Loading...
R-81-386 - 5/14/1981Lake Georgetown Project TEXAS Improvements, Contract No. 2. ATTEST: That the bid of is hereby accepted NE LAND, City Secretary Water Line Contract No. 2 RESOLUTION NO. � WHEREAS, the City has duly advertised for bids for the construction of Water Line Improvements, Contract No. 2 as part of the project to acquire needed water from Lake George- town, and jj IIIIII -��- WHEREAS, /}( �! I/L submitted the 1 west and best bid, said bid being in the amount of $// and WHEREAS, the Council wishes to accept the bid of � All A4 , and to enter into a contract for the construction of said improvements, Now There- fore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, Mayor is hereby authorized and •rected to execute on behalf of the City a contract with for the construction o`f the Water Line TH RESOLVED this / — day of May, 1981. and best bid, and the LARRY L1.': TCENN , Mayor City of Round Rock, Texas TO: City of Round Rock 214 East Main St. Round Rock, Texas 78664 APPROVAL Form (2 -77) Control 337 Section 1 Maintenance Section No. 012 Hwy. No. SH 29 Williamson County Date June 25, 1981 Permit No, 12 57-81 The State Department of Highways and Public Transportation offers no objec- tion to the location on the right -of -way of your proposed Water Line line as shown by accompanying drawings and notice dated 5 -1 -81 except as noted below. It is expressly understood that the State Department of Highways and Public Transportation does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the State Department of Highways and Public Transportation may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. You are requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right -of -way, so that we may provide specifications for the extent and meth- ods to govern in trimming, topping, tree balance, type of cuts, painting ruts and clean -up. These specifications are intended to preserve our con- siderable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate pro- visions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. Minimum clearances above the roadway for aerial utilities shall be 22' for power lines and 18' for communications lines. SPECIAL PROVISIONS: Please notify Luther Toungate telephone 8632842 at least forty -eight (48) hours prior to starting construction of the line in order that we may have a representative present. By: STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION G - �yw-•�� Dist ct Engineer - DiW(f t Number 14 NOTICE OF PROPOSED INSTALLATION UTILITY LINE ON NON - CONTROLLED ACCESS HIGHWAY See Attached Construction of this line will begin on or after the May , 1981 Date 3 -11 -R1 TO THE STATE HIGHWAY AND PUBLIC TRANSPORTATION COMMISSION c/o DISTRICT ENGINEER STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION Austin - , TEXAS Firm Citv of Round Rork By Jack Harzke. P.F. Title Director of Public Works Address 214 East Main St. Round Rock. Texas 7R6fi4 Form 1 (2 77) Formal notice is hereby given that City of Round Rnck da944Kproposes to place a 30" Raw Water Transmiss on Main (C.S.C. nr - fl - tj line within the right -of -way of State Highway No. 29 in Williamson County, Texas as follows: (give location, length, general design, etc.) The line will be constructed and maintained on the highway right -of -way as shown on the attached drawings and as directed by the State Department of Highways and Public Transportation in accordance with governing laws. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). The location and description of the proposed line and appurtenances is more fully shown by 1 complete sets of drawings attached to this notice. day of To: City of Round Rock 214 East Main St. APPROVAL Permit No. 12 -56 -81 Control 15 Section 9 Hwy. No. IH 35 Round Rock, Texas 78664 Date June 25, 1981 Williamson County The State Department of Highways and Public Transportation offers no objection to the location on the right -of -way of your proposed Water line as shown by accompanying drawings and notice dated 5 -1 -81 except as noted below. Your attention is directed to governing laws, especially to Article 6674w -1, Vernon's Annotated Civil Statutes of Texas, pertaining to Control of Access. Access for servicing this installation shall be limited to access via (a) frontage roads where provided (b) nearby or adjacent public roads or streets, or (c) trails along or near the highway right -of -way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right -of -way for normal service and maintenance operations. The Utility Owner's rights of access to the through- traffic roadways and ramps shall be subject to the same rules and regula- tions as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediage action required by the Utility Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owner shall have a temporary right of access to and from the through- traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided the State Department of Highways and Publ Transportation is immediately notified by the Utility Owner when such repairs are 4 initiated and adequate provision is made by the Utility Owner for convenience and safety of highway traffic. It is expressly understood that the State Department of Highways and Public Transporta- tion does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the State Department of Highways and Public Transportation may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. All work on the highway right -of -way shall be performed in accordance with State Depart- ment of Highways and Public Transportation instructions. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconvenience to traffic and adjacent property owners. In the event the Owner fails to comply with the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. Please notify Luther Toungate forty -eight (48) hours prior to starting construction of the line in order that we may have a representative present. STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION By. District Engineer Dir:Ft'. 14 NOTICE OF PROPOSED INSTALLATION UTILITY LINE ON CONTROLLED ACCESS HIGHWAY TO THE STATE HIGHWAY AND PUBLIC TRANSPORTATION COMMISSION c/o DISTRICT ENGINEER STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION Austin ; TEXAS Formal notice is hereby given that City of Round Rock _, allalli proposes to place a 30" Raw Water Transmission Main (f.S.C. ri - R-fi t line within the right -of way of Interstate Highway No. 35 in Williamson County, Texas as follows: (give location, length, general design, etc.) See Attached Date 3 -31 -81 Form 1082 N (x-77) The line will be constructed and maintained on the highway right- of-way as di- rected by the State Department of Highways and Public Transportation in accor- dance with governing laws. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). The location and description of the proposed line and appurtenances is more ful- ly shown by 1 copies of drawings attached to this notice. Construction of this line will begin on or after the 1 day of May , 19 81 Firm City of Round Rock B Jack Harzke, P.E. Title Director of Public Works Address 214 East Main St. Round Rock, Texas 78664 Haynie & Kaltman, Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock. Texas 78664 (512) 255 -4564, 255 -1861 Mr. John R.,Hughes John R. Htyghes Construction Co. P. 0. Drawer 3400 Austin/Texas 78764 Dear Mr. Hughes: July 13, 1981 Re: City of Round Rock Water Line Improvements Contracts No. 1 & No. 2 R.O.W. Permits This letter is to serve as notice that as a condition of the right -of -way permits, the Highway Department is requiring that blasting mats be used for all blasting performed within the highway right -of- way. We will forward copies of the permits as soon as they are receiv- ed. If you have any questions or comments, please call me. DGC /cla cc: Mr. Bill Huggins V Texas Department of Highways & Transportation, District 14 Sincerely, HAYNIE & KALLMAN, INC. David G. Currington, Project Manager REG'O 201981 Timothy E. Haynie, P.E. Steven D. Kaliman, P.E. ( ( r. CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING Haynie & Kallman Inc. CQNSULTING ENGINEERS CITY OF ROUND ROCK, TEXAS WATER LINE IMPROVEMENTS - 1981 CONTRACT NO. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Bids will be received on Contract Nos. 1 & 2, at City Hall, 214 E. Main Street, Round Rock, Texas 78664, at 10:00 o'clock A.M., on April 23, 1981. Bids will be received on Contract Nos. 3 & 4, at City Hall, 214 E. Main Street, Round Rock, Texas 78664, at 2:00 o'clock P.M., on April 23, 1981. �] 7 / Specification No. / Haynie & Kaltman, Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock, Texas 78664 (512) 255.4564, 255 -7861 ADDENDUM NO. 2 April 24, 1981 WATER LINE IMPROVEMENTS - 1981 Addendum No. 2 to the Plans, Specifications and Contract Documents for the "Water Line Improvements - 1981" project for the City of Round Rock, Texas. 1. Reference Sheet 23 and 24 of the Plans. On Waterline Contract No. 2 - Alternate "A" Route, from station -0 +07.49 to station 51 +15, the assignment of the raw water line shall be 6 feet from and South of the North Highway 29 right -of -way line, rather than varying from a 6 foot assignment in several places as shown on Plan Sheets 23 and 24. Reference Note 2 on Sheet 23 of the Plans. The mainte- nance foreman, Luther Toungate, has notified our office that the removal of any trees necessary for the installa- tion of the raw water line on the 6 foot assignment along Highway 29 will be approved by the Highway Department. 2. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of the "Proposal ". ADDENDUM NO. 2 - 1/1 CIVIL ENGINEEi1 - . " • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING Timothy E. Haynie, P.E. Steven D. Kaltman, P.E. Haynie & Kallman, inc. CONSULTING ENGINEERS 2115 North Mays Round Rock Texas 76664 (512) 255 -4564, 255- 7861 ADDENDUM NO. 1 April 16, 1981 WATERLINE IMPROVEMENTS - 1981 Timothy E. Haynie, P.E. Steven D. Kallman, P.E. Addendum No. 1 to the Plans, Specifications and Contract Documents for the "Waterline Improvements - 1981" project for the City of Round Rock, Texas. 1. The bid opening date of Thursday, April 23, 1981, has been changed to Thursday, April 30, 1981. The times dur- ing the day for the bid openings on all contracts will remain the same as shown in the "Notice to Contractors" in the Contract Documents. 2. In the Bid Proposal for Contract No. 3, delete Alternate Bid "E ", Pages 19, 20 and 21 of 30. Place X's across the page on each of these pages which will acknowledge the deletion of this Alternate Bid Item. 3. In the Bid Proposal for Contract No. 4 - Water Line "A ", the bid item description for Bid Item No. 1 (Page 4 of 26), No. 1 -A (Page 8 of 26), No. 1 -8 (Page 11 of 26) and No. 1 -C (Page 14 of 26) shall read as follows: 24" C.S.C. Pipe, A.W.W.A., C -301, Cl. 150, 24" C.S.C. Pipe, A.W.W.A., C -303, Cl. 150, 24" D.I. Pipe, Cl. 50, or 24" A.C. Pipe, Cl. 150, including two reducers, fittings, special outlets, concrete blocking and concrete cap, complete in place, per linear feet. 4. In the Bid Proposal for Contract No. 4 - Water Line "A ", the bid item description for Bid Item No. 3 -A (Page 8 of 26) shall read as follows: 18" C.S.C. Pipe, A.W.W.A., C -303, Cl. 150, including fittings, special outlets and concrete blocking, complete in place, per linear feet. ADDENDUM NO. 1 - 1/13 CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING 5. In the Bid Proposal for Contract No. 4 - Water Line "A ", the bid item description for Bid Items No. 2 (Page 4 of 26), No. 2 -A (Page 8 of 26), No. 2 -B (Page 11 of 26) and No. 2 -C (Page 14 of 26) shall read as follows: 18" C.S.C. Pipe, A.W.W.A., C -301, Cl. 150, 18" C.S.C. Pipe, A.W.W.A., C -303, Cl. 150, 18" D.I. Pipe, Cl. 50, or 18" A.C. Pipe, Cl. 150, including two reducers, fittings, special outlets, concrete blocking and concrete cap, complete in place, per linear feet. 6. In the Bid Proposal for Contract No. 3, the bid item description for Bid Items No. 12 -C (Page 15 of 30) and No. 12 -D (Page 18 of 30) shall read as follows: 30" Butterfly Valve, M.J., A.W.W.A., connected to 30" X 27" reducers, including box and cover, complete in place, per each. 7. In the Bid Proposal for Contract No. 1, the bid item description for Bid Items No. 7 (Page 5 of 27), No. 7 -A (Page 9 of 27), No. 7 -B (Page 13 of 27), No. 7 -C (Page 17 of 27), No. 7 -D (Page 21 of 27) and No. 7 -E (Page 25 of 27) shall read as follows: Low Water Crossing #2 - Sta. 137 +90, including 2 - 12" CGMP culvert 14 Ga. (each 30' long), roadway fill and excavation, 6" concrete rip -rap, complete in place, per lump sum. 8. In the Bid Proposal for Contract No. 2 - Alternate "A" Route, the bid item description for Bid Items No. 18 (Page 30 of 52), No. 18 -A (Page 34 of 52), No. 17 -B (Page 37 of 52), No 18 -C (Page 43 of 52), No. 18 -D (Page 47 of 52), and No. 17 -E (Page 50 of 52) shall read as follows: 2" Water Pipe, P.V.C., SDR -26, installed in shared trench with raw water pipe, including 2 wet connections, mylar marking tape, and all required fittings, valves, and other items, complete in place, per linear feet. 9. In the Bid Proposal for Contract No. 2 - Alternate "A" Route, the unit and bid item description for Bid Items No. 17 -D (Page 46 of 52) and No. 17 -E (Page 50 of 52) shall read as follows: 2500 S.Y. Hydro- mulch, all - season mix, as required by the Engineer, complete in place, per square yard. ADDENDUM NO. 1 - 2/13 10. In the Standard Details in the Specifications, delete "Detail 17 - Pipe Access Port" and substitute with Attachment "A" - Detail 17 - Pipe Access Port (Revised 4- 16 -81) which is enclosed in this addendum. 11. In the Measurement & Payment, delete Paragraph VIA -9.16 Pipe Access Ports (Page MP:4) and substitute with the following: VIA - 9.16 Pipe Access Ports Pipe access ports on concrete steel cylinder pipe and ductile iron pipe shall be paid for at the unit price bid per each for each pipe access port installation, and shall include R.C.P. vault and cover, select crushed stone, two coats of Bitumastic -50, pipe access markers, and 24" outlet on C.S.C. pine, or C.I. Tee with 24" outlet on ductile iron pipe, complete in place. 12. Delete the following pages from the Bid Proposal and insert the enclosed attachment pages in the appropriate location in the Bid Proposal as follows: Contract No. 1 Delete Page 15 of 27; Insert Attachment "B" - Page 15 of 27. Delete Page 27 of 27; Insert Attachment "C" - Page 27 of 27. Contract No. 2 - Main Route Delete Page 15 of 52; Insert Attachment "D" - Page 15 of 52. Delete Page 26 of 52; Insert Attachment "E" - Page 26 of 52. Contract No. 2 - Alternate "A" Route Delete Page 38 of 52; Insert Attachment "F" - Page 38 of 52. Delete Page 51 of 52; Insert Attachment "G" - Page 51 of 52. ADDENDUM NO. 1 - 3/13 Contract No. 3 Delete Page 12 of 30; Insert Attachment "H" - Page 12 of 30. Delete Page 30 of 30; Insert Attachment "I" - Page 30 of 30. To insert the attachment pages, staple it to the front of the page that it is replacing. Also, draw an "X" across the full page that is to be deleted. 13. In the Technical Specifications, delete Paragraph 4 on Page TS:1 and substitute with the following revised paragraph: 4. Butterfly valves for raw water and potable water lines shall be A.W.W.A. C -504, latest revision, with mechanical joint and rated for 150 psi service and shall be Dresser Style 1450 for 30" and larger valves and Dresser Style 450 for 24" and smaller valves with indicators, or approved equal. Maximum flow through 30" valves is 12,500 GPM, through 24" valves is 8500 GPM, through 18" valves is 5000 GPM, through 16" valves is 4000 GPM. 14. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of the "Proposal ". ADDENDUM NO. 1 - 4/13 1111311S1' .# COAT ENTIRE TEE a BLIND FLANGE WITH 30 MILS BITUMASTIC 50 FIN. GRADE I'MORTAR COATING ATTACHMENT "A" PRE -CAST CONCRETE LID W /MANHOLE FRAME 8 COVER 24" BLIND FLANGE NOTE ; CONTRACTOR SHALL CUT R.C.P TO PROPER LENGTH TO ACHIEVE DIMENSIONS SHOWN AT NO ADDITIONAL COST TO OWNER. * INCLUDE COST OF 24" OUTLET OR TEE ON MAIN LINE WATER PIPE IN COST OF ° PIPE ACCESS PORT ". x REVISED ITEMS ADDENDUM NO. I -5/13 48 ° CLASS III R.GR 6"LAYER CRUSHED LIMESTONE PIPE BEDDING MATERIAL 24" FLANGED OUTLET '(MAIN LINE C.I. TEE W/24" OUTLET FOR D.I. PIPE ) PIPE BEDDING MAT'L. PIPE ACCESS PORT (REVISED 4 -16 -BI ) DETAIL NO. 17 TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS ADVERTISEMENT INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEETS - (Separate Document for each Contract) CONTRACT NO. 1 CONTRACT NO. 2 CONTRACT NO. 3 CONTRACT NO. 4 AGREEMENT - (Separate Document for each Contract) CONTRACT NO. 1 CONTRACT NO. 2 CONTRACT NO. 3 CONTRACT NO. 4 TABLE OF CONTENTS BID BOND - (Separate Document for each Contract) CONTRACT NO. 1 CONTRACT NO. 2 CONTRACT NO. 3 CONTRACT NO. 4 PERFORMANCE BOND PAYMENT BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER CONTRACTOR'S ACT OF ASSURANCE GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS BASIS OF MEASUREMENT AND PAYMENT STANDARD DETAILS NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS WATER LINE IMPROVEMENTS - 1981 Sealed bids, in envelopes addressed to The City of Round Rock, 214 East Main Street, Round Rock, Texas 78664, will be received at the above mentioned address until 10:00 a.m., April 23, 1981 on Contract Nos. 1 & 2 and until 2:00 p.m., April 23, 1981 on Contract Nos. 3 & 4, and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the con- struction of Water Line Improvements, located in Round Rock, Williamson County, Texas. Bids will be submitted in sealed envelopes for each Con- tract on the proposal furnished, and marked in the upper left hand corner "Bid for Water Line Improvements - 1981 (Contract No. 1)" and /or "Bid for Water Line Improvements - 1981 (Con- tract No. 2)" to be opened at 10:00 a.m., April 23, 1981; and /or "Bid for Water Line Improvements - 1981 (Contract No. 3)" and /or "Bid for Water Line Improvements - 1981 (Contract No. 4)" to be opened at 2:00 p.m., April 23, 1981. All proposals shall be accompanied by a cashier's certi- fied check upon a national or state bank in the amount of five (5) percent of the total maximum bid price payable with- out recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute perform- ance bond within ten (10) days after notice of award of con- tract to him. The notice of award of contract shall be given by the Owner within thirty (30) days after the bid opening. The bid security must be enclosed in the same envelope with the bid. Bids without check or bid bond will not be consid- ered. 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 suc- cessful bidder has executed the contract. Thereafter all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. The suc- cessful bidder must furnish performance bond and payment bond upon the forms which are available in the office of The City of Round Rock in the amount of one hundred (100) percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and accept- able according to the latest list of companies holding certi- ficates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. Page 1 of 2 The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any infor- mality in bids received. Plans, specifications and bidding documents may be se- cured from the office of the Engineer, Haynie & Kallman, Inc., on deposit of one - hundred dollars ($100.00) per set, which sum so deposited will be refunded provided: (1) All documents are returned•in good condition to the Engineer not later than forty -eight (48) hours prior to the time for re- ceiving bids; or (2) The Contractor submits a bid and all documents are returned in good condition to the Engineer not later than five (5) days after the time that bids are receiv- ed. Plans and specifications may be examined at the office of the Engineer, Haynie & Kallman, Inc., 2115 North Mays, Round Rock, Texas. Bidders should carefully examine the Plans, Specifications and other documents, visit the site of work, and fully inform themselves as to all conditions and matters which can in any way effect the work or the cost hereof. Should a bidder find discrepancies in, or omissions from the Plans, Specifications or other documents, or should be in doubt as to their meaning, he should notify the Engi- neer, Haynie & Kallman, Inc. and obtain clarification prior to submitting any bid. Prequalification Requirements: The bidder is to submit information regarding his qualifications with this bid in accordance with instructions contained in the Bid Form. Minimum Wage Scale: As specified and regulat- ed by the State of Texas and the Federal Government. The improvements shall be completed within the number of calendar days bid on Page 3 of the Bid Proposal after notice to proceed from the Owner. Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID BOND: 5% PERFORMANCE BOND: 100% PAYMENT BOND: 100% ADVERTISEMENT PROJECT TITLE: City of Round Rock Water Line Improvements - 1981 OWNER: The City of Round Rock LOCATION: Round Rock, Texas TYPE: Raw Water Transmission Line & Treated Water Distribution Lines - Four (4) Separate Contracts PLANS AVAILABLE: March 26, 1981 Haynie & Kallman, Inc. 2115 N. Mays Round Rock, Texas 78664 Telephone - (512) 255 -7861 OPENING TIME: Contract Nos. 1 & 2 10:00 A.M., Thursday, April 23, 1981 Contract Nos. 3 & 4 2 :00 P.M., Thursday, April 23, 1981 OPENING PLACE: City Hall City of Round Rock 214 E. Main Street Round Rock, Texas 78664 PROPOSAL INSTRUCTIONS TO BIDDERS The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed enve- lope addressed to: The City of Round Rock c/o Haynie & Kaltman, Inc. 2115 North Mays Round Rock, Texas 78664 and shall be identified as follows: "BID FOR WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 1) to be opened at 10:00 a.m., Thursday, April 23, 1981." "BID FOR WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 2) to be opened at 10:00 a.m., Thursday, April 23, 1981." "BID FOR WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 3) to be opened at 2:00 p.m., Thursday, April 23, 1981." "BID FOR WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 4) to be opened at 2:00 p.m., Thursday, April 23, 1981." A proposal will not be accepted unless prepared on the bid- ding form provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invit- ed to be present. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and is filed with the Owner. DISQUALIFICATION OF BIDDERS More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all propo- sals in which such bidder is interested. If there is reason for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collu- sion will be considered in future proposals. 1 of 3 RETURN OF PROPOSAL GUARANTEES Within twenty -five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying each of the proposals as are not considered in making the award. All other proposal guarantees will be held until the Contract has been finally executed. They will then be re- turned to the respective bidders whose proposals they accom- pany. AWARD OF CONTRACT - RESERVATION OF RIGHTS Contracts, if awarded, will be awarded to responsible bidders whose proposals comply with all the requirements prescribed. Awards, if made, will be made within thirty (30) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the lowest responsible bidder's proposal, and to waive any infor- mality in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written con- tract with the Owner on the form of agreement provided. Failure or refusal to enter into a contract as herein provid- ed, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful bidder refuses or fails to execute the Contract, the Owner may award the Contract to second lowest responsible bidder. If the second lowest re- sponsible bidder refuses or fails to execute the Contract, the Owner may award the Contract to the third lowest respon- sible bidder. On the failure or refusal of such second and third lowest responsible bidder to execute the Contract, the work may be re- advertised. PROPOSAL GUARANTEE Each proposal shall be accompanied by a certified or cash- ier's check or bid bond in the amount of not less than 5% of the amount named in the proposal. Said check or bond shall be made payable to the Owner and shall be given as a guaran- tee that the bidder, if awarded the work, will enter into a contract within ten (10) days after the award and will fur- nish the necessary bonds as hereinafter provided. In case of refusal or failure to enter into said contract, the check or bond as the case may be, shall be forfeited to the Owner. No bidder's bond will be accepted unless it conforms substan- tially to the form furnished by the Owner, which is bound herein, and is properly filled out and executed. 2 of 3 PROPOSAL SIGNATURE If the proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by a firm it shall be signed with the co- partnership name by a member of the firm, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. COMPETENCY OF BIDDERS In selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to the general competency of the bidder for the performance of the work covered by the proposal. To this end each proposal shall be supported by a statement of the bidder's experience, on the form entitle "Information Required of Bidder ", bound herein. BIDDER'S EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefore. It will be assum- ed that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, qual- ity and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make request for such infor- mation in writing to Engineer, prior to 48 -hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract Docu- ments. No other explanation or interpretation will be consi- dered official or binding. Should a bidder find discrepan- cies in, or omissions from the Plans, Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued prior to twenty -four (24) hours of the opening of bids will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to in- clude any Addenda if such are issued by the Engineer prior to twenty -four (24) hours of the opening of bids. 3 of 3 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF WATER LINE IMPROVEMENTS - 1981 CONTRACT NO. 2 IN ROUND ROCK, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has care- fully examined the form of contract, Notice to Contractors, inviting bids, conditions and classes of materials of the proposed work; and agrees that he will provide all the neces- sary labor, machinery tools, apparatus, and other items inci- dental to construction, and will do all the work and furnish all the materials called for in the contract and specifica- tion in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether in- creased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifica- tions. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within seven (7) days after written notice to commence has been given. Page 1 of 52 t ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the plans, specifications, and con- tract documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in 270 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reser- ves the right to reject any or all Proposals or to waive any informalities of technicalities in any proposal in the inter- est of the Owner, except as specifically limited by the terms of the Contract Documents or applicable Laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following adden- da: Addendum No. Dated J -a - 14- Si .) L/ / Page 2 of 52 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: Na a of Contract r Executed by (Signature) Title or Position Business Address (Seal if Bid is by a Corporation.) ATTEST: City t to Page 3 of 52 Date Spa 4 11// -3//3 Telephone Number Zip 1 PROPOSAL BIDDING SHEET ' CONTRACT: WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 2) JOB LOCATION: ROUND ROCK, TEXAS II OWNER: THE CITY OF ROUND ROCK II Gentlemen: Pursuant to the foregoing Advertisement for Bids and Instructions to Bid- ' ders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insur- ance and miscellaneous items, to complete all the work on which he bids as pro- , vided by the attached supplemental specifications, and as shown on the plans for the construction of Water Line Improvements - 1981 (Contract No. 2), and binds himself on acceptance of this proposal to execute a contrac and bond for com- pleting said project within the time stated, for the following prices, to wit: II This project is exempt from sales tax. I sizes and types of raw water pipe for the main route as shown on the Plans. The following Base Bid and Alternate Bids "A" thru "E" are for different Following Alternate Bid "E" for the main route are the Base Bid and Alternate ' Bids "A" thru "E" for the alternate "A" route. Only one route shall be awarded for Contract No 2. MAIN ROUTE - BASE BID I Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount II 1 18,300 L.F. 30" C.S.C. Pipe, A.W.W.A. C -301, Cl. 150, including fittings, spe- ll cial outlets, and concrete block- ing, complete in place, per linear feet II for ; ,.,: Dollars 311 �� and (1 II r ry Cents $ Lq $� /rJ/ /O f ' 2 5 Ea. 30" Butterfly Valve, M.J., A.W.W.A., including box and cover, complete in place, per 1 each for ri 0 1 ,;�� �.�/ 1' Dollars 09, J . II � S. r 00 e� and , . , Cents $ , ' Page 4 of 52 ALTERNATE "A" ROUTE - BASE BID Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1 16,563 L.F. 30" C.S.C. Pipe, A.W.W.A. C -301, Cl. 150, including fittings, spe- cial outlets, and concrete block- ing, complete in place, per linear feet for 1`ociV f (< 10 Dollars go and ', , , i Cents $ 4g $ Q C 1 GI. 2 1,540 L.F. 30" C.S.C. Pipe, IN NO BLASTING ZONE, A.W.W.A. C- 3017 150, including fittings, special out- lets and concrete blocking, com- plete in place, per linear feet 3 for F iv > PL.,udi L l) Dollars _ o� and ,v-z- Cents $ " L 7 X $ / „ Y CO 4 440 L.F. 6” Thick Concrete Encasement of 30" C.S.C. Pipe, complete in place, per linear feet 5 for F IJ `l and ; X TY 3 Ea. 30" Butterfly Valve, M.J. A.W.W.A., including box and cover, complete in place, per each for - 114 I >ZT Dollars 6° u' and ,io Cents $ .?c $ 4 Ea. 6" Flush Valve Assembly, including 6" gate valve, 6" O.I. lead piping, and C.I. fittings, complete in place, per each for ',10i'7( at1)Dol1ars ,? and �_ Cents $ 1 ��� Page 27 of 52 Dollars 6 off. Cents $ S ) $ ( no'/ i Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 6 50 L.F. Bore & Encasement of U. S. Hwy. 29, with minimum 48" casing pipe, not including 30" carrier pipe, com- plete in place, per linear feet for ;,ti ,of( Dollars "_ o� and ti.o Cents $ $ /O &o 7 100 L.F. Bore & Encasement of F.M. Hwy. 2243 with minimum 48" casing pipe, not including 30" carrier pipe, complete in place, per linear feet for „, ■■ rc.0 -/ Dollars nn and A Cents $ I� 8 11 70 L.F. Bore & Encasement of railroad with minimum 48" casing pipe, not in- cluding 30" carrier pipe, complete in place, per linear feet for k Dollars and /N-tc) Cents $ $ 9 1 Ea. 4" Combination Air Release & Vacuum Valve, including gate valve, box and cover, complete in place, per each for ) 4, Dollars ov •.'' and ti» Cents $ 4 oo— $ J.500-- 10 2 Ea. 3" Combination Air Release & Vacuum Valve, including gate valve, box and cover, complete in place, per each for - 1 - -1 r1< 4.." f\ ...,,c A t \,A . Dollars .-„D and �, Cents $ / 300 $, ( 4 Ea. 2" Combination Air Release & Vacuum Valve, including gate valve, box and cover, complete in place, per each for and Page 28 of 52 Dollars Cents $ po $ I?? ono o0 1, o00 $ -t/ 000 , for and Bid Item Description Item Quantity Unit and Written Unit Price 12 23 Ea. Concrete Retards, complete in place, per each for ,� • i.L -.- >rl<...: nr'c Dollars and Cents $ qco $, r,, 'J Oo 13 500 L.F. Concrete Cap, 6" Thick, of 30" C.S.C. Pipe, complete in place, per linear feet for MILL and for r ,J + and 14 6 Ea. Pipe Access Ports for 30" C.S.C. Pipe, including R.C.P. vault, complete in place, per each for 10 » v f t }J,,,y)6,DDollars and Cents $ a „� 15 9 Ea. 3” Diameter Live Oak Trees measured 10" from the ground, balled and burlaped, planted, complete in place, per each 14,..v pk co Dollars Cents 16 466 S.Y. Asphalt Driveway Replacement, including 1 -1/2" H.M.A.C. Pave- ment, 6" compacted flexible base and compacted flexible base trench backfill, complete in place, per square yard Dollars Cents $ 17 2,500 S.Y. Hydro- Mulch, all- season mix, as required by the Engineer, complete in place, per square yard for Dollars and Cents Page 28 of 52 Unit Price Amount Dollars Cents $ g $ 'LSCO $ $ / $ , )00 $ 1/ l�� c 19 150 L.F. 1500 PSI Cement Bridge on Trench Bottoms where cavernous openings are discovered, as required by the Engineer, complete in place, per cubic yard for and Page 30 of 52 Oft Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 18 2,150 L.F. 2" Water Pipe, P.V.C., 5DR -26, installed in shared trench with raw water pipe, including 2 wet connections, and all required fittings, valves, and other items, complete in place, per linear feet 4 r. A rz -f A PL_ for r IQ L - Dollars moo , and w Cents $ 5 $ J TOTAL WATER LINE IMPROVEMENTS - 1981 CONTRACT NO. 2 - (ALTERNATE "A" ROUTE - BASE BID) Dollars �� o° Cents $ y o $ �'C�E $1 E�b'75.� 00. 5 cC. THE STATE OF TEXAS I KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON ( That this Agreement made and entered into this Ia./ day of ( y U `. , A.D., 1981, by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the OWNER, and J OHls 7 �- 1/4.) 6f s Coti rno Coe.P of the City of , County of , State of Texas, Second Party, hereinafter termed the CONTRAC- TOR. AGREEMENT WITNESSETH: That for and in consideration of the pay- ments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the First Party to commence and complete the construction of certain improvements at the prices set forth in the Contractor's Proposal dated April 23, 1981, for certain improvements described as follows; WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 2) The Contractor shall perform all work shown on the Plans and described in the Specifications and shall meet all re- quirements of this Agreement, the General and Special Condi- tions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within 30 consecutive calendar days after award of contract and shall cause work to progress in a manner satis- factory to the Owner. Such work shall be completed in full within 270 consecutive calendar days after award of con- tract. The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deduc- tions, all as provided in the General Conditions of the Agreement. The following documents, together with this Agreement, comprise the Contract, and they are as fully a part thereof as if herein repeated in full: Page 1 of 2 AGREEMENT (Continued) IN WITNESS WHEREOF the Parties executed this Agreement in the year written. ATTEST: Notice to Contractors Instructions to Bidders Proposal and Bidding Sheets Performance & Payment Bonds General Conditions of Agreement ATTEST: Page 2 of 2 Special Conditions of Agreement Technical Specifications Addenda Change Orders Plans to these presents have and day first above CITY OF •UND ROCK, TEXAS, OWNER ' del1r 1 �2 - [�SL�t otilS�_y 7o J (: ep CONTRACTOR By C //44 G I iv_es, n i .: -...., ... . ... ..::..:..,: ;r;:r•o :;, .... ,.,; ..,c.- m,.;,,,- ..- :r.: --- - trtr �rarr,:. .rf„ UNITED STATES IFIDEL1, KNOW ALL MEN BY THESE PRESENTS: as Obligee, in the full and just sum of 5% of Bid BID BOND GUARANTY COMPANY OONO NUMBER 72 -0120- 10393 -81 -8 THAT d.Q11T3...R..... Hughes...CQns.t sa tifau...Cuip of Aus.tin,....T.exas as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto Lklfa...City Q.....11511UTAd...EPC1 Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal for construction of water line improvements — 1981 Contract #2 — Round Rock, Texas. THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered 4.30181 (Date) John R. Hughes Construction CorpBEAU 41, i ISEAU UNITED STATES FIDELITY AND GUARANTY COMPANY Attorney -in -fact RoseMarie Boriskie 1 ' CERTIFIED COPY GENERAL POWER OF ATTORNEY • N 89992 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Rose Marie Boriskie of the City of Austin Suet of Texas its true and lawful attorney in and for the State of Texas ' for the following purposes. to wit: . To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things not forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY I COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Rose Marie Boriskie may lawfully do in the premises by virtue of these presents I In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal. duly stinted by the signatures of Its Vice•President and Assistant Secretary. this 11th day of October , A. D. 19 7 9 I UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) 87 James D. Rector Yice.Preaidena. I (SEAL) (Signed) W. B. M. Hingeley .4asistans Secretary. I STATE OF MARYLAND. } 6n.: BALTIMORE CITY. day of October . A. D. 19 79 before me personally came J ames D. Rector , Vice - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W . H . 14 . Hingeley , Assistant Secretary of said Company, with both of whom 1 am personally acquainted, who being by me severally duly sworn, said that they, the said James D. Rector I end W. B. M. Hingeley were respectively the Vice•President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President I and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.82... (S) (Signed) Margaret M. Hurst I Notary Public. STATE OF MARYLAND ) Sot BALTIMORE CITY, 1 ' I W i l l i a m Allen Clerk of tho Superior Court of Baltimore City, which Court is a Court of Record, and has •seal, do hereby certify that M argaret 3. H urst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed hie name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take I acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my band and affix the real of the Superior Court of Baltimore City, the same being a Court ' of Record, this llth {Signed) day of OCtOber A. U. 19 79 (SJAL William Allen Cferlt of the Superior Court of Baltimore Caty. Vile 4A COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. There /ore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, is its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and elf bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest,• municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 1, Richard Calder , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to of Austin, T e X a s , authorizing and empowering her to sign bonds as therein set forth, which power of attorney hen never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 11th day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on (Date) Y/3 e/? Rose Marie Boriskie PERFORMANCE BOND THE STATE OF TEXAS 1 7t- O1N- 11M6 -l1- COUNTY OF 74 KNOW ALL MEN BY THESE PRESENTS, THAT 10101116110 6beetwalimalias Corp. County of NOW, THEREFORE that if the sa tract and shat and perform al agreements in the Principal the true inter and Specificat shall be void; of the City of Iu , and State of T as principal, and Vatted Iwo* W 4altt7 • r Compasy authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto Oil City of - (OWNER) , in the penal sum of 16MUUm* 7 Thismod,old V t7 tV. ($ ir0lt'673�ib ) for the payment: whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of " ham 1981, 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. THE CONDITIONS OF THIS OBLIGATION IS SUCH, id Principal shall faithfully perform said Con - 1 in all respects duly and faithfully observe 1 and singular the covenants, conditions and and by said contract agreed and covenanted by to be observed and performed, and according to t and meaning of said Contract and the Plans ions thereto annexed, then this obligation otherwise to remain in full force and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF', the said Principal and Surety have signed and sealed this instrument this 326 _ day of Jess 1981. .1144114 16 f€t>a irks een ._ J041Ww&AimessiNdatUoLAAftwas401 Principal Surety Title ?A-S-5/6.2_71" Title_, Address OMNI 5400 Address 31!11 Pt IIn sU* Us. 11714 The name and address of the Resident Agent of Surety is: *ill PUS* Ameg, Y. 0.00s tt'!i Avoids. Tom*: =Cme PB P.0.040 2201 Amnia. feet. 70740 PAYMENT BOND Deed #7Z- 0120 - 1104 -$3. THE STATE OF TEXAS ( COUNTY OF I KNOW ALL MEN BY THESE PRESENTS, THAA, a. r 0004 twti 1 a 6 C*rp• , of the City of 400414 County o!'it , and State of" as principal, anc it*it ocotillo 1t ILty l 'C t7 OOSpasy authorized under the laws of the State of Texas to act as PB - surety on bonds for principals, are held and firmly bound unto City of Er C60, (OWNER), Vomited wso-li!t t in the penal sum of Plilter,TbiTty- tlicttt nesimmagg, 1114 Dollars 34410 (r,ti3 ,67$.Sb ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 12th day of .qua 1981, 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. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; 1 1 1 1 1 11 1 1 1 1 1 11 1 1 1 1 1 1 1 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Pripal and Surpitim have signed and sealed this instrument this day of 1981. ?ft* V. Itu)hor ColotreeRiov Corp. f4x!ta4 Stool= T 441187 t Casactr C8868l1' Surety Principal By L �. Title Vge,/iYEA( Address Motto. too. 78784 The name and address of the Resident Agent of Surety is: Sill Pdcta Ate. P.O. tai 2288, Matta, Tom 787U PB -4 By Attessol'y iarVmet Title 2a�i31 ttsa Warp Address 7. O. 24a 22f1. Motto, 848. 79788 1 CERTIFIED COPY GENERAL POWER OF ATTORNEY No 89992 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore. in the State of Maryland, does hereby constitute and appoint Rose Marie Boriskie of the City of Austin State a[ Texas its true and lawful attorney in and for the State of Texas • for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds. and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which 13 hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Director, hereby ratifies and confirms all and whatsoever the said Rose Marie Boriskie may lawfully do in the premises by virtue of these presents In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be I sealed with its corporate seal, duly attested by the signatures of Sts Vice - President and Assistant Secretary. this llth day of October , A. D. 19 79 UNPTED STATES FIDELITY AND GUARANTY COMPANY. ' (Signed) Br.... James D. Rector Vke.President. (SEAL) (Signed) W. B. M. Hingeley Assistant Secretary. STATE OF MARYLAND. ea: BALTIMORE CITY, On this llth day of October , A. D. 19 T R before me personally came James D. Rector , Vice - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. B. M. Hingeley ,Resistant Secretary of said Company, with both of whom 1 em personally acquainted, who being by me severally duly sworn, said that they, rho said James D. Rector and W. B. M. Hingeley were respectively the Vice - President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Director of said corporation, and that they signed their names thereto by like order as Vice - President and Assistant Secretary, respectively, of the Company. My commission expires the first tray in July, A. D. 19.8 (S) (Signed) Margaret M. Hurst Notary Public. ' STATE OF MARYLAND 1 BALTIMORE CITY, l U William Allen , Clerk of the Superior Court of Baltimore City, which Court is ■ ' Court of Record, and boa a Beal, do hereby certify that Margaret M. Hurst , Eequire, before whom the annexed affidavits were made. and who has thereto subscribed his name. was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said ' Notary, and verily believe the signature to be his genuine signature. In Tesuimony Whereof, 1 hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this llth day of October . A. D. 19 79 ' (SEAT, ) (Signed) William Allen Clerk of the Superior Court of Baltimore City. FS 3 (041) 1 1 1 1 1 1 1 11 11 1 1 1 1 1 11 COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice - Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection - of, by or for any person or persona, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 1, Richard Calder , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Rose Marie Boriskie of Austin , Texas , authorizing and empowering her to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 11th day of July, 1910, nt which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on June 12, 1981 (Date) Assistant Secretary. :DMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE of Llabil'ty in Thousands (000) EACH OCCURRENCE AGGREGATE A GENERAL LIABILITY ® COMPREHENSIVE FORM E PREMISES —OPERATIONS EXPLOSION AND COLLAPSE ❑ ® UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD ® CONTRACTUAL INSURANCE ❑ BROAD FORM PROPERTY DAMAGE ® INDEPENDENT CONTRACTORS ❑X PERSONAL INJURY X Blasting CG185675 6 -21 -82 BODILY INJURY PROPERTY DAMAGE $500 E 100 5 500 $ 100 BODILY INJURY AND PROPERTY DAMAGE COMBINED S - $ PERSONAL INJURY $ 500 $ (EACHAC.Tocn A AUTOMOBILE LIABILITY ® COMPREHENSIVE FORM ® ® OWNED HIRED Ki NON -OWNED CG185675 ' 6-21-82 BODILY INJURY (EACH PERSON) (EACH ACCT ENT) $ 300 $ 500 PROPERTY DAMAGE $ 300 BODILY INJURY AND PROPERTY DAMAGE COMBINED $ EXCESS LIABILITY ❑ UMBRELLA FORM ❑ OTHER THAN UMBRELLA FORM BODILY INJURY AND PROPERTY DAMAGE COMBINED $ $100 B WORKERS' COMPENSATION and EMPLOYERS' LIABILITY WC 907512 6 -21 -82 STATUTORY A OTHER Owner & Contractor Protective Insurance CG185140 6 -12 -82 300 Bodily Inju�Y /0 fiLO-2.,.7 CXOfq. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATI N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW, JAME AND ADDRESS OF AGENCY Bill Pitts Agency P. 0. Box 2291 Austin, Texas 78768 JAME AND ADDRESS OF INSURED John R. Hughes Construction Corporat Drawer 3400 Austin, Texas 78764 IESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES NAME AND ADDRESS OF CERTIFICATE HOI DER: City of Round Rock 214 East Main Street Round Rock, Texas 78664 COMPANIES AFFORDING COVERAGES COMPY A Aetna Insurance Company LETTER AN COMPANY B Aetna Fire Underwriters Insuranc LETTER COMPANY ■ V or COMPANY D LETTER COMPANY E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued o may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. i Company Cancellation: Should any of the above describgd policies be cancelled before the expiration date thereof. the issuing com- pany will endeavor to mail _ f-ti days written notice to the below named certificate holder. but failure to mail such notice shall impose no obligation or liability of any kind upon the company. 6 -16 -81 DATE ISSUED' 0 AUTHORIZED REPRESENT IVE aft c INFORMATION REQUIRED OF LOW BIDDER The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Address P.O. Drawnr 3400 - 802 Rarron R1vd (2)- Telephone 512 444 -3113 (3) Type of firm: ( ) Individual, ( ) Partnership, (x ) Corporation (4) Corporation organized under the laws of the State of Texas (5) List the names and address of all members of the firm or names and titles of all officers of the corporation: Rohr R. 1lughoc President 802 Barton Blvd. John R. Hughes Jr. V. Pres. 3502 Jinx Donna Sue Hughes Sec. - Treas. 802 Barton Blvd. (6) Number of years experience 20 years (7) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner 50000' Belton, Texas $1.168 q2q 30,24,16 Summer '81 Central Texas Water Supply $ 810.006 4500' 48" Jan. 81 City of Austin C.I.P. 227 319 $ 605,975 4000' 48" Sept. 80 City of Austin C.I.P. 227 309 (8) List the name and address of each subcontractor who will perform work in or about the work or improvement in ex- cess of one -half (1/2) of one percent (1%) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name Address Work to be Performed None None None (9) Payment of taxes, in the State of Texas Yes X No Page 1 of 2 (10) If requested by the Owner, the Low Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently compre- hensive to permit an appraisal of his current financial conditions. Page 2 of 2 THE STATE OF TEXAS 1 COUNTY OF said John R Ijughes_ CONTRACTOR'S ACT OF ASSURANCE BEFORE ME, Bonnie Groves , a Notary Public, duly commissioned and qualified, in and for the County of Williamson , State of Texas, came and appeared John R. Hughes Construction Corp. (herein represented by John R. Hughes its President , pursuant to and by virtue of the provisions of a resolution adopted by the said John R. Hughes Construction Corp. on the f( day of () 1981, a duly certified copy of such resolution being annexed hereto and made a part hereof,) who declared that (in accor- dance with the said resolution and pursuant thereto,) he, the has assured and does hereby assure the Texas Water Development Board that the said John R. Hughes Construction Corp. is autho- rized and empowered to comply with certain required condi- tions for the investment of Water Development Funds of the State of Texas in the construction of a meter Line Improvements - C ontract 12_____ _ project at Round Rock Texas, which will provide benefits to the City of Round Rock V _ _, the State of Texas, the County of Williamson , other local interests and property owners, and that said John R. Hughes Construction Corp. ' l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 will construct said project only in accordance with all laws of the State of Texas, and all Rules, Regulations and Poli- cies of the Texas Water Development Board, which assurances hereby made constitute material and substantial representa- tions upon the reliance of which the Texas Water Development Board is expected to approve the award of contracts to the said John R. Hu _ghes Construction Corp. for the construction of said project, and the said John R. Hughes Construction Corp. hereby waives and agrees to waive any and all claim to monies due the said John R. Hughes Construction Corp. and retained by the Texas Department of Water Resources and /or Local Sponsor of the project pursuant to the provisions of Section 17.135, Texas Water Code, as may be further provided pursuant to the contracts heretofore or hereafter executed by and between (1) the said John R. Hughes Construction Corp. and (2) The City of Round Rock and /or the Texas Department of Water Resources, upon a finding by the Texas Water Develop- ment Board that the said John R. Hughes Construction Corp. has either: (1) Failed to construct the project according to the engineering plans specifically approved by the Texas Water Development: Board, or (2) Failed to obtain the prior approval of the Texas Water Development Board for any and all subsequent modit:ications, amendments, or changes to such engi- neering plans, without regard to the nature, char- acter or extent of such changes, or (3) Failed to construct the works in accordance with sound engineering principles, or (4) Failed to comply with any term or terms of the con- struction contract. PROVIDED HOWEVER, that such waiver of any and all claims to monies due the said John R i ughes Construction Corp. as described above shall extend only to that portion of the monies retained as are reasonably necessary to correct con- struction defects in the project resulting from the failure of the said John R. Hughes Construction Corp. as enumerated under Items 1 -4 above. _4 1 PEs,Awni Sworn to and subscribed befoVe me this the I. - day of , 1981. John R. Hughes Construction Corp. By Notary Public in a d for County, Texas My commission expires 4/ //s THE STATE OF TEXAS § COUNTY OF TRAVIS § BE IT REMEMBERED that at a special meeting of the Board of Directors of John R. Hughes Construction Corporation held in Austin, Texas, on March 1, 1966, all of the members of said Board of Directors being present, the following resolution was offered, duly seconded, and lawfully adopted, all Directors voting "aye": BE IT RESOLVED that the President, alone, or the Vice President and Secretary- Treasurer, jointly, be and they are hereby authorized on behalf of the corporation to execute deeds conveying property owned by the corporation, borrow money on the credit of the corporation, and to execute notes in evidence thereof and to secure the payment of any indebted- ness so created by mortgage, deed of trust, mechanic's lien, or other proper form of security, and to execute in the name of the corporation any other legal instruments requisite and necessary in the transaction of the business of the corpora- tion, and to sell, for cash or credit, any real or personal property belonging to the corporation, and to hypothecate or otherwise dispose of any property of the corporation, both real and personal, upon such terms and conditions as such President, alone, or Vice President and Secretary- Treasurer, jointly, may deem requisite; to execute the releases and transfers of notes and liens in the name of the corporation; and the action of the said President, alone, or Vice Presi- dent and Secretary- Treasurer, jointly, with respect to any such items shall be forever binding and conclusive upon the corporation. No attestation by the Secretary of the corpora- tion shall be necessary but may be affixed to any such instruments." We, John R. Hughes and Donna Sue Hughes, President and Secretary, respectively, of John R. Hughes Construction Corporation, a Texas corporation, hereby certify that the foregoing is a true and correct copy of a resolution of the Board of Directors of John R. Hughes Construction Corporation passed on the 1st day of March, 1966, that it does not contravene any provision of the corporate charter or by -laws, and that the same is now in full force and effect. WITNESS OUR HANDS and the seal of the corporation, this f7 day of June, 1981. L Secretary President THE STATE OF TEXAS § COUNTY OF TRAVIS § BEFORE ME, the undersigned authority, on this day personally appeared John R. Hughes, President of John R. Hughes Construction Corporation, a Texas corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed, as the act and deed of said corpora- tion, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this i7 day of June, 1981. My commission expires: DD5 -CDD /1 R• �� Notary public, T ravi Coun ty, Texas GENERAL CONDITIONS OF AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Page 1. DEFINITIONS 1 2. GENERAL PROVISIONS 3 2.01 Engineer's Status and Authority 3 2.02 Right of Engineer to Modify Methods and Equipment 3 2.03 Changes and Alterations 4 2.04 Damages 4 2.05 Losses from Natural Causes 4 2.06 Laws and Ordinances 4 2.07 Licenses, Permits, and Certificates 5 2.08 Royalties and Patents 5 2.09 Keeping of Plans and Specifications Accessible 5 2.10 Discrepancies and Omissions 5 2.11 Contractor's Understanding 5 2.12 Extra Work 6 2.13 Payment for Extra Work 6 2.14 Assignment and Subletting 7 2.15 Subcontractors 8 2.16 Owner's Status 8 2.17 Completed Portions of Work 8 2.18 Materials 8 2.19 Receiving and Storage of Materials 8 2.20 "Or Equal" Clause 8 2.21 Completed Work 9 2.22 Materials Furnished by the Owner 9 2.23 Protection of Property 9 2.24 Shelters for Workmen and Materials 9 2.25 Sanitary Facilities 10 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . . 10 3.01 Labor, Equipment, Materials and Construction Plant 10 3.02 Performance and Payment Bonds 10 3.03 Contractor's Ability to Perform 11 3.04 Superintendence and Inspection 11 3.05 Character of Employees 11 3.06 Contractor's Duty to Protect Persons and Property 11 3.07 Safety Codes 12 3.08 Barricades 12 3.09 Minimum Wages 12 3.10 Unsuitable Work or Materials 12 3.11 No Waiver of Contractor's Obligation . . 13 3.12 Site Clean Up 13 3.13 Guarantee 14 (CONTENTS CONTINUED) Page 4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14 4.01 Lines and Grades 14 4.02 Right of Entry 14 4.03 Owner's Inspectors 14 4.04 Collateral Work 15 4.05 Right -of -Way 15 4.06 Adequacy of Design 15 5. SCHEDULING AND PROGRESS OF WORK 15 5.01 Order and Prosecution of the Work 15 5.02 Rate of Progress 16 5.03 Sunday, Holiday, and Night Work 16 5.04 Hindrances and Delays 16 5.05 Extensions of Time 17 5.06 Liquidated Damages for Failure to Complete on Time 17 6. INDEMNITY 18 6.01 Contractor's Indemnity Provision 18 6.02 Workmen's Compensation Insurance 18 6.03 Comprehensive General Liability Insurance . 18 6.04 Owner's Protective Insurance 19 6.05 Comprehensive Automobile Liability Insurance 19 6.06 Insurance Certificate 19 7. TERMINATION OF CONTRACT 20 7.01 Right of Owner to Terminate 20 7.02 Right of Contractor to Terminate 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment and Materials by Owner 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance 22 8.05 Disposition of Contractor's Equipment . . 22 9. MEASUREMENT AND PAYMENT 23 9.01 Character of Measurements 23 9.02 Estimated vs. Actual Quantities 23 9.03 Payment 24 9.04 Monthly Estimates and Payments 24 9.05 Certificates of Completion 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit 25 9.08 Release of Liability 25 9.09 Contractor's Obligation 26 9.10 Payments Withheld 26 1. DEFINITIONS GENERAL CONDITIONS OF THE AGREEMENT 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive mid- night. 1.02 Contract Documents. The Contract Documents shall con- sist of the Invitation to Bidders; the Instructions to Bidders; the Proposal; the Signed Agreement; the Per- formance and Payment Bonds; the General Conditions of the Agreement; the Special Conditions of the Agree- ment; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Perfor- mance and Payment Bonds, Proposal, Special Conditions of the Agreement, Invitation to Bidders, Specifica- tions, Plans, and General Conditions of the Agree- ment. 1.03 Contractor. "Contractor" shall mean the business or- ganization or individual named and designated in the Contract Agreement as the "Party of the Second Part ", who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized agents and other legal representa- tives. 1.04 Engineer. "Engineer" shall mean the City Engineer of the City of Round Rock, Texas, or such other engineer, supervisor, or inspector who has been designated, ap- pointed, or otherwise employed or delegated by the Owner for this work, or their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. 1.05 Extra Work. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations ", herein. -1- 1.06 Owner. "Owner" shall mean the City of Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all draw- ings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engi- neer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contrac- tor to the Owner when and as approved by the Engi- neer. 1.08 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepar- ed by the Owner as a basis for proposals, (b) all sup- plementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, how- ever, include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term "substantially com- ppleted" shall mean that the structure or facility has been made suitable for use is in condition to serve its intended purpose, but still may require minor mis- cellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the quipment, supplies, material, and services to be fur- nished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the prin- cipal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. -2- 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if de- livered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litiga- tion it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Con- tract; that he shall determine all questions in rela- tion to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and find- ings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, how- ever, that should the Engineer render any decision or give any direction 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 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the Con- tractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress re- quired under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. -3- 2.03 Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, 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 bonds. If such changes or altera- tions 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. If they increase the amount of work and the increased 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 established for such work under this Con- tract; otherwise such work shall be paid for as pro- vided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in prepa- ration for the work as originally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage aris- ing out of the nature of the work to be done or from the action of the elements or from any unforeseen cir- cumstances in the prosecution of the work or from unu- sual obstructions or difficulties which may be encoun- tered in the prosecution of the work shall be sustain- ed and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which -4- in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his em- ployees or his subcontractors and their employees. 2.07 Licenses, Permits and Certificates. Except as herein- after stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is re- quired such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented inven- tion used by him in connection with the work done or material furnished under this Contract; provided, how- ever, that if any patented material, machinery, appli- ance, or invention is clearly specified in this Con- tract, the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with three (3) sets of executed Plans and Specifications without ex- pense to him, and the Contractor shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. 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 ac- cordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation de- fined 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, Specifica- tions or Drawings, the Engineer shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examina- tion, satisfied himself as to the nature and location -5- of the work, the conformation of the ground, the char- acter, quality and quantity of the materials to be en- countered, 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. No verbal agreement or conversa- tion with any officer, agent, or employee of the Own- er, either before or after the execution of this Con- tract, shall affect or modify any of the terms or ob- ligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifica- tions and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. 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, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. 2.13 Payment for Extra Work. It is agreed that the compen- sation to be paid the Contractor for performing extra work shall be determined by one or more of the follow- ing methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or -6- Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, crafts- men, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power- driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges neces- sarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expens- es; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional pre- miums for construction bonds, workmen's compensation, public liability and property damage, and other insur- ance required by the Contract where the premiums therefor are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also speci- fy 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 equip- ment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superinten- dence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to -7- become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully re- sponsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon writ- ten notice from the Owner. 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any sub- contractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not com- pleted in accordance with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangement or receiving and storing materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except where the written permission of the Engineer is given. 2.20 Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term or equal" the Contractor may submit a written request to -8- the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Con- tract Documents. 2.21 Completed Work. The Contractor shall maintain contin- uous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign ele- ments. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamina- tion of such materials that must be maintained and in- corporated into the work in a sanitary condition. 2.23 Protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utili- ties. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belong- ing to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be main- tained in a manner satisfactory to the Engineer. -9- 2.25 Sanitary Facilities. Necessary sanitary toilet facil- ities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor, Equipment, Materials and Construction Plant. The Contractor shall provide all labor', tools, equip- ment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protec- tion of any material, tools, or machinery on any part of the work until it is finally completed and accept- ed. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Performance and Payment Bonds. It is further agreed by the Parties to this Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total Contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or fur- nishing him any equipment in the execution of the Con- tract. it is agreed that the Contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. 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. The surety company or companies underwriting the per- formance and payment bonds shall be acceptable accord- ing to the latest list of companies holding certifi- cates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. -10- 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment in- ventory and records showing the satisfactory comple- tion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of Con- tract", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a compe- tent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superinten- dent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervi- sion of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to em- ploy only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform him that the work being accomplished is of sub -stan- dard character by reason of carelessness, incompe- tence, or inexperience on the part of the workers the installation of such work shall be immediately sus- pended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the public and the Owner fully by taking rea- sonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in anyway connected with the performance of this Con- tract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the per- formance of this Contract unless necessary to its per- formance, and in that event the Contractor shall pro- vide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondeleg- able, and the Contractor's compliance with the speci- fic recommendations and requirements of the Owner as to the means of warning shall not excuse the Contrac- tor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Muni- cipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America ex- cept where incompatible with Federal, State, or Muni- cipal laws or regulations. 3.08 Barricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established pre- vailing wage scale for work of a similar character in this locality. A scale of prevailing wages is includ- ed in the Special Conditions of these Contract Docu- ments. The Contractor shall pay not less than the general prevailing wages shown on said scale and shall keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be deemed by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of written notice thereof from the Contracting Officer, -12- forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Engineer may direct that the work be done by others and that the cost of the work be de- ducted from monies due the Contractor. 3.11 No Waiver of Contractor's Obligations. The Engineer, supervisor, or inspector shall have no 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, supervisor, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however that the Engineer, supervisor, or inspector shall upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been ac- cepted by the Engineer, supervisor, or inspector such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet the specifications for the 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 accor- dance with the specifications for said work, all ex- pense of removing, re- examination, and replacement shall be borne by the Contractor; otherwise the ex- pense thus incurred shall be allowed as "Extra Work" and shall be paid for by the Owner. 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction per- iod. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or con- duits, shall tear down and remove all temporary struc- tures built by him, shall remove all rubbish of every -13- kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of the work embraced by this Contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judg- ment of the Owner shall become necessary during such period. If within 10 days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contrac- tor's expense; provided, however, that in case of an emergency where, in the judgment of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever neces- sary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Con- tractor, and in case of careless destruction or remov- al by him or his employees such stakes, marks, etc. shall be replaced by the Engineer at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or loca- tion on which the work herein contracted are being constructed or installed for the purpose of supervis- ing and inspecting the work or for the purpose of con- structing or installing such collateral work as the Owner may desire. 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such Engineer, supervi- sors, or inspectors as the said Owner may deem neces- sary to inspect the material furnished and the work -14- done under this Contract, to see that the said mater- ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right- of -Wat. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions 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 com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. 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 sea- sons in such order of precedence and in such manner as shall be most conducive to economy of construction; -15- provided however, that the order and time of prosecu- tion shall be such that the work shall be substantial- ly completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the ele- ments or to coordinate with other work being done for or by the Owner. 5.02 Rate of Progress. The Contractor shall give the Engi- neer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Engineer may order the Contractor to in- crease or improve his facilities or methods, and the Contractor shall promptly comply with such orders; but neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Con- tractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 Sunday, Holiday, and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engi- neer. 5.04 Hindrances and Delays. No claims shall be made by the Contractor for damages, hindrances, or delays from any cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the Owner. If the Owner stops the work for just cause because the Contractor is not com- plying with the plans and specifications or the intent thereof, the Contractor shall have no claim for dam- ages, hindrances, or delays. However, if the Owner stops the work for any other reason, the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred which in the judg- ment of the Engineer occurred as a result of the work stoppage. -16- Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or per- sonnel, or where the Engineer determines that unrea- sonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspend- ed until he shall have provided adequate plant, equip- ment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neg- lect of the Owner or Engineer, or of any employee of either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as deter- mined by the Engineer shall be granted by the Owner; provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and con- tracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanent- ly from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 30.00 $ 5,001.00 to $ 15,000.00 35.00 15,001.00 to 25,000.00 40.00 25,001.00 to 50,000.00 50.00 50,001.00 to 100,000.00 70.00 100,001.00 to 500,000.00 200.00 500,001.00 to 1,000,000.00 300.00 1,000,001.00 to 2,000,000.00 400.00 2,000,001.00 to 5,000,000.00 500.00 -17-- 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Con- tract, the Contractor shall indemnity and save harm- less the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and ex- penses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or alleg- edly caused, by any willful acts, negligence, nui- sance, or breach of any term or condition of this Con- tract by the Contractor, his agents, servants, subcon- tractors, or employees. The Contractor shall further- more indemnify and save harmless the Owner and the Owner's agents and employees from all demands of sub- contractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontrac- tors or their employees and subcontractors shall be restored to its condition prior to damage by the Con- tractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employ- ees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall fur- nish the Owner with a certificate from the Industrial Accident Board evidencing the Contractor's and subcon- tractors' compliance with said statute. 6.03 Comprehensive General Liability Insurance. The Con- tractor 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, a Com- prehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability -18- of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The lia- bility coverage under this policy shall cover Indepen- dent Contractors. Liability limits for the Comprehen- sive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 25,000 each accident $ 50,000 aggregate 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been com- pleted and accepted by the Owner, an Owner's and Con- tractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liabil- ity Insurance ". 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Con- tract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work of all motor vehicles licensed for highway use, whe- ther they are owned, non - owned, or hired by the Con- tractor, in which shall specifically insure contrac- tual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehen- sive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insur- ance coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions -19- of the policies are changed or in the event said poli- cies shall be cancelled. This Certificate of Insur- ance shall be provided to the Owner prior to starting any construction work in connection with this Con- tract. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be guilty of substantial violation of the Contract or any provision thereof, the Owner, upon certification by the Engineer as to the nature and extent of such violation, may without prejudice to any other resourc- es or remedy give the Contractor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the Owner may take possession of the site of the work and all material, equipment, tools, and ap- pliances thereon and may finish the work in accordance with the provisions of Section 8 "Abandonment of Con- tract by Contractor ", of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if the Owner should substan- tially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon 10 days written notice to the Owner, terminate this Contract and recover from the Owner payment for all completed work. 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within 10 days after receipt of the notice. Should he fail to do so within 10 days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 8.01 Notification of Contractor. If the Contractor should abandon and fail to refuse to resume work within 10 -20- 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 this Contract or with the specifications hereto attached, then the Contractor shall be deemed as hav- ing abandoned the Contract. In such event the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice of abandonment the Contractor shall not remove from the work any machin- ery, 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 per- formance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connec- tion with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra Work ", it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settle- ment. 8.03 Methods of Completing the Work. If the Surety should fail to commence compliance with the notice for com- pletion hereinbefore provided within 10 days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: a. The Owner may thereupon employ such force of work- ers and use such machinery, equipment, tools, mat- erials, and supplies as said Owner may deem neces- sary to complete the work and charge the expense of such labor, machinery, equipment, tools, mater- ials, and supplies to said Contractor, and the ex- pense 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 Contrac- tor under and by virtue of this Contract. 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 said Con- tractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same -21- had been completed by said Contractor, then the Contractor or his Surety shall pay the amount of such excess to the Owner. b. The Owner under sealed bids, after 14 days notice published two or more times in a newspaper having a general circulation in the county of location of the work, 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 of 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 new contract prove to be less than what would have been the cost to complete under this Contract, the Contrac- tor or his Surety shall be credited therewith. 8.04 Final Acceptance. When the work has been completed the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter pro- vided 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 Contrac- tor, his Surety or the Owner, as the case may be, shall pay the balance due as reflected by said state- ment within 15 days after the date of such Contract Completion Certificate. 8.05 Disposition of Contractor's Equipment. In the event the statement of accounts shows that the cost to com- plete 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 or his Surety pay the balance shown to be due by them to the Owner, then all machin- ery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the Con- tractor or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there re- mains any machinery, equipment, tools, materials, or supplies on the site of the work, notice thereof to- gether 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 -22- Contract; provided, however, that actual written notice given in any manner will satisfy this condi- tion. After mailing or other giving of such notice such property shall be held by the Owner 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 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 pub- lic or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, 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. 9. MEASUREMENT AND PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise spe- cifically provided. 9.02 Estimated vs. Actual Quantities. Any and all estimat- ed quantities stipulated in the proposal form under unit price items are approximate and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quan- tity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the esti- mated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised consideration on the portion of -23- the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing mater- ials for the overrun or underrun quantities. Such re- vised consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra Work ". 9.03 Payment. 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 the delivery of all mater- ial embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, 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 Contract, the attached specifications, and requirements of the Engineer. 9.04 Monthly Estimates and Payments. On or about the fifth day of each month the Engineer will make an approxi- mate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Con- tractor 90 percent of the amount of such estimated sum on or before the 15th day of said month. It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may, upon written recommen- dation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Engineer notice that the work has been completed the Engineer shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accor- dance with the plans, specifications and Contract. If -24- so, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final accep- tance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Com- pletion Certificate has been issued the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnish- ed under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the Contractor within 15 days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically under- stood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 en- titled "Notarized Affidavit ", has been submitted to the Engineer. All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company con- sents to final payment to the Contractor being made by the Owner. 9.08 Release of Liability. The acceptance by the Contrac- tor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any per- son relating to or affecting the work. -25- 9.09 Contractor's Obligation. Neither the Contract Comple- tion Certificate nor the final payment nor any provi- sion in the Contract Documents shall relieve the Con- tractor of the obligation for fulfillment of any war- ranty which may be required in the Contract Docu- ments. 9.10 Payments Withheld. The Owner may, on account of sub- sequently discovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payments proper- ly to subcontractors or for material or labor. d. Damage to another contractor. 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. -26- SECTION 01 - INFORMATION 01 -01 ENGINEER SPECIAL CONDITIONS OF AGREEMENT The word "Engineer" in these Specifications shall be understood as referring to Haynie & Kallman, Inc., 2115 N. Mays, Round Rock, Texas 78664. Engi- neer of the Owner, or the Engineer's authorized representative, supervision or inspector to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor three (3) sets of conform- ing Contract Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from Engineer at commercial reproduc- tion rates plus 15% for handling. 01 -03 GOVERNING CODES 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME 01 -06 OWNER All construction as provided for under these Plans and Specifications shall be governed by any exist- ing Resolutions, Codes and Ordinances, and any sub- sequent amendments or revisions thereto as set forth by the Owner. Refer to the General Conditions of Agreement, Section 5.06, Page 17 for description. 01 -05 TIME OF COMPLETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Agreement, or the date of the Notice to Proceed, whichever is latest. The "Owner" shall be the party of parties named in the Notice to Contractor. S -1 01 -07 LOCATION The location of work shall be as mentioned in the Notice to Contractor and as indicated on the Plans. SECTION 02 - SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing construction, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncov- er their particular utility lines or otherwise con- firm their location. Certain utility companies perform such services at their own expense, how- ever, where such is not the case, the Contractor will cause such work to be done at his own ex- pense. 02 -02 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the Project and prior to final accep- tance and payment, the Contractor shall deliver this correctly marked set of drawings to the Engi- neer. 02 -03 LANDS FOR WORK The Owner is in the process of finalizing ease- ments, permits and site acquisition for lands upon which work is to be done. It is possible that con- demnation of some of the property owner's lands for easements will have to be enforced. In such cases, the Owner plans to get court permission to work on such condemned lands no later than during the month of June, 1981. The Contractor shall schedule his work on easements and right -of -ways that already have been acquired while such condemnation proce- dures are in progress. No extra cost to Contractor shall be due by Owner for any delays caused by condemnation, but Owner may extend the calendar days of the contract, if permission to enter lands is not acquired by June, 1981. —' 5 -2 Within private lands, a 30 -foot wide permanent easement and an additional 50 -foot wide temporary construction easement is provided for the Contrac- tors use with conditions as follows: 30 -Foot Wide Permanent Easement - The Contractor has full use of the 30 -foot wide permanent easement for construction of the proposed improvements. Trees with limbs hanging over the 30 -foot width but not having their trunks within the 30 -foot width shall be neatly trimmed with a chain -saw or a hand- saw, if such limbs interfere with the construction operations. 50 -Foot Wide Temporary Easement - The Contractor has limited use within the 50 -foot wide temporary construction easement. The temporary easement is shown on the Plans either straddling both sides of the permanent easement or along one side of the permanent easement. In either case, a total 80- foot width has been provided for construction oper- ations. No clearing of existing trees is allowed within the temporary easement or at any other loca- tion on the private lands except within the 30 -foot wide permanent easement. If the Contractor damages or kills any trees within the 50 -foot temporary easement without express written permission from the Engineer or Landowner, he shall purchase new trees of the same type and size and re -plant them in the same location. Clearing of brush and small cedar trees may be allowed, if absolutely necessary for the construction operations, but such clearing shall be allowed only after written permission of the Engineer or Landowner is given. The temporary construction easement has been provided for tempo- rary storage of construction materials, cleared materials from the 30 -foot wide permanent easement and excavated materials from trench excavation. Clean -up shall be done on each tract of land as the work progresses. For instance, after the pipe is installed on one Landowner's tract, the Contractor shall immediately begin clean -up operations on that tract at the same time that work is beginning on the next tract of land. All dead trees and brush shall be removed from the 30 -foot wide permanent easement and the 50 -foot temporary easement. All rocks as stipulated by the "easement grading" detail in the Specifications shall be removed from the 30 -foot permanent easement. All excavated S -3 materials from the trench, not acceptable for use in trench backfill or low water crossings shall be removed from the tract, unless the Contractor makes other arrangements with the Landowner. All mater- ials brought in by the Contractor shall be removed from the tract. In essence, the areas affected by the construction shall be left in a cleaner, neater manner than prior to construction. No burning of trash, dead trees, and brush or any other materials shall be allowed. The Contractor shall be liable to the Landowner for any injuries to cattle or other stock caused by animals falling in trenches or escaping through gates or fences being left open or injured or lost in any other way. The Contractor will make fair and equitable settlement with the Landowner for such damages prior to the 10% final retainage being released. The possession of firearms or other weapons on Landowners property is strictly forbidden in order to preserve the wildlife on the tract. The Contractor shall provide portable toilets with- in reasonable walking distance of the construction operations to maintain sanitary conditions on the job. All fences damaged by the Contractor shall be re- placed with new materials of the same type con- struction or other types as approved by the Land- owner. A1I fences and gates shall remain intact and closed to prevent the loss of ranch stock. The 30 -foot wide permanent easement shall be used for the Contractor's ingress and egress to the tracts. All materials including pipe, appurte- nances, bedding, concrete and other items shall be brought in along the 30 -foot wide permanent ease- ment unless other arrangements are made between the Landowner and the Contractor. A shaker bucket with 5" or smaller openings shall be used to backfill trench above select bedding, unless Owner's inspector deems such method unneces- sary when backfill material is void of rocks larger than 5" in its greatest dimension. S -4 For work within the highway right -of -way, the Con- tractor shall contact Luther Toungate, Maintenance Foreman, Phone 512- 863 -2842 in Georgetown, Texas, and follow his requirements. No trees in the high- way right -of -way shall be damaged or trimmed unless express consent is granted by the Maintenance Fore- man. The Maintenance Foreman shall designate areas for use by the Contractor for temporary storage of equipment and materials during construction. Such storage area shall be cleaned up and hydro - mulched with an all- season mixture on any areas that the ground cover has been diminished. Within the high- way right -of -way, any disturbed surface areas af- fected by the pipeline operation along and includ- ing the trench may be hydro - mulched with an all - season mixture, as determined by the Engineer. All hydro - mulching shall be watered as necessary during dry weather periods as determined by the Engineer until the seed has matured adequately to prevent erosion. 02 -04 BLASTING FOR TRENCH EXCAVATION The City of Austin Blasting Ordinance shall be en- forced on this project. Copies of the ordinance are available at no cost from the City of Austin Engineering Department, Permits Section, 301 W. 2nd Street, Austin, Texas. There is a "NO BLASTING ZONE" shown on the Plans in crossing over the "Inner Space Cavern" in Contract No. 2 - Alternate "A" Route. Outside of the "NO BLASTING ZONE" in Contract No. 2 - Alternate "A" Route and within 1,000 feet of the "Inner Space Cavern" entrance in all directions, limitations shall be enforced for both Contract No. 2 - Main Route and Contract No. 2 - Alternate "A" Route. The limitations are: 1) Seizmographic monitoring by an independent testing firm approved by the Engineer shall be required at the Contractor's expense at the cave entrance and at the blasting location. 2) No blasting shall be done while the "Inner Space Cavern" is open for tours. 3) Notice of blasting schedule shall be given to the operators of "Inner Space Cavern" 24 hours prior to blasting & to the local speliological society. 4) Staggering (relaying) the blast sequence is required. S -5 If caverns are located during trench construction, the trench bottom shall be bridged with concrete in accordance with the Engineer's instructions and paid for at the unit contract price bid. 02 -05 CITY OF AUSTIN STANDARD SPECIFICATIONS The City of Austin Standard Construction Specifica- tions for the Water & Wastewater Department are incorporated into this project by reference and they shall be applied to this project except as modified in TS:1 Technical Specifications attached herein and as modified on the Plans. TS:1 Technical Specifications hold priority of interpretation over the City of Austin Standard Specifications. 02 -06 STANDARD DETAILS The Standard Details as attached herein shall be- come a formal part of the Technical Specifications on this project and shall have the same priority of interpretation as TS:1 Technical Specifications. 02 -07 POLY WRAP ON DUCTILE IRON PIPE The Cast Iron Pipe Research Institute is in the process of analyzing the soil conditions along the pipeline routes. The Engineer shall instruct the Contractor where to use poly wrap on the ductile iron pipe if it is required. Ductile iron pipe is an alternate bid item to concrete steel cylinder pipe on this project. 02 -08 DEDUCTS FOR TWO WATER LINE CONTRACTS Bids on two of the four Water Line Contracts shall be received at 10:00 a.m. on the bid date and bids on the remaining two Water Line Contracts shall be received at 2:00 p.m. on the same date. The Con- tractor may or may not add a deduct amount for the award of two contracts to him as shown in the Bid Proposal at his option. The Owner shall reserve the right to accept or reject such Deduct Items. 02 -09 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. S -6 02 -10 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor 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 re- cover reasonable cost thereof from Contractor. 02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improve- ments are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder progress of work. 02 -12 MINIMUM WAGE SACLE Wage rates paid for highway -heavy construction and paving and utilities incidental to general building construction in Zone 8 which includes Williamson County, Texas, in accordance with the latest revi- sions thereto. 02 -13 LIMITS OF FINANCIAL RESOURCES The City of Round Rock 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 limits of financial resources. S -7 Contractor shall be entitled to no claim for damag- es for anticipated profits on any portion of work that may be omitted. At any time during the dura- tion 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. 02 -14 CONSTRUCTION INSPECTION The Owner shall provide an inspector to review the quality of materials and workmanship. 02 -15 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 shown on the drawings or described in the contract documents and techni- cal specifications. All items of construction not specifically paid for in the bid schedule shall be included in the unit price bids. Any questions arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -16 EXCERPTS FROM TEXAS WATER CODE The following excerpts from the Texas Water Code are hereby made a part of this contract. In the event there are any conflicts between these re- quirements and requirements of these Specifica- tions, these excerpts will govern. Construction Contract Requirements: The governing body of each political subdivision receiving financial assistance from the board shall require in all contracts for the construction of a project: (1) that payment be made in partial payments as the work progesses; (2) that each partial payment shall not exceed 90 percent of the amount due at the time of the payment as shown by the Engineer of the pro- ject; and S -8 (3) that payment of the 10 percent remaining due upon completion of the contract shall be made only after: (A) approval by the Engineer for the politi- cal subdivision as required under the bond proceedings; and (B) certification by the board that the work to be done under the contract has been completed and performed in a satisfac- tory manner and in accordance with sound engieering principles and practices. Filing Construction Contract: The political subdivision shall file with the department a certified copy of each construction contract it enters into for the construction of all or part of a project. Each contract shall contain or have attached to it the specifications, plans and details of all work included in the contract. Inspection of Projects: (a) The department may inspect the construction of a project at any time to assure that: (1) the Contractor is substantially complying with the engineering plans of the project as submitted when approval of the feasi- bility of the project was sought; and (2) the Contractor is constructing the pro- ject in accordance with sound engineering principles. (b) Inspection of a project by the department does not subject the state to any civil liability. Alteration of Plans: After board approval of engineering plans, a poli- tical subdivision may not make any substantial or material alteration in the plans unless the board authorizes the alteration. Certificate of Approval: The board may consider the following as grounds for refusal to give a certificate of approval for any S -9 SECTION 03 - INSURANCE construction contract: (1) failure to construct the project according to the plans as the board approved them or alter- ed with the board's approval; (2) failure to construct the works in accordance with sound engineering principles; or (3) failure to comply with any term of the con- tract. 03 -01 Insurance policies must be obtained by the Contrac- tor or separate endorsement obtained to his exist- ing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. The principal types of insurance which will be necessary are: Blasting Insurance in accordance with the City of Austin Blasting Ordinance is required on this pro- ject. $1,000,000 coverage is required on Water Line Contract No. 2. All other Water Line Con- tracts shall have $300,000 coverage. Public Liability and Property Damage to protect the Contractor, any of his sub - contractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount for liability is $100,000/$300,000. The amount of property damage will depend upon the mag- nitude and nature of the project. Automobile and Truck Public Liability and Property Damage to protect the same individuals as indicated under Public Liability and Property Damage above, and in the same amounts for liability. Worker's Compensation and Employer's Liability Builder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. S -10 The Contractor shall supply to the Owner a Certi- ficate of Insurance, on a form furnished by the insurance companies or a form similar to the attached samples, prior to the start of work. S -11 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference 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 City of Round Rock. WATER 1. Raw water mains shall be Concrete Steel Cylinder (C -301) Class 150, Concrete Steel Cylinder (C -303) Class 150, or Ductile Iron Class 50, or other classes, as shown on the Drawings and described in the Bid Propo- sal. 2. Potable water mains shall be Asbestos Cement Class 200, Ductile Iron Class 50, or Concrete Steel Cylinder (C -301) Class 150, as shown on the Drawings and describ- ed in the Bid Proposal. 3. Gate valves shall be A.W.W.A. iron -body with ends as appropriate to installation on piping. 4. Butterfly valves for raw water lines shall be A.W.W.A. C -504, latest revision, with mechanical joint and shall be Dresser style 1450 or approved equal. 5. Service material shall be type "K" copper tubing or 160 psi polyethylene tubing conforming to ASTM D2737, SDR 9 with brass fittings. 6. Fire hydrants shall be 3 -way, 5 -1/4" Mueller, improved AWWA type or approved equal, with pump nozzle for 4 -1/2" fire hose. A 6" gate valve and valve box shall be pro- vided on each fire hydrant lead. Threads shall be com- patible with City of Round Rock fire - fighting equip- ment. 7. All utility trenches underneath street paving shall be compacted with a vibrating tamper in 6" lifts. Density of backfill trenches under pavement shall be compacted to 95% in accordance with test method TEX 113 -E and shall be tested by an independent laboratory. Such testing will be paid for by the Owner, and an authorized representative of the City of Round Rock shall be pre- sent when such tests are made. TS:1 8. Detectable Mylar marking tape will be installed over all non - metallic water lines. Care will be taken to ensure that the buried marking tape is Mylar encased aluminum foil. 9. All testing of pipe shall be done under the supervision of the City, and the Contractor shall furnish all equip- ment and material for the testing and shall perform such tests as described as follows: A. Duration The duration of the hydrostatic test shall be a min- imum of four (4) hours. B. Pressure The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. Ductile iron shall be tested as Class 150 pipe. C. Allowable Leakage The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: where: L = ND IT 3,700 L = Allowable leakage in gallons /per hour N = Number of joints in the length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the maximum and minimum pressures within the test section in psi. D. Filling Rates Maximum filling rates in gallons per minute equiva- lent to filling velocities of 1 foot per second, for pipes flowing full. TS:2 Nominal Size Flow Rate Q (gpm) 4 9.8 6 14.7 8 19.6 10 24.5 12 29.4 14 34.3 16 39.2 18 44.1 20 49.0 24 58.8 27 66.1 30 73.4 33 80.8 36 88.1 42 102.8 48 117.5 10. The City of Round Rock will provide water for raw water pipe (Contracts No. 1, 2 and 3) testing from a fire hydrant to be installed by the Booster Pump Station Con- tractor at the Water Treatment Plant site. The Water Line Contractor shall provide all equipment and mater- ials to make the connections. Water shall be introduced into the raw water line at the plant and flow consecu- tively through the raw water lines installed on raw water line Contracts No. 1, 2 and 3 toward the Raw Water Intake System at Lake Georgetown. Each Contractor shall anticipate possible delays in awaiting the completion of all of the raw water pipeline contracts and the booster pump station contract being installed for the fire hydrant and for a continuous pipeline through which to deliver the test water. The City of Round Rock will provide water for potable water testing (Contract No. 4) from an existing fire hydrant located adjacent to the proposed pipelines. The Water Line Contractor shall provide all equipment and materials to make the connections. 11. Sterilization of raw water line will be done by others. Sterilization of potable water mains shall be done under the supervision of the City, and the Contractor shall perform such sterilization and furnish all material and equipment for same. The City will be responsible for bacteriological tests. If such bacteriological tests fail, the Contractor shall be responsible for re- steri- lization of the mains. Final payment shall not be re- leased until bateriological tests, as perform3 by Texas Department of Health Resources, pass. 12. All pipe shall be installed in strict accordance with the pipe manufacturer's recommendations. "Stabbing" in the jointing procedure will not be allowed. TS:3 13. At locations in corrosive soil as determined by the Engineer, wrap ductile iron water pipe with 8 -mil mini- mum polyethylene film. All edges and laps shall be securely taped to provide a continuous wrap. 14. Reference is made to the City of Austin Standard Con- struction Specifications of Water & Wastewater Depart- ment, "Section VIA -4.2 Granular Pipe Bedding Envelope ". Paragraph "d" of that section which allows material of certain gradations from trench excavation to be utilized for the granular pipe bedding envelope. Paragraph "d" of that section shall be omitted from these specifica- tions. All water pipe will have 6" below and 12" of specified bedding above the greatest outside diameter of the pipe. 15. The "Measurement and Payment" procedures shall be as included in these Specifications. 16. The "Standard Details" shall be followed as included in these Technical Specifications and as shown on the Draw- ings. The "Standard Details" shall hold priority of interpre- tation over the Standard Details in the referenced City of Austin Standard Construction Specifications. TS:4 VIA-9. WATER VIA -9.1 PIPE BASIS OF MEASUREMENT AND PAYMENT - WATER Unless stated otherwise in the contract documents, it is understood that all payments made are for finished work and include all labor, tools, materials, constructing and completing the item on which payment is made. When called for in the proposal, pipe shall be paid for at the unit contract price bid per linear foot, for the size and type of pipe specified, complete in place. The bid price per linear foot shall include all mylar marking tape for asbestos cement and other non - metallic pipelines, pipe- line "caution" markers on metal posts or secured to fences, testing, clearing, excavation, laying of pipe, backfilling and clean up. Measurement for length shall be the horizontal distance along the centerline of the pipe as surveyed by the Engineer. Actual laying length (A.L.L.) shown on the Plans is not a measurement for payment. Payment shall also repre- sent compensation for replacement of curb, drainage struc- tures, non - asphalt driveways and any other improvements damaged during construction unless specifically itemized in the Bid Proposal as a separate pay item. Concrete blocking for supporting and reinforcing bends, and thrust blocks shall be included in the cost for pipe. No separate payment shall be made for welded joints, or harnessed joints required for thrust restraint which are scheduled or indicated on the drawings. VIA -9.2 FITTINGS Cast iron and ductile iron fittings for potable water pipe (Water Line Improvements - Contract No. 4, 12" pipe & smaller) furnished in accordance with these Specifica- tions shall be paid for according to ANSI A21.10 (AWWA C110) scheduled weights for fittings furnished. Class as applic- able with class rating of water pipe. Short body fittings are approved for use on this project. Concrete steel cylinder and ductile iron pipe fit- tings for raw water pipe (Water Line Improvements - Contract Nos. 1, 2 & 3) and 14" & larger potable water pipe (Contract No. 4) and special outlets such as for manways, flush valves, air release valves and other outlets shall not be paid for separately. The Contractor shall include these in his bid for the laying of pipe. MP:1 VIA -9.3 VALVES Valves shall be paid for at the unit price bid, including valve stem casing and cover, excavation, setting and adjusting to proper grade, anchoring in place, and valve markers. VIA -9.4 AUTOMATIC COMBINATION AIR RELEASE & VACUUM VALVE ASSEMBLIES Installation of automatic combination air release and vacuum valve assemblies shall be paid for at the unit price bid per air valve installation and shall include valve or corporation cock, pipe, fittings, box and cover, gate valve if shown in detail, and air release valve marker, com- plete in place. VIA -9.5 FIRE HYDRANTS Fire hydrants for potable water service shall be paid for at the unit price bid per each and shall include pipe, main line tee, fittings, and 6" gate valve, between the main and the fire hydrant. In cases where the bury of the fire hydrant is greater than four (4') feet, a barrel extension shall be fur- nished and installed by the Contractor at no extra cost to Owner, including rod extensions, bolts and all other required accessories. Include cost of extensions in unit price bid for fire hydrant. VIA -9.6 WET CONNECTIONS When called for in the Proposal, wet connections shall be paid for at the unit price bid per each, complete in place, according to the size of the main that is in service and shall be full compensation for the work except that cast iron fittings and valves shall be paid for as separate items, unless otherwise specified in the Bid Proposal. VIA -9.7 BORING, JACKING AND TUNNELING When called for in the proposal, boring, jacking and tunneling shall be paid for at the unit contract price bid per linear foot, including all excavation, all necessary grouting, backfilling, cleanup, jacks, skids, other specified items, and the specified pipe casing not including carrier (water) pipe, complete in place. MP:2 VIA -9.8 CONCRETE ENCASEMENT When called for in the proposal, concrete encase- ment shall be paid for at the unit contract price bid per linear foot for the size of pipe specified, complete in place. VIA -9.9 OPEN CUT ROADWAY OR DRIVEWAY Open cut roadway or driveway shall be paid for at the unit price bid per linear foot, including all excavation, compacted flexible base backfilling, pavement replacement, clean -up, and the specified pipe casing (if required), not including carrier (water) pipe, complete in place. VIA -9.10 FLUSH VALVES Flush valves shall be paid for at the unit price bid per each and shall include all pipe, fittings, valves, and flush valve marker, between the main line fitting and the flush valve. VIA -9.11 LOW WATER CROSSINGS Low water crossings shall be paid for at the unit price bid per lump sum, including all culvert pipe, fill, compaction and reinforced concrete rip -rap, complete in place. VIA -9.12 CONCRETE RETARDS Concrete retards shall be paid for at the unit con- tract price bid per each for the size of pipe specified, com- plete in place. VIA -9.13 CONCRETE CAP When called for in the proposal, concrete cap shall be paid for at the unit contract price bid per linear foot for the size of pipe specified, complete in place. VIA -9.14 GATES When called for in the proposal, gates shall be paid for at the unit contract price bid per each for the width of gate specified, complete in place, including all gate and fence posts, fence repair, latches and all other required accessories. MP:3 VIA -9.15 ASPHALT DRIVEWAY REPLACEMENT When specifically called for in the proposal at a particular location, asphalt driveway replacement shall be paid for at the unit contract price bid per square yard, com- plete in place including H.M.A.C. pavement and compacted flexible base material. VIA -9.16 PIPE ACCESS PORTS Pipe access ports on concrete steel cylinder pipe shall be paid for at the unit price bid per each for each pipe access port installation, and shall include R.C.P. vault and cover, select crushed stone, two coats of Bitumastic -50, and pipe access port markers complete in place. VIA -9.17 POLY WRAP ON DUCTILE IRON PIPE When called for in the Bid Proposal, 8 -mil minimum polyethylene film on ductile iron pipe shall be paid for at the unit price bid per linear foot complete in place. VIA -9.18 OTHER PAYMENT ITEMS When called for in the proposal, other items shall be paid for at the unit contract price bid as indicated for the item specified, complete in place. MP:4 STANDARD DETAILS 1. PIPE BEDDING DETAIL 2. CONCRETE ENCASEMENT 3. HORIZONTAL BLOCKING DETAIL 4. BLOCKING DETAIL FOR VERTICAL SENDS 5. HIGHWAY BORE AND ENCASEMENT 6. RAILROAD BORE AND ENCASEMENT 7. STANDARD FIRE HYDRANT ASSEMBLY 8. FLUSH VALVE ASSEMBLY (C.S.C. PIPE) 9. AUTOMATIC AIR & VACUUM RELEASE VALVE & COMBINATION AIR RELEASE VALVE (POTABLE WATER) 10. AUTOMATIC AIR & VACUUM RELEASE VALVE (RAW WATER) 11. MARKER DETAILS 12. TYPICAL GATE VALVE INSTALLATION 13. TYPICAL BUTTERFLY VALVE INSTALLATION 14. GATE INSTALLATION 15. CONCRETE RETARD 16. HOLD -DOWN JACK 17. PIPE ACCESS PORT 18. FLUSH VALVE ASSEMBLY (D.I. PIPE) 19. CONCRETE CAP 20. OPEN CUT DRIVEWAY CROSSING 21. TREE PRESERVATION & EASEMENT GRADING AFTER CONSTRUCTION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 le 1 II IIII �I ommval • •• 00 . 5 -I MAX. • O.O • OPC 0 �IU ICI - -. 11111E1 •0 912 TAMP OR WATER JET BACKFILL EII IPgI I� IITI� - - 1 / igu, 111 ' � I INI° , IIIW o BACKFILL — u 4 -7" MIN u I. BACKFILL MAY BE EXCAVATED MATERIAL EXCEPT FOR ROCKS GREATER THAN 5 IN DIAMETER a IF MATERIALS ARE ESSENTIALLY FREE OF VOIDS AFTER COMPACTION. 2. BEDDING MATERIAL MAY BE PIT RUN SAND PEA ESRINSTALLLEDCIN STONE, SHALL BE BEDDED IN EITHER PEA GRAVEL OR CRUSHED STONE. SAND, PEA GRAVEL a CRUSHED STONE PER CITY OF AUSTIN STD. SPECIFICATIONS FOR WATER aWASTEWATER CONSTRUCTION. DETAIL NO. I 111 PIPE BEDDING DETAIL 4" MOUND OVER PIPE TRENCH TO ALLOW FOR FUTURE SETTLING SLOPE PERMISSIBLE PROVIDED TRENCH WALL IS MAINTAINED VERTICAL TO A POINT 12 ° ABOVE PIPE 24" 12" 6" COMPACTED BACKFILL 2500 P.S.I. CONCRETE, POURED AGAINST - 11 UNDISTURBED EARTH 11, WIDTH OF TRENCH DETAIL NO.2 CONCRETE ENCASEMENT 4 MOUND OVER PIPE TRENCH TO ALLOW FOR FUTURE SETTLING PIPE SUPPORTS - MIN. 3 PER JOINT ACCEPTABLE MATERIALS: WOOD, CONC. BLOCK, OR RE -BAR CRADLES. PIPE SHALL BE SUFFICIENTLY ANCHORED TO PREVENT FLOATATION DURING CONCRETE PLACEMENT. 4 ",6 ",8" 2.5 0.3 5.0 0.4 2.0 0.2 1.5 0.1 1.0 0.1 10 ", 12" 3.5 0.6 6.5 2.5 3.5 0.5 2.0 0.3 1.5 0.1 16 ", 18" 5.5 1.6 9.0 4.0 4.5 1.2 3.0 0.6 2.0 0.3 20" 6.0 1.9 10.0 4.5 5.5 1.5 3.5 0.7 2.0 0.4 24" 7.0 3.1 14.5 , -.5 8.0 2.5 4.0 1.0 3.0 0.5 30" 7.5 4.1 15.0 5.0 8.5 3.? 5.0 1.5 3.0 0.6 42" 10.5 11.0 21.0 17.8 11.5 8.1 7.0 3.9 4.5 1.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 it Note: For angles other than those shown, use the next larger angle fnr dimension and C.Y. of concrete. A CLASS "C" CONCRETE (2500 P.S.I.) Pipe 1.D. PLUG Note: Dimensions and volume of concrete blocking shown in Table below is based on dirt excavation. When excavating in rock, Owner's inspector or Engineer may, at his option, reduce the volume. concrete required. TEE 4( MIN. 12" - EXCAVATE AS NECESSARY TO OBTAIN SPECIFIED C.Y. OF CONC. AND PLACE AGAINST UNDISTURBED EARTH. ( CLASS "C" CONCRETE (2500 P.S.I. ) BEND HORIZONTAL BLOCKING DETAIL DETAIL NO. 3 Tees & Plugs 90 Bends 45° Bends 22- 1 /2'Bends 11- 1 /4'Bends Dim. A. C.Y. Dim. R. C.Y. Dim. C. C.Y. Dim. D. C.Y. Dim. E. C.Y. F ( 3.0 .5 4.0 1.0 6.0 1.3 6.0 1.8 9.0 2.3 9.0 2.5 !10 ", 12" 4.0 1.1 5.5 2.2 6.5 2.8 9.0 4.0 12.5 5.2 14.5 5.7 16 ", 18" 5.0 2.5 7.5 4.9 8.5 6.4 12.0 9.0 15.0 11.8 19.0 12.7 1 20" 6.0 3.1 8.5 6.0 9.5 7.9 13.0 11.1 18.0 14.5 20.5 15.7 !24" 6.5 4.4 X 8.7 10.5 11.3 14.9 16.0 19.5 20.9 22.0 22.6 ;30" 6.5 5.2 10.5 10.1 11.0 13.3 16.0 18.8 21.0 24.5 24.0 26.5 [42" 8.5 10.1 12.0 19.9 14.0 26.0 19.0 36.7 26.0 48.0 30.0 52.0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L Pipe 1.0. MI II st DEPTH VARIABLE TO OBTAIN SPECIFIED C.Y. OF CONCRETE. TRENCH BOTTOM # 5 U -BAR NOTES MIN. I §1.1, YD. CLASS C CONC. ( 2500 P.S.I. DETAIL NO.4 I. CONCRETE BLOCKING SHALL BE REQUIRED FOR ALL VERTICAL BENDS OF 6° AND GREATER. 2. BLOCKING SHALL BE PLACED ACROSS FULL WIDTH OF TRENCH. 3. BLOCKING SHALL BE SUBSIDIARY TO PRICE BID PER FOOT OF PIPE. CLASS "C "CONC.- (2500 PSI.) 11 -1/4 ° Bend 27 -1/2 ° Bend 30 Bend 45 Bend 67 -1/2 ° Bend 90' Bend Dim.A. C.Y. Dim.A. C.Y. Dim.A. C.Y. Dim.A. C.Y. Dim.A. C.Y. Dim.A. C.Y BLOCKING DETAIL FOR VERTICAL BENDS 1-71P PRESSURE GROUT BETWEEN-- CASING 84 SURROUNDING EARTH CARRIER PIPE VARIES (SEE PLAN B PROFILE) =411- v4nS i =1 4a - CARRIER PIPE W m 0 0 0 tr c.4. 14.1 l :m glvr. BLOCK UP BOTH ENDS OF CASING PIPE W/ BRICK OR TIMBER. INSTALL SO CASING PIPE WILL DRAIN . MORTAR BEARING BANDS FLEX- PRO7Ex" TOGA. C.G.M.P.,SMOOTH FURNISHED MIN. N PIPE, TWO JOINT FILLER BY JO NT CL. I R.C.P., AS SPECIFIED MAR -MAC MFG. CO. SHALL BE INSTALLED ON ALL CARRIER PIPE JOINTS INSIDE THE CASING PIPE IN ACCORDANCE W/ THE MFGR.S RECOMMENDATIONS. MORTAR THE INTERIOR JOINT OF THE CARRIER PIPE AFTER COUPLING THE JOINT 8 CHECKING THE GASKET W/A FEELER GAGE. END VIEW 10 GA. C.G.M.P. SMOOTH STEEL LINER OR GASKET JOINT CL. IV R.C.P., AS SPECIFIED HOLD —DOWN JACK (SEE DET'L. NQ 16) -- MORTAR BEARING BANDS NOTE: I. ONE HOLD -DOWN JACK REQUIRED PER LENGTH OF PIPE . 2. THE BOTTOM BEARING SURFACE OF C.G.M.P. CASING PIPE SHALL BE PAVED W/CONC. OR STL SKIDS SHALL BE WELDED TO THE BOTTOM TO PROVIDE A SMOOTH SURFACE UPON WHICH THE CARRIER PIPE WILL REST, HIGHWAY BORE & ENCASEMENT DETAIL NO. 5 s O CARRIER PIPE VARIES (SEE PLAN & PROFILE ) VARIES uC =■1111_ c� = 1R_4n fi m1.174 n1t=60.. - r 11 III cil .,'�II�I�I oo Y I,. s BLOCK UP BOTH — a ENDS OF CASING Zt F PIPE W/ BRICK OR TIMBER. INSTALL SO ( CASING PIPE WILL DRAIN. CARRIER PIPE RAIL 4 VARIES unau m., -r.a n. MORTAR BEARING BANDS IOGA. C.G.M.P.,SMOOTH FURNISHED ON PIPE, TWO FLEX PROTEX" STEEL LINER OR GASKET PER PIPE MIN. JOINT FILLER BY JOINT CL. IV R.C.P., AS SPECIFIED MAR -MAC MFG. CO. SHALL BE INSTALLED ON ALL CARRIER PIPE JOINTS INSIDE THE CASING PIPE IN ACCORDANCE W/ THE MFGR.S RECOMMENDATIONS. MORTAR THE INTERIOR JOINT OF THE CARRIER PIPE AFTER COUPLING THE JOINT 9 CHECKING THE GASKET W/A FEELER GAGE. PRESSURE GROUT BETWEEN 10 GA. C.G.M.P. SMOOTH STEEL CASING a SURROUNDING LINER OR GASKET JOINT CL. IV EARTH R.C.P., AS SPECIFIED 41)i END VIEW RAILROAD BORE a ENCASEMENT HOLD -DOWN JACK (SEE DET'L. N0 16) - MORTAR BEARING BANDS NOTE: 1. ONE HOLD -DOWN JACK REQUIRED PER LENGTH OF PIPE 2. THE BOTTOM BEARING SURFACE OF C.G.M.P. CASING PIPE SHALL BE PAVED W/CONC. OR STL. SKIDS SHALL BE WELDED TO THE BOTTOM TO PROVIDE A SMOOTH SURFACE UPON WHICH THE CARRIER PIPE WILL REST. DETAIL NO.6 GRADE I'-O" MIN VARIES • 2LO" THRUST BLOCK SET ON UNDISTURBED SOIL. Z -2i HOSE CONNECTION ON EITHER SIDE OF FLUSH VALVE. PUMPER CONNECTION' G "MEC JOIN INLET. ELEVATION NOTE: THIS DETAIL APPLIES TO "POTABLE" WATER LINES ONLY. STANDARD DETAIL 7 VALVE BOX .,`562 -S ADJ. VALVE BOX W/ LOCK LID MARKED "WATER - ROUND ROCK FURI'L ONE WRENCH 6 GATE VALVE M.J. TEE WATER MAIN THRUST BLOCK SET ON UNDISTURBED SOIL. STANDARD FIRE HYDRANT ASSEMBLY 24" OR 30" PIPE 6" THICK CONC. (SQUARE) 6 TANGENTIAL OUTLET (FLG.) NOTES I. INCLUDE ALL VALVES, FITTINGS MARKERS 6" DI SPOOL BLOCKING PIPE, ETC. IN UNITPI�IC�E (FLG.) BID FOR FLUSH VALVE ASSEMBLY . BEGIN MEAWREMENT 2. SEE DETAIL NO.11 FOR FLUSH VALVE a PAYMENT FLUSH MARKER DETAIL. VALVE ASSEMBLY' 562 -S ADJUSTABLE VALVE BOX W /LOCK LID, MARKED "WATER - ROUND ROCK FURNISH ONE WRENCH 30 ' C.S.C. as ADJUSTABLE •- VALVE BOX X11 111111 ( 6"GATE VALVE (FLG.) 6"C.1.90 ° BEND, FLG. FLUSH VALVE ASSEMBLY (C.S.C. PIPE) DETAIL NO. 8 6" D.I.PIPE (FLG.) THRUST BLOCKING (1 C.Y. MINIMUM) 6"C.I.90 ° BEND, FLG. 2-8" LONG BOLTS BLIND FLANGE 36 ° SQ. x I2" THICK 2500 P.S.I.CONC. 6 D.1. PIPE (FLG.) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Q 0. 6° THICK CONC (2500 PS1:) I, MI i I 0 SIZE APCO MODEL SIZE APCO MODEL ll II E 0 I 143 C 6 150 C !� I 2 145C 8 151C 3' 147 C 10" 155/200A e 149C p I y ��i k , � 11 24 .. ' )inac k m_ 1 I N� 6= X1111 :. . � 1111 - 2111NI �11V PATCH W/ GROUT 0 r I . Y �� �� QUANTITIES LIST(APPROX.)II I. THREADED OUTLET. 2. HANDWHEEL GATE VALVE. 3. AUTOMATIC AIR 13 VACUUM RELEASE VALVE OR COMBINATION AIR RELEASE VALVE. 4. GALV.PIPE. LENGTH AS REQ 5. G.I. ELBOW (MIN.4 REQ'D ) 6. STAINLESS STEEL CLAMP (4 REQN- 0 J r LENGTH VARIES PLANS - SIZE AS REQ'D) i 7. STAINLESS STEEL NO. 16 MESH SCREEN .• 6 > p <, J 0 ° •• °�; f ' O °' _ COVERING. •'' 8. 4" 0 PINTA -POST 5' LONG W/ A.A.V.R.V p MARKER MOUNTED AT TOP. p• 9. 36 "R.C.P. LENGTH AS REdD. o;(� 10. 3/8 x 38" STL.PLATE. II. WATER MAIN. 12. LAYER OF CRUSHED LIMESTONE PIPE ti ; BEDDING MATERIAL. Q° 13. FLEXIBLE COUPLING. � O' NOTES: IIA A ch o • w 0 • 1. SIZES OF GATE VALVES FITTINGS 8 PIPING SHALL BE SAME SIZE AS OPENINGS IN AIR RELEASE VALVE. •;•o • 2. THIS ASSEMBLY IS INSTALLED ON POTABLE WATER LINES. AUTOMATIC AIR & VACUUM RELEASE VALVE & COMBINATION AIR RELEASE VALVE ( POTABLE WATER ) DETAIL NO. 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SIZE APCO MODEL SIZE APCO MODEL 1" 142 6" 153 2" 144 8" 154 3" 146 10" 155 4" 152 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ALIGN �I 12" I f MIN. G.I. PIPE • STAINLESS STL. (NO. 16) SCREEN 12" MIN 6" 12 LAYER 0 PIPE BEDDIN OVER PIPE. G.I. PIPE SAME SIZE AS OUTLET STD. M.H. RING a COVER 1 `II 0 I i../ • u oD n a C'/f'. - - I i i A A.R.V. FLANGED OUTLET OR BOSS FOR D.1. PIPE. WATER PIPE II{�- II�Ii" IIIIIII= III11 'III II I SELECT BEDDING J NOTES: 1. THIS ASSEMBLY IS INSTALLED ON RAW WATER PIPELINES. 2. SIZES OF ALL PIPING VALVES d FITTINGS FROM OUTLET ON MAIN TO SCREENED OUTLET ON VALVE SHALL BE SAME DIAMETER AS AIR RELEASE VALVE SIZE NOTED ON PLANS AUTOMATIC AIR & VACUUM RELEASE VALVE (RAW WATER) DETAIL NO. 10 AIR RELEASE VALVE MARKER CONC. LID GATE VALVE 48" R.C.P. (LENGTH AS REQ'D G.I. ELBOW 6 LAYER OF CRUSHED LIMESTONE ` PIPE BEDDING MATERIAL N 8 3/4" i 3. WATER LINE MARKERS MAYBE CRIMPED TO EXISTING FENCE WIRE OR ATTACHED TO A 1 x! x 1 /8'x4 GALV. ANGLE POST. 4. SIGNS SHALL BE 20 GA. STEEL W/ BAKED ENAMEL FINISH. VWHITE E " WHITE LETTERS ATTACHING TO ORANGE NOTE: USE Q INSTEAD OF A c FOR PIPE ACCESS ON : D PORT. UNDERG TI ROUN WATER MAIN PHONE: CITY OF 8" ROUND ROCK 512- 255 -3612 FOR INFORMATION I/4 HOLES FOR 10" POST OR TO FENCE r1 MARKER DETAILS DETAIL NO.II NOTES I. PLACE VALVE, AIR VALVE a ACCESS PORT MARKERS AT LOCATION OF EACH ITEM. 2.PLACE WATER LINE MARKERS AT EVERY FENCE a ROAD CROSSING d AT 500 INTERVALS ALONG THE PIPELINE. VALVE MARKER AIR RELEASE VALVE MARKER MARKER MARKERS SHALL BE OBTAINED FROM RURAL WATER SPECIALTY CO. POST OFFICE BOX 927 TULSA, OKLAHOMA 74101 OR APPROVED EQUAL WATER LINE Note: All items shown included in valve 6 box unit price, complete in place. VALVES IN YARDS OR IN AREAS NOT SUBJECT TO TRAFFIC Gravel or Graded Area Grade -Valve Box & Cover 562 - Adj. Valve Box with Lock Lid Marked "Water - Round Rock" Furnish 1 Wrench STANDARD DETAIL NO. 12 2' -0" TYPICAL GATE VALVE INSTALLATION 1 1/2" Asphalt Pavement Valve Box u a & Cover ' v Per Spec's. k " 1-4 �6" C.I. Pipe 0 Valve Valve — Water Line , .. —Water Line VALVES WITHIN ROADWAYS OR OTHER PAVED OR SURFACED AREAS WATER MAIN FIN. GRADE VALVE BOX 9 COVER 562 -S ADJUSTABLE W /LOCK LID MARKED "WATER - ROUND ROCK FURNISH ONE WRENCH FOR WHOLE PROJECT. A.W.W. A. BUTTERFLY VALVE ( FLANGED OR M.J.) 2 "OPERATING NUT SUPPORT GEARBOX AGAINST UNDISTURBED TRENCH BOTTOM W/ BRICKS OR CONCRETE PAD. NOTE. ALL ITEMS SHOWN INCLUDED IN VALVE B BOX UNIT PRICE, COMPLETE IN PLACE , ACCORDING TO MFG. RECOMMENDATION. TYPICAL BUTTERFLY VALVE INSTALLATION DETAIL NO. 13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AS NOTED ON PLANS NEW 6" 0 CEDAR POST UTILIZE EXIST. POST WHERE POSSIBLE 1 i�� II INSTALL BRACE PQST ASREQD 11 j I ! ' IhI \ CHAIN a PADLOCK JII . II 1 A- 14 ' ; I = 11I 1 1 i� I II J I' 1' 14GA.GALV. STL.GATE I 1 1111 �:� II ! j 30" MIN. , .00 I 1 L J `�': 1111 • L_ I I 18 2500 P.S.I. NOTES CONCRETE (TYP.) I. GATE SHALL BE INSTALLED SUCH THAT IT CAN SWING 90°EITHER WAY FREELY. 2. FENCE WIRES WILL BE STRETCHED a RE-ATTACHED EQUAL TO OR BETTER THAN ORIGINAL CONDITION. 3. GATE MANUFACTURER SHALL SUBMIT SHOP DRAWINGS TO ENGINEER FOR APPROVAL. GATE INSTALLATION DETAIL NO. 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 6" FF MIN. 6" MIN. # 3 BARS TOP VIEW NATURAL GROUND - 11 — IIIIIMII�IIIN X11 =�11p�lu� - -11 i �i � o latlEr limarz- zAlialima AGINT NORMAL TRENCH SEE DETAIL NO. I END VIEW CONCRETE RETARD DETAIL NO. 15 #3 BARS ® 12" 0.C., EA. FACE 12" MIN. - KEYED INTO TRENCH WALLS 2500 P.S.I . CONC. CONC. PLACED AGAINST UNDISTURBED TRENCH BOTTOM 1 HOLD -DOWN JACK CARRIER PIPE IS TO REST ON BOTTOM OF ENCASEMENT PIPE CONSTRUCTION DETAIL END VIEW HOLD -DOWN JACK DETAIL NO. 16 2x4 "x4 "OAK BLOCK i f,--- I "x 6 "STD. MACHINE BOLT I STD. NUT 2 DIA. STEEL WASHER 2 "GALV. IRON PIPE 1 IRON PIPE PLUG WELDED TO BASE PLATE 1/4" STEEL PLATE w/ 15 "RADIUS ENCASEMENT PIPE FIN. GRADE NORTAR COATING PIPE ACCESS PORT DETAIL NO. 17 PRE -CAST CONCRETE LID W /MANHOLE FRAME 8 COVER 1111131•1" AldiffEIN COAT ENTIRE TEE 8 BLIND FLANGE WITH 30 MILS BITUMASTIC 50 48"CLASS III R.C.P. 24" BLIND FLANGE 6"LAYER CRUSHED LIMESTONE PIPE BEDDING MATERIAL 24 " FLANGED OUTLET NOTE CONTRACTOR SHALL CUT R.C.P TO PROPER LENGTH TO ACHIEVE DIMENSIONS SHOWN AT NO ADDITIONAL COST TO OWNER. PIPE BEDDING MAT'L. 6" THICK CONC. (SQUARE) =11111°11 II I ! ADJUSTABLE ------- VALVE BOX All eat. SPOOL (FLG.) D.I. PIPE . 6" FLG. BOSS 6"-90 ° C.I. BEN D(FLO.) NOTES 6' GATE VALVE (FLG.) I. INCLUDE ALL VALVES, FITTINGS MARKERS, BLOCKING PIPE, ETC. IN UNIT PRICcE BID FOR FLUSH VALVE ASSEMBLY . 2. SEE DETAIL NO. II FOR FLUSH VALVE MARKER DETAIL. DI. PIPE 562 -S ADJUSTABLE VALVE BOX W /LOCK LID, MARKED "WATER - ROUND ROCK" FURNISH ONE WRENCH 6" O.I. SPOOL (FLG.) BEGIN MEASUREMENT Q PAYMENT FLUSki VALVE ASSEMBLY' FLUSH VALVE ASSEMBLY ( D. 1. PIPE) DETAIL NO. 18 6"C.I.90 ° BEND, FLG. - 6 D.I.PIPE ( FLG.) CONC.THRUST BLOCKING (I C.Y. MINIMUM) 6"C.L90 °BEND, FLG. 2 -8 ° LONG BOLTS BLIND FLANGE D.I. PIPE (FLG.) 36 "SQ. x 12 " THICK 2500 P.S.I. CONC. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f TAMP OR WATER JET BACKFILL COMPACTED BACKFILL (95% DENSITY AS DETERMINED BY TEX.113 -E) 11 ", I I l e/ 'I y' �II11 VIII ° ��I�III ill • 2500 P.S.I. CONCRETE POURED AGAINST UNDISTURBED EARTH WIDTH OF TRENCH (SEE DETAIL NO. I ) DETAIL NO. 19 4 MOUND OVER PIPE TRENCH TO ALLOW FOR FUTURE SETTLING ,h. VARIES - SEE PROFILE ON PLANS 6“ MIN. ONE -HALF OF GREATEST OUTSIDE DIAMETER OF PIPE BEDDING MAT'L (SEE DETAIL NO. I ) CONCRETE CAP Q o cc H w R w LIMITS OF "ASPH. DRWY. REPLACEMENT "(SEE NOTE # 1) w Z -J Q cc o F w Ll cc a. REPLACE PAVEMENT WITH COMPACTED TO 100 % PER TEX -113 -E 8 1 I/2 AS SHOWN ON PLANS. L LIMITS OF OPEN CUT DRWY” 6° BASE „MAX. DENSITY H.M.A.C., LIMITS I r (SEE NOTE # I) i a ° 0. ; ° p• 1 o• Q DO . O p •� . ° 17°P o. P5 6 „ MIN. _ � — IC I _ oo',. °o ,;, ,I � p , • .a' .o. . a .o,�� � , '•S i -� 0, �• ; . ° s.. , .�:_.,_•..! VIII III , 6` MIN. oa FLE BASE COMPACTED I' • . ,,a' +I IN 6 LIFTS TO 100 /n MAX. � o•;pa - DENSITY PER TEX. -113•E . .li BEGIN BASE BACKFILL AT .' SPRINGLINE OF ENCASEMENT 4 ,. • PIPE OR WATER PIPE. w, � �!�/ _'`� °• s,!''- 1/ os] p! ,I PrO =lh��- _ = HOLD -DOWN JACK - (REQUIRED ONLY IF ENCASEMENT PIPE REQUIRED) ENCASEMENT PIPE 11M REQUIRED 1111111111- WATER 7-,- II PIPE �IpI III SEE DETAIL NO. 16 (WHERE ON PLANS) -((I ---II II � Q — n., — SELECT BEDDING =AL.. — 1111111= 1111111_- _ --dl • I II= � I=IIU IIIIIU SEE PLANS FOR FLOW LINE ELEV. OF WATER PIPE. 6C MIN. i = r _ —_ iii n –== II 'TOTES — .. inciurle cost of corys.icted flex. base trench backfill & 1 1/2” H.M.A.C. pavement repair in unit hid for "nPEN -CUT DRIVEWAY" per linear foot. 2. Include cost of i 1/2" H.M:A.C., 6" compacted flex. base, & compacted flex. base trench backfill in unit price bid for "ASPHALT DRIVEWAY REPLACEMENT" per square yard. 3. Encasement pine for water mains in open -cut driveway crossings shall be paid for at the unit price bid for "OPEN -CUT DRIVEWAY CROSSING INCLUDING ENCASEMENT PIPE" per linear foot. OPEN 'CUT DRIVEWAY CROSSING DETAIL NO. 20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1` 1 1 1 1 1 1- 1 1 1 50' 30' TEMPORARY CONST.ESMT. PERMANENT ESMT. CAUTION: NO OAK TREES SHALL BE CUT DOWN NOR DAMAGED B NO OTHER TYPES OF TREES WITH TRUNK DIA. OF 3 "OR GREATER SHALL BE CUT DOWN NOR DAMAGED WITHIN TEMP. CONST. 171/2' ESMT. (SEE PENALTY CLAUSE IN SPEC. CONDITIONS.) 71/2 7 I/2 MOUND OVER TRENCH 20' (SEE DETAIL NO.1) FENCELINE Ell, t Ell u, A1,1 ,/x,+1,1 .. I ��n �. Hv�. (TYP.) ' . A „1 11i 1 , 1 i I ' � RAW WATER PIPE NOTES: 1. Requests for clearing within the Temporary Construction Easement will be made to the City of Round Rock Inspector & he will then forword the request to the landowner for special permission. 2. Existing cleared areas may be used for storage of materials & other construction operations. 3. Where cutting through property not parallel to fence line, the T.C.E. may straddle the centerline of the Permanent Easement. In this case, the T.C.E. is 25' on either side of the P.E. & above restrictions in T.C.E. apply. 4. Where possible, the contractor shall exercise reasonable caution to preserve trees of 6" dia. at the base of trunk & larger within the P.E. Tree trimming is recommended. 5. Contractor shall grade a 15' width of surface centered over pipeline for a smooth driving lane. No rocks larger than 3" in its greatest dimension shall be left within 30' P.E. without express consent of the engineer. TREE PRESERVATION 81 EASEMENT GRADING AFTER CONSTRUCTION DETAIL NO. 21 1 1 1 1 1 1 1 1 1 1` 1 1 1 1 1 1- 1 1 1 25 LE OPEN. CUT et PT: REPLACEMENT .. ,,.. LINE 0 • t % NOTE OVERHEAD ELEC. LINE a POLES ALONG NORTH SIDE OF BARBED WIRE FENCE 2 -14' 12'' ti 11' CONC. BOX ! CULVERT A. i. WAL 1'55 RT. PI. STA. 225+97.06 Oak trees shown sped f c al 1 on t i s sheet are pad for as - bi in die Pr Contractor shal-1 not remove, damage or trim any trees without alning consent 'from the Maintenance F c eman of the Texas e a e t of H i g h w a y s & Public, Transportation e r to the Special Conditions for deal s ,Any trees cut down will be remo ved from site ' med i ate v Where P ans call for replacing trees with oak trees, only _ cal De. oak tees in heal .h conditio be accepted. Contractor shall water trees to keen them alive until root S. sterns have ,become well a I shed. Any tree that dies within one -year warranty period will be -, r eD Laced BEGIN 2" WATER LINE -- + . +00 2C CC 210 + + + -�. _ 2E�8 CC 2�Q9 CC I C +CC 2 I I CC 212 �C 2 I: CC 2I4 Qa 2 ! � CQ 2 I S +�+� 21 �' CC 2 I B CC 2 I +00 : 9 CC 2 2 C + C p 2 2 I �- CC 22 2 �- 2 2 224+00 �- + 7 -� + +00 + 2 �- +00 -� ... CC �- 224 a 22 22S + 22 22B -� 2 CC 2C C4 2� 1 +� 22 ©Q C� 2�4 CC 2 00 'D'RTe` ttiANTOE''CONTRACT NO, 2 LERA`E—A :C NTRACT : N :G. : GRANGE -S ON NG ... . .BE C0 ff N .; .. . THRO TRACT CONTRACT Na 2 L� 30" RAW WATER TRANSMISSION MAIN STA, 206 } 00 TO STA. 235+00 n CITY OF ROUND ROCK , TEXAS WATER LINE IMPROVEMENTS 1981 Ha ynie & Kaliman I - CONSULTING ENGINEERS Round Rock, Texas SCALE = 1 _ 100' H , 1 = 10'' DATE: 1AARCH . 19S1 AFT PROJECT NO. 103 - 144 SHEET 8 OF 22 0 .... .......................... •......•........ ............... .... NATURAL :RUN , 'WATER MAIN ................... WATER LINE 50 L.F. HWY. BORE WI48 "ENCASEMENT PIPE.. S TA. 256+ 12 A.A.V.RV. - NOTE : OVERHEAD ELECTRIC LINE POLES ALONG NORTH SIDE OF BARBED WIRE FENCE 244 +00 245 +00 WATER MAJ NOTE: THERE IS AN EXISTING 2" PRIVATE WATER LINE 3' TO 10' FROM FENCE, FROM STA. 232+80 TO 255+00. CONTRACTOR SHALL REPLACE WITH TEMPORARY BY -PASS LINE UNTIL RAW WATER MAIN IS READY TO BACKFILL, THEN SHALL LAY 2" LINE IN SAME TRENCH. SEE DETAIL 24 A, THIS SHEET. REFER TO SPECIAL CONDITIONS. PI. STA. 244 + 36" (TYR ) St D EXISTING 2" WATERLINE 30" MIN. WATER LINE MATCH LINE STA. 260 +00 THI SH. EXISTING WATER METER HWY. R.O.W LINE PI. STA. 256+14.07 79 05'56 "RT CAUTION! 6" GAS LINE CONTACT BOBBY MUCHA, L.S.GAS CO. PH.863 -3000 FOR EXACT LOCATION. EXISTING 6" WELDED STEEL GAS DISTRIBUTION L 1 NE P.I. STA. 258 +0715 19 ° 47'23 RT RAL :.GROUND Hays ie. a!iti?an,!he: RP - CHANGE `ONTRACT: N .ALOE ::N:TE =A : 0:.. . T A ... ..2' . , N GE • SITATIONita .. . ' TO'iB : NT :1 U0US : ... T.. :-.H... CONTRACT NO:S I, , .. 20- CHANCE•. ; s= • ALONG • TO PARALLEL qAs LINE r.. W E R :.. GRADE FO :'; - L .'. : IIOP : HW': :ICON :S:T : : : : : :: CONTRACT NO. 2 30" RAW WATER TRANSM ISSION STA. 235+00 TO STA. 265400 CITY OF ROUND ROCK ,TEXAS WATER LINE IMPROVEMENTS 1981 H aynie & Kali Inc. CONSULTING ENGINEERS Round Rock, Texas SCALE :1 "= 1OO'H, 1 10'V A RC H 1981 OF I NOTE : .OVERHEAD ELECTRIC LINE a POLES A NORTH SIDE OF BARBED WIRE FENCE ATER LINE 50 L.F. HWY. BORE W/48 "ENCASEMENT PIPE r STA.25G +12 24000 HWY. 29 VATUR L m NOTE: THERE IS AN EXISTING 2" PRIVATE WATER LINE 3' TO 10' FROM FENCE, FROM STA. 232 TO 255+00 . CONTRACTOR SHALL REPLACE WITH TEMPORARY BY -PASS LINE UNTIL RAW WATER MAIN IS READY TO BACKFILL, THEN SHALL LAY 2" LINE IN SAME TRENCH. SEE DETAIL 24 -A, THIS SHEET. REFER TO SPECIAL CONDITIONS. ATER MA NATURAL GROUND EXIST. D DETAIL 24— A ATER LINE SELECT BEDDING- SEE DETAIL NO. 1 I N SPECS. WATER LINE 250 f00 EXISTING WATER METER HWY R.O.W. LINE 0 % . 25 7+00 258 +0 5S-O0 280 +00 261 +00 50 :L.E H' '` Y. BORE : r . W 4 8 "E1CASEMEI` -PIPE EXISTING 6" WELDED STEEL GAS DISTRIBUTION LINE z EQUATION: P. I. STA. 258 +35.32 ' BK = PI. STA. 258 +3946 FWD CAUTION. GAS LINE CONTACT BOBBY MUCHA, L.S. GAS CO. PH.863 -3000 FOR EXACT LOCATION. P I. STA. 256+10 . 27 78° 47 20 RT. NATURAL GROUND 1.H. 35 - CIA - CONTRA ` N 0. : L :ERN:ATE- CONTRACT NO. ..2 - CH N GE 'S fAT • 'H..O.O C`-T NO. LOWED GA. ': ..: CONTRACT NO. 2 O"RAW WATER TRANSMISSION MA STA. 235+00 TO STA. 265+00� CONSULTING ENGINEERS Round Rock, Texas SCALE :1 ` 100' H N BY: F. S.S. DATE M A RC H 19 81 275 L.F. CONC. CAP 269 1-00 SOUTHBOUND THRUWAY LANE t CURVE DATA R - 4104.21 A= 1204.41 T = 606.56' C = 1200.09' I = 16°48'50" STA. 278+0 - 30" 6" GATE VALVE BUTTERFLY VALVE (EXTRA) 6 " FLUSH VALVE P1P 7.0' NOTE: FLUSH VALVE ASSEMBLY PIPING SHALL BE INSTALLED UNDER BE D OF RIVER. WITH 6" CONC. CAP FROM TOP OF PIPE TO BOTTOM OF RIVER BED. INSTALL APPROX. 130 L.F. OF 6" PIPE IN RIVERBED TO NORTH BANK OF RIVER. INCLUDE ONE EXTRA 6" G.V. ON T H I S ASSEMBLY. 1 N C LU DE ALL ITEMS 1 N UNIT PRICE FOR 6` F.V. SOUTHBOUND THRU Lt1 NATURAL :GROUND 0 co NCASE BEN iiE NATURAL :GROUND 0.5° /a ATE ce CONTRACT :N:4 ALTERNATE-A.. T CONTRACT • NO. 2 CONTRACT . NO. 2 A CITY OF ROUND ROCK , TEXAS WATER LINE IMPROVEMENTS 1981 N DESIGNED BY : SDK N BY: ESS Haynie & Kali man Inc. CONSULTING ENGINEERS Round Rock, Texas LE = 1 0 0 ' IV`v DATE: MAR.I981 PROJECT NO. 103- . ... ..sY M. • - ..D' ESC IPiT il -20-81 • ........ * i • • :5.:2°.... ... .. 1 - - 1 .-- CHANGE:CONTRACT ? • i ALTE•RNATE *.:=A ...... TO • • ...... i .CONTRACT- NO.- 2 • • • • - • • • ': ... : - 1 ••••••••.- ......:.........,.... .. .. ...... . 'IC AN BE GE • C)ONSITAITITrill0.1.1115....:.:• ... .. i :.11...1.... .. TRACT.— • i Na i — ••• • ...... :1:•••••••••••••••..i .. ... -4 . . . : . . . . .... ,.._,.... •:-20-81...C.1-4 ••••••• ........ • • • .. - .. .. • . . . .......... ........ • -G •-•01 1*. FROM ....... TO LINE - ', . . • :•zd: - -GAS- FT - • --- - • : • i .1 ' • • *• • " " i • • • .... ' • - • - • • - - . • • - . • .• • . • ....... - ... •••.•. • • .. - • - • • - - - •••• • - - - .. - ... • • .._. • • : • . ..... , . ............ ---- ........ .... . .... ...•••. ....,. : .. .. - - - • • - - • - ......... . • . • • -- .... • ... • ' .... ..... ---: . • . ...... i --- ...... :- ',I ......... 100 L.F. BORE ENCASEMENT 0 0 10 0) LLJ 9.2 P 1. STA. 300+89.63 9 ° 58' 34" LT. I0' • 1, I 1 I I I 1 P. STA. 302+68.39 4°37'10 LT. 1 1 11 11 1 1 R.O.W. 9.3' 2954Q0 2600 2971-00 298+00 299+00 300400: 301 4-00 302+00 303+00 3044-00 305+00 306+00 307+00 308+00 14.5' 1. H. 35 9.6' P.1. STA. 312+07.89 8°20'18" RT. 18 io GAS WARNING SIGN 8. 7' P1. STA. 316+ 37.80 2°17 LT P1. STA. 317+37.88 4° 34' 52" RT. P1. STA.318+37.96 2°17'26" LT. 9." 309+00 31 0 +00 311+00 31 2 +00 313 +00 3141 31 5 +00 3 16 +00 31 7 +00 318-00 319+00 320+00 SOUTHBOUND THRUWAY LANE R.O.W. 321 +00 322 , / / /1 r / / 14.5' 7.7' 0, w 323 00 324+00 325 *00 ..... .4. ....... • BORE •aENCASEMENT WI ENCA .... . . . . .. . . y . ....... ...... ..... •-• -4 • ...... CONTRACT NO. 2 A 30" RAW WATER TRANSMISSION MA STA. 295+00 TO STA. 325+00 CITY OF ROUND ROCK , TEXAS WATER LINE IMPROVEMENTS 1981 • ...... • • ..... • • • • • • • • TO 11111111ENZIEN Haynie & Kallman Inc. CONSULTING ENGINEERS Round Rock, Texas DESIGNED BY: DGC, SDK I SCALE 1".100 & 10 V DRAWN BY: FSS DATE: MAR.198I CHECKED BY: DGC, SDK 1 PROJECT NO 103 -144 I SHEET I I OF 22 _ CAUTION' 6" HIGH PRESSURE GAS LINE CROSSING- CONTACT BOB ANDREWS (1- 817 - 778 -8700) 4 HOURS PRIOR TO EXCAVATING. 70 L.F. CONC. CAP STA. 341 +00 - FLUSH VALVE 240 S.Y. ASPHALT P V MT. REPLACEMENT 0 0 + +0a 326+00 +. 326 00 327 as 328 2 325 +aa 3 9 +aa 330 00 4' 6" LOW PRESSURE GAS DISTRIBUTION LINE STA. 326 +50 - A.A..R V. - R.O.W. 14.5' 7.8' PI. STA 0° RT. 2 +01.06 P'I STA. 332+ 18.06 30O LT. 1.H. 35 33 I + 332+00 333+ as as 00 334 +aa 335 + 3 3 6+ 3 3 7+ 338- 33 9 �-O as +00 337+00 as +00 I CURVE DATA R= 5485.50' A= 791.13' T=790.45' C=396.25' A=8 R.O.W. DANGER! BEGIN Na BLASTING ZONE' REFER TO SPEC. CONDITIONS FOR DETAILS ON BLAST MONITORING WITHIN 1000 FEET OF CAVE ENTRANC This Page is too large to OCR