provide five additional Copies Comments: B - Furnish as Noted EXHIBIT B O &M Manual Transmittal No. - (Spec Section) (Series) C - Revise and Resubmit This Operation and Maintenance Manual Submittal is deficient in the following area: 1. Equipment record sheets. 2. Functional description. 3. Assembly, disassembly, installation, alignment, adjustment & checkout instructions. 4. Operating instructions. Distribution: Contractor u File u 8v From. HDR Engineering, Inc. Date: 5. Lubrication & maintenance instructions. 6. Troubleshooting guide. 7. Parts list and ordering instructions. B. Organization (index and tabbing(. 9. Wiring diagrams & schematics specific to installation. 10. Outline, cross section & assembly diagrams. 11. Test data & performance curves. 12. Tag or equipment identification numbers. 13. Other - see comments. D • Rejected Field u Owner u Date Other U Project Name of of Equip. Description Date Installed Date Started Equip. Location Cost Estimated Life Project Equip. Tag No. Shop Dwg. Trans. Vo, Spec. Sec. Equip. Menul. Manuf. Address Phone Local Vendor Vendor Address 'Phone BREAK-IN MAINTENANCE REQUIREMENTS (INITIAL OIL CHANGES, ETC./ o W M D 5 A Hours PREVENTIVE MAINTENANCE REQUIREMENTS O W M O S A Hours RECOMMENDED SPARE PARTS ELECTRICAL NAMEPLATE DATA Part No. Pert Name Quantity Equip. Make Serial No. ID No. Model No. Frame No. HP V. Amp. HZ PH RPM SF Duty Code Ins. Cl. Des. Type Nema C Amb. Temp. Rise Rating Misc. MECHANICAL NAMEPLATE DATA Equip. Make Serial No. ID Nn. Model Na. Frame No. HP RPM Cap. Size TDH Imp. Sa. Des. CFM PSI Assy. No. Case No. MHO. • Lubricant information on following page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EXHIBIT C1 Equipment Maintenance Data Summary Equipment Record Page D of 2 Lubrication Summary Equipment Description I Project Equip. Tag No. Page o Lubricant Point ISO Lubr Manglacturer Product AGMA# SAE# ISO n n Lubr Manufacturer Product AGMA# SAE# ISO n Lubr Manufacturer Product AGMA# SAE# ISO F-1 1 Lubr Manufacturer Product AGMA# SAE# ISO n I Lubr Manufacturer Product AGMA# SAE# ISO n I Lubr Manufacturer Product AGMA# SAE# ISO n 1 Lubr Manufacturer Product AGMA# SAE# ISO n 1 EXHIBIT C2 Equipment Record Page 2o(2 Lubrican Point Lubrican Point Lubrican Point Lubrican Point Lubrican Point Lubrican Poinr FORM 111 -2030-5 (Jun 90) Task2030 111.2030.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 H 1 r d�_ Wn'r�'t s v .-°.'�i'" ^q'hr,.�,,.. ,��� � ''� '��-. �° ,�`� '^°� e«w n rrttw�-r•°+Sa`,'�`��;ry,; eP` ♦K�#Gr � M S � ��^ t Ny t"_2 L � ��b f S E` aC l' .� � y � x x v :f k s 5 K E t S:a a f Y N i 5. .+ a. �4���^a. � ,��• V v'� ey��. '�' '� ,� ��x`.L fir' �,Y .•1�{ r*...n-m�`r�'rs..a�_�, ,•��'t#;,.a:..,r4�3a4 t 1v:3b7,u��r�.`�..Y...r,�`?1x`.r*'�`�'nita,. .h d.. _? s C?-di.YAa t��aa.ea'°�'..a ...W ns.,.,�a=b��:a"-.�b�.+�,? 1 1 1 SECTION 15060 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 PART 1 - GENERAL 6 1.1 SUMMARY PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 7 A. Section Includes: 8 1. Process piping systems. 9 2. Utility piping systems. 10 B. Related Sections include but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 12 2. Division 1 - General Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American National Standards Institute (ANSI): 16 a. B16.3, Malleable Iron Threaded Fittings. 17 b. B16.5, Pipe Flanges and Flanged Fittings. 18 c. B16.9, Factory-Made Wrought Steel Butt- Welding Fittings. 19 d. B16.22, Wrought Copper and Bronze Solder - Joint Pressure Fittings. 20 e. B16.26, Cast Copper Alloy Fittings for Flared Copper Tubes. 21 f. B36.19, Stainless Steel Pipe. 22 g. B40.1, Gauges - Pressure Indicating Dial Type - Elastic Element. 23 2. American National Standards Institute (ANSI) /American Water Works Association 24 (AWWA): 25 a. ANSI/AWWA C110 /A21.10, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN 26 for Water and Other Liquids. 27 b. ANSI/AWWA C115/A21.15, Flanged Ductile Iron Pipe with ThreadedFlanges. 28 c. C151, Ductile -Iron Pipe, Centrifugally Cast In Metal Molds or Sand -Lined Molds for 29 Water or Other Liquids. 30 d. ANSI/AWWA C153/A21.53, Ductile -Iron Compact Fittings, 3 IN Through 16 IN, for 31 Water and Other Liquids. 32 e. C207, Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 33 IN. 34 3. American Society for Testing and Materials (ASTM): 35 a. A53, Standard Specification for Pipe, Steel, Black and Hot - Dipped, Zinc- Coated 36 Welded and Seamless. 37 b. A74, Cast -Iron Soil Pipe and Fittings. 38 c. A106, Standard Specification for Seamless Carbon Steel Pipe for High - Temperature 39 Service. 40 d. Al26, Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe 41 Fittings. 42 e. A182, Standard Specification for Forged or Rolled Alloy Steel Pipe Flanges, Forged 43 Fittings and Valves and Parts for High Temperature Service. 44 f. A197, Standard Specification for Cupola Malleable Iron. 45 g. A234, Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy Steel 46 for Moderate and Elevated Temperatures. 07225 -072-036 City of Round Rock South Creek Pressure Improvements - May 2002 15060 -1 1 h. A269, Specification for Seamless and Welded Austenitic Stainless Steel Tubing for 2 General Service. 3 i. A312, Standard Specification for Seamless and Welded Austenitic Stainless Steel Pipes. 4 j. A536, Standard Specification for Ductile Iron Castings. 5 k. A778, Standard Specification for Welded, Unannealed Austenitic Stainless Steel 6 Tubular Products. 7 4. American Water Works Association (AWWA): 8 a. B300, Standard for Hypochlorites. 9 b. C111, Rubber - Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. 10 c. C200, Steel Water Pipe 6 IN and Larger. 11 d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 12 - e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 13 f. C651, Standard for Disinfecting Water Mains. 14 5. Cast Iron Soil Pipe Institute (CISPI): 15 a. 301, Hubless Cast -Iron Sanitary System With No Hub Pipe and Fittings. 16 6. National Fire Protection Association (NFPA). 17 7. Underwriters Laboratory, Inc. (UL). 18 B. Coordinate flange dimensions and drillings between piping, valves, and equipment. 19 13 SUBMITTALS 20 A. Shop Drawings: 21 1. See Section 01340. 22 2. Fabrication and/or layout drawings: 23 a. Exterior yard piping drawings (minimum scale 1 IN equals 10 FT) with information 24 including: 25 1) Dimensions of piping lengths. 26 2) Invert or centerline elevations of piping crossings. 27 3) Acknowledgment of bury depth requirements. 28 4) Details of fittings, tapping locations, thrust blocks, restrained joint segments, 29 hamessed joint segments, hydrants, and related appurtenances. 30 3. Acknowledge designated valve or gate tag numbers, manhole numbers, instrument tag 31 numbers, pipe and line numbers. 32 4. Line slopes and vents. 33 a. Interior piping drawings (minimum scale 1/8 IN equals 1 FT) with information 34 including: 35 1) Dimensions of piping from column lines or wall surfaces. 36 2) Invert or centerline dimensions of piping. 37 3) Centerline elevation and size of potential interference requiring coordination. 38 4) Location and type of pipe supports and anchors. 39 5) Locations of valves and valve actuator type. 40 6) Details of fittings, tapping locations, equipment connections, flexible expansion 41 joints, connections to equipment, and related appurtenances. 42 7) Provisions for expansion and contraction. 43 b. Schedule of interconnections to existing piping and method of connection. 44 5. Product technical data including: 45 a. Acknowledgment that products submitted meet requirements of standards referenced. 46 b. Copies of manufacturer's written directions regarding material handling, delivery, 47 storage and installation. 48 6. Qualifications: 49 a. Qualifications of lab performing disinfection analysis on water systems. 50 7. Test reports: 51 a. Copies of pressure test results on all piping systems. 52 b. Reports defining results of dielectric testing and corrective action taken. 53 c. Disinfection test report. 07225.072_06 City of Round Rock South Creek Pressure Improvements - May 2002 15060 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 d. Notification of time and date of piping pressure tests. 2 13. Operation and Maintenance Manuals: 3 I. See Section 01340. 4 5 1.4 DELIVERY, STORAGE, AND HANDLING 6 A. Protect pipe coating during handling using methods recommended by manufacturer. Use of bare 7 cables, chains, hoolcs, metal bars or narrow skids in contact with coated pipe is not permitted. 8 B. Prevent damage to pipe during transit. Repair abrasions, scars, and blemishes. If repair of 9 satisfactory quality cannot be achieved, replace damaged material immediately. 10 PART 2 - PRODUCTS 11 2.1 ACCEPTABLE MANUFACTURERS 12 A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 13 1. Insulating unions: 14 a. "Dielectric" by Epco. 15 2. Dielectric flange kit: 16 a. PSI. 17 b. Maloney. 18 c. Central Plastics. 19 3. Pipe saddles (for gage installation): 20 a. Dresser Style 91 (steel and ductile iron systems). 21 b. Dresser Style 194 (non - metallic systems). 22 2.2 COMPONENTS AND ACCESSORIES 23 A. Insulating Components: 24 1. Dielectric flange kits: 25 a. Flat faced. 26 b. 1/8 IN thick dielectric gasket, phenolic, non - asbestos. 27 c. Suitable for 175 psi, 210 DegF. 28 d. 1/32 IN wall thickness bolt sleeves. 29 e. 1/8 IN thick phenolic insulating washers. 30 2. Dielectric unions: 31 a. Screwed end connections. 32 b. Rated at 175 psi, 210 DegF. 33 c. Provide dielectric gaskets suitable for continuous operation at union rated temperature 34 and pressure. 35 B. Reducers: 36 1. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment 37 connections. Connection size requirements may change from those shown on Drawings 38 depending on equipment furnished. 39 C. Protective Coating and Lining: 40 1. Include pipe, fittings, and appurtenances where coatings, linings, paint, tests and other items 41 are specified. 42 2. All coatings shall be approved for potable water contact in compliance with NSF Standard 43 61. 07'225 -072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 15060 -3 1 PART 3 - EXECUTION 2 3.1 EXTERIOR BURIED PIPING INSTALLATION 3 A. Unless otherwise shown on the Drawings, provide a minimum of 4 FT and maximum of 8 FT 4 earth cover over exterior buried piping systems and appurtenances conveying water, fluids, or 5 solutions subject to freezing. 6 B. Enter and exit through structure walls, floors, and ceilings by using penetrations and seals as 7 indicated on Drawings. 8 C. When entering or leaving structures with buried mechanical joint piping, install joint within 2 FT 9 of point where pipe enters or leaves structure. Install second joint not more than 6 FT nor less 10 than 4 FT from first joint. 11 D. Install expansion devices as necessary to allow expansion and contraction movement. 12 E. Laying Pipe In Trench: 13 I. Excavate and backfill trench in accordance with the piping details in the Drawings. 14 2. Clean each pipe length thoroughly and inspect for compliance to Specifications. 15 3. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 16 4. Install gasket or joint material according to manufacturer's directions after joints have been 17 thoroughly cleaned and examined. 18 5. Except for first two joints, before making final connections of joints, install two full sections 19 of pipe with earth tamped along side of pipe or final with bedding material placed. 20 6. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water 21 except where approved by Engineer. 22 7. Seal open end of line with watertight plug if pipe laying stopped. 23 8. Remove water in trench before removal of plug. 24 F. Lining Up Push -On Joint Piping: 25 1. Lay piping on route lines shown on Drawings. 26 2. Deflect from straight alignments or grades by vertical or horizontal curves or offsets. 27 3. Observe maximum deflection values stated in manufacturer's written literature. 28 4. Provide special bends when specified or where required alignment exceeds allowable 29 deflections stipulated. 30 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, 31 as represented by specified maximum deflection, is not exceeded. 32 G. Anchorage and Blocking: 33 1. Provide reaction blocking, anchors, joint harnesses, or other acceptable means for 34 preventing movement of piping caused by forces in or on buried piping tees, wye branches, 35 plugs, or bends. 36 2. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. 37 Concrete blocks shall not cover pipe joints. 38 3. Provide bearing area of concrete in accordance with drawing detail. 39 H. Install insulating components where dissimilar metals are joined together. 40 I. All buried piping to be restrained joint piping. 41 3.2 INTERIOR AND EXPOSED EXTERIOR PIPING INSTALLATION 42 A. Install piping in vertical and horizontal alignment as shown on Drawings. 43 B. Alignment of piping smaller than 4 IN may not be shown. However, install according to 44 Drawing intent and with clearance and allowance for: 45 1. Expansion and contraction. 46 2. Operation and access to equipment, doors, windows, hoists, moving equipment. 47 3. Headroom and walking space for working areas and aisles. 07225472-036 City of Round Rock South Creek Pressure Improvements - May 2002 15060-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. System drainage and air removal. 2 C. Enter and exit through structure walls, floor and ceilings using penetrations and seals as shown 3 on the Drawings. 4 D. Install vertical piping runs plumb and horizontal piping runs parallel with structure walls. 5 E. Pipe Support: 6 1. Use methods of piping support as indicated on Drawings. 7 F. Locate and size sleeves and castings required for piping system. Arrange for chases, recesses, 8 inserts or anchors at proper elevation and location. 9 10 G. Use reducing fittings throughout piping systems. Bushings will not be allowed unless 11 specifically approved. 12 H. Condensate Drainage and Miscellaneous Piping: 13 1. Provide drip pans and piping at equipment where condensation may occur. 14 2. Collect system condensate at drip pockets, traps and blowoff valves. 15 3. Provide drainage for process piping at locations shown on Drawings in accordance with 16 Drawing details. 17 I. Unions: 18 1. Install in position that will permit valve or equipment to be removed without dismantling 19 adjacent piping. 20 2. Mechanical type couplings may serve as unions. 21 3. Additional flange unions are not required at flanged connections. 22 J. Install expansion devices as necessary to allow expansion/contraction movement. 23 K. Provide full face gaskets on all systems. 24 L. Anchorage and Blocking: 25 1. Block, anchor, or harness exposed piping subjected to forces in which joints are installed to 26 prevent separation of joints and transmission of stress into equipment or structural 27 components not designed to resist those stresses. 28 M. Provide insulating components where dissimilar metals are joined together. 29 N. Gages: 30 1. Assure gage position is clear of equipment functions and movements and location is 31 protected from maintenance and operation of equipment. 32 2. Assure gage is readable from an accessible standing position. 33 3. Tap piping 4 IN and larger and all non - metallic pipe for gage installation. 34 4. For piping to 4 IN, utilize tee with branch reduced for gage. 35 33 CONNECTIONS WITH EXISTING PIPING 36 A. Where connection between new work and existing work is made, use suitable and proper fittings 37 to suit conditions encountered. 38 B. Perform connections with existing piping at time and under conditions which will least interfere 39 with service to customers affected by such operation. 40 C. Undertake connections in fashion which will disturb system as little as possible. 41 D. Provide suitable equipment and facilities to dewater, drain, and dispose of liquid removed 42 without damage to adjacent property. 43 E. Where connections to existing systems necessitate employment of past installation methods not 44 currently part of trade practice, utilize necessary special piping components. 07225-072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 15060 -5 2 F. Where connection involves potable water systems, provide disinfection methods as prescribed in these Specifications. 3 G. Once tie -in to each existing system is initiated, continue work continuously until tie -in is made 4 and tested. 5 3.4 CATHODIC PROTECTION 6 A. Isolate, dielectrically, all piping from all other metals including reinforcing bars in concrete 7 slabs, other pipe lines, and miscellaneous metal. 8 B. Ductile iron pipe will be polyethylene encased. 9 1- High density, cross - laminated. 10 2. 8 -mil thickness. 11 3.5 FIELD QUALITY CONTROL 12 A. Pipe Testing - General: 13 I. Test piping systems as follows: 14 a. Test exposed, non - insulated piping systems upon completion of system 15 b. Test exposed, insulated piping systems upon completion of system but prior to 16 application of insulation. 17 c. Test concealed interior piping systems prior to concealment and, if system is insulated, 18 prior to application of insulation. 19 d. Test buried piping (insulated and non - insulated) prior to backfilling and, if insulated, 20 prior to application of insulation. 21 2. Utilize pressures, media and pressure test durations as specified on Piping Specification 22 Schedules. 23 3. Isolate equipment which may be damaged by the specified pressure test conditions. 24 4. Perform pressure test using calibrated pressure gages and calibrated volumetric measuring 25 equipment to determine leakage rates. 26 a. Select each gage so that the specified test pressure falls within the upper half of the 27 gage's range. 28 b. Notify the Engineer 24 HRS prior to each test. 29 5. Completely assemble and test new piping systems prior to connection to existing pipe 30 systems. 31 6. Acknowledge satisfactory performance of tests and inspections in writing to Engineer prior 32 to final acceptance. 33 7. Bear the cost of all testing and inspecting, locating and remedying of leaks and any 34 necessary retesting and re- examination. 35 B. Pressure Testing: 36 1. Test procedure: The specified test pressures will be based on the elevation of the lowest 37 point of the line or section under test. The test section shall be bled of air and presoaked in a 38 manner and for a time determined by the Engineer or Inspector. The entire project, or each 39 valved section, shall be tested as 200 PSI for a sufficient period (approximately 10 minutes) 40 to discover all defective materials and/or workmanship. 41 2. Leakage test: The test pressure shall be 150 PSI actual hydrostatic pressure on the test 42 section. The pressure gauge shall be no more than 30 feet above or below the lowest point; 43 the gauge reading shall compensate for the actual difference in elevation and any movement 44 (change in elevation) of the gauge shall necessitate beginning the test again. The actual 45 hydrostatic pressure shall not exceed 155 PSI at any time and not be less than 145 PSI for 46 more than 15 minutes. Every effort shall be made to maintain an average pressure of 150 47 P5I at the lowest point in the test sections throughout the test. Test duration shall be 4 HRS. 48 3. Allowable leakage: None 49 4. Hydrostatic pressure testing methodology: 50 a. General: 51 1) All joints, including welds, are to be left exposed for examination during the test. 07223-072- 0 City of Round Rock South Creek Pressure Improvements - May 2002 15060 -6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2) Provide additional temporary supports for piping systems designed for vapor or gas 2 to support the weight of the test water. 3 3) Provide temporary restraints for expansion joints for additional pressure load under 4 test - 5 4) Isolate equipment in piping system with rated pressure lower than pipe test 6 pressure. 7 5) Do not paint or insulate exposed piping until successful performance of pressure 8 test. 9 b. Dielectric Testing Methods and Criteria: 10 1) Provide electrical check between metallic non - ferrous pipe or appurtenances and 11 ferrous elements of construction to assure discontinuity has been maintained. 12 2) Wherever electrical contact is demonstrated by such test, locate the point or points 13 of continuity and correct the condition. 14 3.6 CLEANING, DISINFECTION AND PURGING 15 A. Cleaning: 16 1. Clean interior of piping systems thoroughly before installing. 17 2. Maintain pipe in clean condition during installation. 18 3. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly 19 dress and make joint. 20 4. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt, or other 21 foreign materials which may have entered the system. 22 5. At completion of work and prior to Final Acceptance, thoroughly clean work installed under 23 these Specifications. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal 24 cuttings, and sludge which may have accumulated by operation of system, from testing, or 25 from other causes. Repair any stoppage or discoloration or other damage to parts of 26 building, its finish, or furnishings, due to failure to properly clean piping system, without 27 cost to Owner. 28 6. Clean chlorine piping by pulling a cloth saturated with trichlorethylene or other suitable 29 chlorinated solvent through each length of pipe. Disassemble valves and clean with suitable 30 solvent. All surfaces which may come in contact with chlorine gas shall be thoroughly dry, 31 and free of oil or grease before placing in service. 32 B. Disinfection of Potable Water Systems: 33 1. After favorable performance of pressure test and prior to Final Acceptance, thoroughly flush 34 entire potable water piping system including supply, source and any appurtenant devices and 35 perform disinfection as prescribed. 36 2. Perform work, including preventative measures during construction, in full compliance with 37 AWWA C651. 38 3. Perform disinfection using disinfectant complying with AWWA B300. 39 4. Flush each segment of system to provide flushing velocity of not less than 2.5 FT per 40 second. 41 5. Drain flushing water to sanitary sewer or other location coordinated with Owner. Do not 42 drain flushing water to receiving stream unless required permits have been secured by 43 Contractor and flush water is dechlorinated prior to release. 44 6. Use continuous feed method of application. Tag system during disinfection procedure to 45 prevent use. 46 7. After required contact period, flush system to remove traces of heavily chlorinated water. 47 8. After final flushing and before placing water in service, obtain an independent laboratory 48 approved by the Owner to collect samples and test for bacteriological quality. Repeat entire 49 disinfection procedures until satisfactory results are obtained. 50 9. Secure and deliver to Owner, satisfactory bacteriological reports on samples taken from 51 system. Ensure sampling and testing procedures are in full compliance to AWWA C651, 52 local water purveyor and applicable requirements of State of Texas. 53 10. See additional information contained in General Notes on Drawings. 07225 -0'2 -036 City of Round Rock South Creek Pressure Improvements - May 2002 15060 -7 1 3.7 LOCATION OF BURIED OBSTACLES 2 A. Furnish exact location and description of buried utilities encountered and thrust block placement. 3 B. Reference items to definitive reference point locations such as found property comers, entrances 4 to buildings, existing structure lines, fire hydrants and related fixed structures. 5 C. Include such information as location, elevation, coverage, supports and additional pertinent 6 information. 7 D. Incorporate information on "As- Recorded" Drawings. 8 0 7 0 -0r, END OF SECTION City of Round Rock South Creek Pressure Improvements - May 2002 15060 -8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 PART 1- GENERAL SECTION 15062 PIPE: DUCTILE 6 1.1 SUMMARY 7 A. Section Includes: 8 1. Ductile iron piping, fittings, and appurtenances. 9 B. Related Sections include but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 11 2. Division 1 - General Requirements. 12 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. American National Standards Institute (ANSI): 16 a. B1.1, Unified Inch Screw Threads (UN and UNR Thread Form). 17 b. B16.1, Cast -Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. 18 c. B 16.21, Nonmetallic Flat Gaskets for Pipe Flanges. 19 2. American Society for Testing and Materials (ASTM): 20 a. A183, Carbon Steel Track Bolts. 21 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for 22 High - Temperature Service. 23 c. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 24 High - Pressure and High - Temperature Service. 25 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile 26 Strength. 27 e. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and 28 Steel. 29 f. D1330, Rubber Sheet Gaskets. 30 3. American Water Works Association (AWWA): 31 a. C104, Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. 32 b. CI05, Polyethylene Encasement for Gray and Ductile Cast -Iron Piping for Water and 33 Other Liquids. 34 c. C110, Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and Other 35 Liquids. 36 d. C111, Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings. 37 e. C115, Flanged Ductile Iron Pipe with Threaded Flanges. 38 f. C150, Thickness Design of Ductile Iron Pipe. 39 g. C151, Ductile Iron Pipe, Centrifugally Cast -In -Metal Molds or Sand -Lined Molds, for 40 Water or Other Liquids. 41 h. C153, Ductile -Iron Compact Fittings, 3 in. through 16 in. for Water and Other Liquids. 42 i. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and 43 Tape -Hot Applied. 44 j. C606, Grooved and Shouldered Joints. 45 4. Military Specification (Mil Spec): 46 a. QQ- P -416F, Plating, Cadmium Electro Deposited. 07225 -072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 15062- 1 1 1.3 SUBMITTALS 2 A. Shop Drawings: 3 1. See Section 15060. 4 2. Certification of factory hydrostatic testing. 5 3. If mechanical coupling system is used, submit piping, fittings, and appurtenant items which 6 will be utilized to meet system requirements. 7 PART 2 PRODUCTS 8 2.1 ACCEPTABLE MANUFACTURERS 9 A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 10 1. Polyethylene encasement tape: 11 a. Chase (Chasekote 750). 12 b. Kendall (Polyken 900). 13 c. 3 M (Scotchrap 50). 14 d. Or approved equal. 15 2. Restrained joints: 16 a. American (Lock Fast). 17 b. US Pipe (TR- Flex). 18 c. Field Lock (less than 20 IN.) 19 d. Fast Lock (less than 20 IN.) 20 e. Megalug. 21 f. Or approved equal. 22 3. Restraining flange coupling adapter: 23 a. EBAA Iron Megaflange (Series 2100). 24 2.2 MATERIALS 25 A. Ductile Iron Pipe: 26 1. AWWA C115. 27 2. AWWA C150. 28 3. AWWAC151. 29 B. Fittings and Flanges: 30 1. AWWA C110. 31 2. AWWA C115. 32 3. Flanges drilled and faced per ANSI B16.1 for both 125 and 250 psi applications. 33 C. Nuts and Bolts: 34 1. Buried: Cadmium- plated meeting Military Specification QQP416F, Type 1, Class 2 35 (Cor -Ten) for buried application. Exposed: Mechanical galvanized ASTM B695, Class 40. 36 2. Heads and dimensions per ANSI Bl.l. 37 3. Threaded per ANSI B1.1. 38 4. Project ends 1/4 to 1/2 IN beyond nuts. 39 D. Ductile Iron Pipe Pressure Class: Class 350 for 12 IN and less. 40 E. Gaskets: AWWA C111. 41 F. If mechanical coupling system is used, utilize pipe thickness and grade in accordance with AWWA 42 C606. 43 G. Polyethylene Encasement: 44 1. Per AWWA C105. 45 2. High density, cross - laminated, 8 -mil thickness. 07225 -072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 15062- 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 23 MANUFACTURED UNITS 2 A. Couplings: 3 1. Flanged adapters: 4 a. Unit consisting of steel or carbon steel body sleeve, flange, followers, Grade 30 rubber 5 gaskets. 6 b. Provide units equal to those specified in Article 2.01. 7 c. Supply flanges meeting standards of adjoining flanges. 8 d. Rate entire assembly for test pressure specified on piping schedule for each respective 9 application. 10 2.4 FABRICATION 11 A. Furnish cast parts with lacquer finish compatible with finish coat. 12 2.5 LININGS AND COATINGS 13 A. Provide cement -mortar linings in accordance with AWWA C104. All materials in contact with 14 water shall be certified per NSF Standard 61. 15 B. All buried piping to be polyethylene encased in accordance with AWWA CI05. 16 2.6 SOURCE QUALITY CONTROL 17 A. Factory Test: 18 1. Subject pipe to hydrostatic test of not less than 500 psi with the pipe under the full test 19 pressure for at least 10 seconds. 20 PART 3 - EXECUTION 21 3.1 INSTALLATION 22 A. Joining Method - Push -On Mechanical (Gland -Type) Joints: 23 1. Install in accordance with AWWA C111. 24 2. Assemble mechanical joints carefully according to manufacturer's recommendations. 25 3. If effective sealing is not obtained, disassemble, thoroughly clean, and reassemble the joint. 26 4. Do not overstress bolts. 27 5. Where piping utilizes mechanical joints with tie rods, align joint holes to permit installation 28 of harness bolts. 29 B. Joining Method - Push -On Joints: 30 1. Install in accordance with AWWA C151. 31 2. Assemble push -on joints in accordance with manufacturer's d 32 3. Bevel and lubricate spigot end of pipe to facilitate assembly without damage to gasket. Use 33 lubricant that is non - toxic, does not support the growth of bacteria, has no deteriorating 34 effects on the gasket material, and imparts no taste or odor to water in pipe. 35 4. Assure the gasket groove is thoroughly clean. 36 5. For cold weather installation, warm gasket prior to placement in bell. 37 6. Taper of bevel shall be approximately 30 degrees with centerline of pipe and approximately 38 1 /41N back. 39 C. Joining Method - Flanged Joints: 40 1. Install in accordance with AWWA C115. 41 2. Extend pipe completely through screwed -on flanged and machine flange face and pipe in 42 single operation. 43 3. Make flange faces flat and perpendicular to pipe centerline. 67225- 072 -036 City of Round Rock South Creek Pressure Improvements - May 2002 15062 -3 1 4. When bolting flange joints, exercise extreme care to ensure that there is no restraint on 2 opposite end of pipe or fitting which would prevent uniform gasket compression or would 3 cause unnecessary stress, bending or torsional strains to be applied to cast flanges or flanged 4 fittings. 5 5. Allow one flange free movement in any direction while bolts are being tightened. 6 6. Do not assemble adjoining flexible joints until flanged joints in piping system have been 7 tightened. 8 7. Gradually tighten flange bolts uniformly to permit even gasket compression. 9 D. Joining Method - Mechanical Coupling Joint: 10 1. Arrange piping so that pipe ends are in full contact. 11 2. Groove and shoulder ends of piping in accordance with manufacturer's recommendations. 12 3. Provide coupling and grooving technique assuring a connection which passes pressure 13 testing requirements. 14 E. Flange Adapters 12 IN and Less: 15 1. Locate and drill holes for anchor studs after pipe is in place and bolted tight. 16 2. Drill holes not more than 1/8 IN larger than diameter of stud projection. 17 F. Cutting: 18 1. Do not damage interior lining material during cutting. 19 2. Use abrasive wheel cutters or saws. 20 3. Make square cuts. 21 4. Bevel and free cut ends of sharp edges after cutting. 22 G. Support exposed pipe in accordance with Section 15060. 23 H. Install buried piping in accordance with Sections 15060. 24 I. All buried piping to be restrained joint piping. 25 26 3.2 FIELD QUALITY CONTROL 27 A. Test piping systems in accordance with Section 15060. 28 29 END OF SECTION 07225-072-036 City of Round Rock South Creek Pressure Improvements - May 2002 15062. 4 1 1 SECTION 15100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 VALVES: BASIC REQUIREMENTS 3 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Valving, actuators, and valving appurtenances. 8 2. Gate Valves 9 3. Pressure Reducing Valves 10 B. Related Sections include but are not necessarily limited to: 11 1- Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 12 2. Division 1 - General Requirements. 13 3. Section 15060 - Pipe and Pipe Fittings: Basic Requirements. 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1. American National Standards Institute (ANSI): 17 a. 81.20.1, Pipe Threads, General Purpose. 18 b. B16.1, Cast Iron Pipe Flanges and Flanged Fittings. 19 c. B16.18, Cast Copper Alloy Solder Joint Pressure Fittings. 20 d. B16.34, Valves- Flanged, Threaded and Welding End. 21 2. American Water Works Association (AWWA): 22 a. C111, Rubber - Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. 23 b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 24 c. C500, Gate Valves for Water and Sewerage Systems. 25 d. C504, Rubber- Seated Butterfly Valves. 26 e. C509, Resilient- Seated Gate Valves 3 through 12 NPS, for Water and Sewage Systems. 27 f. C550, Protective Epoxy Interior Coatings for Valves and Hydrants. 28 g. C606, Grooved and Shouldered Joints. 29 3. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.(MSS). 30 13 SUBMITTALS 31 A. Shop Drawings: 32 1. See Section 01340. 33 2. Product technical data including: 34 a. Acknowledgement that products submitted meet requirements of standards referenced. 35 b. Manufacturer's installation instructions. 36 c. Valve pressure and temperature rating. 37 d. Valve material of construction. 38 e. Special linings. 39 f. Valve dimensions and weight. 40 g. Valve flow coefficient. 41 h. Wiring and control diagrams for electric or cylinder actuators. 42 3. Test reports. 43 B. Operation and Maintenance Manuals: 44 1. See Section 01340. 45 07225-072-036 City of Round Rock South Creek Pressure Improvements - May 2002 15100- 1 2 PART 2 - PRODUCTS 3 2.1 ACCEPTABLE MANUFACTURERS 4 A. Gate Valves: 5 1. Mueller 6 2. Clow 7 3. Or approved equal 8 B. Pressure Reducing Valves: 9 1. Watts ACV 115 10 2. Or approved equal 11 12 2.2 MATERIALS 13 A. Gate Valves 14 1. Stem and stem nut - bronze. 15 a. Wetted bronze parts in low zinc bronze. 16 b. Aluminum bronze components: heat treated per AWWA C504, 17 2. Body, gate - cast iron. 18 3. Resilient seat - Styrene Butadiene Rubber (SBR). 19 4. Disc /gate — Grade A Bronze. 20 5. Stem Seal — o- rings. 21 6. Fusion bonded epoxy coating interior and exterior except stainless steel and bearing 22 surfaces. 23 a. Comply with AWWA C550. 24 b. Approved for contact with potable water per NSF Standard 61. 25 c. Wetted bronze parts in low zinc bronze. 26 7. Aluminum bronze components: heat - treated per AWWA C504 27 B. Pressure Reducing Valves: 28 1. Body: Cast iron. 29 2. Seat insert: Renewable bronze. 30 3. Disc: Buna -N. 31 4. Diaphragm: Nylon fabric bonded with synthetic rubber. Do not use diaphragm as seating 32 surface. 33 5. Valves shall be lined with NSF61 approved fusion bonded epoxy coating system 34 35 23 VALVE ACTUATORS 36 A. Valve Actuators - General: 37 1. Provide actuators as indicated on Drawings or specified. 38 2. Counter clockwise opening as viewed from the top. 39 3. Direction of opening and the word OPEN to be cast in handwheel or valve bonnet. 40 4. Size actuator to produce required torque with a maximum pull of 80 LB at the maximum 41 pressure rating of the valve provided and withstand without damage a pull of 200 LB on 42 handwheel or 300 foot - pounds torque on the operating nut. 43 5. Unless otherwise specified, actuators for valves to be buried, submerged or installed in 44 vaults or manholes shall be sealed to withstand at least 20 FT of submergence. 45 6. Extension Stem: 46 a. Install where shown or specified. 47 b. Solid steel with actuator key and nut, diameter not less than stem of valve actuator shaft. 07225-072 4)3E, City of Round Rock South Creek Pressure Improvements - May 2002 15100- 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c. Pin all stem connections. 2 d. Center in valve box or grating opening band with guide bushing. 3 B. Buried Valve Actuators: 4 1. Provide screw or slide type adjustable cast iron valve box, 5 IN minimum diameter, 3/16 IN 5 minimum thickness, and identifying cast iron cover. Valve box to be traffic rated. 6 2. Box base to enclose buried valve gearbox or bonnet. 7 3. Provide 2 IN standard actuator nuts complying with Section 3.16 of AWWA C500. 8 4. Provide at least two teehandle keys for actuator nuts, with 5 FT extension between key and 9 handle. 10 5. Gate valves to have non - rising stem (NRS). 11 6. Extension Stern: 12 a. Provide for buried valves greater than 4 FT below finish grade. 13 b. Extend to within 6 IN of finish grade. 14 7. Provide concrete pad encasement of valve box as shown for all buried valves unless shown 15 otherwise. 16 C. Exposed Valve Manual Actuators: 17 I. Provide for all exposed valves not having electric or cylinder actuators. 18 2. Provide handwheels for gate valves. 19 a. Size handwheels for valves in accordance with AWWA C500. 20 3. Gate valves to have non - rising stem (NRS). 21 4. Provide lever actuators for ball valves 3 IN DIA and smaller. 22 a. Provide at least two levers for each type and size of valve furnished. 23 5. Gear actuators to be totally enclosed, permanently lubricated and with sealed bearings. 24 6. Provide cast iron floor stands where shown on Drawings. Stands to be furnished by valve 25 manufacturer with actuator. 26 a. Stand or actuator to include thrust bearings for valve operation and weight of 27 accessories. 28 2.4 FABRICATION 29 A. End Connections: 30 1. Provide the type of end connections for valves as required for the piping shown on the 31 Drawings. 32 2. Comply with the following standards: 33 a. Threaded: ANSI B1.20.1. 34 b. Flanged: ANSI B16.1 Class 125 unless otherwise noted or AWWA C207. 35 c. Bell and spigot or mechanical (gland) type: AWWA C111. 36 d. Soldered: ANSIB16.18. 37 e. Grooved: Rigid joints per Table 5 of AWWA C606. 38 B. Nuts, Bolts, and Washers: 39 1. Wetted or internal to be bronze or stainless steel. Exposed to be zinc or cadmium plated. 40 C. Epoxy Interior Coating: 41 1. Provide epoxy interior coating for all ferrous surfaces in accordance with AWWA C550. 42 2. All lining in contact with potable water must be certified for contact with potable water per 43 NSF Standard 61. 44 PART 3 - EXECUTION 45 3.1 INSTALLATION 46 A. Install products in accordance with manufacturer's instructions. 47 B. Setting Buried Valves: 07225 -072 -035 City of Round Rock South Creek Pressure Improvements - May 2002 15100- 3 1 1. Locate valves installed in pipe trenches where buried pipe indicated on Drawings. 2 2. Set valves and valve boxes plumb. 3 3. Place valve boxes directly over valves with top of box being brought to surface of finished 4 grade. 5 4. Install in closed position. 6 5. Place valve on firm footing in trench to prevent settling and excessive strain on connection 7 to pipe. 8 6. After installation, backfill up to top of box for a minimum distance of 4 FT on each side of 9 box. 10 C. Support exposed valves and piping adjacent to valves independently to eliminate pipe loads 11 being transferred to valve and valve loads being transferred to the piping. 12 D. For ground coupling valves, install rigid type couplings or provide separate support to prevent 13 rotation of valve from installed position. 14 E. Install valves accessible for operation, inspection, and maintenance. 15 16 3.2 ADJUSTING AND FIELD QUALITY CONTROL 17 A. Operate valve, open and close at system pressures. 18 B. Clean, inspect, and operate valve to ensure all parts are operable and valve seats properly. 19 C. Check and adjust valves and accessories in accordance with manufacturer's instructions and place 20 into operation. 21 D. Pressure Reducing Valve. Provide valve manufacturer's qualified technical representative for 22 start-up and operational testing in field and provide certification letter from manufacturer stating 23 equipment is installed and operating properly. 24 25 END OF SECTION 07225-072-036 City of Round Rock South Creek Pressure Improvements - May 2002 15100 - 4 ry r wa 0. rFi A pb Okr a0:kr �x Ie" a �' `a"#�S"S'` s^ 'r + *, y- -�.,r 77 7+?, IN'�R M YJ"�"F" "�f � s �3+.§ f aN Vlz ,� , .� cid ��` � w "�,:, ,, t �w x t� a ,� .§a• -�� � eY "c3'8;, r �p b t }�'�"• 7 � :�,'Y ,s4. r+. '!Y ����t� �,°`` > 7�4)��r _,� + ��,€,� �� �k^r. �4 ; t � ut �'a .� ';e. ,NNW, ,V` 1 1 CITY OF ROUND ROCK, TEXAS 1 1 1 1 1 1 1 1 1 1 SOUTH CREEK PRESSURE IMPROVEMENTS PROJECT MAY 2002 HDR Engineering, Inc. PUBLIC WORKS DEPARTMENT CONSTRUCTION PLANS FOR City Officials Nyle Maxwell Mayor Tom Nielson Mayor Pro-tem, Council Member - Place 1 Alan McGraw Council Member - Place 2 Came Pitt Council Member - Place 3 Scott Knight Council Member - Place 4 Isabel Gallahan Council Member - Place 5 Gary Coe Council Member - Place 6 Robert L. Bennett, Jr. City Manager James Nuse Director of Public Works SET NUMBER: All responsbiliy for the adequacy of these plans remains with the Engineer who prepared them. In accepting these plans, the City of Round Rock must rely upon the adequacy of the work by the Design Engineer. ACCEP , DFO CONSTR • I� C of Round Rock Public Works Department 2008 Enterprise Drive Round Rock, Texas 78884 Tel. (512) 2185555 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SYCAMORE TRAIL PRESSURE REDUCING VALVE STATION SEE SHEET P -03 SOUTH CREEK DRIVE PRESSURE REDUCING VALVE STATION SEE SHEET P -01 SHEET INDEX 1 NO. 104* / DESGRIPTId GENERA. 1 0 -01 COVER /TITLE SHEET 2 G -02 SHEET INDEX AND 541E LOCATOR NAP 3 0 -03 PROJECT NOTES 4 0-04 UST OF A9aRENATIONS AND GENERAL LEGEND ER55 5 P -01 SOUTH GREEN DRIVE PRESSURE REDUCING VALVE VAULT - SITE PLANS 6 P -02 SOUTH CREEK DRIVE PRESSURE REDUCING VALVE VAULT - PIPING PLANS AND SECTIONS 7 P -03 SYCAMORE TRAIL PRESSURE REDUCING VALVE VAULT - SITE PLANS e P -04 SYCAMORE TRNL PRESSURE REDUCING VALVE VAULT - PIPING PLANS AND SECTIONS 9 P -05 MISCELLANEOUS PIPING DETAILS 10 P -06 NISCELLANEWS SHE DETAILS 1` A - 1 1' 0 'ISSUED FOR BID 65 /.0/A2 MEW FT-5 TA HDR Engineering, Inc 65n rl-littrz: I 171E7 A GRAFF I T. A SLTOURS I J. R MASER I N. E F4WER CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT EI , ..RO I L IQ O.. Ji ...:pr }a; SOUTH CREEK : 5 4 PRESSURE IMPROVEMENTS y�.," L,, PROJECT GENERAL SHEET INDEX AND SITE LOCATION MAP 07225- 072 -036 .�. 072- G- 02.DwC G -02 T ISSUED FOR BID GENERAL NOTES: ALL COMMOTION STALL BE IN ACCORDANCE WITH THE 07Y OE A05TN STANDARD CONSTRUCTION SPEOFICA7p15 AS ADOPTED AND AMENDED BY THE OTY OF ROUND ROCK. LATEST E01TORE. 2. ANY EXISTING UTLI7E5 PAVEMENT, FENCING. CURBS. SOEWALK5. STRUCTURES TREES ETC,. THAT ARE DAMAGED OR RETAINED 97ALL BE REPMLED DR REPLACED BY THE CONTRACTOR AT NO COST TO THE INNER. 3. THE CONTRACTOR 5NALL VERFY ALL DEPTHS AND LOCATIONS OF E95TING UTILITIES PROW 70 ANY CONSTRUCTION. ANY DISCREPANCIES NTH THE CONSTRUCTION PLANS FOUNG IN THE FIELD SHALL BE BROUGHT YMEDIATELY TO NE ATTENTION OF THE ENGINEER ONE -CALL LOCATOR SERVICES MAY NOT COVER ALL 771717705 IN N6 AREA a. MANHOLE FRAMES, LONERS. VALVES, CLEANOUTS, ETC SHALL BE RAZED TO FINISHED MADE PRIOR TO FINAL PADNG AND/OR GRADING CONSTRUCTION 5. THE CONTRACTOR SHALL OW THE CITY OF ROUND ROCK 48 HOURS NOTICE BEFORE BEGINNING EACH PHA5E O CONSTRUCTION. TELEPHONE 270 -5555 ( PUBLIC WORKS DEPFRTMENT). 6. ALL AREAS DISTURBED OR E8DSED DURING CONSTRUCTION SHALL BE REVEGETATED IN ACCORDANCE NTH THE PLANS AND 8000110TOS OR AS DIRECTED BY THE OWNER 000000TATW OF ALL DISTURBED OR EXPOSED AREAS SHALL CONS/ST OF MOOING OR SUMO AT THE CONTRACTOR'S OPTION. HOWEVER. THE TYPE OF RE1EGE7ATON MUST EQUAL OR EXCEED THE TYPE O VEGETATION PRESENT BEFORE CONSTRUCTION UNLESS OTHERWISE REQUESTED BY THE PROPERTY 0NNER 7. PRIOR TO ANY CONSTRUCTOR. THE EN5NEER SHALL CONLEHE A PRECONSTRUCTOI CONFERENCE 8E70E00 THE OTY O ROUND ROC), NE CONTRACTOR. OTHER MUTT COMPAN7E5, ANY AFFECTED PARTIES AND ANY OTTER ENTITY THE OTY OR ENGINEER MAY REWIRE. 8. THE ROUND ROCK CITY COUNOL SHALL NOT BE PUMPED FOR ACCEPTANCE UNTIL ALL NECESSARY EASEMENT COS/RENTS NAVE BEEN SLATED AND RECORDED. 9. KNEW CONSTRUCTION I5 905C CARRIED OUT WITHIN EASEMENTS, THE CONTRACTOR SHALL CONFINE H5 WORK TO *ATTAR THE PERMANENT AND ANY TEMPORARY EASEWE515 PRIOR TO FINAL ACCEPTANCE, THE CONTRACTOR SHALL BE REAONSBLE FOR RENTWO ALL 1RA9H AND DEBRIS 070*7 TIE PERMANENT AND 7011PORARY EASEMENTS CLEAN -UP SHALL BE TO THE SATISFACTION OF THE ENG0E09. 10. MOM TO ANY CON518MTON. THE CONTRACTOR SHALL APPLY FOR AND SECURE ALL PROPER P001075 FROI THE APPNOPMATE AUTHOWITES 11, E BUSING 6 PLANNED BY THE CONTRACTOR. A BLASTING PERMIT 18.157 BE SECURED FROM THE 07Y OF ROUND ROCK PRIOR TO COFMENCENENT OF ANY CONSTRUCTOR BLA57810 NU. NOT BE PERT/177ED NTON 15 FEET OF ANY EASING IMO. LINES OR STRUCTURES NNWT PRIOR MITTEN CONSENT OF THE ENGINEER 12. ME CONTRACTOR AND THE DOWER SHALL KEEP ACCURATE RECORDS OF ALL CONSTRUCTION THAT DEVIATES FROM THE PAWS THE ENGINEER SHALL FURNISH THE CITY OF ROUND ROOK *0070010 '715 -BURLY DRAWINGS FOLLOWING CMTAPLETON OF ALL CONSTRUCTION. THERE 'A5- RECORDED' INNINGS 91771 MEET NTH TIE SATSFACTON OF 177E PUBLIC WORKS DEPARTMENT PRIOR TO FINAL ACCEPTANCE. PIPELINE NOTES: THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE REMOVAL AND REPLACEMENT O ALL METING PAVEMENTS, OURB5. DRIVEWAYS. 5CEWALKS, GRAVEL ROADWAYS, PPE CULVERT5, CULVERT 1EAOWALLE, FENCES. 9LLBWRD5, AND 90 110010905 ITEMS WHERE REWIRED TO COMPLETE THE CONSTRUCTOR 2. PROVIDE RESTRAVED JOINTS AT ALL TEES, BENDS CROSSES. PLUGS 8717RAN15, REDUCERS AND PPE JOINTS. PROVIDE CONCRETE THRUST BLOCKS OILY WERE APPROVED BY THE OWNER. 1 COVER FOR ALL CURLED PIPE SHALL BE A MINNUM O' FOUR(0) FEET UNLESS OTRERNSE SH01W ON THE PANS ANY DEVIATOR IN %NAHUM COVER REWIRENENT5 CAUSED BY 9MEN5MAL OR ELEVATION CALL 0975 SHOULD BE REPORTED TO DTE ENGINEER PRIOR TO INSTALUNO THE SECTION OR JOINT OF CONCERN. NE CONTACTOR 9HALL BE RESP0N98LE FOI TANKING P00M90T6 FOR TEST SECTIONS AND/OR OTHER FAOUTES REWIRED FOR TESTING THE PPEUNE. 5. PEAS JOINT DEFLECTIONS SHALL BE NO GREATER THAN BOX OF THE LuNUFACTULER'S RECOIMENDED MAOMUM DEFLECTOR. INLE55 OTHERWISE NOTED ON THE PUNS THE CONTRACTOR 9701 PROVDE APPROPRIATE JOINTS OR FITTINGS 001000 E8 REWIRED FOR THE PARTICULAR TYPE OF PPE MATERIAL PROPOSED EVEN A NET ARE NOT CALLED OUT CN THE PLANS 6. THERE 5 NO PAY ITEM FOR DEWAERNG AND NO SEPARATE PAYMENT NO BE MADE FOR DEOATEWING. ANY DOWERING OF THE TRENCH REWIRED 5 THE RE9'ON9BNTY O THE CONTRACTOR AND SHALL BE NDOENTAL TO THE UNIT POLE BO 000 700E PPE. 7. THERE 5 NO PAY REM FOR ROCK EXCMA717N AND NO SEPARATE PAYMENT RILL BE MADE. ALL ERCAVATIN 6 CONSIDERED UT/CLAMPED AND ROCK EXMOOR 5 CONSIDERED INCIDENTAL To THE PRICE B0. STREET AND DRAINAGE NOTES: 1. All TESTING SHALL BE DONE BY AN INDEPENDENT LABORATORY AT ME DINNER'S CAPEN5E. ANY RETESTING SHALL BE PAD FOR BY THE CONTRACTOR. A Ott 755PEC100 STALL BE PRESENT WRING ALL TESTS. CITY 705PECTOR5 SHALL BE CNEN A MINNUM OF 21 TOURS NOTICE PROW T/ ANY TESTING, TELEPHONE: 218 -5555 (NSPECTONS) 2. BACKFILL BEHIND TIE 01/08 SHALL BE COMPACTED TO OMAN A 8MWM OF 9511 AWTMUM DENSITY TO 94771419 3' OF TOP OF CLAW. WERIAL USED 51001 BE PRMAMI GMINIMT 070 710 ROCKS LARGER THAN 6' 19 ME GREATEST 89077577. THE RETA7NNG Y 5X811 BE CLEAN TOPSOIL FREE FROM ALL CLODS AND SUITABLE FOR SUSTAINING PLANT 0FE. 1 DEPT. OF COVER FOR ALL CROSSNG5 UNDER PAEMENT *ALLUDING G15. 07.901 C. TELEPHONE. CABLE TV. MATER SERVICES. ETC. STALL BE A MIAMIM OF 36' BELOW SUBGRADE. a. STREET R07HT5 -0F -TAY FOR ALL CR0SNG5 SHALL BE GRADED AT A SLOPE Or 1 /a" PER FOOT TOWARD THE OURB UNLESS OTENWISE INDICATED. HOWEVER N 10 CASE SHALL ME WDTN OF RIGHT- OF -5AT AT 1 /a' PER FOOT SLOPE BE LESS THAN 10 FEET UNLESS A SPECEC REQUEST FOR M ALTERNATE GRADING SCHEME 6 MADE TO AND ACCEPTED 87 THE OTT OF ROUND ROOK PUBLIC WORKS OEPARMEN7. 5. BARRICADES BUILT TO OTT OF ROUND ROCK 5TMOARDS BOLL BE CONSTRUCTED ON ALL DEAD -END STREETS AND AS NECESSARY WRING COMSTRMTION TO ANWNN JOB AND PUBLIC SOOTY. TRAFFIC MARKING NOTES: MY METH005, 51REET NARIW00 AND MIRAGE NECESSARY FOR WARNING MOTORISTS. WARNED PEOE57OAN5 CN DIVERTING TRAFFIC DURING CONSTRUCTOR SHALL CONFORM TO THE TEXAS MARTIAL OF 1017FDIRY TRACK' CON1R11 19 FAIR 51RFFTX AND NONAYS LATEST ORT ON. 2. ALL PAVEMENT mAR IN05, MARKERS, PAINT. TRAFFIC OJTTDE1 7RAFFC CONIR05 AD SIGNS SNAG BE INSTALLED IN ACCORDANCE NN THE M. THE 3E66i LATEST EDI TIONS 1 P TRAFFC CONTROL PLAN 15 REWIRED. CONTRACTOR SHALL FURN50 SUCH PLAN THAT I44 BEEN PREPARED AND SEALED BT A (ROWER MEN5ED 91 TEXAS. EROSION AND SEDIMENTATION CONTROL NOTES: 1. ER05709 CONTROL MEASURES, 9E 'KOIK AND RESTORATION WORK SHALL BE 9 ACCORDANCE 07177 TIE COY O ROUND ROCK ER090N AND SEMIENTATON CONTROL ORDINANCE. 2. ALL SLOPES SNAIL BE 5000E0 OR SEEDED WITH APPROVED GRASS. GRASS MIXTURES DR 077017710 COYER SUTABLE TO THE AREA AND SEASON N 870977 THEY ARE APPLIED. 1 ALL EBPORARY EROSION CONTROL MEASURES SHALL NOT BE REMOVED UNTIL FINAL INSPECTION AND APPROVAL OF THE PROJECT BY THE ENGINEER IT SHALL BE TIE RE5790151BLITY OF TIE CONTRACTOR TO MANTAN ALL TEMPORARY ER0570N CONTROL STRUCTURES AND TO REMOVE EACH STRUCTURE AS APPROVED BY NE ENGINEER a. PRONOE TREE PROTECTION AND PAVING PER SHEETS 3032. 5. ONLY SONE TREES ARE NONRATED ON DRAWINGS. CONTRACTOR SHOULD MALE ALL REASONABLE EFFORTS TO PROTECT ALL TREES ENCOUNTERED. SPECIAI NOTES: T. THE CONTRACTOR SHALL BE AWARE THAT WE TO THE FACT DOSING UTUTY LOIE5 ARE CURRENTLY LIVE AND N SERVICE, 1NERE MAY BE TNE5 NiEN 910 1NG DO.N END LINES, COMECTNG TO SAID LINE5 0R TERMINATING 5710 LINES MA HAVE TO OCCUR AT OFT -PEAK HOURS SUCH HWR5 ARE USUALLY 8190E NORMAL WAKING IOUR5 WIND P059BLY BENCEN 72 AM. AND 6 AM. 2. PRIOR TO ISSUANCE OF NOTICE TO PROCEED. THE CONTRACTOR SHALL PRONDE A HOTTER PLAN FOR RENEW AND APPROVAL B1 THE OTT O ROAD ROOT %INCH OUIUNE5 50HEDUUP0 AND SEOLIENCRO FOR WATER AND WASTEWATER UTLI77 ARA157MENT5 MO CONSTRUCTOR TRENCH SAFETY NOTES: 1. IN ACCORDANCE NTH THE LAM OF THE STATE OF TEXAS AND THE U. 5. OC9UPATONAL SAFETY AND HEALTH 71017 67RAT10N REGULATIONS, ALL TENCHES OVER S FEET N DEPTH IN OTHER HARD AND COMPACT OR SOFT AND MISTAKE SEAL SHALL BE SLOPED, 9VORE, SHEETED. BRACED OR OTHERWISE SUPPORTED. FURTHERMORE. ALL TRENDIES LESS THAN 5 FEET 91 DEPTH SHALL ALSO BE EFT PROTECTED YNEN IA1170D005 GROUND MOVEMENT MAY SE DPECEO. 2. IN ACCORDANCE NTH THE U. S 007PATONAL SAFETY AND HEALTH AOMINIS1RATION REOULATOUS, %NEN 0FLO7ES ARE REARED TO BE N TRENDIES 4-FEET DEEP OR MORE. ADEQUATE MEALS Of EAT. SUCH AS A LAMER OR 5TEP5, 87)57 BE PROVIDED MIND LOCATE) 50 A5 TO 8EOURE NO MORE MAN 25 FEET OF LATERAL TRAVEL 1 CONTRACTOR SHALL FI7RN1H A TRENCH WEFT PUN THAT HAS BEEN PREPARED AND SEALED BY AN ENGINEER MEWED N TEXAS WATER AND WASTEWATER NOTES: 1. UNLESS 07HERW5E 7RECTED BY THE DOWER. DEPTH OF COVER FOR ALL LAVES OUT OF ME PAVEMENT SHALL BE 45" NR, ARO DEPTH OF COVER FOR ALL LINES UNDER PAVEMENT SAIL BE A MIN. OF 36" BELOW SUB9RADE. 2. AL. FIRE HYDRANT LEADS SHALL BE DUCTILE RCN PIPE (AW%A C -100. 977. CUSS 50). 1 ALL 50N PPE AND FITTINGS SHALL BE MAPPED NTH TANTRUM 8 -K POLYETHYLENE. a. 1HE CONTRACTOR SHALL CONTACT THE PUBIC WORKS N5PECTg0 OEPARTNENT AT 218 -5555 48 HOURE PRIOR TO CONNECTING TO EO5000 WATER UWE. TAANTIOLES 9911 5. TAPPING FIBERGLASS B CONCRETE I PTH NOT TRW RING D. AW EM CAST D COVER. ALL HOLES LOCATED OUTSIDE THE PAYMENT SWILL HONE BOLTED COVERS. 6. THE CONTRACTOR MUST OBTAIN A BURR WATER PERMIT OR PURCHASE AND INSTAL A WATER METER FOR ALL WATER USED WRING CONSTRUCTION. A COPY O THE PERMIT MUST BE CARRIED AT ALL 11905 BY ALL WIO USE WATER 7. LNE 9LUS11NG OR ANY 0010010 USING A URGE OLLAN7777' OF WATER MUST BE 5CHEOULED WON THE WATER t WASTLWATER SUPERINTENDENT. TEL 218 -5555. 8. THE COHTBACTOR SNAIL, AT THEIR EXPENSE. PERFORM DISINFECT ON OF ALL POTABLE WATER UNES AND SHWA. PRO9DE ALL ED/PATENT (700LUONC TEST GAMES), SIPPUES NCLUONG CONGENRRAIED CHLORINE DISINFECTING INTERLO, NO NECESSARY LABOR REGALED FOR THE 075NFECT1N PROCEDURE. THE 05NFECT09 P ROCEOURE SHALL BE NONIT0RE0 BY THE CITY OF ROUND ROCK (*EMPIRE_ WATER MAPLES MACE BE COLLECTED BY THE CRY OF ROUND RACK TO VERIFY EACH TREATED LINE HAS ATTAINED AND INITIAL CHLORINE CONCENTRATOR O 50 PPM. WHERE ITEMS OF RUSNNG 6 NECESSARY. THE CONTRACTOR SHALL, AT THEIR MUST D RONDE F 7ATED PROW 6 DISCHARGE. RROWE SAID DOMES PRIOR TO FRAIL ACCEPTANCE BY THE COY OF RAND ROCK. ALL HIGHLY CHLORINATED WATER 9. SWPUNG TATS 514LL BE FROMM UP TO 3 FEET ABOVE GRADE AND SHALL BE EASILY ACCFRo6F FOR OTT PERSONNEL AT TRE CONTRACTOR'S REQUEST, AND IN H IS PRESENCE. SAMPLES FOR BACTERIOLOGICAL TESTING WILL BE COLLECTED BY THE CT' OF ROUND 1501 MT LESS THAN 20 TOURS AE5 THE TREATED LINE HAS BEEN FLUSHED OF THE CONCENTRATED 000GONNE 50LUTON AND CHARGED Tom WATER APPROVED BY THE CRT. THE CONTRACTOR SHALL SUPPLY A CHECK OR MONEY ORDER PAYABLE TO THE 10055 DEPARTMENT OF HEALTH. 1D COVER THE FEE CHARGED FOR E5TR0 EACH WATER SAMPLE. 1D. THE CONTRACTOR. AT 145 EXPENSE. SHALL PERFORM QUALM/ ESTNG AND PRESSURE TESTING FOR ALL PPE INSTALLED. CONTRACTOR SHALL PROVIDE ALL EGUPMENT (INCLUDING PIMPS AND GAMES), SUPPLIES NO LABOR NECESSARY TD PERFORM THE TESTS. 6UAU1Y 7710 PRESSURE TESTING SHALL 86 ADNITORED BY THE COY OF ROUND ROCK PERSONNEL. 11. THE CONTRACTOR SHALL PROVOS THE 0111 OF ROUND ROOK PUBLIC RMH6 DEPARTMENT NO LESS 71911 N HOURS NOTICE PRIOR TO PERFORMING B 796007077. DUALITY TESTING, OR PRESSURE ESING. It THE CONTRACTOR SHALL NOT OPEN OR CASE ANY VALVES UNLESS AUTOIRED BY THE OTT OF ROUND ROCK. IS ALL MOE BOXES AND COVERS SHALL BE CAST IRON UNLESS OTHERWISE NOTED. 74, ALL WATER SERVCE. WASTEWATER SERVICE, AND VALVE LOCATIONS SHALL BE APPROP5NTE17 TANKED AS FOLLOW. WATER SERVCC 'PC ON TOP O CURB OASTEWAER. SERVICE: S W TOP O CURB VALVE: Y ON TOP OF CURB TOOLS FOR HARKING THE CURB SHALL BE PRODDED BY THE CONTRACTOR. OTHER 800000RAE 9EA16 O LIARK774 SERVOS AND 5ALVE LOCATIONS SHALL BE PRODDED IN AREAS WOHOITT WRB5. SUCH WARS 06 MARONG SHALL BE AS SPECIFIED BY THE ENGINEER AND ACCEPTED BY THE Ott OF ROUND ROCK, 15 C0INTACT CRT OF RGUNG ROCK PUBLIC WORE DEPARTMENT AT 218 -5555 FOR ASSISTANCE IN OBTAINING EXISTING WATER AND WASTEWATER LOCATORS. THE CONTRACTOR 6 RERUN ROMEO TAT CONNECTING T0. SHUTTING DOWN. OR TERMINATING DIETING UTILITY LINES 1707 FAME TO OCCUR AT OFF -PEAK HOURS SUCH MUM ARE USUALLY OU1506 PORTAL MORNING HOURS AND POMMY BETWEEN 12 AM, AND 6 ASS. ALL CONSTRUCTION SALT. BE N ACCORDANCE 51111 700E ERAS NATURAL RESOURCE CONSERVATION CDMMESON (ONRCC) 8ECUU7ION5, 30 VC CHAPTER 373, 30 TM CHAPTER 200, AND 30 TM CHAPTER 377. AS APPLICABLE. WHENEVER TT/ROC MO THESE 5PE0FICATIOW CONFLICT, THE MORE STRINGENT SHALL APPLY. FFAF CITY OF ROUND ROCK, TEXAS MVVI ,O,HD R PUBLIC WORKS DEPARTMENT 714 SOUTH CREEK :��: PRESSURE IMPROVEMENTS = ; ; „",j 1 1 1L 1 PROJECT left WY 2002 NO SCALE GENERAL PROJECT NOTES I A.P.- 07225- 072 -036 .."" 072 -0 -03.90 G -03 70 10 8 7 5 6 3 2 1 1 1 1 1 1 1 1 A e AB AC A L C ADH AFF AHU a AvG B BDD BF BLD BLDG BLKG BM BOP BOP BOT BOw BRG BV 0/0 CFM CHILD CI CIP LISP CJ CL CLO CLJ CLR CAP CMU CO COL CONC CONS CDSST COOT CONTR CP CPLG CTR CV Cw D D ET 0 DING D IP ms0H DWG EA ED EF EJ EL ELB ELEC 00GR 00 EQUIP ES EW EXIST EXP EKT FCA FD FE FH FIN FIN FIN FLR FIN GR FLG FLR F ry ISSUED FOR BID AI MR CORDITDNER(ING) ANCHOR BOLT A 005 AIR COOLED 00R R TONGED CONDENSER ADDITION /ADDITIONAL ADHESNE ABOVE FINING BOOR AIR HANDLING UNIT PMI NUM APPROXIMATE TE AVERAGE BLOWER BACK DRAFT DAMPER BLI0 FLANGE BUTTERFLY VALVE BUILDING BLOCKING BENGHMARK /BEAM B OTTOM OF DUCT BOTTOM OF PIPE B OTTOM BOTTOM OF WALL BEARING BALL vALVE CENTER TO CENTER CUBK FEET PER MINUTE CHECKERED CAST IRON CAST IRON PIPE CAST IRON 501L PIPE CONTRACTION JOINT CENTERLINE CEILING CONTROL JOINT CLEAR CORRUGATED METAL PIPE CONCRETE MASONRY UNIT CLEAN OUT COLUMN CONCRETE CONNECTION CONSTRUCTOR CONTINUOUS /CONTINUATION CONTRACTOR CONTROL PANEL / CONTROL POINT COUPLING CENTER COPPER PIPE CHECK VALVE COLD WATER/C1Y WATER DOOR /DIFFUSER DETAIL DUCTILE IRON DIAMETER DIACONAL DIMENSION DUCTILE IRON PIPE DISCHARGE DRAWING ELECTRICAL CONDUIT EACH /EXHAUST MR EDUIPMENT DRAG EXHAUST VENTILATOR FAN /EACH FACE EXPANSION JOINT ELEVATION ELBOW ELECTRICAL ENGINEER EDUAL EOUIPINENT 001451. SPACING /EACH SIDE EACH viA EXISTING E%PANSION/ExPOSED EXTERIOR /EXTERNAL FLANGED COUPLING ADAPTOR FLOOR DRAIN /FIELD DETERMINE FIRE EXTINGUISHER/FLOW ELEMENT FIRE HYDRANT FIGURE FINISHED FINISHED FLOOR FINISH GRADE FLOWLINE FLANGE FLOOR FEET FOOTING FIELD VERIFY G GA GAL GALA CRT CRT GS GSP GT GV H HB HC HORIZ HP HT Hv FP/AC HWL to IE IN INSUL INV JB Jr K KCJ L LAB LAM LB LCV LF M MAR MAX MECH MET MET MFR MH MIN MISC MJ N RIC NO NPR NPR NR5 NTS NW 0 OA OC 00 OE OH OPNG OPP PE PC PCC PG PI PL PLS PNL POT PP PRC PRY P5 PSI PT PC PVC PW GUTTER /GRILLE GAGE /METAL THICKNESS GALLON GALVANIZED GALVANIZED STEEL GRATING GROUND STORAGE GALVANIZED STEEL PIPE GRAVITY THICKENER GTE VALVE HATCH 05E BIBB HOLLOW CORE/HANDICAPPED HOR120N1AL HIGH POINT /HORSE POWER HEIGHT HOSE VALVE EATING/VENTILATION /AIR CONDIT HIGH WATER LEVEL INSIDE DIAMETER I NVERT ELEVATION N00 / INSULATION INVERT JUNCTION SOX JOINT KEYED CONTROL JOINT LOLNERMVATDRY LABORATORY LAMINATED POUND LEVEL CONTROL vALVE LINEAR FEET MATERW. MAXIMUM MECHANICAL MEDIUM METAL MANUFACTURER MANHOLE TAISCELLANEOUS MINIMUM MECHANICAL JOINT NORTH NOT IN CONTRACT NUMBER RATONAL PIPE THREADS NONPOTABLE WATER NONR151NG STEM NOT TO SCALE NORTHWEST OUTSIDE AIR ON CENTER(S) OUTSIDE DIAMETER OUTSIDE ELECTRIC OVERHEAD OPENING OPPOSITE PLAIN END POINT OF CURVATURE POINT OF COMPOUND CURVATURE PRESSURE GAGE POINT OF INTERSECTION PLATE PIPE SLEEVE PANEL POINT OF TANGENCY POLVPROPOLENE PIPE POINT OF REVERSE CURVATURE PRESSURE REDUCING VALVE PIPE SUPPORT POUNDS PER SQUARE INCH (PRESSURE) POINT / POINT OF TANGENCY PAINTED PLUG VALVE POLVANYL CHLORIDE PIPE POTABLE WATER I—r Fr F r r 7— T5/]uAT NEW TA5 iA5 NAG R RA RD HECTIC RECT RED REF REOD ROW RP2 05 RWP 5CH /5CHE0 5DG SF SFC 5HT 5M SPA SPEC SS/SST STA STD STL STLP STOR 5TRUCT 51 5UG SYR Tu B 750 TEL TEMP TH THK TIT TOL Too T0F TOG TOW T TS UD UE UH UON V VERT W W/ W/0 WD WP WS WE vAv vAYF RADIUS /RISERS /REGISTER RETURN AIR ROOF DRAG RECIRCULATION RECTANGULAR REDUCER REFERENCE/REFRIGERANT 000410E(00) RIGHT OF WAY REDUCED PRESSURE ZONE BACKFLOW PREVENTER RESILIENT SEAT RAw WATER PUMP SOUTH SCHEDULE SLIDE GATE 50UARE FOOT STRUCTURAL FRAMING CHANNEL 5HEET/5001UM HYDROXIDE TANK SIMILAR SPACING SPECIFICATION SOMME STAINLESS STEEL STATION STANDARD STEEL STEEL PIE STORAGE STRUCTURAL STRUCTURE LINE SLUICE GATE SYMMETRICAL TREADS /PLASTIC TUBING TOP AND BOTTOM TEMPORARY BENCHMARK TOP OF CURB TOTAL DYNAMO HEAD TELEPHONE TEMPORARY TEST HOLE THICK TOILET TOP OF CONCRETE TOP OF DUCT TOP OF POOTNG TOP OF GRATING TOP OF WALL TUBULAR STEEL TYPICAL UNIT DRAIN UNDERGROUND ELECTRIC UNIT HEATER UNLESS OTHERWISE NOTED VERTICAL WATER (POTABLE) WITH WITHOUT WOOD WALL PENETRATION WATERSTOP / WATER SURFACE WASTE WEIGHT WASTEWATER WELDED WIRE FABRIC A WIT HDR Engineering, Inc. I 1 .01 A CRAFT I T. A 51.TOURS __ I J. R. GIASER w IM. E. WADER SITE / CIVIL LEGEND EXIST. NEW - - DRAINAGE FLOW w' - -+f .-m- FENCE -*a- 4 FIELD POST k CABLE FENCE -e C0 - ~ CO ® FIRE OR YARD HYDRANT CLEAN OUT ❑ ■ 510RIN DRAIN CATCH BASIN e -1 f= j 510RA DRAIN CULVERT co /TUFT VAULT (TEL. ELEC.) 'O' t UTILITY POLE --a -e LUMINNRE - - - 000100LNE - - TELEPHONE UNE PROPERTY LINE OR EASMENT ELECTRIC LINE SPOT ELEVATION METER (GAS.WATER) CONTOUR STRUCTURE IDENTIFICATION AND APPROXIMATE LOCATION POINT SYMBOL ®„ •„• HORIZONTAL CONTROL POINT CITY OF ROUND ROCK TEXAS PUBLIC WORKS DEPARTMENT 414 'fr ,to; � � SOUTH CREEK PRESSURE IMPROVEMENTS PROJECT N GENERAL SYMBOLS NEW PHOTOGRAPH LOCATION AND DIREC1150 SECTION MARKERS © SECTION LETTER MAY 2002 NO SCAM EXISTING NORTH ARROW SHEET WHERE SECTOR 5 DRAWN LONG SECTIONS SECTION LETTER WEE SHEET WHERE SECTION 15 DRA0IN SHORT SECTIONS /A AREA TO BE *001100 SECTION LETTER GENERAL 00151100 TO 20 TEMOLISHED SECTION SCALE: X -Y -O 1 xx% SHEET WHERE SECTION 5 CUT DETAIL MARKERS DETAIL NUMBER DETAIL SCALE: 0 -1' -D SHEET WHERE DETAIL 5 DRAWN SHEET WHERE DETAIL 5 CUT LIST OF ABBREVIATIONS AND GENERAL LEGEND 1Ammi r 07225- 073 -03B y wr. 022 - -04.0044 G.04 r 0 ISSUED FOR B10 SOUTH CREEK DRIVE P.R.V. VAULT — LOCATION PLAN r r r —f 1-1—r O 00/P2 NW TAS TAS NAG GENERAL NOTES: A REFER TO SHEET 0 -03 FOR ADDITIONAL NOTES. B. POOR TO ANY CONSTRUCTION THE ACTUAL LOCATION OF THE P.R.v. VAULT SMALL BE APPROVED BY THE ENGINEER AFTER EXISTING UTILITIES ARE FIEL0 vE1RPIE0. C. ALL SITE PIPING SHALL BE DUCTILE IRON MOH BITUMINOUS COATING AND CEMENT UMNG. FILMED PIPING SHALL BE POLYWMPPED AND INSTALLED WITH RESTRAINED JOINTS. PPE AND VALVES S0AI. BE A MINIMUM OF CLASS 150. O. ALL BORED PIPING 5YNA BE INSTALLED WITH A MWNRJM COVER OF 4.0 FEET. E. THE CONTRACTOR SHALL PROVIDE COUPLINGS. EXPANSION JOWT5, NO TNRU5T RE5TANNTS AS REWIRED FOR ALL WAG. F. ALL VALVES, FITTINGS. AND PPE NOT DESIGNATED OTHERWISE S11A11. BE EPDXY LINED AND NSF 61 CERTIFIED. C. COOED ATE SHUTDOWN OF THE MIST 12' LINE WITH THE CRY. SWI11001YN WILL BE LNITE0 TO 00 HOURS. H. EXISTING l2' WATERU00 PIPING 5 ASBESTOS CEMENT PIPE. FOLLOW ALL APPLICABLE LAWS AND REGULATIONS FOR THE REMOVAL AND D0POSLL OF ASBESTOS CEMENT (0080SITE) PIPE REPLACE FULL JORT LENGTHS WITH IXP AS REAMED TO 0151ALL OE l2' . 72' 1EE5. 4 SAM' CUT EXISTING CONCRETE CURBING PRIOR TO EXC4160IO8 8400 REPAIR CONCRETE CURBING PER DETAR /\ P -06 J. SAW CUT COSTING ASPHALT PAVEMENT PRIOR TO EXCAVATOR AND REPAIR ASPHALT PAVEMENT PER DETAIL X. SUBMIT TRAFFIC CONTROL PLAN AS REWIRED ON SHEET 0 -03. L 181E LOCATION OF ME EXSTING 12' MATERWE 5 APPROXINATE ONLY. THE CONTRACTOR 58811 FIELD VERIFY PIPE LOCATOR AND MATERNA PRIOR TO CONSTRUCTION. M. SHALLOW GROUND WATER HAS BEEN HATED AT THIS SITE. ANT DDMMTERING OF THE EXCAVATION MID /OR TRENCH REWIRED 6 THE RESPONSIBILM OF THE CONTRACTOR AND SHALL BE NOAENTAL TO TIE PRICE BID FOR 1086 PROJECT. P -05 HDR Engineering, Inc I J. R. GLASER 4 M. E WATER / 019015 OF CONSTRUCTION (TTP) PROPOSED PERMANENT EASEMENT (TYP) • ti. • INSTALL 12' AS' ELBOR W APE INSTALL 12' 45 ELBOW 88 .08 / y • CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT p '•T A T .,. .._. O C 2 SOUTH CREEK O� y,$ PRESSURE IMPROVEMENTS 'y..rArrrE PROJECT SOUTH CREEK DRIVE P.R.V. VAULT — PIPING PLAN SCALE: 1' • S' MAY 2002 AS NOIED ® / \ / C0N COIL CURB R:O.W. LINE 2 P-01 PROCESS I 07225 -072 -036 y r� 072- P- OI.OWG CAUTION! OVER IFAD I ' POWER LIES STALL 72 CATE VALVE 050X ANO 08.9E SEE L P - 005 TIIIU5T BLOCK. SEE DETAIL IP -05 REPAVE FULL JOINT OF 0061. 2 PIPE AN0 INSTALL 2- COWING DAT .I.P. /' 11 EAC CONNECTION ONIECTPN MD. . AS 0. / / FOR TYPE DF PIPE (008) / ' / SOUTH CREEK DRIVE PRESSURE REDUCING VALVE VAULT SITE PLANS CAUTION DUST GAS 1NE.• PROTECT WRING GONSBNCT,DR P -01 TO 10 9 6 7 6 5 4 3 2 1 -0' 'T1� I I 1' -0' (s) —ELI e- LI —i iI I9 ' lll 1' -0' I1- I w , RUSHED ROM - I —I Illi_Tf_T =j (3/a' CRUSHED ROCK) COMPACTED 9UBGRAO95. YIN. 950 ST0. PROCTOR 13' -6' ( #) 1' -0' 0 — (VERIF'/) ACCESS HATCH P -02 (VERITY) 94 "� Z O MAK �— 14' O M. N L II" .O 92 I. 0 m 0.9P. -- DAR 0 Ii III':,, %:j 0 IIIV p. m — 4' 0.LP. 0 V`'11 0 m 2" D.I.P. 1' ) T t'_6 9" MI 12' wATER LINE 07 V ACCESS 1NTCH„ (ABOVE) ____ ..___ —. -6' 1'_0' DEEP SUMP 0 UM r iyro-.T i CE#1E111NE OF LADDER- CENTERLINE OF PIN CENTERLINE OF SUM 5'-6' - . P 1 -3 1 -3 5' -9' (s) I' -0" 13' -6" 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RG - 1 1 il y�F� , �1 k. �31 y� a'Y .a:,'WU L.Y'v1 :" t J`u� ' LR �'%I + L�. } '.� L '�' L . « 12' RATER LIRE 12" RATER UNE &EELEEVATON FIELD VERIFY ISSUED FOR BID 8 P.R.V. STATION — SECTIONAL PLAN I I 0-02 P.R.V. STATION — SECTION 1 1- -� F . — �- F E— F�- -- Fr 0 MW TAS VAS NAG CONCRETE BASE SLAB 5LOFE FN. FLOOR 1 4 PER FO OT TO D *6N SUMP (IMP) 3/4' CHAMFER TYPICAL ALL E9POSED EDGES MDR. READ VERIFY THE DEPTH OF EXISTING PIPING AND ADJUST 1AML7 OIDDISONS AS RECILARED PRIOR TO ORDERING VAULT, (s SCALE; 1/2' ACTN6 LEAF 9' -D" OPENING � CENTERLINE OF VALULT, P.RV.'4, A11D ACCE55 IMCH 5' -0" OPENING a P.R.V. STATION — COVER PLAN (s) SLOPE RR FLOOR 1/4" PER FOOT TO DRAIN SUMP 019)6910911 ! • 1 • 9 115 91 • • A6A5• W/FA1 SUMP HDR Engineering, Inc. I I J. R GLASER I M E. DAUER , •1+OER%•1 -••IP — 11 1 11 -NIL ,II Lys. • 9 1!19 FR,:292 EMBEDMENT -119 — 111 1 (3/ " ROCK) 1' -0' 1'-0' ( 9 ) MN. P.R.V. STATION — SECTION SCALE: 1/2' - 1' -0" NEIL A GRAFT I 7 7• A. St.T0U (•) COMPACTED SUBGRAOE, YIN. 950' STD. PROCTOR e P -p2 MN. CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT SOUTH CREEK PRESSURE IMPROVEMENTS PROJECT CFNERAL NOTES' A. REFER 10 SHEET 5 -03 FOR AGOTO9AL NOTES. B. REFER TO SHEETS 0 -05 AND P -06 FOR ADDITIONAL DETAILS. C. REFER TO SHEET 0 -01 FOR P.R.V. VAULT 010ENTATON AND CONTINUATION OF BDRIED PIPING. 0. DIMENSIONS AND ELEVATORS 5HOWN 01111 AN ASTER1SK (9 ) SHALL BE DETERMINED ANC/OR WRFC/ AFTER FINAL E011IPMENT SELECTOR RA5 BEEN MADE. E. ALL STE PIPING SWALL BE DUCTILE IRON WITH BRUNN005 COATING AND CEMENT LINING. BURIED PIPING SHALL BE PDLTRRAPPED AND 116TALIE0 119191 RE5IRNNEO JOINTS PIPE AND VALVES SHALL BE A YNIMUM OF CLASS 150. F. ALL BURIED PIPING SHALL BE INSTALLED WITH 4.0' MIN. COYER G THE CONTRACTOR SHALL PROVIDE COUPLNG5. EXPANSION ,09#15, AND THRUST RESTRAINTS AS REQUIRED FOR ALL PIPING. H. ALL VAWES, FITTINGS. AND PIPE NOT DE50NATED 0110RTGE SHALL BE EPDXY LINED AND SHALL BE NSF 61 CERTPIED. 9. ALL PRESSURE CADGES SHALL BE INSTALLED 79711 COPPER PIPING ROUTED ALONG WALL C 99THIN 6' OF TOP OF VAULT w0H GAUGE PIKED N A LOCATOR THAT G READABLE BT OPENNG THE ACCESS HATCH. COORDIIMIE NSTAUATON TURN OWNERS FIELD REPRESENIATNE SPECIFIC NOTES. EDI DAVNPTKN O 12' RESFRA9952 U.J. • PLC SPOOL WA). 150 PSI R0RRNG PRESSOR O WALL PENETRATION RRN SEAL SEE DETAIL 1P05_ O T l N READEO TAP Y • 4" FLG • FOR 9LG PRE TEE (5.LPGA U150 GE PS9 N•0ED190111 0X0 PRESSURE. WITH SSURE CON O 12" F1G • FIG RESILIENT WEDGE CAC VALVE (ARRA C509), 150 PS RORKUNG PRESSURE O t2" RESTRAINED FLANGED COUPLING ADAPTER. 175 PS 90RRNG P1R5SURE ((BM IRON SALES NC. SERIES 2100 MECV9ANGE. OR APPR0VE0 FOWL) O 12" RG a FLO GLOBE 6141.[ 0.9. PRESSURE REDUCING VALVE, 150 PSI PRESSURE CLASS (WATTS ACV 115, OR APPROVED EO0LL) O (NOT USED) O 4 " RG • FLO LR. 90 61900 (0.9P.). 150 P51 •090.16 PRESSURE O 4" FLO • RG RE51UEN1 WEDGE GATE VALVE (ARRA C509). 150 PS WORKING PRESSURE 10 4" RESTRAINED FLANGED COUPLING ADAPTER, 175 PSI WORKING PRESSOR (EBA4 IRON SALES RNG SERIES 2100 YECAnANOE, OR APPROVED EIXAL) 11 4" FL5 • FLO GLOBE STYLE DJ. PRESSURE REDUCING VALVE. 150 PSI PRESSURE C9A55 (WATTS ACV 115, OR APPROVED (DUAL) 1) (NO1 USED) e SST. 316 PRESSURE GAUGE, 55" Ow. SIZE, 1/2' GAUGE CONNECTION. 0 -200 PS RANGE. SEE NOTE "1" ABGVE 14 5 10141094 TYPE PPE SUPPORT. SEE COAL P -OS 15 CONCRETE PEDESTAL VALVE SUPPORT, SEE DETAIL 16 PRECAST CONCRETE VAULT ON TOP OF CRUSHED ROCK BED. WE TO THE CONSTRAINTS OF THE PROJECT. CONTRACTOR MAT ELECT TO PROVDE A CAST-IN-PLACE MWLT, IN EITHER CASE SEALED AND SKNED MOMS ST A REGISTERED PROFESSOR0. ENGINEER N THE STATE OF TEXAS MUST BE PROMDEO. VAULT SHALL BE NUN. 4000 PEI 28 -0AY COMPRESSOR STRENGTH CONCRETE RRH GIM1E 60 REINFORCING STEEL DESIGNED FOR A9L5100 020 WHEEL TAW AND GROUNDWATER AT 0 -FEET BELOW SURFACE. VAULT TO BE WATERTIGHT. (CONCRETE PRODUCTS INC. OR APPROVED EQUAL) 17 STEEL -REINFORCED POLYPROPM1ENE OR D. NON -SUP STEPS. TB" WIDE, AT 12" 0.C. VERTICALLY IB n" • 60' AADMINUY ACCESS HATCH. RATED FOR 0059110 9920 WHEEL LOAD (1MLLIDAY PR0D075 SERIES 02RT2)0. OR APPROVED EOM.) 19 HAMCM FRAME DRAM UNE. SIZE AND IM1E6ML AS RE0URE0 BT IMTCH MANUFACTURER RONTE DRAIN UNE 1O 00915191E OF VAULT. TURN DOWN. AND N5TALL 5.5T. INSECT SCREEN O REMOVABLE FRP GRATING WRTH FRP F9AYE AND 5.51. ANCHORS O 12' RE516MNED P.E. ° FLO SPOOL (5.9.99,), 150 PS WOOING PRESSURE SOUTH CREEK DRIVE PRESSURE REDUCING VALVE VAULT PIPING PLANS AND SECTIONS IAA* 2002 PROCESS 1 -- r" ' 07225- 072 -036 w�. 072- P- 02.011G P-02 0 A 1 e 1 N n"- -` Non ISSUED FOR BID D SYCAMORE TRAIL P.R.V. VAULT - LOCATION PLAN 1 SCALE: 1' . 20' P- 1 7 7r - f1- 11- r: f 7 1 1E - 7 - 0 30/DV MEW TINS TINS NAG I c 1 H GENERAL NOTES. A REFER TO SHEET 0 -03 FOR ADDITIONAL NOTES. D. PRIOR 10 ANY CONSONCf1N THE ACTWL LOCATION OF THE P.R.V. VAULT SHALL BE APPROVED PM THE ENGINEER AFTER 0051110 UTILITIES ARE FIELD 56010F0. C. ALL SITE PIPING SHALL BE DUCTILE WON 9111) 00201005 COATING AND CEMENT MAC. MANED PIPING SHALL BE POLYWRAPPEO AND INSTALLED WITH RETRAINED MINIS. PIPE AND VALVES SHALL BE A MINA111 OF CLASS 150. D. ALL BURIED PIPING PALL BE NSTALIED WITH A 81141120 COYER OF 4.0 FEET. E. THE CONTRACTOR 51201 PROVIDE COUPLINGS. EKPAR5KN 101415. AND THRUST RESTRAINTS AS REWIRED FOR ALL DUPING. F. ALL VALVES, STIAU5. AND PIPE NOT DESIGNATED OTHERTASE SHALL BE EPOY LINED AND NSF 6 CERTIFIED. 0. SHALLOW CAMAS TFTER WS NOT BEEN *DIED AT 100 SEE. ANY 13EWA1EANG OF THE 00CAVATI00 AN0 /00 TRENCH REQUIRED 5 THE RESPON00L11V OF THE CONTRACTOR AND SHALL BE INCIDENTAL TO THE PRICE BO FOR TH0 PROJECT. WOOD FENCE NOTFS• 1. WORD FENCE 5 TO BE RELOCATED AND C08PLETEO PRIOR To EXCAATON AND TAPPING or THE EXISTING e• WATERLINE ATM THE EKSTND 15' PUBUC UTILITY EASELENT. COORDRATE ACCESS TO THE VIE WITH THE CBY AND TIE LAND OWNER. 2. WOOD FENCE LATERAL: 1. PPINE 051S: 4040 I 8' 0.40 PRESSURE TREATED I2 GRADE VELUM 2. RAA5: 2'94 0.40 PRESSURE TREATED I2 GRADE YELLOW PINE. 3. PICKETS: WESTERN RED CEDAR 12 SELECT TIGHT KNOT (STK). A. 512E AND STYLE OF P19ET TO LATCH. Ex6TNA RES1DENTLL FENCING. 4. FASTENERS A RAILS: GALVANIZED SCREW SHANK SLEEVE 44495 409 B. P011010: ALUMNW SCREE SHANK RAILS 149, 3. 20000 FENCE INS141111 W: 1. 8ATCHH EX1TN0 RE0DEN FENCING. 2. INMATE POSTHOLCS APPRONIATELY 9 -ACHES N 0)AME1ER. AND APPROKRATELY 24- I4CHES DEEP. 3. CONCRETE POSTS A HOLE RID 10 THE GROUND SURFACE. ENSURE POSTS ARE TERTKUAL BUBBLE LEVEL PLUIF. 4. P0515 WILL BE SET ON 6 FT CENTERS. 5. RAILS WILL EXTEND ACROSS THREE POSTS. THE 70P RAIL AND BOTTOM 9NL SAW. BE THE SINE 01SIANCE FRO1 THE GROUND SURFACE AS THE RAILS ON THE MISTING FENCE. FASTEN THE RAILS TO POSTS USING TWO NAILS PER RAIL PER POST. 6. PICKETS ALL BE INSTALLED VERTICAL BIIB9IE LEVEL PLUM. FASTEN PCXET5 10 PAILS USING 2 9011.0 PER P01ET PER RAE. WIRE FENCE NOTES. 1. ARE FENCE KAMAN, 1. POSTS: HEAT -DUN GALVANIZED STEEL T- POSTS, 8EASLIRNF 4• -2 ABOVE GROUND-UNE ANU Y -4• BELOW CROWD -UNE. 2. FABBL. 4•I4 9 GAUGE GA390110D 5161 WELDED WIRE FABRIC. 3. TES: 12 GAUGE GALVANIZED STEEL TIRE TES. 2. TIRE FENCE NSTAUAT1ON: 1. P0015 SHALL BE DAWN INTO MOISTURISED SOIL ONLY. 2. P0015 WILL BE SET ORB R CENTERS. 3. POSTS TALL BE MT4LLE01ERTICIL BUBBLE LEVEL PLUM. 4. ARE PANIC TALL BE SECURED TO POSTS 9919 TIES AT EACH HORIZONTAL STRAND. 5. RE 099.99 ILL IO R BE LAPPED ONLY AT POST LOCATIONS. TOH f 1J EACH HORIZONTA STRAND SECURED TO POST. / 1 INSTALL APPROXIMATELY 33 LF. OF TEMPORARY CHAS LAX FENCING 1 j PRIOR TO REMOVAL OF EXISTING WOMEN FENCE. RELIO1E TEMPORARY FENCE AFTER THE WOODEN FENCE HAS BEEN RELOCATED, COORDINATE TRH THE COY ARO 1140 1AND OWNER. CAUTION: THE LAND OWNER HAS PEI ODDS op. PROPERTY. D1 P ROVIDE ALL FACRES NECESSARY TO PROTECT AND SECURE TH0 PROPERTY. TEMPORARY FENCE NOTES' SIDEWALK 1 l r I 11 \ EDGE W 0011 \.SO' R.O.W,- J MST. STORL1 WATER NLE71 ---1fr I 11 R 1 4E 54.. LE OA I�A1F PR1uFC1' Nc pN As (00916 . C , } � 00 ) D TAPP1NC VALVE NARA V ) 20111,1 VALVE 6 BO{, P .6' REDUCER, 1 \1. \ 0/ ,`L^ PROPOSED X. EASEMENT •X X. INSTALL TEMPORARY O OMAN LINK F • NEL4VE 15101 WE FENCE INiTLL ARE A NEW RE FENCE ON `\ EPExxCy�5tt8yETER OF PERM. EASE ERMA \' WOOOE6CAEETION NCE CO H POST SEE L?p PUN i DRRM0IG \ \ X INSTALL APL 30 L.F. OF NEVI WOODEN PRNACY MACAO AV NEW POSTS 4440 BRACING. AS MOORED 9O_PE9TY ` UNE 0Ol 1R (TM) - CENTERLINE OF VAULT, 'AND P.R.VS ,\ INSTALL SYCAMORE . MORE CREEK , PRE55090 REDUCING VALVE VAULT, SEE SECT P -04 `\ ' 8 45• 1 ELBOW. LANK PASTAI1 B 1 11 1/4• ELBOW. AIMPE • 10' • • SYCAMORE TRAIL P.R.V. VAULT - PIPING PLAN CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT T ILITPOgNORD ¢A _� ( 4 - �: SOUTH CREEK -,,,' ....t$ PRESSURE IMPROVEMENTS RT PROJECT I�P+HIARIT 1 1100) SERI PEEL /D DISSENT 14011 2002 AS NOTE mars of CONSTRUCTION PROCESS SYCAMORE TRAIL PRESSURE REDUCING VALVE VAULT SITE PLANS 1 07225 -072 -036 A s 072 -1- 03.0200 P -03 r 1l - 6 1] - 6" CENFRAL NOTES' 1 ' - 0' ( •') S' - 6" ,' - ]" 1' - ]" 5' - 6" N <) T - 0" cs) .' -]" 5' -0" OPENING e-Y E+A) A. REFER TO SHEET 0 -03 FOR A010010 A. NOTES. B. REFER TO SHEETS P -05 AND 8-06 FOR ADDITIONAL DETAILS. C. REFER TO SHEET 8-03 FOR P.R,P.R., VAULT ORIENTATION AND CONTINUATION OF BURIED PIPING. D. AND MIND AND/ TAN ELEVATORS SHOWN ASTERISK (W) SHALL BE SHALL BE O 8O /OP VEM ARM FEO A FN+4 EOUIPMEM SELECTOR HAS S BEEN BEEN LADE. IL E. ALL 54TE PIPING SNAIL BE DUCTILE IRON wall BITUMINOUS COATING AND CEMENT LINING. BURIED PIPING SHALL BE POLMRAPPED AND INSTALLED WITH RESIRNNEO JOINTS. PIPE AND VALVES SHALL 00 A MINRAW OF CLASS 150. F. ALL BURIED PIPTNO SHALL BE INSTALLED RIM 8.0 4N. COVER. ® 0 (VEOFT) OF SUMP E OF LADDER O�RIFh © :=111111=__ :=111111=__ CE .R.V.' MER LIc ANO NE OF ACVNIL , HATCH �P . 8 i J - 11111 . • �� , ^ MIAMI 0 o I 6•-0' OPENING / ` ,• \ ` ,� \ � / / I %. I.-6" 'J_S. • - -__ NATCH 1' -0" DEEP SUMP ® } (ABOAE) B" 0.I.P. 9" B" OLP. M I N . G. THE CONTRACTOR SHALL PRO ALL ADE COUPLINGS. EXPANSION JON'S, AND THRUST RESTRAINTS AS REQUIRED FOR A Rpm. H. ALL VA FI TTINGS. PIPE AND NOT DESIGNATED OTHERSE SHALL YII fE E PDXY ES. LI NED AND SHAL BE NSF 61 CERnFED. L NI PRESSURE CAUSES S LBE INSTALLED WITH COPPER PIPNG H ... .. GAUGE WC. COORDINATE INSTALLATION NITH OWNER'S FIELD REPRESERTATNE. W '' 4 . - ��E l I 11� 0 1 1111 #11'��' I III I VI I II II _ _ fl\ly „ O \ . - WATER UNE O © O _I. �- - - -- �' ILL: =�hl ': a a =- . SLOPE FN. FLOOR 1/4" 1 /s" PER FOOT T ACTIVE LEAF m m 0 m Q O .R^. _ SUMP (T' ( } 3 I CONCRETE BASE SLAB ® CENTERLINE OF VAULT• ® NO A«E55 A 01 ACCESS �� ' E VERIFY THE DEPTH OF VAULT LT•O PI SCN AND ADJUST S PS RECIARED PROR 70 ORDERING VAULT. P.R.V. STATION — COVER PLAN B- WATER LINE P -a III P.R.V. STATION — SECTIONAL PLAN SCAE, 1/2" ■ 1' -0" SCALE: 1 /x" - ,' - p- 16 0 , F /A" CHAMFER Y TYPICAL ALL a EXPOSED EDGES O / - 16 .2 6' -0" DPEHU40 FeRSHED GRADE 16 6 g 0., 2 1. kC r 3 ga=y. �� 5o a IF . le D 00 0 00 0 0 0 000 _ • p 0 a w y ■ .=== ]" 0.Iy. 0 0 O A. B" D.I.P. O 1 i 6" O.LP. 0 0 .A. © • n Q ELEVATION FIELD VERILY _ / /M \ \�I► II� 1 T l= I � �j�4 _.. `• � I C - ` %_ Ir 0E VEiLRY 0 I 1 FN F oox © LIN WATER SLOPE . x0 ® 4 it MttVg `oggi�' - �' - F.r .. .• i;0 r t .aF,v. yR� �iU�} Y •� �` i . o f3,rest . a .av N' { ':uS � .U.Y2 r zeze V krA r • ��.• Mj' t M' �.. S �^ q `•ev¢`•c•-.55 is S�eNm`• a ItP��]rz : .... .•..•e ^•e ge`•e`O �• � • I . 1 • �cN•e r.- -a _`�s ���� _!• • y P•�.� ,• "`• S 0 1'-O" 1' -0" ( *) II ILA GRAVEL EMBEDMENT T n M. (3/4" CRUSHED ROCK) / �__ COMPACTED SU BGRADL MN. 954 580. PROCTOR 1] -6" ( N' -0" 1'-0" III T n • „• - •..•a?•e 1 • • • •e`6 um. 95S COMPACTED , I I,- 0 "l' -0" (i) x' -D" GRAVEL R USEDMENT (] /•" CRUSHED ROCK) ICI ]' -6" • -6" (•) 7 1' -0" MIN. MIN. ffffff MIN IN. P.R.V. STATION — SECTION ® P R.V. STATION — SECTION 8 SCALE: I/2" 1' -0" P- SC04.0 1 /x" . 1' -0" R 'oft, ",. '` „ S •" S. eRe ` °¢�� 2 n¢ / f b T T� INEIL TRM FFFA A �� ' CITY OF ROUND ROCK, TEXAS �e D,N O 1 gO f � PUBLIC WORKS DEPARTMENT � ; ���''� SOUTH CREEK : .. P) ; 5 PRESSURE IMPROVEMENTS PROCESS SYCAMORE TRAIL PRESSURE REDUCING VALVE VAULT PIPING PLANS AND SECTIONS _ iL _ ] ( ` I�SI.TOUR; B - - r _ 1 F r _ - r-= r:— I— r_-- � HDR Engineering Inc Int. `Y"' I° coma J. B ASER ® 0 ISSUED FOR BID 05/,10/02 MEW 1 TAS NA G \ m _ ... . - : . MAY zooz I � onxs- o n -oss PROJECT a+ lw P -04 0 . ®e I LL E. WATER P�T FL\ a , /x" . 1' -0" I 072- P -a.DWO 1 1 1 1 1 1 1 1 1 1 1 A M CONCRETE PEDE5 AL SUPPOR SCHEDULE DIMENSIONS IN INCHES PIPE SIZE NOM. Dm. STRAP 5IDT0 ANCHOR BOLTS DO. PEDESTAL (M) TIDINESS 1, : 6 3/4' 24' 14' -24' 30' -36' 1' 1/4' 361 36' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A5 RECOMMENDED BY ANNULAR SEAL MFR. INTERIOR, DRY OR TOP SCE SECOND ANNULAR SEAL REWIRED EDIT PIPING 16' 0110. AND LARGER 0 (05ING CDC. ROOK OR wALL BURIED. NET OR BOTTOM SIDE REVEGETATE ALL AREAS DISTURBED BY CONSTRUCTION 6' TOPSOIL 0 1 ISSUED FOR 010 of ` UNDIMMED TRENCH WALL C= BLOCKED BEND UNDISTURBED TREOPI WALL BLOCKED TEE OR PLUG THRUST NOT TO SCALE 15 DNS, CART NTH COAL TAR PIPE SUPPORT SADDLE (ITT- 508NNELL FIG. 264. OR APPROVED EOM.) 5CH. 40 CALV. STEEL PIPE. SIZE AS 0E00. 00 SADDLE MANUFACTURER FOUR 3/4' DK 55 EKPNJSO0 ANCHORS FINISHED f M ( _GROUT FLOOR THRUST BLOCK SIZE AS SHONE ON ORANNGS VERTICAL THRUST BLOCKING SECTIONAL VIEW STANCHION TYPE PIPE SUPPORT DETAIL 2 NOT TO SCALE P- lzi UNDSTURBED TRENCH WALL 44 WAX PPE BEDDING SECTION Q PLAN SECTION Q BRANCH FROM COMMON TRENCH 1. REACTION BL000110 AREAS IN TABLE ARE BASED ON 100 1.9 WATER PRESSURE. ADJUST DR EN51O5 OF REACTION BACKS SHOWN BY RATIO OF TEST PRESSURE 0* BA FOR PIP R E DIADED BY 100. 2. FOR DEAD ENDS. NDS• 0 P50 ME LOAD AREA FOR TEE, , 8 E L 0 ( 55 DRE PP ES TO IONE THRUST BLOCK PIPE. 3. THRUST BLOCK BEARING AREAS BASED ON ALLOWABLE BEATING PRESSURE OF 2000 POUNDS PER SWAGE FORT. 4. CONCRETE FOR 1MRLST BLOCKS MN BE 3000 P51 READY -Mw CONCRETE WITH A MIRNIO. OF 517 LB5 /CY TYPE 1 CEMENT AND A MAXIMUM SLUMP OF 4 INCHES. BLOCKING DETAILS I I IP -051 - E � E (6]0/01 NEW TAS 1105 NAG 1 PIPE COLLAR, 2' 000, WELD TO BASE PLATE 1/2' STEEL BASE PLATE LEVELING NUT TRENCH UNDESTURBED WALL ( t OP PIPE REACTION BL000N0 SCHEDULE PPE SIZE 3' & 4' 3 •• 6 6' 6 ' B' LOCATION 44 KENO 90 BEND OR TEE 45 BEND 90 BEND OR TEE 44 BEND 90' BEND OR TEE 8 01 13 2.0 2.0 25 2.5 3.0 'H' FT 13 1.5 2.5 23 2.5 3.5 PIPE SIZE 10' 10' 12' 12' 14' 14' LOCATION 44 BEND 90 BEND OR TEE 44 BEND 90 BEND OR TEE 44 BEND 90 BEND OR TEE 3.0 4.0 3.5 5.0 4.0 5.5 K FT 3.0 4.0 3.5 4.5 4.5 5.5 PIPE 513E 16' 16' 24' 24' 30 30' LOCATION 04 BEND 90 BEND OR TEE AS BEND 90 BEND OR TEE 04 BEND 90 BEND OR TEE 43 6.5 7.0 9.5 65 113 M FT 5.0 6.0 7.0 9.5 9.0 12.0 PLAN VIEW LOIES 1. USE ONLY WHERE SHOWN ON DRAWINGS 2. ALL HARMAN 17 021N ANCHORS CHORS SMALL BE DIP HOT GALVANIZED AFTER FABRICATOR. PIPE S12E VARIES 5.ST. ANCHOR BOLT EPDXY ANCHOR (SEE ANCHOR 0017) EX9DNG SLAB HDR EKONNIL*ing, InC. IL...* N TE: NS121.. ONLY WHERE SHORN ON 000MNG5. CAN. STEEL PPE STRAP (*WALL ONLY WHERE NOTED EN DRAWINGS) PROVIDE ONE LAYER 301 R00FNEG FELT TO BREAK BOND 0000 O 0' O.C. 001105HE0 OR RDUONENE0 CONC0E10 51007 /5 VERT. BARS 0 8' 0.0. FACT FADE (FOUR NN) WITH STANDARD M00(1 NEW CONSTRUCTOR dtlCWR NOTE USE N0. 5 BARS AT 8' ON CENTERS WEN EPDXY ("EPCON SYSTEM' ADHESIVE ANCHOR BY I1W RAM5ET /RALHEAD. OR APPRWEO EGUN.). INSTALLED PER THE MANUFACTURER'S WRITTEN NSTRUCTIOS CONCRETE PEDESTAL SUPPORT DETAIL ^} NOT TO SCALE I / -�s l 6 /1. 11 E F RN 00) W 000PACTED CQENT STABLMEO MS ▪ OR E UwuDLEM I o sAND u PER MGAL NEom . SPEOr0C1GAR) u4DSTURBED TRENCH WALL W GABBER NR TRENCH BOTH •5 -0 Nue ran Tf. T INOER MAX 1. TH( M PAHTIPT NM A maxim 1219 THPPS, PUCE 1L0 Lars s':N�s:'rn rrrcc rr rfflernl W 501 PPE EEMEN EM DETAIL 5/0-06 0101:5: I. GOVPACTED CEMENT STABILIZED ARSE WEAN- BE.0 N Boors SMKTN 1• ORR THE VTOL SHN1 BE TNTCE WE THCBNL10 S THE ORRNAL EASE AND WPLL O NFORM TO OGOT'S STADIONO SRCPCAfMN FOR D CEMENT TREATED NATEILN.S, DAMA N N Mu 2271 2 ASPHALT CONCRETE RNEIEM .8x15 MALL DE LIEOMNCAUT BA0ED. S. ACE INTENA1 WILL BE CONS6IENL WKH I E COSTING SuRrME MUM Cr IWO DNNH 1ES15 SWU BE MIEN FOR 55 SR (6) NCH UN P MGR. 17 ( AND EACH GUT ING N OPEN TKE BASE BOSS HA ED COIVACTID MBE 6 GREATER now SO AND ONE -H (6 I/O) 5151 LL BE GENSTRUCTED N IMO OR NONE Cour.. PROCTOR roR MA MOD D LH LAMOU.ING SHALL BE OMAREO N A °VOWED LABOM100T. DEMON TEST STILL BE CONDUCTED M A = ED 1B0R5TORY OR THE PERATIEES 1 0 1)0 ME PERCENTAGE OF MAu1U11 DE161 1 BEMIRED SH4.L S * CE NTH THE LATEST EDO0* NN P M SPAa1.EN1 a TRANSNORIAT.N MNIDARO SPV0IS FOR 11150 AND BM ROAD D ON G TCXf. DN6 N. DEAR 24)34. AT THE TIM ME Fowl INS ISSUED. . 503 NL STMT 17515 SHWL S ACC(71(0 EPTED 0 ON DNS. EACH 1ATER PRIOR TO ADp1CNAl BAPFEANG. A COPT OF ALL O1IPTETED Np ACCENTED DENSm TF515 nun BE FuRN.ED ID ME an oF RQUND ROOD WON REQUEST. 1 ME.SE SRCRTGAT LAYS SUPERSEDED BT M MNR4 E gR MOLY.. 5. SELECT MATERIAL TYPE •A^. EDICT - T STA0IRED UNESTO 0 &SE CEMENT couNc00H0 LIN 70 'cox WM LEIHJD 7F11,20-E. PART A. (SE 71007 BEM 1273) i. CEMENT MENZEL) SND NEW. USE HlL SAND AMA TYPE 1 CNIENT AT TAO SAGES OF IME L COMM AND SD GALLONS INTER. PEP CuBC TARO OF CEMENT STANTZEO SAND MP ILL 55uE MB NOV. 2000 REVISIONS SCALE: 6.1.5. CITY OF ROUND ROCK PAVEMENT REPLACEMENT DETAIL FOR PIPE INSTALLATIONS, UNDER EXISTING H.M•A.C. PAVEMENT OM. 9 X -XX XXXXXXXX.DNG TRENCH REPAIR DETAIL NOT TO SCALE I NK A GRAFF I T. A 5LTOU85 J. R GLASER I M. E. W0UER ' 11 ���s ik= SOUTH CREEK : _. :d PRESSURE IMPROVEMENTS °-- -„ ; „ FF ;L1'� PROJECT (6) NOTE PROVIDE APPROPRIATE 512E TO COMPLETELY SUPPORT VALVE OR EQUIPMENT WEN USED FOR THIS APPUCATON. CITY OF ROUND ROCK TEXAS PUBLIC WORKS DEPARTMENT SET COVER OF VALVE BOX AND COLLAR 1/4' BELOW GRADE x PNEMENT OR SHOULDER AND 2 ABOVE ELSEWHERE soy CONCRETE BLOCK UNDER ONE BOO71 8'.816' BLOCK *0R wLVE5 TD' AND SMALLER. 12'.12'.6' BLOCK FOR VALVES 12' AND LARGER 3/0• CRUSHED ROCK GROUT SEAL TOPING NNE. FLOW REDUCER (WHERE SHORN ON PLANS) FOUR /4 BARS E.W. GTE VALVE (TORQUE BOLTS P000 TO BACKFI 1) BURIED VALVE BOX DETAIL NOT TO SCALE 1 P -051 VALVE BOX, COVER. AND 7451 J IB =U CONC. RING. SEE DETAa. - , ::1[ 1 I r.. T VALVE OPERATOR 5TEu II. ' AND SUPPORT Cd1AR ••• 5' - 0' . 2' -6 RIDE • B' THICK CONCRETE STAB AS NOD. BY 3piES TAPPING CREW T. NSTALL PERMANENT THRUST BLOCKING UNDER VALVE BEFORE TAP 15 RADE. JOINTS ARO BOLTS TO BE CLAM OF CONCRETE. 2. TAPPn1G SLEEVE TO BE PLACED LB' MIN FROM AWE BELL. COUPUNG. OR FITTING ON TAPPED PIPE. 3. REFER TO PLAN FOR SIZE OF TAPPED PPE. TAPPING SLEEVE. TAPPING VALVE. AND REDUCER (WHERE REQUIRED). TAPPING VALVE DETAIL NOT TO 5C..A MY 2002 NOT TO SCALE Et. �� 1 i1 DUNCE COMPACTED BACKFILL: 1505* 2518 5698 UNDER 000081015. 955 A5TM DNB ELSEWHERE TRENCH SIDE SLOPE 10100 PIPELINE EMBEDMENT (SEE TABLE) MAN TON LINE MAY BE 000VE0 TO 51APE OF TRENCHER, LWM01N MN OF 1Y THCK BEDDING LAYER MATER OF PIPE (0.0.) EMBEDMENT MATERP.L ASTI C33. GRANTOR 67 (314' TO N0. • SIEVE). 0E010E0 11015 SIEVE SIZE PERCENT PASSING BY WEIGHT 100 3/4' 90 -1CO 3/0' 20 -55 MO. 4 0 -10 ND. 20 0 -2 TYPICAL DUCTILE IRON PIPE EMBEDMENT DETAIL I I NOT 00 SCALE IP -D5I TRAFFIC LLD 8910 58 PIPE EMBEDMENT � ET PAVEMENT CONC. COLLAR 24 500100E (NOT RED/. N CON:. PINT.) 8E OD 010 SLEEVE L wATER3Y AND PRESSURE OF TAPPED PIPE) EXIT. WATER 14418 (FELD �5�7�01 e 01 �. LATERAL AND PRESSURE CLASS) ELj (5D VERAT) CONCRETE THRUST BLOCC BEARING AREA • 25 50111E FEET 9(9608 UNDISTURBED EARTH 15 BAR5 • 12' 0.1.0.1. CONCRETE SUPPORT BLOCK PROCESS MISCELLANEOUS PIPING DETAILS 1 07225-072-036 M1 •w 072 -8- 05.086 � -05 I 0 CRITICAL ROOT ZONE (C.R.2.7 RADIUS - 1 FT, PER Nd "1f OF TRUNK DIAMETER \} ORANGE MESH T STS D I GEOTEnTLE FABRIC STEEL FACE POSTS MAX 6' SPACING A. 1, WOVEN WARE SUPPORT '11 NET BACIMAG 6• 1' -fi• TRENCH CRO55 J TRENCH (BACKFR1E0) FABRIC TCE -IN SECTION SII T FENCE DIAGRAM V T iFNfE NO1Fe 1. STEEL POSTS 111001 SUPPORT ME 9LT FENCE SMALL BE INSTALLED ON A SuGHT INDIVIDUAL TREE I••••••••4••••11 :••••••••1■••••••••' 0.014..0 II�/•��I�1•��'II /'��I�M) 4014.140 144••••••1I//• •• • • I'�'�'�'� • 4 4 ii* 44. . 4 . 4 I �m��• , �'�♦�♦' , �'�' • • 1 ° ., ' . ♦ . ' / ¢ .... * ♦ ♦AAAAAA A.�♦ ��.A�� AxaE 1owARO THE ANTICIPATED RUNOFF WAGE. POST MUST 05 A0(00(0 A MINIMUM OF ONE FOOT. 2. TE TOE OF TIE 9LT FENCE SMALL BE TRENCHED N MTI A SPADE OR MECHANICAL TRENCHER. 50 THAT THE DOMSLOPE FIB OF THE 1RAd IS FLAT AND PERPENDIORAR TO THE LNE O' FLOW.YMERE FENCE CAN NOT BE TRENCHED R1 GRADE CONTRA 10' - 0 MAIL N (EG P AVEMENT) R FEN FABRC FLAP WAM WASKD GRAVEL ON UPHILL 515E 10 PREVENT FLOW 051056 FENCE. 1 THE 1RENd MUST BE A unman OF 6 ACHES DEEP AND 6 NOTES WADE TO M ALLOW FOR E 9LT FENCE FABRC TO BE LAID N THE (R0UN0 AND BAD(ALLED MM COIPACIED MATERIAL A. 9LT FENCE SHOULD BE SECURELY FASTENED TO EACH STEEL SUPPORT POST OR TO WOVEN WARE, *MOT 5 N A TURN ATTACHED TO THE STEEL FACE POST. 6 NSPECT LL O5 SHA BE WADE 65(61.0 OR AFTER EACH RARFALL EVENT AND REPAIR OR REPLACEMENT SHAG. BE MADE PROMPTLY AS NEEDED. _ 6. SILT FE.CE SMALL DE REMOVED WAIEN THE SITE I5 COMPLETELY STARGAZED SO AS NOT 1O BLOCK Or IMPEDE STORM FLOW OR ORANAGE. 7. S SMALL BE REMOVED IT READIES DEPTH 4 SU E THE T SHALL SILT OF 6 INDIES THE SILT SHALL BE DISPDSEO O A APP AN APPROVED 915 AND N SUCH A MANNER AS TO NOT CONTRIBUTE 1O ADDITIONAL TLTATON. SILT FENCE DETAIL � RD 11 P S ik t 4 (ABS) FEN FEN L LOCATION ° ( 00115 OF OHTCAL ROOT 2ONE) RADIUS - I FT. PER *401 O' TRUNK DIAMETER A 4 DIOPLHNE ` 4 CRITICAL ROOT ZONE ORANGE MESH GROUP OF TRFES FENCE AND Y 1' -5 R1 PI S L 6 T' -6 R1 ' ' /'" R2 - 2 1/2" RS ' +p• T -POSTS GRADE CON1ROL R] NOT TO SCALE P -O6 I l - ^ 6000 CHIP W0OT ' TO 6' DEPTH , -� FdR O. \ Gans � T p£E ® TRAPPED * DIM` l P. 1RUNK I ei O ' - O � . , A �i CRITICAL ROOT ZONE , TEMPORARY ^ ill ° _ EXISTING CURB AND !UTTER 5' THIC LAS AT MID -DEPOT C A 5 THICK Cl+LSS A 5000 P9 CONCRETE NM EVAN9d MA WITH TS SMOOTH DOWELS AND DOAEL SLEEVES AHD *SABERED PLANE UDIxTS ACCORDANCE WITH C.O.A TEY 72. RE -GRADE TO NO STEEPER THAN 20X UNLESS DIRECTED 60 ENGINEER AND RESTORE DISTURBED AREAS WITH SUITABLE TOPSOIL AND RE- VEGETATE, RACAL CATCH GRADE CONTROL ACCESS ROAD ` BOARDS STAFFED To . TREE TRUNK CONSTRUCTION -------- - ° III F - _ ` ` I m – ` ° - BOTH SEES MOPE 1 PER FT, URECTOR To B�nED-oEERwED W LINEAR THROUGH TRFFS TREE PROTECTION FFNCE TREE PROTECTION FENCE DETAIL Y SAND CLAMOR ON COMPACTED 9'BGRADE A• -D• (RP.) r r_r NOT TO SCALE P -06 LAYDOWN CURB SIDEWALK DETAIL /1 N IP CURB AND GUTTER DETAILS NOT 10 SCALE -06 NOT TO SCALE P -O6 I I _ - r —I' - 1r - 1— �wp) / L 7 Z °*' Al- YA A au+r $ ,'T 1 ,''F H.,T,P /7 r — - IxEa A. GIGFF FFAA��� PUBLIC WO CITY OF RO ROCK, TEXAS 1 T T QpyN.D qpo RKS DEPARTMENT „ , - + :° `�� 1j SOUTH CREEK �� :�` . �� .'. .... PROCESS MISCELLANEOUS SITE DETAILS - - I-7- - 1 fl r-- 1 ■ i / /� I T. A 51.TOURS E r-- HDR Engineering, Inc. - r' . I r_ F---17--- 0 155055 FOR BUD osroVR, M TENS TA ILL R. G ASER ® „ � I0. E. WAUER `L PRESSURE IMPROVEMENTS w °5 7- 77�� %n .� n E A L PROJECT 0* 2002 07225-072-036 P 06 � 0 NOT TO SCALE I 072-0-065610 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A C D END7 ON 4510W 05 vo y Kt� b R { 3 1 5" '1 �s. 4A f3vy3' € :1' "` - rT'* h5 t 5 _ 'c'S n Vit$^� � �' '� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDENDUM NO. 1 CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS FOR City of Round Rock, Texas South Creek Pressure Improvements General 1. None. Contract Documents and Specifications This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated May 2002. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govern. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum on the front of the Bidder's Sealed Bid Envelope per the Instructions to Bidders. 1. 1.0 NOTICE TO BIDDERS: Change the Bid Opening date from "June 11, 2002" to "June 18, 2002." The time and location remain unchanged. 2. 1.0 NOTICE TO BIDDERS: Change the Pre -Bid Conference date from "June 4, 2002" to "June 11, 2002." The time and location remain unchanged. 3. 2.0 BID DOCUMENTS - INSTRUCTION TO BIDDERS, page BD -4 Article 20: Change the Pre -Bid Conference date from "June 4, 2002" to "June 11, 2002." The time and location remain unchanged. 4. 2.0 BID DOCUMENTS - PROPOSAL BIDDING SHEET, page BD -7: Change the Date from "June 11, 2002 "to "June 18, 2002." Contract Drawings 1. None. Issued By: 07225 - 072-036 �,,,J R GLASER , JAMES �. 1-3":"""" � E 31737 ° t < ? °�F S;c�srEv'. /4'j 451°NA � [. J7 es R. Glaser, PE Vice President END OF ADDENDUM City of Round Rock, Texas South Creek Pressure Improvements ADDENDUM NO. I Page ADD l -1 May 2002 ADDENDUM NO. 2 CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS FOR City of Round Rock, Texas South Creek Pressure Improvements This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated May 2002. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govem. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum on the front of the Bidder's Sealed Bid Envelope per the Instructions to Bidders. General 1. Minutes from the Prebid Conference held on June 11, 2002 and a current plan holders list are attached. Contract Documents and Specifications 1. 2.0 BID DOCUMENTS: Delete and replace pages BD -7 to BD -10 with the revised Proposal Bidding Sheet, which is attached. 2. Section 01340: Page 01340 -2, line 15: Replace "15 days" with "10 days." 3. Section 15100: Page 15100 -2, line 10: Delete and replace with the following: "2. Cla -Val" Contract Drawings 1. Drawing G-03, General Notes: Replace General Note No. 6 with the following: "6. All areas disturbed or exposed during construction shall be revegetated. Revegetation of grass areas shall consist of sodding over the disturbed and exposed areas. All other vegetation affected by construction shall be repaired or replaced as directed by the Owner. The type of revegetation must equal or exceed the type of vegetation present before construction. 2. Drawing P-01: Delete Drawing P -01 and replace with the revised Drawing P -01, which is attached. The drawing was revised to show the addition of isolation valves near the tees. 3. Drawing P -02, Specific Note 6: Replace "Watts ACV 115, or approved equal" with "Watts ACV 115 or Cla- Val". 4. Drawing P-02, Specific Note 11: Replace "Watts ACV 115, or approved equal" with "Watts ACV 115 or Cla- Val ". 5. Drawing P -03: Delete Drawing P -03 and replace with the revised Drawing P -03, which is attached. The drawing was revised to show changes in the fencing work. 6. Drawing P -04, Specific Note 6: Replace "Watts ACV 115, or approved equal" with "Watts ACV 115 or Cla- Val". 7. Drawing P -04, Specific Note 11: Replace "Watts ACV 115, or approved equal" with "Watts ACV 115 or Cla- Val". 07225 - 073 - 036 Issued By.' /' Neil k. Graf, PE Vice President END OF ADDENDUM City of Round Rock, Texas South Creek Pressure Improvements ADDENDUM NO. 2 Page ADD2 -1 OF P EE T F ,1 1 • f '• NEIL A. GRAFF ( 133 0 . '•RF 78287 0. 3".. � J June 2002 1. WELCOME AND INTRODUCTIONS 3. WORK INCLUDES: 4. BID PROPOSAL: Include the following with the bid proposal: Bid Security Bidder's Qualifications Requirements City of Round Rock, Texas South Creek Pressure Improvements PREBID CONFERENCE MINUTES Troy St. Tours HDR Engineering, Inc. (512) 912 -5162 Chris Murphy Cunningham Constructors (512) 869 -2131 Larry Vinclarok Keystone Construction, Inc. (512) 288 -6437 Mike Gonsalvez D. Carlson & Company, Inc. (512) 331 -4249 Jeff Bell City of Round Rock (512) 801 -4461 2. BID OPENING DATE AND TIME: June 18, 2002 2:00 PM City of Round Rock 221 E. Main Street Round Rock, Texas 78664 • South Creek PRV Station — precast concrete vault, piping, valves, asphalt repair, and site work. • Sycamore Trail PRV Station — precast concrete vault, piping, valves, fence work, and site work. • Pressure testing and disinfection. Use Proposal Bidding Sheet (Section 2.0, Division 0) in Specifications Base Bid consists of eight (8) bid items that are to be summed for the Total Base Bid. 5. BIDDERS QUESTIONAIRRE AND SUBCONTRACTORS Include ALL information requested. A listing of all subcontractors, suppliers, and other persons or organizations performing work is required on the Bidder's Questionnaire. Page 1 6. FUNDING: South Creek Pressure Improvements Prebid Conference Agenda Funding will be from revenues generated from funds and contractual obligations dedicated by City of Round Rock for the Work. 7. WAGE RATES: A prevailing wage determination and requirements for prevailing wage rates is included in Section 6.0, Division 0 of the Specifications. 8. BASIS OF AWARD: In the case of ambiguity, duplication, or obscurity on 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. Until award of the contract, the City of Round Rock reserves the right to reject any and all bids and to waive any technicalities; to advertise for new proposal; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. SOIL /GEOTECHNICAL INFORMATION: A geotechnical survey has not been performed at the PRV sites. 10. BID DOCUMENT INTERPRETATIONS: Only addenda can modify bid documents, verbal responses from ENGINEER or OWNER are not binding unless included in an addendum. Submit questions in writing to: Troy St.Tours HDR Engineering, Inc. 2211 South Ili 35, Suite 300 Austin, Texas 78741 Telephone: (512) 912 -5162 Eax: (512) 912 -5158 Questions via email will also be accepted: tsttours@hdrinc.com 11. TIME OF COMPLETION: Substantial Completion for the South Creek PRV Station — 30 calendar days Substantial Completion for the Sycamore Trail PRV Station — 50 calendar days (actual site work can not begin until the South Creek PRV is substantially complete, unless authorized by the Owner) Page 2 Final Completion — 65 calendar days Liquidated damages are included in the amount of $500 per day for each day that expires after the substantial completion times listed above. Liquidated damages are included in the amount of $300 per day for each day that expires after the final completion time listed above. 12. EASEMENTS The easement for the Sycamore Trail location is expected to be secured by the time work is to commence. All work is to be confined within the limits of construction shown on the drawings. 13. BONDS AND INSURANCE: A Performance Bond and a Payment Bond are required in an amount at least equal to the Contract Amount. A Warranty Bond is required in an amount at least equal to the Contract Amount as a guarantee against defects in materials or workmanship, which may develop during a period of one (1) year from the date of acceptance of the project by the Owner. Several levels of insurance are required. See Special Conditions Section 3. 14. PAYMENTS: Payments will be made on the basis of Contractor's application for payment on or before the 1 day of each month for work completed up to and including the 25` day of the preceding month. Payment based on the approved Schedule of Values, and unit price quantities approved in place. The Owner's Resident Project Representative will review the payment applications prior to submittal to the Engineer. Retainage Provisions: • 5% retainage on Work completed. • Owner will pay the invoice amount for materials properly stored on hand. 15. PERMITS, FEES, & UTILITIES: South Creek Pressure Improvements Prebid Conference Agenda Contractor is responsible for all permits, fees and utilities required. See General Conditions, Article 3. Permits and fees include all costs associated with disposal of hazardous materials, disposal of excavated materials, and disposal/discharge of water used during construction. Page 3 16. TESTING: OWNER will pay for all passing soils and concrete tests. Costs for corrective action, failing tests, and testing associated with establishment of concrete mix design are responsibility of CONTRACTOR. 17. CONSTRUCTION SCHEDULE: South Creek Pressure Improvements Prebid Conference Agenda Other testing specified in the individual specification sections are the responsibility of the CONTRACTOR. See Section 01060. A sequence of construction is provided in this section. A critical path construction schedule including activities of subcontractors and time for submittals shall be submitted within 10 days after award of contract. Schedule shall be updated at least biweekly and submitted to ENGINEER with pay application. 18. SCHEDULE OF VALUES: A detailed schedule of values shall be submitted within 10 days after the date of the agreement. Schedule shall include breakdown of costs by structures, units, equipment, etc. and be described by specification section. ENGINEER must approve schedule of values prior to first progress payment. Schedule of values will be the basis for all progress payments. 19. SHOP DRAWINGS: A detailed list of submittals and schedule for submittals shall be submitted within 10 days after the notice to proceed. All shop drawings must be submitted and approved prior to 25% completion of the Work. Operation and Maintenance (O&M) manuals must be submitted within 60 days after the date the corresponding shop drawing is approved. O&M manuals must be approved prior to equipment start-up. 20. PRECONSTRUCTION CONFERENCE: A PreConstruction Conference will be held after contract award. Contractor's Project Manager, Project Superintendent, and appropriate Subcontractor Representatives shall attend. Page 4 South Creek Pressure Improvements Prebid Conference Agenda 21. MONTHLY PROGRESS MEETINGS: Progress Meetings will be held monthly at City of Round Rock Public Works, or as needed. 22. CARE OF WATER AND WATER FOR CONSTRUCTION OWNER will supply all water required for construction. Contractor will be required to secure a meter from the City. Contractor is responsible for care of water, dewatering the Work during construction, and removing temporary provisions. 23. PROJECT MANAGEMENT Contractor shall provide a Project Manager and Superintendent for the contract to be the single points of contact throughout the duration of the contract. The Project Manager and Superintendent shall be available by telephone at all times during the project. 24. OWNER's REPRESENTATIVE OWNER will supply a resident project representative during construction. 25. QUESTIONS • Can the substantial completion date for the South Creek PRV Station be lengthened? No. The City needs to get this PRV online and in use for the heavy water demands expected later in the summer. Substantial completion means the valve must be installed and ready for use. It may be that the upper part of the vault or hatch may not be installed at that time. If delivery time for vault components is an issue, a cast- in-place vault is an option for the Contractor. The design requirements, calculations, and drawings listed for the precast vault also apply to a cast-in-place vault and shall be submitted via the shop drawing process. • The drawings show a footer on the vault, but precast vaults usually don't come with a footer. Will this be an issue during review of the submittals? No, as long as the vault calculations and drawings are sealed by a Registered Professional Engineer licensed in the state of Texas. • How deep is the 24" line at the Sycamore Trail PRV Station? The line was potholed and Jeff Bell thinks the line has 3 FT to 4 FT of cover. There is a riser pipe over the 24" line for inspection if the Contractors want visit the site. • What are the disposal requirements for asbestos pipe? It is treated as a hazardous material. Appropriate methods shall be used if asbestos pipe is cut. It is recommended that full pipe lengths be replaced, however, to minimize Page 5 or eliminate the need for cutting. South Creek Pressure Improvements Prebid Conference Agenda • Where are the mainline isolation valves on South Creek Drive? One is located north at the corner of Redwing and South Creek Drive and the other is located about 150 FT to 200 FT south of the vault location. One house service is within these isolation valves, however, the service will be moved by the City prior to the start of the work. • What type of grass replacement will be used? Disturbed areas shall be restored using sod instead of reseeding. • Is the asphalt and curb work part of the lump sum bid for the South Creek PRV Station? Yes. • Would the City like to install isolation valves at the tees feeding to the South Creek PRV Station? After discussion with the City, an isolation valve will be installed at or near each tee. See Addendum No. 2. • What area can be used for staging? The area at the Sycamore Trail location can be used for staging. Additional space at this location may be accessible with coordination from the Owner. Staging at the Kenningham park will not be permitted. • The Engineer is planning on issuing Addendum No. 2 in the next day or two. The addendum will include fencing changes for the Sycamore Trail PRV station, the isolation valves for the South Creek PRV Station, and miscellaneous items. • If an addendum is to be issued, will the bid date remain the same? Yes. Page 6 UM MI all = MI I= NM O — — — NM N — INE INN City of Round Rock South Creek Pressure Improvements z 3 4 5 2211 S. IH 35, Suite 300 s 7 10 11 12 13 14 15 A Engr. Engr. Plnhse Plnhse Plnhse Owner Contractor Contractor Contractor Contractor Contractor Supplier Contractor B HDR HDR AGC F.W. Dodge Reports Builders Exchange City of Round Rock Nelson Lewis, Inc. Keystone Construction CC Carlton Ind. Ltd. Psencik Construction Ltd. Cunningham Constructors & Assoc. Inc Hugh M. Cunningham, Inc. D. Carlson & Company Inc. c Troy St. Tours Neil Graff Clementina Rodriguez Nicole Lorena Ruiz Don Rundell Hank Lewis John Scheff Jay George Larry W. Jezek Chris Murphy Fred Izard Mike Gonsalvez 2211 S. IH 35, Suite 300 609 S. Lamar 505 E. Huntland, Suite 310 4047 Naco Perrin # 100 2008 Enterprise Dr. 450 E. FM 1431 7100 Old Bee Caves Rd. 612 Brazos, Ste. 210 1506 Commerce Dr. 4350 FM 1105 13755 Benchmark 12135 Pecan St. Austin, TX Austin, TX Austin, TX Austin, TX San Antonio, TX Round Rock, TX Marble Falls, TX Austin, TX Austin, TX Temple, TX Georgetown, TX Dallas, TX Austin, TX 78741 78741 78704 78752 78217 78664 78654 78735 78701 76504 78626 75234 78727 0 512 - 912 -5162 512 - 912 -5111 512 -442 -7887 512 - 458 -1342 210-564-6900 512 - 218 -5554 830- 693 -8874 512- 288 -6437 512 - 476 -4282 254 - 773 -6464 512 -863 -2131 972 - 888 -3808 512- 331 -4249 H 512-912-5158 512 - 912 -5158 512 - 442 -3503 512 - 467 -2806 210 - 564 -6901 512-218-5563 830- 693 -5986 512 - 288 -6439 512- 476 -4286 254- 773 -2934 512 -869 -0728 972 - 852 -3479 512 - 331 -0041 07225- 073 -036 Engineer's Estimate $215,000 Bid Opening: 06/18/02 2:00 PM Prebid - 6/11/02 2:00 PM Addenda #1, issued 6/3/02 2:31 PM6/12/2002 PROPOSAL BIDDING SHEET JOB NAME: City of Round Rock South Creek Pressure Improvements JOB LOCATION: Round Rock, Williamson County, Texas OWNER: DATE: Gentlemen: City of Round Rock, Texas June 18, 2002 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 CITY OF ROUND ROCK SOUTH CREEK PRESSURE IMPROVEMENTS and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID Bid Item Description Item Quantity Unit and Written Price Amount 1. 1 Lump Mobilization (Not to Exceed 5% of Total Base Bid) Sum for dollars and cents. $ 2. 1 Lump Amount to include all Work indicated on the Drawings and Sum as specified for the construction of the South Creek Drive pressure reducing valve station and vault, all site work, piping, valving, pavement repair, and all other items required to complete the pressure reducing valve station. for dollars and cents. BD -7 (Reissued by Addendum No. 2) 3. 1 Lump Amount to include all work, labor, equipment and materials Sum for installing, maintaining, and removing approximately 155 linear feet of trench and excavation safety for the work related to Base Bid Item No. 2. for dollars and cents. 4. 1 Lump Amount to include all Work indicated on the Drawings and Sum as specified for the construction of the Sycamore Trail pressure reducing valve station and vault, all site work, piping, valving, and other items required to complete the pressure reducing valve station. for dollars and cents. for dollars and cents. for dollars and cents. BD -8 (Reissued by Addendum No. 2) 5. 1 Lump Amount to include all work, labor, equipment and Sum materials for installing, maintaining, and removing approximately 80 linear feet of trench and excavation safety for the work related to Base Bid Item 4. 6. 1 Lump Amount to include all work, labor, equipment and Sum materials for installing, maintaining, and removing approximately 30 linear feet of temporary chain link fencing related to Base Bid Item 4. 1 7. 1 Lump Amount to include all work, labor, equipment and 1 Sum materials for removing approximately 22 linear feet of exsiting 6 FT privacy fencing related to Base Bid Item 4. 1 for dollars and cents. $ 8. 1 Lump Amount to include all work, labor, equipment and 1 Sum materials for installing approximately 22 linear feet of 6 FT privacy fencing and access gate related to Base Bid Item 4. 1 for dollars and cents. $ 1 TOTAL BASE BID (Items 1 thru 8): $ I STATEMENT OF SEPARATE CHARGES: Materials: $ 1 All Other Charges: $ Total: $ 1 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 1 written Notice to Proceed. BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with the General Conditions and Special Conditions within the number of 1 calendar days below: Substantial Completion for Bid Items 2 and 3: 30 Calendar days 1 Substantial Completion for Bid Items 4, 5, 6, 7, & 8: 50 Calendar days Final Completion 65 Calendar days 1 BIDDER accepts the provisions of the Special Conditions as to liquidated damages in the event of failure to complete the Work within the times specified. Liquidated damages for failing to complete the Work 1 indicated shall be assessed as indicated below: Substantial Completion for Bid Items 2 and 3: $500 /day 1 Substantial Completion for Bid Items 4, 5, 6, 7, & 8: $500 /day Final Completion $300 /day 1 1 BD -9 (Reissued by Addendum No. 2) 1 The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, Signature Print Name Address Title for Telephone Name of Firm Date Secretary, if Contractor is a Corporation BD -10 (Reissued by Addendum No. 2) SOUTH CREEK DRIVE P.R.V. VAULT — LOCATION PLAN I I SCALE: 1' - 20' I P -01 DRAWING RE0n5E0 MID REISSUED PER ADDENDUM NO. 2 ISSUED FOR BI0 r i- E — 1— 1 — E r OF/M2 MEW TA5 TA5 NAG 05/!-/02 NEW TA5 TA5 nu GENERAL NOTES' A. REFER TO SHEET 0 -03 FOR ADDITIONAL NOTES. B. PRIOR TO ASV CONSTRUCTOR THE ACTUAL LOCATION OF THE P.R.V. VAULT SHALL BE APPROVED BV THE ENGINEER AFTER EXISTING UTILITIES ARE FIELD VERIFIED. C. ALL SUE PIPING 5.1.1 BE DUCTILE IRON WITH BRUYNDUS CUATFIC AND GUEST WRY. BURIED PIPING SHALL BE POLYWRAPPEO AND NSTA11610 11)10 RESTRAINED JOINTS PIPE AND VALVES SDNLL BE A NOMAJTL OF CLASS 150. 0. ALL BURIED PIPING SHALL BE 'INSTALLED Wm A 614 0W COVER OF 0.0 FEET. E. THE CONTRACTOR SHALL PROVIDE COUPLINGS EVAN51OW JONTS, AND THRUST RESTRAINTS AS REDLINED FOR ALL PIPING. F. All VALVES, MOWS. AND PIFE NOT DESGNA1(0 OTHERWSE SHALL BE POW WED AND NSF 61 CERTIFIED 0. COORDINATE SHUTOOWN OF THE EXIST 12 UNE WITH THE CSI. SHUTDOWN WILL BE WREO TO 46 HOURS H . EYISTN0 12 WALT6IL.56 PIPING 5 ASBESTOS CEMENT PIPE FOLLOW ALL APPLICABLE LAWS AND REGULATIONS FOR THE REMOVAL RE AND DISPOSAL OF ASBESTOS CENT (TRANSITS) PIPE. REPLACE 0 TO INSTALL THE 12 . 12 TEES I. SRN CUT EOSDN6 CONCRETE CUR131IIO PRIOR TO EXCAVATION AND REPAIR CONCRETE CURING PER DETAIL / � P -0 J. SAW CUT 685)1NG ASPHALT PAVEMENT PRIOR TO CRAG AND REPAR ASPHALT PAVEMENT PER DETAIL P -05 C SUMO TRAFFIC CONTROL PLAN AS RE0URE0 ON SHEET 0 -0J. 1. THE LOCATION OF THE EXISTING 12 WATERLINE 5 APPRO0ONTE 0NL1. THE CONTRACTOR SHALL FEW VERIFY PIPE LOGATON AND MATERIAL PR0R TO CONSTRUCTION. M. SHALLOW GROUND WATER HAS BEEN NOTED AT THIS 51TE. ANr OEWATERNG OF THE EXCAVATION ANO/0R TRENCH REQUIRED 5 THE RESPONSIBIUTF OF THE CONTRACTOR AND SHALL BE INCIDENTAL TO THE PRICE 80 FOR DIG PROJECT. SPECIFIC NOTES O LOCATE BURIED VALVE AS CLOSE AS POSSIBLE TO TEE RISING 12 BLIP UTERINE INSTAL 12 TEE. W . PE /INSTALL SOUTH CREED ! / . ` PRE55URE L REOUCING , - ▪ . SEE SHEET 61=02 C0STRUCTON (1661) PROP-05 PERMANENT FASE Cm') • • • , CENTERLINE OF % VAULT AND P,6.1/.R / INSTALL 1T 45' ELBOW / 00 • W—• INSTALL 12 45• ELBOW W . PE INSTALL 12 AS ELBOW W . W \1 :\ / O ' / T O INSTNl 124 GATE VALVE 6 11 COB1 ANO VALVE x. SEE. TAIL A / SCALE: 1' - 5' CITY OF ROUND ROCK. TEXAS ............ 1 PUBLIC WORKS DEPARTMENT aVF1�0........, F - , `a SOUTH CREEK � " : PRESSURE IMPROVEMENTS .AAA2F'FN'E PROJECT SOUTH CREEK DRIVE P.R.V. VAULT — PIPING PLAN .�� LIMOS Oi C0ISTRUCi10N / ;' / -- - STALL 12- GATE VALVE 0501 A D VALVE 0. SEE L THRUST BLD 5EE DETAIL /� TI LINES NI RHE ' POWER LINES G[. P -05 P -05 REDONE FULL JOINT OF EXIST. j J 12 PIPE AND INSTALL 12 0.I.P. WTD1 065160660 COUPLING AT FACN CONNEC100. A5 0(00. FOR TIP( OF PIPE (GYP) PROCESS SOUTH CREEK DRIVE PRESSURE REDUCING VALVE VAULT SITE PLANS LAG 2002 07225- 072 -006 NW AS NOTED ..- 072- P- 01.0WC CAUTION! EXIST. GAS MR. PROTECT DURING CONSTRUCTION P -07 - 1- SYCAMORE TRAIL P.R.V. VAULT - LOCATION PLAN SCALE: T' . 20' P - 1 DRAPING REWSED AND REISSUED PER ADDENDUM NO 2 0 11SSUED FOR BID I r 1 - 1 1 -- r- F 1- r - r= - 1- 06TMR 15EW iA4 FAT NAC 05/M/OT MEW TAS 505 NAC 1 W000 FFNCF NOTES' 7. W000 FENCE REPLACE8ENT AND FATE INSTALLATION 5 TO TE COMPLETED AMER THE EXCAVATION AND TAPPING OF 714 ER5TING 8' WATERNRIE MTMN THE EX5080 15' PUBLIC 1411LIIY EASEMENT. COORDINATE ACCESS TO TIE SITE WITH THE CITY AND THE LAM OWNER, OENFRAI NOTES: A. REFER TO SKEET 0 -03 FOR 0001107111. NOTES. 9. PRIOR TO ANY CON5T8IJCTION THE ACTUAL LOFATION OF THE PAY VAULT SHALL BE APPROVED BY THE ENGINEER AFTER EXISTING UTILITIES ARE FIELD VERIFIED. C. ALL S ITE PPNG %MU BE DUCTILE IRON WITH BTUYR10US COMM: AN0 CEMENT UNINO. BURIED PIPING 51101. BE P012682PPEO AND INSTALLED WITH RESTRAINED 101105. PIPE 7110 VALVES OWL BE A YINIMUY or 01855 150. 0. ALL MIMEO PIPING SNW.L BE MULLED MTN A IOFRKIu COVER OF IA FEET. E. THE CONTRACTOR SHALL PR0210E COUPUN05, EXP816ON JOINT5. AND THRUST RESTRAINTS AS REQUIRED FOR ALL PIPING. F. ALL 0µ11E5, FITRNGS. MO PPE NOT DESIGNATED OTI(RIMSE SHALL DE EPDXY LINED AND NSF 81 CERIYIED, G. SI1LLO6 G80UN0 MATER 1105 NOT BEEN NOTED AT NS SITE. ANT DEWATERIK OF THE EXCAVATION 805/05 TRENCH REWIRED 5 THE 8ESPONSIMU171 OF THE CONTACTOR NO SNAIL BE RICOENT0 TO THE PRICE BO FOR 7176 PROJECT. 2. Tr000 FENCE MATEBAL 1. PORTS: 4714188' 0.40 PRESSURE TREATED 12 GRADE YELLOW PINE. 2. ORS: 27141115' 0.40 PRESSURE TREATED 12 GRADE YELLOW PINE. 3. PCKET5: WESTERN RED CEDAR 12 SELECT 11011 KNOT (STK). A. SEE AND STYLE OF PICKET TO MATCH 001018 G 8E5OENML FENCNG. 4. FASTENERS: A. RAILS: GA.:WED SCREW SANK SLEEVE NAILS 1108 C 8, POKER: ALUMINUM SCREW SHANK NMS 149A, 5. GTE HARDWARE A STRAP HINGES AND MOUNTING 1 MROWME: HE2YY DUTY, RU51- RESISTANT. 8LMJC 1118511. 01ANTTTY - THREE SETS. B. LATCH AND MOUNTING 1AROARE: SLOE -BOLT ACTON OR APPROVED EQUAL. NFAVY DUTY. RUS7- RESSGM, BUCK PINSF. (GTE CONFIGURATION SHALL BE SUCH TAT THE uOl AND PADLOCK CAN BE ACCESSED. LOCKED, AND UNLOCKED FROM BOTH THE INSIDE *021 THE OUTSIDE OF THE GTE). 0. PADLOCK: PROVIDE HEAVY W1Y, RUST RESOTMIT PADLOCK WITH TEN KEYS. 3. 8000 FENCE NSTALLATON: I. MATCH arum 800180NAL FENCING. 2. ERCAVATE PORTHOLES APPROXIMATELY 8- INCHES N DIAMETER. AND APPROXIMATELY 24-INCHES DEEP. 3. CONCRETE POSTS IN HOLE UP TO THE GROUND SURFACE. ENSURE POST ARE VERTICAL BUBBLE LEVEL PLUM. A. POSTS MR BE SET ON 8 FT CENTERS. 5. 8MS MLL EXTEND ACROSS THREE POSTS. THE TOP RAIL AND BOTTOM RAIL SMALL BE THE 5118E DISTANCE FROM TIE GROUND SURFACE AS THE RN15 ON THE EXISTING FENCE FASTEN THE TARS TO POSTS uSIK TWO NAILS PER RAIL PER POST. 6. PICKETS WILL BE INSTALLED VER1GL BUBBLE LEVEL PLUM. FASTEN PICKETS TO RAILS USING 2 NUI5 PER PICKET PER RAIL WIRF FFNCE NOTES: 7. 818E FENCE MATERNAL I. POSTS: HEAVY -DUTY GNVAAZEO STEEL 1 -POSTS, MEASURING 4 -r ABOVE GROUND-uNE AND 2• BELOW GROUND -1INE. 2. FABRIC: W54' 9 CATTLE GALVANIZED STEEL WELDED MANE FABRIC. 3. TIES: 12 WOE CALM/QED STEEL WOE RES 2. RARE FENCE 185TAUAT0N: 1. POSTS SNAIL BE DRIVEN INTO IN05NRBED SOIL ONLY. 2. POSTS MLL BE SET ON 8 FT CENTERS 3. POSTS WILL BE INSTALLED VERTICAL BUBBLE LEVEL PLUM. 4. RARE FAME WILL BE SECURED TO POSTS 21141 TES AT EACH HORIZONTAL STRAW. 5. RARE FABRIC VOL BE LAPPED DAILY AT POST LOCATIONS, NTH EACH HORIZONTAL STRAND SECURED TO P05T. O TEMPORARY FENCE NOTES: INSTALL APPR0RI11ELY 30 LF. OF TEMPORARY CONN UNK FENCING PRIOR TO REMOVAL OF EK5RNG W000EFI FENCE. REMOVE TEIIPDARY FENCE AFTER TH0 4400001 FENCE HIS BEEN REDUCED AND 171E NEW GTE 865ALLE0. COORDINATE WITH THE COY AND THE LAND OWNER. CAUTION: TE LAND OWNER HAS PET DOGS ON Pe0PER1Y. PROV10E ALL FACILITIES NECESSARY TO PROTECT AND SECURE TN6 PROPERTY. HDR Engineering, Inc.. INSTAL. 8' 0.1P. *21150LINE 1 1 THRUST 011201,17 SEE DETAIL P -0.5 f EXIST. D.1P. 24' WATERLINE R(LO VERIFY MARTIAL I AN4 1002506 ..' MOVE APP1D1C 22 LF. I OF CASTRO' 8' PRIVACY WOODEN 1ENCING AND REPLACE I WM1 New 6' WOODEN FENCNG • EXIST. SIDEWALK ® J. R. GLASER Y. E. NMUER M I O . 0140R R I +' I / EK67. 5104 I :1 WATER INLET 1, al f V: - H INST*4J. E RSONE11 CLEAR •3 OVER Nwr NOTERN4NE I l f / / / I 91STALL i. TAPPING REEVE, 140" TAPPING VALVE 1( iWIFA VALVE 1 5E6 D / VI 11 I fl I 715Tµ. O 1 TEIWO8MY 0I0.1N Low 1ENCE1 EXIST. TF PRIVACY I . FENCE ✓ t� 03800E EAST. RARE FENCE '\ 8l TALL NEW RARE FENCE ON PP004 ETER OF P EASE//ENT. FROM \ \ FENCE pC1TIOM RAN M EE P001 ( iN5 POSY 1(SOU EN �. SEE l GNAW .118 -.. _........ r• THRUST sEE oETA�i DG1' CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPARTMENT PROP0508 PERMANE EASEMEN la � `q ':k3 SOUTH CREEK PRESSURE IMPROVEMENTS PROJECT CENTERLINE T t 1PKILT. A10 P.R.VS q \ INSTALL SYCAMORE CREEK \\ PRESSURE RE01X1NO 18U/E VAULT, SEE MCC P -04 5\ 1 18151µL 8'45' ELBOW. NAPE I e' . ELBOW, MJ.PE 'I SYCAMORE TRAIL P.R.V. VAULT - PIPING PLAN MAT 2002 AS NOTED NUTS OF CONSTRUCTION -.J 016T. 6' PMvACY WOODEN FENCE TO REMAIN, REPLACE WITH NEW WOODEN FENCING R DAMAGED, TYPICAL PROCESS 1 `, I 07225 -072 -036 I °" 072- P- 03.0W0 SYCAMORE TRAIL PRESSURE REDUCING VALVE VAULT SITE PLANS 10 8 6 RESOLUTION NO. R- 02- 07- 11 -10D1 WHEREAS, the City of Round Rock has duly advertised for bids for the South Creek Pressure Improvements Project, and WHEREAS, Keystone Construction, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Keystone Construction, 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 Keystone Construction, Inc. for the South Creek Pressure Improvements 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 ST: k llth day of July CHRISTINE R. MARTINEZ, City Secret : ODMA\ WORLDOX\ O : \WDOX \RESOLUTI \A20711D1.WFD /sc City of Round Rock, Texas y Amy ` Mayor ZOO rJ IORT9 ON 11I /Y.L1 t'Z :5T IIH.L ZOOZ /OZ /90 ZOO Di June 20, 2002 Don Rundell, P.E., Chief Utility Engineer City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664 Re: City of Round Rock South Creek Pressure Improvements Recommendation to Award Dear Mr. Rundell: hD: On lune 18, 2002, HDR Engineering assisted the City of Round Rock in opening bids for the above referenced project. Five bid proposals were received with total base bid prices ranging from $89,600 to $187,546. A tabulation of the bids received is attached Hank Lewis, Inc. submitted a written request (attached) after the bid opening to remove their bid proposal from consideration due to a material defect in the bid prices they submitted. We agree that their bid prices are unreasonable, and it would not be in the best interest of the City to consider Hank Lewis, Inc. for Award. Based on this recommendation, the apparent low bidder for the total base bid is Keystone Construction, Inc. from Austin, Texas. HDR has reviewed the bid proposal submitted by Keystone Construction, Inc. and found it to be accurate and complete. We contacted several of Keystone's references, and documented their experience as it relates to this project. HDR also obtained a Dun and Bradstreet Business Information Report for Keystone Construction, Inc. The report stated that the company has a "clear" history, a "fair" composite credit appraisal, and shows the majority of payments to suppliers are within terms. References with Keystone Construction, Inc.'s bonding company and bank indicate there are no problems with bonding or financial stability. Based on the information presented, we feel that Keystone Construction, Inc. is capable of completing the project and we recommend that the City of Round Rock accept the base bid of Keystone Construction, Inc. in the amount of $144,120. Upon your instructions, we will prepare a NOTICE OF INTENT TO AWARD letter and other contract documents to be forwarded to Keystone Construction, Inc. Please call me if you have any questions. Sincerely, HDR Engineering, Inc. _�L r� C�r P .sue Troy St.T - • enclosures HDR Engineering, Ine. 2211 South IH 35 Telephone Suite 300 512 912 -5100 Austin.Texas Fax Employee Owned 78741 • 512 912-5158 red OC :ST LIH.L ZO /OZ /90 I Bid Tabulation City of Round Rock, Texas South Creek Pressure Improvements Bids OpenedJune 18,2002, 2:00 PM Bid Bond Acknowledge Receipt of Addenda D. Carlson' Y Y C.C. Carlton ndustries. LTD. Y Y Chasco Contracting Y Kevs tone Construction, Inc. Y Y Nelson a Lewis, Inc, Y Y BId Item # Description Base BId Items 1 Mobilization 2 South Creek DR. PRV Station 3 Remove Existing Wooden Fence 4 Sycamore Trail PRV Station 5 Trench Safety Systems for Item 4 6 Temporary Chain Link Fence 7 Remove Existing Wooden Fence 8 Install Wooden Fence Total Price Total Price Total Price Total Price Total Price $ 3,000.00 $ 78,614.00 $ 27,985.00 $ 54,327.00 $ 18,000.00 $ 2,200.00 $ 560.00 $ 2,860.00 $ 9,000.00 $ 70,000.00 $ 5,000.00 $ 91,600.00 $ 2,600.00 $ 1,000.00 $ 1,500.00 $ 2,500.00 $ 7,000.00 $ 76,700,00 $ 2,300.00 $ 58,900.00 $ 2,300.00 $ 500.00 $ 100.00 $ 800.00 $ 7,000.00 $ 68,000.00 $ 980.00 $ 65,000.00 $ 500.00 $ 600.00 $ 440.00 $ 1,600.00 3 4,000.00 $ 45,000.00 $ 1,500.00 $ 34,600.00 $ 1,500.00 $ 1,000.00 $ 500.00 $ 1,500.00 Total Base BId Amount, {Sum of items 1-81: J $ 187,546.00 183,100.00 1 $ 148,600.00 $ 144,120.00 $ 89,000.00 1. Total Base End on Form was $187,566, Bid was not on revised form included In Addendum No. 2 2. Bid relented due lo material defect. 0 0 0 • w • 41500 [o9T9 ON xi[ /L1,1 4Z:ST ❑Ha. Z 00Z /OZ/90 06/20/2002 11:33 8306935986 r0021 To: Don Rundell City of Round Rock CC: Troy St. Tours HDR From Hank Lewis, Nelson Lewis, Inc. Memo: NELSON LEWIS INC PAGE 01 June 20,2002 As per our conversation earlier, NLI would like to withdraw our bid on City of Round Rock -South Creek Pressure Improvements. As you can imagine, looking at the prix difference, we made some errors in our bidding process. I apologize for any confusion or inconvenience this has created and will look forward to bidding your work again in the future, if allowed to do so. %tl3 OC.ST (IH.L Z0 /OZ /90 i • 7\ . i/It 0 ,1111� 44011111111111 A.-, as `` r� t l 1 uuni gul -b . IIIIIIIIIIz. E . r � ' - i ii ZIP• qr'i rig a 1 10 4 e z ta,,, A l i e I A p OW 2 1111111111W 4w r 41111.11.1r1"."9"Wk rea PROPOSED PRESSURE REDUCING VALVE (PRV) LOCATION _ 0 611 .4010 40 �9rr° a: • n nnill 0 0 . ". t y ► i ii : 3 r . gr outirteitelr , i i�i1� :::::::: �� i st °ia i uo lam∎ = � ' 041 1.1' sm. I /rlrr#, ''''''''.---111111111 .11 somIllMetTe Aso `�rnrrirn� "„� _. 7 1 1 ' I 11 ..-,,T oili r. PROPOSED PRESSURE REDUCING VALVE (PRV) LOCATION SOUTH CREEK PRESSURE IMPROVEMENTS S \GRAPHICS \COUNCIL AGENDA ITEMS \ ENGINEERING \SOUTH CREEK 1 -23 -01 RLR DATE: July 3, 2002 SUBJECT: City Council Meeting — July 11, 2002 ITEM: 10.D.1. Consider a resolution authorizing the Mayor to execute a contract with Keystone Construction, Inc. for the South Creek Pressure Improvements Project. Resource: Jim Nuse, Chief of Operations /Assistant City Manager Don Rundell, Chief Utility Engineer History: The general scope of work under this contract is to install two (2) pressure reducing valves (PRVs) to serve the north end of the South Creek Development. This area has been experiencing higher than normal water pressures in the range of 100 psi plus. With the completion of this project these pressures will be reduced to within the 60 to 90 psi pressure ranges. Five (5) bids were received and opened at 2:00 p.m. on Tuesday, June 18, 2002 with a high bid of $187,546.00 and a low bid of $89,600.00. The second lowest responsible bid was received from Keystone Construction, Inc. bid at $144,120. The low bid of $89,600.00 was rejected as unreasonable scope of work under this contract. Therefore, staff concurs with HDR's recommendation to award the contract to Keystone Construction, Inc. Funding: Cost: $144,120.00 Source of funds: Self- Financed Utility Fund Outside Resources: Keystone Construction, Inc. ImpactBenefit: To provide water service pressures to our South Creek customers within reasonable levels. Public Comment: N/A Sponsor: N/A