R-81-387 - 5/14/1981Lake Georgetown Project
WHEREAS, the City has duly advertised for bids for the
construction of Water Line Improvements, Contract No. 3 as
part of the project to acquire needed water from Lake George-
town, and
WHEREAS, H. L. Chapman submitted the lowest and best
bid, said bid being in the amount of $548,220.00, and
WHEREAS, the Council wishes to accept the bid of H. L.
Chapman, and to enter into a contract for the construction of
said improvements, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS
That the bid of H. L. Chapman is hereby accepted as the
lowest and best bid, and the Mayor is hereby authorized and
directed to execute on behalf of the City a contract with H.
L. Chapman for the construction of the Water Line Improve-
ments, Contract No. 3.
RESOLVED this /Z77" day of May, 1981.
ATTEST:
JO
NE
LAND, City Secretary
Water Line Contract No. 3
RESOLUTION NO. c
LARRY L. TON , Mayor
City of Round Rock, Texas
To:
city of Rnund lock
91L taar Main fir_
1:_..i fi..w4 Taaaa 7R6f.
.„4/
APPROVAL
Date .inns 25, 1981
STATE DEPARTMENT OF HIGHWAYS
AND PUBLIC TRANSPORTATION
Form 1082
(2 -77)
Permit No. 12 - 55.81
Control 15 Section 9
Hwy. No. in 35
Milliamann County
The State Department of Highways and Public Transportation offers no objection to the
location on the right -of -way of your proposed w. ter line as shown by
accompanying drawings and notice dated 3.11 - 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 immediate
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 Public
Transportation is immediately notified by the Utility Owner when such repairs are
initiated and adequate provision is made by the Utility Owner for convenience and
safety of highway traffic.
By: t .,. D
Disrict Engineer - D No. IA
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 7.ther Toungete forty -eight (48) hours prior to starting
construction of the line in order that we may have a representative present.
NOTICE OF PROPOSED INSTALLATION
UTILITY' LINE ON CONTROLLED ACCESS HIGHWAY
Date 3 - -
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
proposes to place a 30" Raw Water Transmission Main (C.S.C. nr D.I..
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
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
By Jack Harzke, P.E.
Title Director of Public Works
Address 214 East Main St.
Round Rock, Texas 78664
Form 1082
(277)
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 78664
(512) 255 -4564, 255.7881
Mr. John R. .Hughes
John R. Hughes Construction Co.
P. 0. Drawer 3400
Austin,/Texas 78764
Dear Mr. Hughes:
DGC /cla
cc: Mr. Bill Huggins ''
Texas Department of Highways
& Transportation, District 14
July 13, 1981
REC't 201981
Re: City of Round Rock
Water Line Improvements
Contracts No. 1 & No. 2
R.O.W. Permits
Sincerely,
HAYNIE & KALLMAN, INC.
David G. Currington,
Project Manager
CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Timothy E. Haynie, P.E.
Steven D. Kallman, P.E.
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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Em
Haynie & Kallman Inc.
CONSULTING ENGINEERS
CITY OF ROUND ROCK, TEXAS
WATER LINE IMPROVEMENTS - 1981
CONTRACT NOS. -- TttRtJ -4 CO
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.
Specification No.
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 78664
(512) 255 -4564, 255 -7861
April 24, 1981
ADDENDUM NO. 2
WATER LINE IMPROVEMENTS - 1981
Timothy E. Haynie, P.E.
Steven D. Kallman, P.E.
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 ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 78664
(512) 255 -4564, 255 -7861
April 16, 1981
ADDENDUM NO. 1
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 -B (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. pipe, 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
11111211E1( AMIE=
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 9 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 COSTOF ° PIPE ACCESS PORT ".
x REVISED ITEMS ADDENDUM NO. 1 -5/13
48 ° CLASS III R.CP
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 4-16-81)
DETAIL NO. 17
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
ADVERTISEMENT
INSTRUCTIONS TO BIDDERS
CONTRACT NO. 1
CONTRACT NO. 2
CONTRACT NO. 3
CONTRACT NO. 4
CONTRACT NO. 1
CONTRACT NO. 2
CONTRACT NO. 3
CONTRACT NO. 4
CONTRACT NO. 1
CONTRACT NO. 2
CONTRACT NO. 3
CONTRACT NO. 4
TABLE OF CONTENTS
PROPOSAL AND BIDDING SHEETS - (Separate Document for each
Contract)
AGREEMENT - (Separate Document for each Contract)
BID BOND - (Separate Document for each Contract)
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
W. 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
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 & Kaliman, 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
INSTRUCTIONS TO BIDDERS
PROPOSAL
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 & Kallman, Inc.
2115 North Mays
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR WATER LINE IMPROVEMENTS -
be opened at 10:00 a.m., Thursday,
"BID FOR WATER LINE IMPROVEMENTS -
be opened at 10:00 a.m., Thursday,
"BID FOR WATER LINE IMPROVEMENTS -
be opened at 2:00 p.m., Thursday, A
"BID FOR WATER LINE IMPROVEMENTS -
be opened at 2:00 p.m., Thursday, A
1 of 3
1981 (CONTRACT NO. 1) to
April 23, 1981."
1981 (CONTRACT NO. 2) to
April 23, 1981."
1981 (CONTRACT NO. 3) to
pril 23, 1981."
1981 (CONTRACT NO. 4) to
pril 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.
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. 3
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 30
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 CONDITIONED CONTRACT DOCUMENTS
The undersigned warrants �.'h
tt�ja e has examined the location of
the proposed work, the plan dr wings, specifications, and all
other parts of the Contract d4cuments, 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
47)o :l
/112;/ 19
Page 2 of 30
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
Name o ontract r Date
P4s,nx�o(4- Executed by igna ure) Title or Position
I(e LfiA ' \\ T \
Business Address
t , ..c , 1
City
ATTEST:
(Seal if Bid is by a Corporation.)
State
Page 3 of 30
Telephone Number
724 .
Zip
PROPOSAL BIDDING SHEET
CONTRACT: WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 3)
JOB LOCATION: ROUND ROCK, TEXAS
OWNER: THE CITY OF ROUND ROCK
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. 3), and binds
himself on acceptance of this proposal to execute a contract and bond for com-
pleting said project within the time stated, for the following prices, to wit:
This project is exempt from sales tax.
The following Base Bids and Alternate Bids "A" thru "H" are for different
sizes and types of raw water pipe as shown on the Plans.
BASE BID
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 4,050 L.F. 30" C.S.C. Pipe, Sta. 0 +00 to Sta.
40 +50, A.W.W.A. C -301, Cl. 150,
including fittings, special out-
lets and concrete blocking, com-
plete in place, per linear feet
for !.i Dollars
and ,., Cents $ ; > ` $
2 5,668 L.F. 30" C.S.C. Pipe, Sta. 40 +50 to Sta.
97 +17.35, A.W.W.A. C -301, Cl. 150,
including fittings, special out-
lets and concrete blocking, com-
plete in place, per linear feet
for ;jy
and ,
Page 4 of 30
Dollars
Cents $ 60
$ 79 �y�.`<,
Bid Item Description
Item Quantity Unit and Written Unit Price
3 3 Ea. 30" Butterfly Valve, M.J.,
A.W.W.A., including box and cover,
complete in place, per each
4
5
6
Dollars
and n , Cents $
2 Ea. 4" Combination Automatic Air
Release & Vacuum Valve, including
gate valve, box and cover, com-
plete in place, per each
and
1 Ea. 2" Combination Automatic Air
Release & Vacuum Valve, including
gate valve, box and cover, com-
plete in place, per each
tLAp 4 Dollars
and k ,,, Cents $ 1. no $ i 5n<)
2 Ea. 6" Flush Valve Assembly, including
6" gate valve, 6" D.I. piping and
C.I. fittings, complete in place,
per each
and ,.
Page 5 of 30
Dollars
Cents $
Unit
Price
Amount
Dollars
Cents $ Acry-. $ 'tc
$ co�
7 40 L.F. Bore & Encasement of Railroad with
minimum 48" encasement pipe, not
including 30" carrier pipe, complete
in place, per linear feet
for A, .- 'A�a9 t',*A,. Dollars
and Cents $ i45 $ 11 4A)
8 40 L.F. Concrete Cap, 6" thick, on 30"
water pipe, complete in place,
per linear feet
for �y M,,, Dollars
and n;r Cents $ s� $ no.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bid Item Description
Item Quantity Unit and Written Unit Price
9 3 Ea. Pipe Access Ports for 30" C.S.C.
Pipe, including R.C.P. vault,
complete in place, per each
ford _y� „�p, s,vt� 14 Dollars
and . Cents $
10 2 Ea. 12' Wide Gates, complete in place,
per each
Dollars
for - •��- IeAF�.
and u•,. Cents $ 3H5 2 $ 770
11 185 L.F. Open -Cut Roads & Driveways,
including 1 -1/2” H.M.A.C. pave-
ment and compacted flexible base
trench backfill, complete in
place, per linear feet
for ' Dollars
and k, Cents $ yS) $ _4700
12 50 C.Y. 1500 PSI Cement Bridge on Trench
Bottoms where cavernous openings
are discovered, as required by
the Engineer, complete in place,
per cubic yard
for „A,,,
and ,
Aw t 1
TOTAL WATER LINE IMPROVEMENTS - 1981
CONTRACT NO. 3 (BASE BID)
Page 6 of 30
Unit
Price Amount
$ 7 950.
$556,220.0o
p!l!. SbC
Dollars
Cents $ 1pn: $ Anr:r.L
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF WILLIAMSON 1
40
That this Agreement made and entered into this 0 22 `day
, A.D., 1981, by and between the CITY OF
ROUNIY ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and 4. L. C- N - PMM3i P£t.41 va tioc,Yor 1;4 ,
of the City of — , County of 7 ..AV /S
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. 3)
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
Cf y Secretary
ATTEST:
Special Conditions of
Agreement
Technical Specifications
Addenda
Change Orders
Plans
CITY OF
OWNER
By
or
I.cti/9- .1
CONTRACTCIR
Page 2 of 2
to these presents have
and day first above
OUND ROCK, TEXAS,
�-oN9J pY�'�c..•
THAT
UNITED STATES FIDEL1 j ►: GUARANTY COMPANY
KNOW ALL MEN BY THESE PRESENTS:
.,,,�rx,� 1 I Ilse. inral (1.741
Signed, sealed and delivered ._....,''' 1 '. ( 1 3° r 1 9 5 1
(Date)
is
(A ;[3C l°°Rlvslly)
BID BOND
H. L. Chapman Pij?q -tine+ Cnnn tnuc t ion, Llc.
BOND NUMBER
of Round Rock Texan
as Principal , and UNITED STATES FIDELITY AND
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto City O6 Round Rock, Te
as Obligee, in the full and just sum of r P' rccflt f ) Oj (ItP qR G'atci.d una bid.
Dollars,
lawful money of the United Slates, 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
Coyttnac t!3 (Uiiten Lure LnjJ'wvenunH'
THE CONDITION OF THIS OBLIGATION is such that it 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 Surely 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 loaner, but in no event shall liability hereunder exceed the penal sum hereof.
�(.. L...... CLtni. , In « n...P..-i- .., ..U. Y.....NY14
°ARANTT COMPANY
Altorney.in.lact
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No 84024
Know oft Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the lawn 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
of the City of Austin
its true and lawful attorney in and for the State of
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 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.
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
sealed with its corporate seal, duly attested by the signatures of its Vice. President and Assistant Secretary, this 3rd day of
August , A. D. 19 73
UNITED STATES FIDELITY AND GUARANTY COMPANY.
,SEAL)
STATE OF MARYLAND,
BALTIMORE CITY,
19 3 t9.47)
} ss;
Set.
Julie Molinare
Julie Molinare
(Signed) By D, 11, Meehan
(Signed)
, State of Texas
Texas
R. 11. Bland, Jr.
Vice.President.
Assistant Secretary.
On this 3rd day of August , A. D. 19 73 before me personally came
• D. H. Meehan , Vice.President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and R. II. Bland, Jr. , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland;
that they, the said D. H. Meehan and R. R. Bland, Jr. were respectively
the Vice.President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the con
poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the
Beal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora.
lion, 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 day in July, A. D. 19...7.4.
(SEAL) (Signed) llerhert,d...Ault
Notary Public.
STATE OF MARYLAND
BALTIMORE CITY,
1, Robert H. Douse , Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Herbert J. Aul1 , Esquire, before
,vhom the annexed affidavits were made, and who Itas thereto subscribed his name, was at the time of so doing a Notary Public of the
.'(ate 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 Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this 3rd day of August , A. D. 19 73
(SEAL) (Signed) Robert 11. Rouse
Clerk of the Superior Court o/ Baltimore City.
1
1
1
1 !
1
i
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 Slates 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 ottorneys -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 -(act, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizance', 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.
I, 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
Julie Molinare
of Austin, Texas , authorizing and empowering her to sign bands 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 llth 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
COMPANY on Aµ'f,i e 3 1
Date)
r ' 1
of the UNITED STATES FIDELITY AND GUARANTY
Bond 872- 0120 - 10852 -81 -2
THE STATE OF TEXAS j
COUNTY OF WILLIAMSON
County of W.ittiameon
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT H.L. Chapman PipeP.Lne CanstAucti.on,
Inc., P.O. Box 848 of the City of Round Rock
, and State of Texas
as principal, and United States F.ideti,ty 8 Guanant Co., 300 Towejr. Libe
Bu,�hUng, San Antonio, Texas 7803
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto The City off( Round Roek,214 E. Main.Round Rock. TX (OWNER),
Five Hund&ed Fonty Eight Thousand
in the penal sum of Two Hundhed Twenty Do1fahs and No /100 Dollars
($ 548,220.00 ) 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 8th day of May
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 CONDITIONS OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform said Con-
tract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said contract agreed and covenanted by
the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans
and Specifications thereto annexed, then this obligation
shall be void; 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 8.tk day of May
1981.
11. L. Chapman P.Lpeeine ConstAueUon,Inc. United States fidelity € Guahanty Co.
Principal Surety
Address P.O. Box 848 Address 150 E. R,.venside Dn.,0501
Round Rock, Texas 78664 Austin, Texas 78704
BY 244.. 44... By M, "Ltli -
errc G i2 (J
Title ( - Title Attonneq -In -Fact
The name and address of the Resident Agent of Surety is:
Stokes 5 Seanc.ey Agency, Inc.
150 East Rive/aide Dni:ve, Suite 501, Austin, Texas 78704
PB -2
Bond 872- 0120 - 10852 -81 -2
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
KNOW ALL MEN BY THESE PRESENTS, THAT H.L. Chapman P.ipaine Const oast on,
Inc., P.O. Box 848 , of the City of Round Rock ,
County of Witeianmon
PAYMENT BOND
PB -3
, and State of Tem
as principal, and United States FLdeUi,ty 8 Guivuurty Co., 300 Towet Lice
Bwitt L San Antonio, Texas 78205
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto The City os Round Roch,214 E. Main, RoundRoch,TX 78664 (OWNER),
Five Hundred Fon-ty E-Lght Thousand
in the penal sum of Two Hundred Twenty Daiwa; and No /100 Dollars
($ 548,220.00 ) for the payment whereof, the said Principal
and Surety bind themselves and thei -r 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 8th day of May
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
1
1
!I 1111
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.
III WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 8th day of May
1981.
H. L. Chapman Pipeline Consttuction, United S.tates. Fi=detity S Guahanty Co.
Principal Surety
1 BY -;\
Me&cy act
Title AttoAney -ln -Fact
Address P.O. 8o: 848
PB -4
By
Address 150 E. R.ivens.ide Vt., 0501
Round Rock, TX 18664 Austin, Texas 78704
The name and address of the Resident Agent of Surety is:
Stokes E Seancey Agency, Inc.
150 East Ri:'s.tde Pave, Suite 501, Au tin, Texas, 78704
GENERAL POWER OF ATTORNEY
No 91758
Know di 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
Mercy Gil
of the City of Austin
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 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 conforms all and whatsoever the said
Mercy Gil
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
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 1 St day of
May .A.D.19 81
UNITED STATES FIDELITY AND GUARANTY COMPANY,
(Signed) B James D. Rector
(SEAL)
STATE OF MARYLAND,
BALTIMORE CITY,
STATE OF MARYLAND
BALTIMORE CITY,
FS 3 (6-77)
m:
Se t.
(Signed)
CERTIFIED COPY
, State of
Texas
Robert G. Bruce
On this 1st day of May , A. D.19 , before me personally came
James D. Rector , Vics.President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Robert G. Bruce , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they, the said J aloe s D. Rector
and Robert G. Bruce 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.Preaident
and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July, A. D. 19 82
(SEAL) (Signed)
Margaret M. Hurst
Pfce- President.
Assistant Secretary.
Notary Public.
I, Charles W. Mackey, Jr. , Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, 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
acknowledgment, 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 hereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this l st day of May ,A. D.1981
(SEAL) (Signed) Charles W. Mackey, Jr.
Clerk of the Superior Court o/ Baltimore City.
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 forit 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 persona
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 persons, corporation, body, office, interest,
municipality or other association or organization whatsoever, in any and all capacities whatsover, 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.
I, 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
Mercy Gil
of Austin, Texas , authorizing and empowering her to sign bonds as therein net
forth, which power of attorney has never been revoked and is still in fall 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 llth 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 June 22, 1981
(Date)
Assistant Secretary.
IYPL OF
INSURANCE
POLICY
NO.
hFFECIIVE
DATE]
EXPIRATION
DATE
LIMITS OF LIABILITY
Workmen's
Compensation
)540 -UB-
379E930-9-
If`
1 -10 -81 I.
1 -10 -82
Statutory, State of
Texas, $ 1,000,000.
Employer's Liability
Comprehensive
50 -SLG -878
1 -10 -81 il
1 -10 -82
Bodily Injury
General
E697 -7 -81
I
$ 500,000 each coc
Liability
=I
$ 500,000 sikaatm<aceddeot
Includes
i
Contractual -
-- covered
lo
Liability
Covers
Property Damage
Independent -
-- covered
$ 250,000 each mweav
Contractors
$ ZbU,000 aggregate
Owner's
PRO -287F
5- 15 -81'.
5 -14 -82
Bodily Injury
Protective
976 -1 -81
$ 500,000 each person
$ 500,000 each accident
Property Damage
$ 250.000 each accident
$ 250.000 aggregate
Comprehensive
Bodily Injury
Automobile
50- NSA -878
1 -10 -81
1 -10 -82
$ 500,000' each person
Liability
- 698-9-81
$ 500,000 each aomrovYar&
Owned
Vehicles
covered
Property Damage
Hired
Vehicles
covered
$ 100,000 each iiddrbdeoXGc
Non -owned
Vehicles
covered
Includes
Contractual
Liability
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TO: City of Round Rock
214 East Main Street
Round Rock, Texas 78664
CERTIFICATE OF INSURANCE
Date: 5 -13 -81
Description of Workiaying 40"
raw water line
THIS IS TO CERTIFY THAT H. L. Chapman', Pipeline Const. Co.,Inc.is, at the date of
this certificate, insured by this company with respect to the business opera-
tions hereinafter described, for the types of insurance and in accordance with
the provisions of the standard policies used by this company, and further here-
inafter described. Exceptions to standard policies are noted on the reverse
side hereof.
c urrence
aggregate
ccurrence
ccurrence
occurrenc]
The above policies either in the body thereof or by appropriate endorsement
provide that they may not be changed'or cancelled by the insurer in less than
ten days after the insured has recev d wnitten notice of such change or cancel-
lation.
This Certificate of Insurance neither';affirmatively or negatively amends, ex-
tends, or alters the coverage afforded ;by policy or policies indicated by this
certificate.
The Charter Oak Fire Insurance Company
(Name of Insurer)
INSURANCE SPECIALISTS OF AUSTIN
Byk
Jacob Isaac - Authorized Representative
le Agent
::Address P. 0. Box 99
Page 2 of 2
Austin, Texas 78767
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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.10.( Pxylc 80 I( IN 35 enoNd fLX! 1 TA 7 E4,64 (
( 2 ) Telephone 5 4L, - a,5 - ,4(0
(3) Type of firm:
( ) Individual, ( ) Partnership, ()() Corporation
(4) Corp ration organized under the laws of the State of
(5) List the names and address of all members of the firm or
names and tittles of all officers of the corporation:
}.�I IJV nn �i . l �,G f m & y„ s( & . -9A exude,*
2"tl/)11 1 d yy36]�2' ZL U.A..; Q - 414
_IIJ.tL1/� 1i.7a
,6-
(6) Number of years experience
(7) List at least three (3) projects completed as of recent
date: Contract Amount /Class of Work /Date Completed /Name
and Address of Owner
$ 000. cn li ta eekhotu - / Tex 15
$!41, 6 )d.46 is ��r di.,.ec l - 30-P/ /. P .x havxola fj
sioi,800.c0
(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
NON E
Address Work to be Performed
(9) Payment of taxes, in the State of ,h,
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS (
COUNTY OF
BEFORE ME, A,q//} FG+ .AaAM p A / , a Notary
Public, duly commissioned andlic. duly commissioned and qualified, in and for the
County of
appeared /1, k.0 A
(herein represented by
its ace- - I e,s,d,.✓1 t
i 5 , State of Texas, came and
TM M ,., gam/
, pursuant to and by virtue of the
provisions of a resolution adopted by the said ALCii,Q ,6,r,An/
R pa(:No - cor51. on the /,3 day of "IA y
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
said /nMM y - T A 42 M 0 0 Fa2 y has assured and does
hereby assure the Texas Water Development Board that the said
of I i 1 l i l e,.,. o n,
CONTRACTOR'S ACT OF ASSURANCE
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 30 Q Xj¢wLjq,`}t/-
` project at / u.v (T� , & j
Texas, which will provide benefits to the C;fi 0
R Oi) N ROc1 , the State of Texas, the County
, other local interests and property
owners, and that said g J. Ch !✓ / -o tit. .
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 �.e q ry � :Ne ++ aJ � for
the construction the construction of said project, and the said i/A.C
Pe e. /INernrf, hereby waives and agrees to waive any
and all claim to monies due the said X.Ch.. C:�ai e
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 1 said �{,
P P Ne I:QNSY -C and (2) (7.;Ty p�
and /or the Texas Department of
Water Resources, upon a finding by the Texas Water Develop-
ment Board that the said !,•A. P4�0,/
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
modifications, 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 , su / ch waiver of any and all claims
h'J.C—fift4i/AA! : a Ail •
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 . t_ Gv t rL.c •
as enumerated under I t 4above.
to monies due the said
By 1
Sworn to and subscribed before me thisV the /3 day of
, 1981.
Not --/(1212117 c in and or J
�,a County, Texas
My commission expires ,i3 85
1
1
1
1
1
1
1
1
1.
1
1
1
'1 1
1
MINUTES OF THE SPECIAL MEETING OF THE
BOARD OF DIRECTORS OF H.L. CHAPMAN
PIPELINE CONSTRUCTION, INC.
A special meeting of the Board of Directors of H.L.
Chapman Pipeline Construction, Inc. was duly held in the
offices of the corporation at 9:00 o'clock a.m., on
January 15, 1980, pursuant to notice given to the Directors.
The President, H.L. Chapman, called the meeting to
order. The following Directors were present: H.L. Chapman,
J. Herschel Kelley, and Myrna L. Chapman, the same
constituting a quorum, and the following business was
transacted:
Upon motion duly made and seconded, the following
resolution was unanimously adopted:
RESOLVED, that the corporation, by and through
this its Board of Directors, effective this date,
pursuant to Article Six, Section One of the corporate
bylaws, hereby authorizes the following officers to
enter into contracts in the name of and on behalf of the
corporation, such authority of each such officer being
general and not confined to specific instances:
H.L. Chapman President
Tommy Thompson Vice President
This resolution shall remain in effect until further
action by the corporate Board of Directors or as is
otherwise authorized by the corporate Articles of
Incorporation, Bylaws, or Board of Directors resolution.
1
1
1
1
1
1
1
1
11
1
1
1
1
1
1
1
1
adjourned.
There being no further business, the meeting was
-
Myr 'a L. Ch.pman, S'cretary-
Treasurer
/4JFo
Date
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
WAIVER OF NOTICE, CONSENT AND APPROVAL OF THE
MINUTES OF THE SPECIAL BOARD OF DIRECTORS' MEETING
OF H. L. CHAPMAN PIPELINE CONSTRUCTION, INC.
The undersigned, Myrna L. Chapman, J. Herschel Kelley,
and H. L. Chapman, being directors of H.L. Chapman Pipeline
Construction, Inc., each for himself, waives any and all
irregularities of the call and notice of the special meeting
of the Board of Directors held at the offices of the
corporation in Austin, Travis County, Texas, at 9:00 o'clock
a.m., on January 15, 1980.
The undersigned further consent to the holding of this
meeting and approve the minutes thereof, a copy of which is
attached hereto and incorporated herein by reference.
Dated: /- /J
/
apman, Director
a
My
L.
o ° ersch -1 Ke
ey, Director
H. L. Chapman, Director
CERTIFICATION OF SECRETARY OF CORPORATE RESOLUTION
OF H.L. CHAPMAN PIPELINE CONSTRUCTION, INC.
I, Donna Chapman, certify that I am the secretary of
H.L. Chapman Pipeline Construction, Inc., and that I have
compared the foregoing with the resolution adopted by the
Board of Directors of the said corporation at a regular
meeting held at the office of the company, a quorum being
present, on January 15, 1980, as recorded in the Minute Book
of the company, and I hereby certify that the same is a true,
correct and complete copy thereof, and that the same has not
been rescinded, altered, amended or repealed but is now in
full force and effect.
In witness whereof, I have hereunto set my hand and
attached the seal of the corporation this 13th day of May,
1981.
Donna Chapman, Sec ary
GENERAL CONDITIONS OF AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
1. DEFINITIONS
Page
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority
2.02 Right of Engineer to Modify Methods
and Equipment
2.03 Changes and Alterations
2.04 Damages
2.05 Losses from Natural Causes
2.06 Laws and Ordinances
2.07 Licenses, Permits, and Certificates
2.08 Royalties and Patents
2.09 Keeping of Plans and Specifications
Accessible
2.10 Discrepancies and Omissions
2.11 Contractor's Understanding
2.12 Extra Work
2.13 Payment for Extra Work
2.14 Assignment and Subletting
2.15 Subcontractors
2.16 Owner's Status
2.17 Completed Portions of Work
2.18 Materials
2.19 Receiving and Storage of Materials
2.20 "Or Equal" Clause
2.21 Completed Work
2.22 Materials Furnished by the Owner
2.23 Protection of Property
2.24 Shelters for Workmen and Materials
2.25 Sanitary Facilities 1
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . . 1
3.01 Labor, Equipment, Materials and
Construction Plant 1
3.02 Performance and Payment Bonds 1
3.03 Contractor's Ability to Perform 1
3.04 Superintendence and Inspection 1
3.05 Character of Employees 1
3.06 Contractor's Duty to Protect Persons
and Property 1
3.07 Safety Codes 1
3.08 Barricades 1
3.09 Minimum Wages 1
3.10 Unsuitable Work or Materials 1
3.11 No Waiver of Contractor's Obligation 1
3.12 Site Clean Up 1
3.13 Guarantee 1
(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-
pleted" 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
equipment, supplies, material, and services to be fur-
nished under the Contract unless some other meaning is
indicated by the context.
1.12 Work�in Da . A "working day" is defined as any day
not inc uding 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 Kee ?ing 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 arrangements for 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
•
LeabJIIablc notice
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 sill provide a 1 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 Em loyees. The Contractor agrees to em-
ploy only orderry, 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 -Way. 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 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 o 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
01 -06 OWNER
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
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.
01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
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.
S -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
ther 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. AlTfences 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.
5 -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
5-8
(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
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.
SECTION 03 - INSURANCE
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
WATER
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.
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 17
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
water pipe (Water Line Improvements - Contract No.
pipe & smaller) furnished in accordance with these
tions shall be paid for according to ANSI A21.10
scheduled weights for fittings furnished. Class a
able with class rating of water pipe. Short body
are approved for use on this project.
Concrete steel cylinder and ductile iron
tings for raw water pipe (Water Line Improvements
Nos. 1, 2 & 3) and 14" & larger potable water pipe
No. 4) and special outlets such as for manways, fl
air release valves and other outlets shall not be
separately. The Contractor shall include these in
for the laying of pipe.
potable
4, 12"
Specifica-
AWWA C110)
s applic-
fittings
pipe fit-
- Contract
(Contract
ush valves,
paid for
his bid
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 BENDS
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
5 -I" MAX.
TAMP OR WATER
JET BACKFILL
BACKFILL
II
4 -7" MIN
1 �I� I - I I��f j Al
I �
� , ur
�� u I MINI'
e��
U lJJ
1. BACKFILL MAY BE EXCAVATED MATERI4L
EXCEPT FOR ROCKS GREATER THAN 5 IN
DIAMETER & IF MATERIALS ARE ESSENTIALLY
FREE OF VOIDS AFTER COMPACTION.
2. BEDDING MATERIAL MAY BE PIT RUN SAND
PEA GRAVEL OR CRUSHED STONE EXCEPT
INSTALLED iN BLASTED TRENCHES
SHALL BE BEDDED IN EITHER PEA GRAVEL
OR CRUSHED STONE. SAND, PEA GRAVEL B
CRUSHED STONE PER CITY OF AUSTIN STD.
SPECIFICATIONS FOR WATER 8 WASTEWATER
CONSTRUCTION.
11
DETAIL NO. I
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"
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
COMPACTED
BACKFILL
2500 P.S.I. CONCRETE,
POURED AGAINST
UNDISTURBED EARTH
WIDTH OF TRENCH
CONCRETE ENCASEMENT
DETAIL NO.2
e MOUND OVER PIPE
TRENCH TO ALLOW FOR
FUTURE SETTLING
PIPE SUPPORTS -MIN. 3 PER JOINT
ACCEPTABLE MATERIALS: W000, 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
L.5
8.0
2.5
4.0
1.0
3.0
0.5
30"
7.5
4.1
15.0
5.0
8.5
3.2
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
CLASS"C"
CONCRETE
(2500 P.S.I.)
Note: For angles other than
those shown, use the
next larger angle for
dimension and C.Y. of
concrete.
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•o1= concrete
required.
TEE
,If MIN.12'- EXCAVATE AS NECESSARY
TO OBTAIN SPECIFIED C.Y. OF CONC.
AND PLACE AGAINST UNDISTURBED
EARTH.
CLASS'C'CONCRETE
A (2500 P.S.I
k iik
A
Pipe Tees & Plugs 90 Bends 45" Bends 22- 1 /2'Bends 11 -1/4 ° Bends
1 . Dim. A. C.Y. Dim. B. C.Y. Dim. C. C.Y. Dim. D. C.Y. Dim. E. C.Y.
HORIZONTAL BLOCKING DETAIL
DETAIL NO.3
14",6",8"
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
i20"
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
9.5
8.7
10.5
11.3
14.5
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
it
Pipe
I.D.
DEPTH VARIABLE
TO OBTAIN SPECIFIED
C.Y. OF CONCRETE.
# 5 U -BAR
TRENCH
BOTTOM
MIN. 1 cq, YD.
CLASS'C CONC.
( 2500 P.S.I.
NOTES
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 22 -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.
BLOCKING DETAIL FOR VERTICAL BENDS
DETAIL NO.4
1,1111
= 111=
=], i� i
N -- '- - � ° = 11-
- Y. � °dll =VDU
110 =0
CARRIER PIPE
VARIES
VARIES (SEE PLAN 8i PROFILE )
CARRIER PIPE
VARIES
BLOCK UP BOTH
ENDS OF CASING
PIPE W/ BRICK OR
TIMBER. INSTALL SO
CASING PIPE WILL DRAIN.
MORTAR BEARING BANDS \ TOGA. C.G.M.P.,SMOOTH
FURNISHED ON PIPE, TWO FLEX PROTE STEEL LINER OR GASKET
PER PIPE MIN. JOINT FILLER BY
MAR -MAC MFG. CO. JOINT CL. IV R.C.P., AS SPECIFIED
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 a CHECKING THE
GASKET W/A FEELER GAGE.
PRESSURE GROUT BETWEEN IO GA. CG.M.P. SMOOTH STEEL
CASING a SURROUNDING LINER OR GASKET JOINT CL. IV C T EARTH R.C.P., AS SPECIFIED
END VIEW
HOLD -DOWN JACK (SEE DET'L. NQ 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.
HIGHWAY BORE & ENCASEMENT
DETAIL NO. 5
U
Cii
VARIES
VARIES ( SEE PLAN a PROFILE )
CARRIER PIPE
RAIL
END VIEW
DETAIL N0.6
VARIES
BLOCK UP BOTH
ENDS OF CASING
PIPE W/ BRICK OR
TIMBER. INSTALL SO
CASING PIPE WILL DRAIN.
RAILROAD BORE & ENCASEMENT
U
MORTAR BEARING BANDS TOGA. 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 a 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
I'a HOLD -DOWN JACK (SEE DET'L. NQ 16)
CARRIER PIPE k(`` " __— 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.
Xi /,,4% /iS7 //
11
J
N.
Ct
GRADE
ILO" MIN. 2LO"
Q°
00
`t
,„
2 -2p HOSE CONNECTION ON
EITHER SIDE OF FLUSH VALVE.
PUMPER CONNECTION
z
2
THRUST BLOCK SET ON
UNDISTURBED SOIL.
2
6 "MECH. JOINT INLET.
f 1RF
6 "CAST IRON
VARIES
ELEVATION
VALVE BOX
, r6,
r562 -S ADJ. VALVE BOX
W/ LOCK LID MARKED "WATER -
ROUND ROCK ",FURNL ONE WRENCH
6" GATE VALVE
M.J.
NOTE : THIS DETAIL APPLIES TO "POTABLE" WATER LINES ONLY.
STANDARD DETAIL 7
TEE
WATER MAIN
THRUST BLOCK SET ON
UNDISTURBED SOIL.
STANDARD FIRE HYDRANT ASSEMBLY
1
24" OR 30 "-
PIPE
6" TANGENTIAL
OUTLET (FLG.)
6" THICK CONC.
(SQUARE)
ADJUSTABLE 1 _
VALVE BOX
NOTES 6 "GATE VALVE (FLG.)
I. INCLUDE ALL VALVES, FITTINGS MARKERS \. 6" D.I. SPOOL
BID FOR ' FLUSH'
VA VALVE ASS MB�L (FLG.)
2. SEE DETAIL NO.11 FOR FLUSH VALVE BEGIN ME FLU MENT
MARKER DETAIL. 8 PAYMENT LUShi
VALVE ASSEMBLY
6" D.1. PIPE
( FLG.)
CONC.
BLOCKING
(1 C.Y. MINIMUM)
6 "C.I.90 °BEND, FLG.
2- 8" LONG
BLIND FLANGE
562 -S ADJUSTABLE
VALVE BOX
W /LOCK LID,MARKED
"WATER - ROUND ROCK"
30" C.S.C.
FLUSH VALVE ASSEMBLY (C.S.C. PIPE)
DETAIL NO. 8
6" C.I. 90 FLG.
18" MIN.
36 "SQ. x 12"
THICK
2500 P..S.I.CONC.
6 ° D.I. PIPE (FLG.)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
l
I 0
SIZE
APCO MODEL
SIZE
APCO MODEL
0
1
143 C
6
150C
2
145 C
8
151C
I I I
0
3
147 C
10"
155/200A
4"
149C
Qom,
6 ° THICK
CONC
(2500 PSI:) I,
i
i
bi)fI
•
' ,I Y % fl,u - �i1 ' AV
•
/
• l� GROUT / (qZ Q
`��
p '''
�I
•
24' lei
�
�� IIIIIII II -
�
� ME
I .
- I
-S
MI
®
VIII
QUANTITIES LIST(APPROX.)
2
I. THREADED OUTLET.
2. HANDWHEEL GATE VALVE.
3. AUTOMATIC AIR a VACUUM RELEASE
VALVE OR COMBINATION AIR
RELEASE VALVE.
4. GALV. PIPE. LENGTH AS REQ.D.
5. G.I. ELBOW (MIN.4 REUD)
6. STAINLESS STEEL CLAMP (4 REQ'D-
0
+`'
LENGTH VARIES
SEE
PLANS
-
SIZE AS REQ D) „
..
. ' i Q
s �
ri`Y O ,s, a
�, �� !
7 STAINLESS STEEL N0. I6 MESH SCREEN o %vim
COVERING. �� i % I „„ '�!••
8. 4° 0 PINTA -POST e LONG W/ A.A.V.R.V IN.'0 •
MARKER MOUNTED AT TOP. • �0 p
9. 36” R.C.P. LENGTH AS REQ o ; (g
10. 3/8" x 38° STL. PLATE. a ..,,i;i
II. WATER MAIN. J .
12. LAYER OF CRUSHED LIMESTONE PIPE pP >t
1 �o
BEDDING MATERIAL.
13. FLEXIBLE COUPLING.
m
NOTES: oti
•
1. SIZES OF GATE VALVES FITTINGS a PIPING SHALL BE , !f
SAME SIZE AS OPENINGS IN AIR RELEASE VALVE. •;b %
2. THIS ASSEMBLY IS INSTALLED ON POTABLE WATER LINES.
AUTOMATIC AIR a VACUUM RELEASE VALVE
a 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
G.I. PIPE
STAINLESS STL.
(NO, 16) SCREEN
12"
MIN
12 "LAYER 0
PIPE BEDDIN
OVER PIPE.
G.I. PIPE SAME SIZE AS OUTLET
STD. M.H. RING & COVER
AtA.R.V.
FLANGED OUTLET
OR R BOSS FOR OR 0.1.
PIPE.
DETAIL NO. 10
AIR RELEASE
VALVE MARKER
CONC. LID
WATER PIPE
12 "t
1Ig115.1 W qll lII0III - lII '
' ► I' n\ �l,� 'lll / lll�
SELECT BEDDING J
GATE VALVE
48" RC.P. (LENGTH AS
REQD)
G.I. ELBOW
6" LAYER OF CRUSHED LIMESTONE
PIPE D ING
MATERIAL
NOTES:
I. THIS ASSEMBLY IS INSTALLED ON RAW WATER PIPELINES.
2. SIZES OF ALL PIPING VALVES � 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)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
8 3/4"
NOTE: USEnP" °
INSTEAD OF A
FOR PIPE ACCESS
PORT.
VALVE MARKER AIR RELEASE
VALVE MARKER
MARKER DETAILS
DETAIL NO.II
NOTES
1. PLACE VALVE, AIR VALVE & ACCESS
PORT MARKERS AT LOCATION OF
EACH ITEM.
2. PLACE WATER LINE MARKERS AT
EVERY Ftt■CE & ROAD CROSSING
& AT 500 INTERVALS ALONG THE
PIPELINE.
I 3. WATER LINE MARKERS MAYBE
CRIMPED TO EXISTING rENCE WIRE
x 1 x I /8x4
GALV. ANGLE POST.
4. SIGNS SHALL BE 20 GA. STEEL W/
OR ATTACHED TO A 1
BAKED ENAMEL FINISH.
VHITE
WHITE LETTERS
ORANGE
CAUTION :
UNDERGROUND
WATER MAIN
PHONE: CITY OF
ROUND ROCK
512- 255 -3612
FOR INFORMATION
MARKERS SHALL BE OBTAINED FROM: RURAL WATER SPECIALTY CO.
POST OFFICE BOX 927
TULSA, OKLAHOMA 74101
OR APPROVED EQUAL
I /4 HOLES FOR
10"
POST OR TO TO
WATER LINE
MARKER
8"
Note: All items shown included in
valve & box unit price, complete in
place.
VALVES IN YARDS OR
IN AREAS NOT
SUBJECT TO TRAFFIC
Gravel or
Graded Area
Grade
2' -0"
0
C•1
Valve Box & Cover
562 -5 Adj. Valve Box with
Lock -Lid Marked "Water -
Round Rock"
Furnish 1 Wrench
STANDARD DETAIL NO. 12
1 1/2" Asphalt
Pavement
Valve Box
& Cover
w _ M Per Spec's.
H
0
is
� 6" C.I. Pipe
0
M
Water Line ( .4 —Water Line
TYPICAL GATE VALVE INSTALLATION
Valve
VALVES WITHIN ROADWAYS
OR OTHER PAVED OR
SURFACED AREAS
t WATER MAIN
FIN. GRADE
VALVE BOX 9 COVER
562 -S ADJUSTABLE
W /LOCK LID MARKED
"WATER - ROUND ROCK"
FURNISH ONE WRENCH
FOR WHOLE PROJECT.
2 "OPERATING NUT
A.W.W. A. BUTTERFLY VALVE
( FLANGED OR M.J.)
SUPPORT GEARBOX
AGAINST UNDISTURBED
TRENCH BOTTOM W/
BRICKS OR CONCRETE
PAD.
NOTE: ALL ITEMS SHOWN INCLUDED IN VALVE a 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
NEW 6"
CEDAR POST
GATE INSTALLATION
DETAIL NO. 14
G
30 '
MIN.
L_
18' ` 2500 P.S.I.
CONCRETE(TYP.)
AS NOTED ON PLANS
14GA.GALV.STL.GATE 1
1
L_
INSTALL
BRACE PQST
ASREQD
NOTES
I. GATE SHALL BE INSTALLED
SUCH THAT IT CAN SWING
90 WAY FREELY.
2. FENCE WIRES WILL BE
STRETCHED a REATTACHED
EQUAL TO OR BETTER
THAN ORIGINAL CONDITION.
3. GATE MANUFACTURER
SHALL SUBMIT SHOP
DRAWINGS TO ENGINEER
FOR APPROVAL .
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
MIN. I
6"
MIN.
#3 BARS
-� IIIIC
IIIIII=
ODI =11 -I p-
'Ip -11 II___
11111
TOP VIEW
NORMAL TRENCH
SEE DETAIL NO. 1
END VIEW
CONCRETE RETARD
DETAIL NO. 15
ill
= ► �m��Alm�lim��
1 1 111 ,,,, n u
I II . -- --
ul
Il
fi
Ill
111'
IU
# 3 BARS 0 12"
O.C., EA. FACE
NATURAL
GROUND
110E-MINumm1I
allitl =ll
-=; IIII
12" MIN. -KEYED
INTO TRENCH
WALLS
2500 P.S.I. CONC.
CONC. PLACED AGAINST
UNDISTURBED TRENCH
BOTTOM
f
HOLD -DOWN JACK
CARRIER PIPE IS TO
REST ON BOTTOM OF
ENCASEMENT PIPE
CONSTRUCTION DETAIL
END VIEW
DETAIL NO. 16
2 "x4 "x4 BLOCK
1 "x 6 "STD. MACHINE BOLT
I STD. NUT
21/2" DIA. STEEL WASHER
2 "GALV. IRON PIPE
I 1/2 GALV. IRON PIPE PLUG
WELDED TO BASE PLATE
I/" STEEL PLATE w/ 15"RADIUS
ENCASEMENT PIPE
HOLD -DOWN JACK
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
11111211111' /MOM
COAT ENTIRE TEE
d BLIND FLANGE
WITH 30 MILS
BITUMASTIC 50
FIN. GRADE
I
COATING
PIPE ACCESS PORT
DETAIL NO. 17
PRE -CAST CONCRETE LID
W /MANHOLE FRAME 9 COVER
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.
0.I.PIPE
6" FLG. BOSS
6'THICK CONC.
(SQUARE)
ADJUSTABLE
VALVE BOX
fi' D.I. SPOOL
(FLG -)
fi L 90 C.I. BEN D(FLG. )
NOTES 6" GATE VALVE (FLG.)
1. INCLUDE ALL VALVES, FITTINGS MARKERS, ETC. IN UNIT P
B10 FOR �FLUSH�VALVE ASSEMB�LY
2. SEE DETAIL NO.I I FOR FLUSH VALVE
MARKER DETAIL.
D.I. PIPE
562 -S ADJUSTABLE
VALVE BOX
W /LOCK UD,MARKED
"WATER - ROUND ROCK"
FURNISH ONE WRENCH
7•
6' D.I. SPOOL
(FLG.)
BEGIN MEA$JREMENT
8 PAYMENT FLUSt1
VALVE ASSEMBLY'
6" D.I. PIPE
(FLG.)
CONC. THRUST
BLOCKING
(I C.Y. MINIMUM)
6" C. I. 90°BEND, FLG.
2-8" LONG BOLTS
BLIND FLANGE
6" C.I. 90°BEND, FLG.
D.I. PIPE (FLG.)
18" MIN.
3fi' SQ. x 12" THICK
2500 P.S.I, CONC.
FLUSH VALVE ASSEMBLY ( D. 1. PIPE)
DETAIL NO. 18
WIDTH OF TRENCH
(SEE DETAIL NO. I )
siminimm/e
10_1 Iy=iIlllla
1111
= 11111
7111111 _
INIEN _
TAMP OR WATER
JET BACKFILL
COMPACTED
BACKFILL
(95% DENSITY
AS DETERMINED
BY TEX.113 -E)
2500 P.S.I. CONCRETE
POURED AGAINST
UNDISTURBED EARTH
mem
CONCRETE CAP
DETAIL NO. 19
4" MOUND OVER PIPE
TRENCH TO ALLOW FOR
FUTURE SETTLING
VARIES -
SEE
PROFILE
ON PLANS
6" M I N.
ONE -HALF OF
GREATEST
OUTSIDE
DIAMETER OF
PIPE
BEDDING MAT'L
(SEE DETAIL NO. I )
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SELECT BEDDING
FLEL BASE COMPACTED
IN 6 LIFTS TO 100% MAX.
DENSITY PER TEX -113•E
BEGIN BASE BACKFILL AT
SPRINGLINE OF ENCASEMENT li
PIPE OR WATER PIPE.
ENCASEMENT PIPE
(WHERE REQUIRED QUIRED
ON
LIMITS OF "ASPH. DRWY. REPLACEMENT "(SEE NOTE * I )
LIMITS OF DRWY"
(SEE NOTE* I
• MOTES
REPLACE PAVEMENT WITH 6" BASE
COMPACTED TO 100 % „MAX. DENSITY
PER TEX -113 -E 9 11/2 H.M.A.C., LIMITS
AS SHOWN ON PLANS.
1. inciur'e cost of comn,icted flex. base trench backfill & 11/2” H.H.A.C.
pavement repair in unit hid for "OPEN -CUT DRIVEWAY" per linear foot.
2. Include cost of i 1/2" H.H;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
i
111111 -
=olfn
6 ° MIN.
6" MIN.
6" MIN.
w
z
J
Q
re
0
0
w
w
a
0
a
HOLD-DOWN JACK-
(REQUIRED ONLY IF
ENCASEMENT PIPE
REQUIRED)
SEE DETAIL NO. I6
SEE PLANS FOR
FLOWLINE ELEV.
OF WATER PIPE.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
50'
TEMPORARY CONST. ESMT.
CAUTION: NO OAK TREES SHALL BE
CUT DOWN NOR DAMAGED 8 NO OTHER
TYPES OF TREES WITH TRUNK DIA. OF
3 'OR GREATER SHALL BE CUT DOWN
NOR DAMAGED WITHIN TEMP. CONST.
ESMT. (SEE PENALTY CLAUSE IN SPEC.
CONDITIONS.)
MOUND OVER TRENCH
(SEE DETAIL NO.1 )
PERMANENT ESMT.
17 I /2'
30'
0'
RAW WATER PIPE
FENCELINE
(TYP. )
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
a EASEMENT GRADING AFTER CONSTRUCTION
DETAIL NO. 21
Haynie & Kallman Inc.
CONSULTING ENGINEERS
CITY OF ROUND ROCK, TEXAS
WATER LINE IMPROVEMENTS - 1981
CONTRACT N0. 1
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.
Specification No.
LP'
Haynie & Kallman, 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 FNGINr LHING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Timothy E. Haynie, P.E.
Steven D. Kallman, P.E.
1
Lam`
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 70664
(512) 255.4564, 255 -7661
ADDENDUM NO. 2
April 24, 1981
WATER LINE IMPROVEMENTS - 1981
Timothy E. Haynie, P.E.
Steven D. Kallman, P,E.
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 he 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 FNGINCE.1,1NC • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Haynie & Kaliman. Inc.
CONSULTING ENGINEERS
2115 Nonh Mays
Round Rock, Texas 78664
(512) 255 - 4564, 255 -7861
ADDENDUM NO. 1
April 16, 1981
WATERLINE IMPROVEMENTS - 1981
Timothy E. Haynie, P.E.
Steven D. Kaltman, 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 F _NGIN Li.Ii: NG • LAND PLAT, N NG • 0 UNIC IPI.I HOP TANTS • 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, C1. 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 -0 (Page 13 of 27), No. 7 -C (Page 17
of 27), No. 7 -0 (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:
2.500 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. pipe, 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. l - 4/13
36"
MIN.
COAT ENTIRE TEE
a BLIND FLANGE
WITH 30 MILS
BITUMASTIC 50
FIN. GRADE
I'MORTAR
COATING
ATTACHMENT "A"
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 COSTOF "PIPE ACCESS PORT ".
x REVISED ITEMS ADDENDUM NO. 1 -5/13
PRE -CAST CONCRETE LID
W /MANHOLE FRAME a COVER
48 "CLASS III R.C.P
24" BLIND FLANGE
6 "LAYER CRUSHED LIMESTONE
PIPE BEDDING MATERIAL
„24" FLANGED OUTLET
" LINE C.I. TEE W/24"
OUTLET FOR D.I. PIPE)
PIPE BEDDING MAT'L.
PIPE ACCESS PORT ( REVISED 4-16-81)
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: 1001
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 & Kallman, 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 kidders, 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 kidder 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
M.r
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
WATER LINE IMPROVEMENTS - 1981
CONTRACT NO. 1
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 27
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.
Page 2 of 27
Dated
q- 11,-8l
1
1 SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
' Name of Contra or
E ted by (Signs ure) Title or Position
I ;t[',,...r.a,. 3-4/ oJ s ( sJ�/v 3
Business Address Telephone Number
1
City S ate
(Seal if Bid is by a Corporation.)
ATTEST:
1
1
1
1
1
1
1 Page 3 of 27
1
Date
L) -.3 O $/
98 7L�
zi p
pry
en
PROPOSAL BIDDING SHEET
CONTRACT: WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 1)
JOB LOCATION: ROUND ROCK, TEXAS
OWNER: THE CITY OF ROUND ROCK
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. 1), and binds
himself on acceptance of this proposal to execute a contract and bond for com-
pleting said project within the time stated, for the following prices, to wit:
This project is exempt from sales tax.
The following base bids and alternate bids "A" thru "E" are for different
sizes and types of raw water pipe as shown on the Plans.
BASE BID
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 16,500 L.F. 30" C.S.C. Pipe, A.W.W.A. C -301,
Cl. 150, including fittings,
special outlets and concrete
blocking, complete in place,
per linear feet
for f - ( 7 4 - i 16 t17 Dollars �I 00 o0
and No Cents $ 7. e -- $ 71 ;a (0°
7 Ea. 30" Butterfly Valve, M.J.
A.W.W.A., including box and cover,
complete in place, per each
for F i „ __,, 1- A,..0,,,,Dollars c o o ,
and Vv O Cents $ ) 00 $ 39, J.O0
3 20 L.F. 6" Thick Concrete Encasement of
30" C.S.C. Pipe, complete in place,
per linear feet
for - /-}��� Dollars „o (,Y and F Cents $ )0 $ L0o
Page 4 of 27
Item Description
Bid
Item Quantity Unit and Written Unit Price
4 1266 L.F. Concrete Cap, 6" thick, of 30"
C.S.C. Pipe, complete in place,
per linear feet
for
and
Pl 0
5 10 Ea. 6" Flush Valve Assembly, including
6" gate valve, 6" D.I. lead piping,
and C.I. fittings, complete in
place, per each
for t(-t\., (- k,NWn,cv Dollars o �
I-.
and -�
k -, Cents $ J, 300'" $ ' -
6 1 L.S. Low Water Crossing #1 - Sta. 62 +90,
including roadway fill & excavation,
6" concrete rip -rap, complete in
place, per lump sum
for Ti+J llr��naw��
and ,,
Unit
Price Amount
Dollars
Cents S. 1 5 -c2
$ Jg °2
Dollars 0y 01-3
Cents $ / o, poo $ 1 0, 00 —
7 1 L.S. Low Water Crossing #2 - Sta.
137 +9Q, including,. -,12" CGMP
culvert 14 Ga. (85. roadway
fill and excavation, 6" concrete
rip -rap, complete in place, per
lump sum
for IJJ L 11 - fic,hl41 - �h Dollars LA) w
and w v Cents $ 3k�oo0 $ 3b' �v`
8 1 L.S. Low Water Crossing #3 - Sta.
166 +00, including roadway fill
and excavation, 6" concrete rip -
rap, complete in place, per lump
sum
for \ I +v7 c,,,Q 1- 1,4r10.)Dollars ou o
and ,� J Cents $ /,,, SUU $ („ S °U
9 1 L.S. Low Water Crossing #4 - Sta.
177 +00, including roadway fill
and excavation, 6" concrete rip -
rap, complete in place, per lump
sum
for rto(L llq)Lyr1x.6')
and EL
Page 5 of 27
Dollars
Cents $
i
00
0W $ 4,0D0—
Bid
Item Quantity Unit
Item Description
and Written Unit Price
10 1 Ea. 6" Combination Air Release &
Vacuum Valve, including gate
valve, box and cover, complete
in place, per each
for
and
f f. , , � i l L Ui � ID
w :.
11 5 Ea. 4" Combination Air Release &
Vacuum Valve, including gate
valve, box and cover, complete
in place, per each
for j rf - E.Aco (MVO Dollars o
and ti Cents $ 6,6 $ 5oo °---
12 4 Ea. 3" Combination Air Release &
Vacuum Valve, including gate
valve, box and cover, complete
in place, per each
for /4 00 Dollars
and tip„ Cents $ 47 300 $
13 5 Ea. 2" Combination Air Release &
Vacuum Valve, including gate
valve, box and cover, complete
in place, per each
for C.1 5k - ∎%. , -
and n, e
14 6 Ea. Concrete Retards, complete in
place, per each
for h1 <,u E To
and N
Page 6 of 27
Unit
Price Amount
')ollars
Cents $ QOU $, Oab`a
Dollars
00
Cents $ f11 D00 o - 0 $ 000
Dollars �o
Cents $ $ 0
15 5 Ea. Pipe access ports for 30" C.S.C.
pipe, including R.C.P. vault,
complete in place, per each
and _Iwo,. �� Doll ars
Cents $ $ 500° $ ) 500
�1 -
16 4 Ea. 12' Wide Gates, complete in place,
per each
for !-t (-4��i Dollars
and tL ) Cents $ 5oo $ , £CO
Bid Item Description
Item Quantity Unit and Written Unit Price
17 90 L.F. 30" Ductile Iron Pipe, Cl. 52,
installed in fill at Sta. 62 +90,
including all fittings & adapters,
complete in place, per linear
feet
for c, c j, i7 Dollars
and 1 Cents $ $ � �co -
18 100 C.Y. 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
k )
TOTAL WATER LINE IMPROVEMENTS - 1981
CONTRACT NO. 1 (BASE BID)
Page 7 of 27
Unit
Price Amount
Dollars oo o�
Cents $ 1 -/v $ OOd
pG
$ 9.7- 09D —
DK I. <AK
i - / -ZI
THE STATE OF TEXAS (
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF WILLIAMSON 1
That this Agreement made and entered into this la' day
of l�ti , A.D., 1981, by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and Jo 4 , -iU -1E 6.7h4S CoglP
of the City of , County of I z -AV(S
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. 1)
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AGREEMENT (Continued)
IN WITNESS WHEREOF the Parties
executed this Agreement in the year
written.
ATTEST:
By
ATTEST:
Notice to Contractors
Instructions to Bidders
Proposal and Bidding Sheets
Performance & Payment Bonds
General Conditions of
Agreement
B
Page 2 of 2
Special Conditions of
Agreement
Technical Specifications
Addenda
Change Orders
Plans
to these presents have
and day first above
CITY OF iND RO,
OWNE
;Pryor IMP
EXAS,
11 1/4) 6' - 1 E,,5 CoNSrzucnoti. 6oe.ro
CONTRACTOR
UNITED STATES FIIDEL]
KNOW ALL MEN BY THESE PRESENTS:
THAT John R. } ygtxe s
of Austin., Texas
as Principal , and UNITED STATES FIDELITY AND
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly hound unto the. .. C.ity....o.f....&aund...Rack
as Obligee, in the full and just sum of 51 of bid
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 #1 — Round Rock, Tex.
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 lalte' amount be in excess of the former. but in no event shall liability hereunder exceed the penal sum hereof.
Signed, sealed and delivered 41.30.1. &.l
(Date)
s : . fl
� n� -J �� '
fa SEO o
BID BOND
d
ARANTY COMPANY
BOND NUMBER 7 0.2.Q.-10..93 -81 -8
John It. Hughes. s...Const ruction....Carp...(SEAL)
1
•►2.1 (SEAL)
UNITED STATES FIDELITY AND GUARANTY COMPANY
Rose Marie Boriskie Attorney-in4act
1
• 3
CERTIFIED COPY
1 GENERAL POWER OF ATTORNEY
No 89992
Knorr ail 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 of Texas
its true and lawful attorney in end 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 is hereto annexed and trade 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 confirm. all and whatsoever the said
Rose Marie Boriskie
may lawfully do in the premises by virtue of these presents -.
I fn Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
waled with its corporate seal, duly attested by the signatures of its Vice - President and Assistant Secretary, this
11 t h day of
October , A. D.19 79
UNITED STATES FIDELITY AND GUARANTY COMPANY.
I (Signed) By James D. Rector
Vice. President
I (SEAL)
(Signed) W. B. M. Hingeley
Asslrmnt Secretary.
I STATE OF MARYLAND, )
I es:
BALTIMORE CITY.
On this llth day of October , A. D. 19 79 before me personally came
I Jame D . Rector
, Vice. President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and W . B . M . Hingeley , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they, the said James D. Rector
and W . B . M . Hingeley e y were respectively the Vice - President and the Assistant Secretary of the said UNITED
I
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
w 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. s1
My commission expires the first slay in July, A. D. I9.2...
(SEAL) (Signed) Margaret M, Hurst
Notary Public.
I
STATE OF MARYLAND }
Sct.
BALTIMORE CITY,
' I. William A 1 l e n Clerk of the Super or Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Margaret M . H U r 3 t , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of to 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 1 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 hand and affix the seal of the Superior Court of Baltimore City, the some being a Court
' of Record, this
(SEAL) llth day of
(Signed) October A. D. 19 79
William Allen
Clerk of the Superior Court of Baltimore City.
Ps 3 laic)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 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.
f, 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 in 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)
K/ 3
•
Assistant Secretary.
THE STATE OF TEXAS
COUNTY OF Travis
Corp.
County of Travis
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
PB -1
John R. Hnphes Construction
of the City of Austin
, and State of Texas
as principal, and United States Fidelity & Guaranty Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto the City of Round Rork (OWNER) ,
in the penal sum of Nine Hundred Seventy -three Thousand/ Nin %liars
($ 973,090.00 ) 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 June
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 CONDITIONS OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform said Con-
tract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said contract agreed and covenanted by .
the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans
and Specifications thereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of 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 Pr y pal and Sure lave signed
and sealed this instrument this day of
1981.
Xs L iOM1i Gesolimmalis aw. Wad Mow MAW alops.
Principal Surety
By
Title htESfb -Nr
AddreO NM
PB- 2
Title
11131 Kw Yawl
Address P. I•asu 1111
ewe Ur. UM
The name and address of the Resident Agent of Surety is:
W'LU RIM 1s P. Lass IOW 8 Tame MN
THE STATE OF TEXAS
COUNTY OF
PAYMENT BOND
I OW 11124411/-
P}3 -3
KNOW ALL MEN BY THESE PRESENTS, THATLY
, of the City of A ,
County of $tea , and State of IMMO
as principal, and YAM! __MM 101166110 i 60116 666 i
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
IMO 41111 unto w� (OWNER),
in the penal sum of wiA/ -D`o'llars
($ I M ) 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 21116 of 4666
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
that if the said Principal shall pay all claiman
labor and material to him or a subcontractor in
tion of the work provided for in said contract,
obligation shall be void; otherwise to remain in
and effect;
IS SUCH,
is supplying
the prosecu-
then, this
full force
1
1
1
1
1
1
1
1
1
1
1
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 Principal and Surety have signed
and sealed this instrument this 1St4 day of Jew
1981.
fir ��t..aw m n.eat■. tS.r.�_ _MOIMMOILOWOMOJKAMICOLCAUMAN4LCOMMW
Principal Surety
By
Title f R5
Address Sarumt'
kotte. tom 7117
The name and address of the Resident Agent of Surety is:
011 1.1 facia Agway, !. A. Sot 2111. loads. Tomas 7$/$11
PB -4
By
Address 11R1.11 Plots Away
r.e.S.M 1=!1
Arstla. Tams MU
Knott, 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
of the City of Austin , State of Texas
ita true and lawful attorney in and for the State of
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 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
( SEAL)
STATE OF MARYLAND,
BALTIMORE CITY,
(SEAL)
(SEAL)
}
GENERAL POWER OF ATTORNEY
No. 89992
ss:
STATE OF MARYLAND )
BALTIMORE CITY, )? fit.
CERTIFIED COPY
Rose Marie Boriskie
Texas
Rose Marie Boriskie
may lawfully do in the premises by virtue of these presents
in Witneu Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures al its Vice-President and Assistant Secretary, this 11th day of
October , A. D. 19 79
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) 87 James D. Rector
(Signed)
W. B. M. Hingeley
On this 11th day of October , A. D. 19 7 9 before me personally came
James D. Rector , Vice-President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and W. B. M. Hingeley , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they, the 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
an fixed by order of the Board of Directors 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 day in July, A. D. 19.82...
(Signed) Margaret M. Hurst
Vice - President
Assistant Secretary.
Notary Public.
L William Allen , Clerk of the Superior Court of Baltimore City, which Court is a
Conn of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, 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 thereia. 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 hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this 11th day of October , A. D. 19 79
(Signed) William Allen
Clerk of the Superior Court of Baltimore City.
FS 3 (047)
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 persons, corporation, body, office, interest,
municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or 001 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 h 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, 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 net my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on June 12, 1981
(Date)
:OMPANY
LETTER
TYPE OF INSURANCE
POLICY NUMBER
POLICY
EXPIRATION DATE
Limits of Liability in Thousands (000)
EACH
OCCURRENCE
AGGREGATE
A
GENERAL LIABILITY
® COMPREHENSIVE FORM
® PAEMISFS —OPERATIONS
❑ EXPLOSION AND COLLAPSE
HAZARD
® UNDERGROUND HAZARD
❑ PRODUCTS /COMPLETED
OPERATIONS HAZARD
® CONTRACTUAL INSURANCE
❑ BROAD FORM PROPERTY
DAMAGE
® INDEPENDENT CONTRACTORS
2 PERSONAL INJURY
x nesting
/�p� ■
00185675
L-
6 -21 -82
BODILY INJURY
PROPERTY DAMAGE
I �
6 SOO
J
E
100 0
E SOO
$
100
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
$
$
PERSONAL INJURY
E 5/fA
i/�
$
(EACHACCG
AUTOMOBILE LIABILITY
2 COMPREHENSIVE FORM
OWNED
® 1 HIRED
Ile BODILY
NON -OWNED
�y� sc�L
C61s567S
6 -21 -82
BODILY PERSON
A
(EACH ACCIDENT)
E 300
501'!
PROPERTY DAMAGE
b 300
INJURY AND
PROPERTY DAMAGE
COMBINED
E
EXCESS LIABILITY
❑ UMBRELLA FORM
❑ OTHER THAN UMBRELLA
FORM
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
6
$ 100
s
WORKERS' COMPENSATION
and
EMPLOYERS' LIABILITY
MC 907512
6 -21 -83
STATUTORY
h
OTHER
Owner & Contractor
Protaetise Zhrance
CUf185140
6 -12 -82
3680 s ly Inj
/� �v&L.1 2___
Bill Pitts Agency
P. O. Box 2291
Austin. Texas 78768
LAME AND ADDRESS OF INSURED
John A. Ingham Construction Corporat
Drawer 3400
Austin, Texas 78764
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.
ESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail _10_ 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.
Fruan , 3
NAME AND ADDRESS OF CERTIFICATE HOLDER:
City of Round Reek
214 last Main Street
Round Rock Texas 78664
COMPANIES AFFORDING COVERAGES
COMPANY A Aetna Insurance Cowpony
Insur
LETTER A L+aY fii
COMPANY B kets& Pica Underwriters Insurantl
LETTER
COMPANY C COmpany
i iIIER V
COMPANY D
LETTER
COMPANY E
LETTER
DATE ISSUED' 6 -16 -81
AUTHORIZED REPRESENTATIV
Orr►
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. Drawer 3400 - 807 Rarrnn Rlii.1
(2) Telephone 512 444 -3111
(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
names and titles of all officers of the corporation:
- van R Hughoe 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
$1.168,929 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
None
None
None
or
Address Work to be Performed
(9) Payment of taxes, in the State of Texas
Yes X No
Page 1 of 2
t
,K
IF
1
(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 f
COUNTY OF
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 J 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
said John R. Hughes 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 Water Line Improvements -
Contract #1 project at Round Rock
Texas, which will provide benefits to the City of Round Rock
, the State of Texas, the County
of Williamson , other local interests and property
owners, and that said John R. Hughes Construction Corp.
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. Hughes 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
modifications, 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. Hughes 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.
John R. Hughes Construction Corp.
By ' 4
Sworn to and subscribed net
, 1981.
PR ecn
e me this the �� day of
No ar Public an tOr
_yy,J County, Texas
My commission expires ..1/4// gS
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
) 7 day of June, 1981.
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 ( day of
June, 1981.
My commission expires:
(n -S - 24
DD5 -CDD /1
R ��
Notary public, T ravi Count Texas
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
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-
pletedr shall mean t at 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 hetween 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 an3 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 hid 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
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 he 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 arrangements for 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 Eduai" 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 perforrnance 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 he 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 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
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 -Way. 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 OP 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 he 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 he 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 considetation 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 clays 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 he 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 on 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. A1T 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 fihal 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
5-9
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.
SECTION 03 - INSURANCE
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
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
TECHNICAL SPECIFICATIONS
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 he 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 -5 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 Mvlar 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 yr
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 he 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 performe�c 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 he 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 -9.2 FITTINGS
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.
VIA -9.1 PIPE
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.
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 he
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 hid 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 Coot, including all excavation, all necessary
grouting, hackfilling, 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
he 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
1
1
1
1
1
1
1
I
1
1
1
1
1
1
1
1
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.
1
1 MP:4
1
STANDARD DETAILS
1. PIPE BEDDING DETAIL
2. CONCRETE ENCASEMENT
3. HORIZONTAL BLOCKING DETAIL
4. BLOCKING DETAIL FOR VERTICAL BENDS
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
11
1111 =�
o 0
•
.0 :.
nil Ill
5 -I" MAX.
0.0
NII
0
•
•0
9 -12
TAMP OR WATER
JET BACKFILL
BACKFILL —
1,-
[1
4 -7" MIN
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 STONE, EXCEP
P
PEA IPES INSTALLED BLASTED TRENCHES
SHALL BE BEDDED IN EITHER PEA GRAVEL
OR CRUSHED STONE. SAND, PEA GRAVEL B
CRUSHED STONE PER CITY OF AUSTIN STD.
SPECIFICATIONS FOR WATER Q WASTEWATER
CONSTRUCTION.
IT1
DETAIL NO. I
j � � 24"
Ifl
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
l }(u�(11.-
I II �Ifq
12"
30" C.S.C.
COMPACTED 11
BACKFILL= i?trr:
2500 P.S.I. CONCRETE,
POURED AGAINST
UNDISTURBED EARTH
WIDTH OF TRENCH
DETAIL NO.2
q '
fi" MIN.
t 11 ik
o l� ; � IIII I 11
al^„ Ilt'
CONCRETE ENCASEMENT
4 MOUND OVER PIPE
TRENCH TO ALLOW FOR
FUTURE SETTLING
fi"MIN.
PIPE SUPPORTS —MIN. 3 PER JOINT
ACCEPTABLE MATERIALS: W000, CONC.
BLOCK, OR RE —BAR CRADLES. PIPE
SHALL BE SUFFICIENTLY ANCHORED
TO PREVENT FLOATATION DURING
CONCRETE PLACEMENT.
4",6",0"
?.5
...
5.0
0.4
2.0
0.?
1.5
0.1
1.0
0.1
10 ", 12"
3.5
P.
6.5
?.5
3.5
0.5
2.0
0.3
1.5
0.1
16 ", 10"
5.5
1.6
9.0
4.0
4.5
1.?
3.0
0.6
2.0
0.3
20"
6.0
1.
10.0
4.5
5.5
1.5
3.5
0.7
2.0
0.4
24"
7.0
3.1
14.5
-.5
0.0
2.5
4.0
1.0
3.0
0.5
30"
7.5
4.1
19.0
5.0
11.5
3.?
5.0
1.5
3.0
0.6
42"
10.5
11.
71.0
17.9
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
1
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
1.0.
7 -PLUG
Note: Dimensions and volume of concrete blocking shown
in Table below is hased on dirt excavation. When
excavating in rock, Owner's inspector or Engineer
may, at his option, reduce the volume T' concrete
required.
TEE
CLASS 'C" CONCRETE
(2500 Pal. )
BEND --
,yE MIN.12 "- EXCAVATE AS NECESSARY
. TO OBTAIN SPECIFIED C.Y. OF CONC.
AND PLACE AGAINST UNDISTURBED
EARTH.
Tees & Plecs 90 !lends 45' Rends 22 -1/2 ° (lends 11 -1/4 ° Bends
Dim. A. C.f. Dim. R. C.Y. pie. C. C.Y. Dim. D. C.Y. Dim. E. C.Y.
HORIZONTAL BLOCKING DETAIL
DETAIL NO. 3
! 14",6",8"
3.0
.5
4.0
1.0
6.0
1.3
0.0
1.8
9.0
2.3
9.0
2.5
10 ", 12"
4.0
1.1
5.5
2.2
6.5
2.8
0.0
4.0
12.5
5.2
14.5
5.7
116 ",
18"
5.8
7.5
/.5
4.9
8.5
6.4
12.0
9.0
15.0
11.8
19.0
12.7
120"
6.0
3.1
8.0
0.5
7.9
13.0
11.1
18.0
14.5
20.5
15.7
(
124"
6.5
4.4
.5
8.7
10.5
11.3
14.5
16.0
19.5
20.9
22.0
22.6
00"
6.5
5.2
10.1
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
10.9
14.0
76.0
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.
Pipe
I.D.
DEPTH VARIABLE
TO OBTAIN SPECIFIED
C.Y. OF CONCRETE.
TRENCH
BOTTOM
.# 5 U -BAR
"MIN. I CIL YD.
CLASS 'C CONC.
(2500 P.S.I.)
NOTES
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''CCONC.-
(2500 PSI.)
11 -1/4 ° 8end -1/2 ° Bend 30° Rend 45° Bend 67 -1/2 ° Bend 90 Bend
Dim.A. C.Y. Pim.A. C.Y. Ilim.A. C.Y. Din!.A. C.Y. Dim.A.
BLOCKING DETAIL FOR VERTICAL BENDS
DETAIL NO.4
CARRIER PIPE
VARIES (SEE PLAN B PROFILE )
- T_
4 ,114 1 4-11 . 114
, i
.9:
CARRIER PIPE
0
w
0
0
0
0
cr
BLOCK UP BOTH
ENDS OF CASING
PIPE W /BRICK OR
TIMBER. INSTALL SO
CASING PIPE WILL DRAIN.
i40
VARIES
END VIEW
DETAIL NO. 5
VARIES
1-
0
MORTAR BEARING BANDS / " " FLEX- PROTEX "" 10 GA. C.G.M.R,SMOOTH
FURNISHED ON PIPE, TWO 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 MFGRS
RECOMMENDATIONS. MORTAR THE INTERIOR JOINT OF THE
CARRIER PIPE AFTER COUPLING THE JOINT 9 CHECKING THE
GASKET W/A FEELER GAGE.
PRESSURE GROUT BETWEEN — . TOGA. C.G.M.P. SMOOTH STEEL
CASING d SURROUNDING LINER OR GASK JOINT CL. IV
EARTH �- '�"'" 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
VARIES
VARIES ( SEE PLAN BI PROFILE 1
VARIES
,avi =611 - IC 111311 =1111` ll`_.
ng 1 =1 = n =n '4.
°�7,
ir O 1 .
a
CC c BLOCK UP BOTH
• a ENDS OF CASING
¢ F PIPE W/ BRICK OR
TIMBER. INSTALL SO
c.4- CASING PIPE WILL DRAIN.
CARRIER PIPE-,
MORTAR BEARING BANDS
FLEX PROTEX" STEEL GA. C.G.M.P. SMOOTH
FURNISHED ON PIPE, TWO EEL LINER OR GASKET
PER PIPE MIN. JOINT FILLER BY
MAR-MAC MFG. CO. JOINT CL. IV R.C.P., AS SPECIFIED
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 a 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
HOLD -DOWN JACK (SEE DET'L. NQ 16)
CARRIER PIPE — — MORTAR BEARING BANDS
END VIEW
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.
RAILROAD BORE 8l ENCASEMENT
r�.
DETAIL NO.6
l' -0" MIN
Z-21." HOSE CONNECTION ON
EITHER SIDE OF FLUSH VALVE.
THRUST BLOCK SET ON
UNDISTURBED SOIL.
PUMPER CONNECTION •
v
JOINT INLET.
6" CAST IRON
VARIES
ELEVATION
NOTE : THIS DETAIL APPLIES TO "POTABLE" WATER LINES ONLY.
STANDARD DETAIL 7
VALVE BOX
r
-562 -S ADJ. VALVE BOX
W/ LOCK LID MARKED "WATER -
ROUND ROCK ",FURN. ONE WRENCH
6" GATE VALVE
M.J.
TEE
WATER MAIN
THRUST BLOCK SET ON
UNDISTURBED SOIL.
STANDARD FIRE HYDRANT ASSEMBLY
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
24" OR 30 "-
PIPE
6" TANGENTIAL
OUTLET(FLG.)
NOTES
30" C.S.C.
6' THICK CONC.
(SQUARE)
�IIIIL°f llli�ll!!
�II!I =Pr
ADJUSTABLE
VALVE BOX
6 "GATE VALVE (FLG.)
I. INCLUDE ALL VALVES, FITTINGS MARKERS \. 6' D.I. SPOOL
BLOCKING PIPE, ETC. IN UNIT PF�IC�E ( FLG.)
BID FOR 'FLUSH VALVE ASSEMBLY .
2. SEE DETAIL N0. II FOR FLUSH VALVE BEGIN MEAq)1REMENT
MARKER DETAIL. V PAYMENT FLUSH
VALVE ASSEMBLY"
562 -S ADJUSTABLE
VALVE BOX
W /LOCK LID,MARKED
"WATER - ROUND ROCK" r �(
FURNISH ONE WRENCH r
FLUSH VALVE ASSEMBLY
DETAIL NO. 8
_ ( •. \�G/ . /. / .1
����lp1 =11111
�111 1111,-
6" C.I. 90 °BEND, FLG.
6'C.I
2-
(C.S.C. PIPE)
6 "D.I.PIPE
(FLG.)
�_CONC.THRUST
BLOCKING
(1 C.Y. MINIMUM)
.90 °BEND, FLG.
8" LONG BOLTS
BLIND FLANGE
36 "SQ. x 12"
THICK
2500 P..S.I.CONC.
6 "D.I. PIPE (FLG.)
J
18" MIN.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
®._
I !
1I' t
_ �
SIZE
APCO MODEL
SIZE
APCO MODEL
0
1
143C
6
150C
o
`�I
I
2
145 C
8
151 C
3
147C
10"
155/200A •
4°
149C
10
1,iV11
0 'W
6" THICK
CONC.
1
(2500 PS1 :) '.
1
+
1" s`C i HIV' \I
' A\
'
PATCH W/
GROUT 4
MI
d
=dl.
-n
LENGTH VARIES
PLANS
-
' =_ 1i
QUANTITIES LIST(APPROX.)
1. THREADED OUTLET.
2. HANDWHEEL GATE VALVE.
3. AUTOMATIC AIR a VACUUM RELEASE
VALVE OR COMBINATION AIR
RELEASE VALVE.
4. GALV. PIPE. LENGTH AS REQ'D.
5. G. I. ELBOW( MIN.4REQD)
6. STAINLESS STEEL CLAMP (4 REQ
0
SIZE AS REQ'D ) 'a;
•
6'
- ' 0
i
�� O o70 •
"' � �,
7 STAINLESS STEEL N0. 16 MESH SCREEN
COVERING. ° o
8. 4` 0 PINTA -POST 5� LONG W/ A.A.V.R.V
MARKER MOUNTED AT TOP.
9. 36"R.C.P. LENGTH AS REQ'D.
10. 3/8 It 38" STL. PLATE.
II. WATER MAIN
12. LAYER OF CRUSHED LIMESTONE PIPE •
BEDDING MATERIAL. 1 11
13. FLEXIBLE COUPLING. q�p
NOTES : o d •
0,,,,
o�, � pg
C6j�
• ,
p; •
0
�
w
D ,
0
/
I. SIZES OF GATE VALVES FITTINGS B 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
1 ''
2 "
3"
APCO MODEL
142
144
146
152
SIZE
6"
8"
10"
APCO MODEL
153
154
155
4"
G.1. PIPE
ALIGN
12"
MIN.
STAINLESS STL.
(NO. 16) SCREEN
12"
MIN.
6 '
�I I
12 "LAYER 0 _
PIPE BEDDING'
OVER PIPE. _..,
FLANGED OUTLET
OR BOSS FOR D.I.
PIPE.
G.I.PIPE SAME SIZE AS OUTLET
- r STD. M.H. RING a COVER
WATER PIPE
AIR RELEASE
VALVE MARKER
CONC. LID
GATE VALVE
- IIIb!I I
��' - 'ill 11 '1111 = III I
SELECT BEDDING
48" R.C.P. (LENGTH AS
REQ'D )
AUTOMATIC AIR 1 VACUUM RELEASE VALVE (RAW WATER)
F
NOTES :
I. THIS ASSEMBLY IS INSTALLED ON RAW WATER PIPELINES.
2. SIZES OF ALL PIPING VALVES 6 FITTINGS FROM OUTLET ON MAIN TO SCREENED OUTLET
ON VALVE SHALL BE SAME DIAMETER AS AIR RELEASE VALVE SIZE NOTED ON PLANS
DETAIL NO. 10
G.I. ELBOW
LAYER OF CRUSHED LIMESTONE
PIPE BEDDING
MATERIAL
1
1
1
1
1
1
11
1 1
1
I
1
1
1
1
1
1
7 .
co
N
r
M
8 3/4"
WHITE
ORANGE
USE p, NOTE USE e„
NSTEAD OF V INSTEAD OF A
FOR FLUSH FOR PIPE ACCESS
VALVES. PORT.
VALVE MARKER AIR RELEASE
WATER LINE
VALVE MARKER MARKER
MARKERS SHALL BE OBTAINED FROM: RURAL WATER SPECIALTY CO.
POST OFFICE BOX 927
TULSA, OKLAHOMA 74101
OR APPROVED EQUAL
MARKER DETAILS
DETAIL NO.II
NOTES
I. PLACE VALVE, AIR VALVE, ACCESS
PORT MARKERS AT LOCATION OF
EACH ITEM.
2. PLACE WATER LINE MARKERS AT
EVERY FyNCE a ROAD CROSSING
& AT 500 INTERVALS ALONG THE
PIPELINE.
3. WATER LINE MARKERS MAYBE
CRIMPED TO EXISTING FENCE WIRE
OR ATTACHED TO A I x 1 I /6'x4
GALV. ANGLE POST.
4. SIGNS SHALL BE 20 GA. STEEL W/
BAKED ENAMEL FINISH.
WHITE LETTERS
ORANGE
0
CAUTION :
UNDERGROUND
WATER MAIN
PHONE: CITY OF
ROUND ROCK
512 -255 -3612
FOR INFORMATION
8"
1/4" HOLES FOR
10 „ POST OR TO TO
Note: All items shown included in
valve & box unit price, complete in
place.
0
O
G
VALVES IN YARDS Olt
IN AREAS NOT
SUBJECT TO TRAFFIC
Gravel or
Graded Area
Grade
77 V74 7�
Valve Fsox & Cover
562 -5 Adj. Valve Box with
Lock Lid Marked "Water -
Round Rock"
Furnish 1 Wrench
- -Valve
Water Line
u
0
ti •.1
STANDARD DETAIL NO. 12
2' -0"
VALVES WITHIN ROADWAYS
OR OTHER PAVED OR
SURFACED AREAS
TYPICAL GATE VALVE INSTALLATION
0
•i
1 1/2" Asphalt
Pavement
`Valve Box
& Cover
Per Spec's.
6" C.T. Pipe
- Valve
—Water Line
WATER MAIN
FIN. GRADE
VALVE BOX 6 COVER
562 -S ADJUSTABLE
W /LOCK LID MARKED
"WATER - ROUND ROCK"
FURNISH ONE WRENCH
FOR WHOLE PROJECT.
DETAIL NO. 13
2"OPERATING NUT
SUPPORT GEARBOX
AGAINST UNDISTURBED
TRENCH BOTTOM W/
BRICKS OR CONCRETE
PAD.
A.W.W. A. BUTTERFLY VALVE
( FLANGED OR M.J.)
NOTE ALL ITEMS SHOWN INCLUDED IN VALVE d BOX UNIT PRICE,
COMPLETE IN PLACE , ACCORDING TO MFG. RECOMMENDATION.
TYPICAL BUTTERFLY VALVE INSTALLATION
NEW fi.D
CEDAR POST
L�
L. 18..
AS NOTED ON PLANS
UTILIZE EXIST.
POST WHERE POSSIBLE
14GA.GALV. STL.GATE
30"
MIN.
2500 P.S.I. NOTES
CONCRETE (TYP.)
GATE INSTALLATION
DETAIL NO. 14
L.
INSTALL
BRACE PAST
AS REQ
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.
6"
MIN.
#3 BARS-
TOP VIEW
sing
A
11 111
1
NORMAL TRENCH
SEM NO. I
10
11)-
END VIEW
CONCRETE RETARD
DETAIL NO. 15
# 3 BARS @12
0.C., EA. FACE
NATURAL
GROUND
12 MIN -KEYED
INTO TRENCH
WALLS
2500 P.S.I. CONC.
-1111
CONC. PLACED AGAINST
UNDISTURBED TRENCH
BOTTOM
HOLD -DOWN JACK
CARRIER PIPE IS TO
REST ON BOTTOM OF
ENCASEMENT PIPE
CONSTRUCTION DETAIL
END VIEW
2"x4 "x4 " OAK BLOCK
1 "x 6 "STD. MACHINE BOLT
174 STD. NUT
21/2" DIA. STEEL WASHER
2"GALV. IRON PIPE
I %Z GALV. IRON PIPE PLUG
WELDED TO BASE PLATE
I /4 STEEL PLATE w/ 15 ° RADIUS
ENCASEMENT PIPE
HOLD -DOWN JACK
DETAIL NO. 16
COAT ENTIRE TEE
a BLIND FLANGE
WITH 30 MILS
BITUMASTIC 50
FIN. GRADE
NORTAR
COATING
NOTE CONTRACTOR SHALL CUT R.C.P TO PROPER LENGTH
TO ACHIEVE DIMENSIONS SHOWN AT NO ADDITIONAL
COST TO OWNER.
PIPE ACCESS PORT
DETAIL NO. 17
PRE -CAST CONCRETE LID
W /MANHOLE FRAME 8 COVER
48 CLASS III R.C.P.
24" BLIND FLANGE
6"LAYER CRUSHED LIMESTONE
PIPE BEDDING MATERIAL
24" FLANGED OUTLET
PIPE BEDDING MAT'L.
D. I. PIPE
6" FLG .BOSS
6" THICK CONC.
(SQUARE)
11111G
562 -S ADJUSTABLE
VALVE BOX
W /LOCK LID, MARKED
WATER - ROUND ROCK
FURNISH ONE WRENCH
DI. PIPE
ADJUSTABLE
VALVE BOX
6"D.I.SPOOL
(FLG.)
6"- 90 C. I. BEN D(FLG.)
NOTES 6"GATE VALVE (FLG.)
I. INCLUDE ALL VALVES, FITTINGS MARKERS,
BLOCKING, PIPE, ETC. IN UNIT P
BID FOR LUSH VALVE ASSEMBLY .
2. SEE DETAIL NO. I I FOR FLUSH VALVE
MARKER DETAIL.
DETAIL NO. 18
6" D.I. SPOOL
(FLG.)
BEGIN MEAVREMENT
8 PAYMENT FLUSH
VALVE ASSEMBLY
F -
`_ 111 +1- �?IIll
6 C.I. 90 °BEND, FLG.
FLUSH VALVE ASSEMBLY ( D. I. PIPE)
6" D.I. PIPE
(FLG.)
THRUST
BLOCKING
(I C MINIMUM)
6"C.1.90 ° BEND, FLG.
2- 6" LONG BOLTS
BLIND FLANGE
D.I. PIPE (FLG.)
IS" MIN.
�36 SQ. x 12" THICK
2500 P.S.I. CONC.
TAMP OR WATER
JET BACKFILL
COMPACTED
BACKFILL
( 95% DENSITY
AS DETERMINED
BY TEX.113 -E )
2500 P.S.I. CONCRETE
POURED AGAINST
UNDISTURBED EARTH
WIDTH OF TRENCH
(SEE DETAIL NO. I )
CONCRETE CAP
DETAIL NO. 19
4" MOUND OVER PIPE
TRENCH TO ALLOW FOR
FUTURE SETTLING
VARIES -
SEE
PROFI LE
ON PLANS
6" MIN.
ONE -HALF OF
GREATEST
OUTSIDE
DIAMETER OF
PIPE
BEDDING MAT'L
(SEE DETAIL NO.1 )
c4„.t1.015.
°,gll�l jl
- 11111
FLE}( BASE COMPACTED
IN 6 LIFTS TO 100% MAX.
DENSITY PER TEX -113-E
BEGIN BASE BACKFILL AT
SPRINGLINEOF ENCASEMENT
PIPE OR WATER PIPE. _,,
ENCASEMENT PIPE
(WHERE REQUIRED — "I.
ON PLANS)
I
11111[1.
SELECT BEDDING
LIMITS OF "ASPH. DRWY. REPLACEMENT "(SEE NOTE # 1)
REPLACE PAVEMENT WITH 6" BASE
COMPACTED TO 100 %, MAX. DENSITY
PER TEX -113 -E & 11/2 H.M.A.C., LIMITS
AS SHOWN ON PLANS.
LIMITS OF OPEN-CUT DRWY"
( SEE NOTE # I )
MOTE`
include cost of con.'-icted flex. base trench backfill Y, 11/2" H.M.A.C.
pavement renair in unit hit' for "OFEN-CUT DRIVEWAY" per linear foot.
2, Include cost of i 1/2" H,M;.A.C., 6" compacted flex. base, R 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 Pi PE" per linear foot.
OPEN CUT DRIVEWAY CROSSING
DETAIL NO. 20
6 "MIN.
�IIII
µ-11e
I
�=11 � _ HOLD -DOWN JACK-
(REQUIRED ONLY IF
ENCASEMENT PIPE
REQUIRED)
SEE DETAIL NO, 16
6" MIN.
SEE PLANS FOR
FLOWLINE ELEV.
OF WATER PIPE.
6" MIN.
W
J
Q
tr
0
a
w
a
0
Gr
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
50'
PERMANENT
171/2
71/2
.-
used
not
shall
dia.
trimming
lane.
left
30'
FENCELINE
(TYP. )
TEMPORARY CONST. ESMT.
CAUTION: NO OAK TREES SHALL BE
E$MT.
20
CUT DOWN NOR DAMAGED 13 NO OiTHER
TYPES OF TREES WITH TRUNK DIA. OF
S' OR GREATER SHALL BE CUT DOWN
NOR DAMAGED WITHIN TEMP. CONST.
ESMT. (SEE PENALTY CLAUSE IN SPEC.
CONDITIONS.)
MOUND OVER TRENCH
(SEE DETAIL NO.1) .
7I/2
-
r
Temporary
of Round
to
for
parallel
is
in T.C.E.
exercise
at
of
No
within
the
storage
of
25'
the
is
surface
rocks
VOTES: 1. Requests for clearing within the
Easement will be made to the City
& he will then forword the request
special permission.
2. Existing cleared areas may be
& other construction operations.
3. Where cutting through property
the T.C.E. may straddle the centerline
Easement. In this case, the T.C.E.
of the P.E. & above restrictions
4. Where possible, the contractor
caution to preserve trees of 6"
& larger within the P.E. Tree
5. Contractor shall grade a 15' width
pipeline for a smooth driving_
its greatest dimension shall be
express consent of the ennineer.
RAW WATER PIPE
Construction
Rock Inspector
landowner for
of materials
to fence line,
the Permanent
on either side
apply.
reasonable
base of trunk
recommended.
centered over
larger than 3" in
30' P.E. without
TREE PRESERVATION
& 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
�
10 L.F OPEN CUT DR
FRONTAGE RD.
SOUTH BOUND THRUWAY LANE
452 fOO
TEXAS CRUSHED STONE
NOTE : SCHEDULING OF OPEN —CUT DRIVEWAYS
SHALL BE COORDINATED WITH TEXAS
CRUSHED STONE & CONTRACTOR SHALL
FOLLOW THEIR INSTRUCTIONS ON TRAFFIC
ROUTING & T1 ME OF DAY THAT PORTIONS
MAY BE CUT.
QCURVE DATA
A=38°14'57"
R =1101.82'
A = 732.55'
T= 382.07'
C =721.96'
TEX. CRUSHED STONE
ENTRANCE
QCURVE DATA
A=1 40 "
R _ 760.35
A=23.15'
T= 11.58'
C= 23.15'
461 +00 462 +00
STA. 484 t08
FLUSH VALVE
0
w
t
z
80' TEMP CON
WESTINGHOUSE
62 04 38' LT.
80' TEMP CONS: ESMT
P1. STA. 475 +52.98
59 13' RT.
S TA. 477 + 0 I -
12'GATE
47T ,4-00
NATURAL - GROUND
ATER ;L• E NE
- 20.81
• CHANGE • STATION IN ,...•
TO— .. C I T.1 1:U 00:.. .
•fa ..
H. TR ACT ........
: : .. ....
CONTRACT NO. 3
O WATER TRANSMISSION MAIN
STA.447 +00 TO STA. 484+11.77 0
CITY OF ROUND ROCK, TEXAS
WATER LINE IMPROVEMENTS 1981
Haynie & Kaliman Inc.
CONSULTING ENGINEERS
Round Rock, Texas
DRAWN BY: F.S.S.
DATE _ 'FEB. 1981
407 .:
PROJECT NO. 103 - 130
SHEET I
This Page is too large to OCR
This Page is too large to OCR