R-82-458 - 6/24/1982WHEREAS, the City has duly advertised for bids for construction
of 1982 C.I.P. Street and Drainage Improvements, and
WHEREAS, Bay Maintenance Company, Inc., submitted the lowest
and best bid, said bid being in the amount of $631,942.65, and
WHEREAS, the Council wishes to accept the bid of Bay Mainten-
ance Company, Inc., 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 Bay Maintenance Company, Inc., 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 Bay Maintenance Company, Inc., for the construction of 1982
C.I.P. Street and Drainage Improvementt.
RESOLVED this 24th day of June, 1982.
ATTEST:
E D, City Secretary
RESOLUTION NO. �O R
L. TOT, Ma or
Cit of Roun. Rock, Texas
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 78664
(512) 255 -4564, 255 -7861
Mr. Jack Harzke, P.E.
Director of Public Works
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
Re: City of Round Rock
C.I.P. 1982
Street & Drainage Improvements
Dear Mr. Harzke:
2. Community Engineering, Inc.
Austin, Texas
3. P. A. Stark Construction, Inc.
Austin, Texas
June 22, 1982
Letter of Recommendation on Bid Award
CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Timothy E. Haynie, P.E.
Steven D. Kaltman, P.E.
We have reviewed the bids taken on the Street & Drainage Improvements
on Monday, June 14, 1982. The lowest three Base Bids in order of low bid-
ding are listed as follows:
1. Bay Maintenance Co., Inc.
Marble Falls, Texas
$631,942.65 360 calendar days
$639,654.45 330 calendar days
$646,814.65 Not Stated
An itemized Bid Tabulation is enclosed for your use.
We recommend that this project be awarded to Bay Maintenance Company,
Inc. in the Base Bid amount of $631,942.65 and 360 calendar days.
Bay Maintenance Company, Inc. has performed excellently on two prior
projects for the City of Round Rock.
The total project funding is as follows:
t
Page 2
Mr. Jack Harzke, P.E.
City of Round Rock
June 22, 1982
Construction Cost (rounded off) $632,000.00
Delete Bid Item GT -15, Concrete Cap on Median ( 4,200.00)
Delete Bid Item GT -21, Hydro -Mulch ( 3,409.00)
Delete Bid Item GT -22, Hydro -Mulch ( 2,555.00)
Engineering 60,000.00
Less Engineering Previously Paid ( 36,703.00)
Testing 4,800.00
Contingency 12,000.00
TOTAL PROJECT COST $661,933.00
rounded to $662,000.00
No fiscal or legal fees are included.
Should you have any questions or desire additional information, please
feel free to contact me.
SDK /cla
Enclosure
cc: Mr. Bob Bennett
Mr. Sam Huey
Mr. Paul Gambrel
Mr. Joe Vining
Mr. Tim Haynie
Mr. David Currington
Mr. James Domel
Cordially,
HAYNIE & KALLMAN, INC.
6/
Steven D. Kaltman, P.E., R.P.S.
Haynie
& Kallman Inc.
CONSULTING ENGINEERS
2115 North Mega
Round Rock. Texas 78664
(512) 255 -4584, 255 -7881
BID TABULATIONS
S1US tXItNUtU AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 - 15 - 82
1 of 24
OWNER
JOB
LOCATION
DESCRIP
CITY OF ROUND ROCK, TEXAS
BIDDERS
NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE
CO., INC.
COMMUNITY
ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
ROUND ROCK, TEXAS
1` . • • . .. ' : 1
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
: 1 :III 4 1 1 .
GEORGETOWN 51 REET:
- ree xcava ion
11
1
•,• /
11
1
t 1/
1
1 /
11
•,:
II
GT -2 8" Compacted Flexible Base
i• eilIMAI Ullt .TM -MAME. araa5MaliAiEtN
mum
ji
'1
M
L
18,1
61
1 ` '
: 11'1
24,391
.•
: 1
23,76
20
1MIW
a Ilijlr[:#ellI.[Zi;
. ImR:ya[3aNI
u :It,Y#.7o11t{h
1_
_p
1
-, 1 :ass
iIil
:1
•
ms
munimEgimilmaammulvaimastimmummuniammextutomummowit
' 11;ww.Y11.
1 /mt
1 11
1
m�i
1 1
u nimima
11', •,.
11
1
murswJa
,1 /'
9,600
11
11
/a
00
-. rand ion 'avin•
oncre e ur• u er
GT -8 Concrete Talley Gutter
Iiiiiiiffil
X00.11
4, :11'
01
1,300.1
T0, 1I 01
1,100.01
- 8,801
11
1,200.11
- oncrete Iriveway
•I
:1
1
11
, 1
"
1'
+
,6
1
GI -1U 5' Inlet
Ea.
1,500.0
6,001
0
1,100.0
4,40 01
1,000.0
4,001
0
1,200.00
x,:11
1,501
1,801
11
00
00
GT -11 10' rnlet
Ea.
T,900.11
1,•11
1'
T,350./1
1, 1 11
1,400.1
1,401
00
1,500.00
1,800.01
81-12 15' Inlet
Ea.
2,300.01
2,311
11
1,800.11
1,1301 01
T,900.01'
1,901
11
GT -134 CH -11 Concrete Headwall for
1,500
06
18" R.C.P.
Ea.
300.01
901
01
1,000.01
3,001 01
400.0
1,20
01
500.0
GT -13B CH -11 Concrete Headwall for
a.
.11.11
, 11
11
, 11.11
, :11 11
11 11
111
11
,101.01
,110
1
00
00
GT -14 Grate Inlet
Ea.
1
1,000.11
f,00q
11
T,660.••
1,30 /1
800.11
:II
11
1,1)00.11
GT -15 Concrete Cap for Median Islan.
L.S.
1
4,200.11
4, 11
11
825.11
825
450.11
451
01
500.11
500
00
GT -16 4' Sidewalk
L.F.
146
10.11
1,A.1'
11
TT..1
1,693
8.11
1,16:
01
9.11
1,3IA
00
00
00
GT -17 Yellow Center Line Striping
L.F.
2,200
. '
3 1
11
. 1
704
1 1
.31
661
01
.12
26
GT -18 Dashed White Lane Striping
L.F.
4,400
. -
68C 11
. 1
1,408
01
.31
1,321
00
•14
52:
BID TABULATIONS
BIDS EXTENDED AND LHEL'KED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
2 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE
CO., INC.
COMMUNITY
ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIP t` . . - . 1'+ 1, '
ITEM
UNIT
QUANTITY
IMII COST
PRICE
COST
MUM COST
111011 COST
- -III
Ru 11
11 t 1 1'1
gemens rimanomo[m[3mmuirrimilii
— I
imin Et
/ 1'mmiIIt
- -I
immumostut
y[/IIII; / t
trlpin.
.
11
I
11
E u
MIIMMEMIIMEMMEMINIEMIIIIIMInglaitIMMINIIIMMILEMZ
' 11 1 /
I
t tia1ilI1:m1t1IlIt
um Elm
getet1amosara 1 1 . n 'S i]MIERM
a.
m
`N73''. : .rnnnuawmstTi..riramowogwaiuwuwauagmggmiEgmigtgmwgmgianjuammmwmggEgmmmmjggumz
`Hld'I'mur l■:aiiii*NIFIZ r't'Tm
' orm (rain '1pe
gemetel:r:11<t�t rrazwimmaiummagummumEgumgemutimegujimmagtzimmoin
issue
-
EN
'�.i.7[III.
-
IEEINEIEIIIBIMNIIIINUIMI
--IN
11 +
IIma1alIt�f:�.11I1'
11'
---
11
tl'�[:IRtA:u['
11' Itom
#61t- 11
- - -
l♦G�:lf'E
"�� umNIU M
It
- --
It l :gig
gairmaimmiggiammumwmammeammammamiatmwilmemmalummimmimgamminmingsw
geteitrammunituuraggainimmnimimmungagtmaprkagmEtwommigumignagammingumwmat
rimors lw. u . . i - g iiLTi'i1uISm
ree o rEe
GT -28 Remove & Salva.e Existing 6"
"a er 1ne
egwm
111daw1E311"F.SRTM 1-
gguimt.
`as111111777
m
l:Rs
1 tmrigm
ma.1iI( Ili
11
ItaItut
I ImLgm
.It
1 t
It
1 t_a[tIl.
1 ttmiz:UIt,
1 t
11
1 PwIwig
Ininim
1 t
IP
- 1 "a er 1ne on :r1..e
J le:1t1i IRTi 1 n-
•
1
1111MENIENEigammoutimompaimmig
1 1 e
11'
atmmI
11'
1 f ium.Lg1
: Iummignemogiummibmig
11'VjgIAl .i1j
t •'
get - IIMIWE.ST•Ti1j.i fillMi1T
. .
lietIM1t. .. [:7"F.'[iT3'. I .:
a.
•
_`- mi111
[:L1gam:f j' 1
mratelammilamammimmagmammiummanwimmoz
1 � 1
/ tmtagli
1 t
:m
_____11A:_o
j�;
1 rQtA:
11
mi1.'1QII!'
t t
11 igmQlil] : t t
1 tmLT1Ji /TQmi:
/ t'
1 t
immemenn7a^F.Sras'�'li iLT so—
a.
11E111
r a. a
`H ekrimT I ITGi75F.T1iramsT.7i__
a.
imummi1i1I1
--MI
f11, t l
---
1 1
A 1i
am
-
I1ITi /It
-_
- -1111
1 t'n L111i1A1��] i
ti
rage
. I t
`01l!k)/MIT -41 .F.1iT:Ii'.1[Z
1--
`>1E11
_-
- -
minammitnizimmimmagiammtimmutimme
MI
M —��
smainmag
'y. ran
MI
M
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
3 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE
CO., INC.
COMMUNITY
ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.T.P. - STREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
GT -38 8" Gate Valve
Ea.
8
$ 450.00
$ 3,600
00
$ 400.00
$ 3,200
00 $ 450.00
$ 3,600
00
$ 400.00
$ 3,200
00
GT -39 6" Gate Valve
Ea.
5
350.0C
1,750
00
300.0C
1,500
00 350.00
1,750
00
300.00
1,500
00
00
Gf -40 2" Gate Valve
Ea.
1
200.00
200
00
200.00
200
00 200.00
200
00
200.00
100
GI-41 Cast Iron Fittings
Ton
1
3,000.00
3,000
00
- 2,000.00
2,000
OC 2,500.00
2,500
00
2,000.00
2,000
00
GT -42 5 -1/4" Fire Hydrant
Ea.
2
800.00
1,60C
OC
950.00
1,900
00 800.00
1,600
00
800.00
1,600
00
f ' : i - 1 .. „ •
1, •
11
, .
t
1
• ,• .
.1
GEORGETOWN SIRED-
BID TABULATIONS
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
4 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JDB ND. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE
CO., INC.
COMMUNITY
ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 L'.I.P. - S1RLL1 & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIf
PRICE
COST
SOUTH PARK ADDITION:
$ 1,129
00
SP -1 8" Compacted Flexible Base
S.Y.
455
$ 5.00
$ 2,275
OC,
$ 10.00
$ 4,550
00
$ 15.0
$ 6,825
00
$ 3.80
SP -2 Re- sodding with St. Augustine
00
Grass
S.Y.
180
3.00
00
3.01E
540
00
5 .11
900
Of
2.50
450
SP -3 18" R.C.P.
L.F.
522
35.011
18, 2 0d
36.015
18
OC
75.'1 .
T3,050
0#
20.00
10,440
00
SP -4 24" R.C.P.
L.F.
340
40.00
13,600. UO
II
11
If
II
01
1.11
s, se
1e
SP -5 30" R.C.P.
L.F.
560
45.00
25,20 00
30.00
16,800
UU
2 /.0
15,120
O
38.00
21,280
W
SP-6 5' Inlets
Ea.
4
1,500.00
6,00 00
T,1110.0
4,400
00
1,000.0
4,000
00
11.11
,500.00
1,
1,200.00
, :'II
4,500
1,800
2,400
n
00
00
00
SP -7 10' rnlet
Ea.
3
1,900.0C
5,70 001 1,350.04
4,050
00
1,400.01
4,200
01
SP -8 15' Inlet
Ea.
1
2,300.00
2,30C1 019 1,600.60
1, 01
1,900.11
1,•I
•t
SP-9 Storm Sewer Manhole
Ea.
2
2,000. 00
4,00 1f0 x
2,00 00
900.0'
- 900
01
SP -10 Raise or Lower Existing
00
2" Water Line
1.F.
30
5.00
75 01` 10.01
300( or
10.''
300
If
T0.00
300
SP -11 Area -Drain Grate Inlet
Ea.
T
1,000.00
1,000 00 1,600.04
1 , 10
800.01
80
of
1,200.00
1,200
00
SP -12 Re -build Existing Driveway &
Curb (Bellaire Circle)
L.S.
1
1,320.01
1,320 01' /00.00
/00
00
T,100.0I
1,10
01
600.00
600
00
SP -13 Re -build Street Crown @
Existing Asphalt Valleys
(lower Drive)
L.S.
1
/00.15
/UU 00 600.00
6011 00
2,200J01
2,20
00
3,000.00
3,000
00
TOTAL BID - SIRED' & )RAINAGE IMP.
$ 81,055
01
$ 65,312
00
$ 60,695
01
$ 62,699
00
SOU1H PAR: ADDITION
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
5 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
30B NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE COMMUNITY
CO., INC. ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIP IN . . . - • . D N ' ' .
ITEM
UNIT
QUANTIT
COS
COST
COST
! 1
COST
GATfIS SCHOOL ROAD:
-
-
-
-
III
- �
', 4
em
tE
11
I I
tel:�MM• OI
1MINIU
'uullm♦
EIIM�IM
.
il._E
wm
e I
1 I
IIMIEUIMIIIIIMMIIIIIIIIMMEMINEDMIEMMEHIIIIMMIMME21111111MEMINIMIDI
11111111=11.11111MMIMMAIREMMIRMIMAIMIJIIIIIIMMINEMEIDE
-
M■IMEIr
immu•[!'L•l.
LiIi
� m
1 i
I.
. / I 11
-
".[
nggstimin
L."
I I I
I I
-
___
11imaa[I,
I I
I fI'
/ I'lwllIlglI1.mm11I1.
-
. i
.'�i��(G:�i
#�I IFI
*R11./EZi,mmAU
]lt
-
tail
:
1 1'
1 i
iME�'4•
I I'lAlII11gIiimm
', I
immEsim
ma
1
: I I
"�1'L!�
-
9 , :
mmRy.
sf :I/Il'
D: I'
-M
I I
irimi
P
L
11
si
• I!i•AII)fi(III;
E
f'1.7�LIIIL.1
_: jlrrAmm
'.0f
j�i'il
_
1me a.1 1ze. u.•ra.e
ievomm 11t . n .. ramai nar- a iniumS
`elsermon r . n .. ..■■twarm ��,.zigm
kuummignig milimintsgranwimumminiummumainmEguimummwojmauggammagummem
gel..iff .iTiTiTTi 3rawramment$rimm`Ss
',
' I I
get. - LNILillt r iTA.T MILT IIIIIM MIIIIM
11ti.'5:111mo T.1man •
`etas'= •RTii•1�i.T-a1F.0 - eili1 l___
1
Eet elIMI IIIIII TM n Mill1.1111111.11
a.
_
`ISMVAIRI Ti ITESIMEIM • IMIIIIMMIIMINARAMILEZIMIUMMIIIMIIMEIMMIEMBEIMIUMUNMEMIDIt
-IN
iineMaaini=MINEMEMEEINI■ILIIIIIIKIEMAIIIIIIMMINSEIRMIIIIIIMILE11111MEE11111111MILMILIMEMINIMEN
110111111MIRE111113:11111111111=111111111MMEINIIIMMIEWEEMMLIMEMILEMIIIMMIREIMIEVIMMILIMIE
- Driveway or us ing 'ar ,
of
111.11111111111M111111111111111111MENIIIIIIIMAILMILMMUMILIMIIIIMMIMMILU
I
III17[IIIumrifIIII
1
I I
•I
. I• •'
5.01
. I I
I
I IimdIlGII
/I
8.0I
I•
,•01
I Ii#•11b7[dD1im1•TIII
•I
0.00
4,501
I I
11
• 'e ainin. 'a
- 11tc xcavation
GS -18 Dashed Yellow Center -Line
g�
�
•I �E�
iS
riping
ME Ul.EN11111
II11111111111Eri
j7
II�
�ei.'!!{!�IiT�i ■�IiTii.T�/:TTSa r 1 Q 1 n g
I
I I
�
.
..gy
I •� I I'
��
I
mil
I
��
I I'
immi
I I
Ee(l!FT11.110117�(aInr11 r 1
riping
mimmi
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
6 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE
CO., INC.
COMMUNITY
ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - SIREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
11ei.1111111I IATAII IMAT
-
t�lil����L
1
r i
r r
Li r r.
r r mai!.I
r
«n4.milr:E
m
r r
i g
r
pei.6xs: .R:1i11r1[aif. 7silIrA"'OWZS>tc1[1.Yr>♦MMlfk.
11
�.a[l.Yi 11
[I.�i.�L[i�
r 11
1 1
fLU
r
r 1 IIIIIIIIIIE2111111W:ia.!
r 1
i'JUI1
11 ll1111MEE
r r
�Zi:[r l'
�fll[rA;
r1
11
gmmiujajAguimgswtgmmmumgggmmmjgLqtmuipmwpztK,qmmmmijmcgo2mumga
1 r
�liii[l
- •
1.11
, 11
11
..11
, r'
r1
.11
1
11
.11
:?
11
GS -26 48" R.C.P.
Z.F.
1,030
80.05
82,'11
r 1
54.01
- 55,62'
rI
70.01
72,101
rr
75.05
77,255
O
GS -27 22" x 36" C.G.M.P.
L.F.
60
35.0.
2,10'
1 1
30.05
1,801
11
25.01
1,501
11
32.01
1,92.
O I
GS -28 Adjust Manholes to Finish
rase
1 11
1
11
...
1
1'
....
111
1
I 11
1
1
GS -29 Adjust Valve Boxes to Finish
Sill
IgiirtEMINIMMIMMilaiiiii
- 5 older xis 1 ng : "a er ine
Emig
--_1.i1M_L
iiiiiimmogragummilmut
1
IMIMI1_E
gmaggimum1
r 1
11'1moi1I1:
r 1 I
III;
r 11N1sIr
EAMIMI
1E
r 1
r 11
1 1
r r'Ilrl�rIr;IUlIlIr1�
amgeI1mR1I1I1;
1 r'
twos mmrrmwas i. yf■"F. wunaRM��
�
r 1
�l11�rI1��lIlI1
1 1
1 1 f1�
#rIllr,
r 1
: r f
: r r'
- ing e "a er ervtce
:1 r1
:1
11
1 1i
1
rl'
11 11
11'
11
11 Ir
11
11
1.' 1 - r• N' '
1
mil
mg
-
ii
i
GA i l' I S SCHOOL TtOAiT
•, 1 1
.
.'
n
J�
"
'�
GEORGE PAWN STREET,
____________
SOUIH PARK ADDIPION, &
NUMBER OF CALENDAR DAYS PROPOSED?
360 Days
330 Days
Not Stated
230 Days
BID TABULATIONS
BIDS EX1ENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
7 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE
CO., INC.
COMMUNITY
ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIP 1 . - . 1'+ ^' '
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
ADD ALIERNAIE:
(HWY. 620 /LAKE CRELK DRIVE)
SIMIIIIIIIEMMINITWITINIRVIIIMIIIIIIIMMMMIJIMMEMIEMULIMOMIUMMUIMMLIMMezelea
Vdaial'AI M. Illarss»IMMMILIW
W1'
IMMU
>IMMiummeGmeme[
MIMM
E
...pum
l'
'
I /
mira1 to
1 i
gim ;inig
I1.E
ell.
gmagamigger�[�i
1
M
11 O
' -, oncre e ur. . u er
1
I
11
11'
I'
1P II
A -5 Double Yellow Center Line
B�
BM
riping
mgum
'mm
/!mmm'Tiiawnigh
mmbZwg11'gmNgra....iz
11
' -. in. e las e. ^ 1 e riping
Milfilliall
_I':T
U
11MINIDINIIIIM
11111111.��
� '
'- ra is lirec ion 'rrows
L�i
li�
11
11 11
'll'
11�a:n1I1;
11
11'Illi�
I
E,
` ^ 1.e ross - "a r1pin.
isigg
1 �
---
ij;�j
graim
-n
SII
-
-i
liimigi1,
,
A -9 43 "x27" C.G.M.P. Storm Drain
'ipe
vourimmasiormatemsmoraracimitiam
gllfs etainilli'17[3
. .
a.
mumiagaggimulmagINIMMEIMMIREEmimmummimagg
- � imgmliammumigtggmaguggmmLqtwrmmmumsanujmjgainamm
mougumiggamummemirgekimEgummtagaimmgmtimmummeme
giuIIUwII1:
111_
111
I list'11IIER'11I1:
11
1i
.i.
11 Ii
111
1 i'mII][Q
1i
1i �.�1
1I II
1'
111'
1mff`DI1)[1I11ingu'alU]
et
mminiljimm
.1/ It
:10
1/
1 f
11'
of
IS
`air s[DGiianon i arar m i mmie1.m
a.
op ine riping
ingiammig1'bu
A -14 Add Concrete Valley Gutters t.
a.
1 / 11
xtdt 40. utter a
1111111111,
Ln.
wood n. (40' street) & - West-
iii
-_M_
-IM
woo. Ir. 1 stree n er-
_
ii
--
sec tons wi a e rue Ir.
EimA[HI
ar
epitt11111:111111MIIIIIILIMIXEMI
--- isaLICiI :iii;_Eif'a1>A .ZIP
- Ef'afflL[!n
BID TABULATIONS
BIDS LXIENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
8 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BAY MAINTENANCE
CO., INC.
COMMUNITY
ENGINEERING, INC.
P. A. STARK
CONSTRUCTION, INC.
PARKER & ROGERS
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 L.I.N. - SIRtET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
ALl ERNATE A:
SP -3A 18" C.G.M.P., 14 gauge
L.F.
522
$ 34.00
$ 17,148
00
$ 16.00
$ 8,352
UIY $ 20.00
$ 10,440
00
SP -4A 24" C.G.M.P., 14 gauge
L.F.
340
25.00
8,500
00
22.Od
7,480
00 30.00
10,200
00
SP -5A 30" C.G.M.P., 14 gauge
L.F.
560
27.00
15,12C
00
26.00 14,560
00 37.00
20,720
00
GS -23A 18" C.G.M.P., 14 gauge
L.F.
170
18.00
3,060
00
16.00 2,720
00 20.00
3,400
00
00
GS -24A 24" C.G.M.P., 14 gauge
L.F.
70
24.00
1,680
00
22.00 1,540
00 30.00
2,100
GS -25A 36" C.G.M.P., 149auge
L.F.
264
34.000
8,976
00
34.00 8,976
00 50.00
13,200
00
GS -26A 48" C.G.M.P., 14 gauge
L.F.
1030
b2.IC
53,560
00
60.00 61,800
00 65.00
66,950
00
1
BID TABULATIONS
BIDS EXTENDED AND CHECKED
8y:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
9 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - SfREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
BID BOND ENCLOSED?
Yes
Yes
Yes
Yes
GEORGETOWN STREET:
Gf -1 Street Excavation
S.Y.
13,300
$ 3.6C
$ 47,881 00
$ 3.45
$ 45,885
O0
$ 4.75
$ 63,175
00
$ 3.80
$ 50,540
00
GT -2 8" Compacted Flexible Base
S.Y.
6,254
3.00
18,76. 00
4.2C
26,265
80
3.54
22,139
16
3.70
23,139
1,922
80
80
GT -3 8 " -10" Compacted Flexible Base
S.Y.
437
4.00
1,74: 00
4.80
2,097
60
4.78
2,088
86
4.40
01 -4 10" Base
S.Y.
4,694
4.0C
18,77: 00
5.35
25,112
90
4.26
19,996
44
4.60
21,592
40
- . . .
,
•
4 11
X 6 - 01
.1
, 1
1
X 186
G1 -6 Transition Paving
S.Y.
30
20.00
DC
19,60 00
5.75
4.7C
1725
23,03d
00
25.00
4.85
750
23,765
00
00
6.20
4.50
22,050
00
00
G1 -7 Concrete Curb & Gutter
L.F.
4,900
4.00
- GT -8 Concrete Gutter
Ea.
8
1,700.00
13,601 00
1,600.00
12,80C
DO
1,425.00`
11,400
00
1,200.00
9,600
00
G1-9 Concrete Driveway
S.F.
5,190
0Q
10,381150'
2.5C
12,975
00
3.50
18,165
DO
3.50
18,165
00
01-10 5' Inlet
Ea.
4
1,000.00
4,001 DO
990.0C
3,960
00
800.00
3,200
00
1,200.00
4,800
00
01 -11 10' Inlet
Ea.
1
1,500.00
1,500 00
1,275.01
1,215
00
1,500.00
1,500
00
1,500.00
1,500
00
GT -12 15' Inlet
Ea.
1
2,000.00
2,001 00
1,765.0C
1, OC
- 2,300.130
2,300
00
2,000.00
2,000
00
GT -13A CH -11 Concrete Headwall for
18" R.C.P.
Ea.
3
5
1,50 01,
675.00
1,84 00
375.00
1,125
900.00
2,700
00
Gr -13B CH -11 Concrete Headwall for
36" CGMP
Fa.
2
1,0
2,0 00F
1,1570
2,14 00 810.00
1,620
00
1,200.00
2,400
00
GT -14 Grate Inlet
- Ea.
T
700.115
7110
10
815.08
: 5 00 500.00
5
00
1,000.00
1,000
00
GT -15 Concrete Cap for Median rsland
L.5.
1
400.00
40C
OC
T,9 30,015
7,930 00 550.00
55
00
700.00
700
1,/52
00
00
GT -16 4' Sidewalk
L.F.
146
6.0C
876
00
8.10
1,182 60 10.00
1,46
00
12.00
GT -17 Yellow Center Line Striping
L.F.
2,2100
.T5
103C`OD
.11
242 00 .10
22
00
.20
440
00
00
GI-18 Dashed White Lane Striping
L.F.
4,400
.15
660
00
.11
484 00 .10
44
00
.20
880
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
10 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPIIUN 1982 C.I.P. - S1RLE1 & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
GT -19 Double Yellow Center Line
triping
Lsa
11
11)j'y:�'.
11mm1
'i .1
11ummEnl'l1
11
JHm'11mmu .ti &i[.m1 t r • 1.n 9i si i.
a.
I
EMSERIIIIIIMMINERATAIMIBEIMMIMMIIMILMMINIMIN
- 'y.romu c ee.ing or '.1.
X . 1
. 1
-,� '
11
1
,
1
11
(1+
11
..1
•
11
GT -22 Metal Beam Guard Fence
300
15.01
4,50
I1
5,761
11ililr11I[171:
111
11
20.01
6,001
11
• Cum rtln 'lpe
• 6D
. 11.
' 1
.51
,.11'.
11
1.11'
, 11
11
GI-24 36" C.G.M.P. Culvert
300.01
1,801
11
1
II
39.51'
2 1
Or
40.01•
2,401
01
Ingt+A' ' RBIS IME1 1123M`M�I�1'�I:wIII.
1 11
/ 1
, 11'
11______._�t1.Ti
_ 1 f
11
11
11'
'�
11
/1'
111
11 11
. 111'
11
11 11
. 111
FI
GT -27 01tch from Main
��
Ili
Ir
•�
11
11
11
11
1'1
GT -28 Remove & 6"
"a er ine
MillimmummuumminatimmeimummummummumumMaimmienigioz
. .
MumullIMEtimmarmanneammumtimagmontauga
"of
mama
id6 iffilirF.f
greirsati um . • .. :l'srrmmun
aa
__
. .
1 I ilmi:if1I1
11
. n i
I 1
I
f 1_
bl_
___
11
pHQSt "ENTAI in-
11
11
MIME
L
gimium
atu
_____
ingemmiermia1111.11MMINIMMEA
1 1 il.1101I1I1;
_
11.l.111GaII1:
IIIIIIUM
RE
relERNMEMWEI.T-a".L�"►li iOIMMTIMINE
11.111EIIII1
/ i
fell5:irEMTRIa glWa'i.:
a.
•
umigiumnimutsgagnalEgundommummtimmalleaLalmmia
11 11
• 111
11'
li
111
11
11'
:11'
11'
1 11'
111
1'1'.
- 5 lou. e ^ater ervices
GT -35 Adjust VaTve Boxes to Finish
1111111
�
r ue
a.
11
I1
11
11
11 11'
11
11
/1 1/
11
11
GI-36 Adjust Manholes to Finish
rafe
11 11
11
11
11
11
11 11
11'
11'
11 11
Ili
GT - 37 Relocate Existing Fire
=ME
•y.ran
a.
1 .11
1
11
1
1
11
:11.11
:1
11
11.11
1111`
BID TABULATIONS
BIDS EX1ENDED ANU CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
11 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPIIUN 1982 L.I.P. - STREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
GT -38 8" Gate Valve
Ea.
8
$ 400.00
$ 3,20C
01
$ 435.00
$ 3,480
OC
$ 500.06
$ 4,000
00
$ 450.00
$ 3,600
00
GT -39 6" Gate Valve
Ea.
5
350.00
1,750
01
340.00
1,700
00
450.00
2,250
00
350.00
1,750
00
GT -40 2" Gate Valve
Ea.
1
200.00
200
01
260.00
260
00
400.00
400
00
200.00
200
00
G1-41 Cast Iron Fittings
Ton
1
2,500.00
2,500
01
2,500.0C
2,500
00
2,500.00
2,500
00
3,000.00
3,000
00
GT -42 5 -1/4" Fire Hydrant
Ea.
2
1,200.00
2,400
01
805.00
1,610
00'
900.00
1,800
00
1,500.00
3,000
00
TOTAL BID - STREET & DRAINAGE IMP.
$ 297,052,
01
$ 313,530
50
$ 332,399
96
$ 329,843
75
GEORGETOWN STREET
BID TABULATIONS
BIDS EXIENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
12 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - SIREEI & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE COST
SOUTH PARK ADDITION:
• 1/
11
', 11
I1
', 1 11'
', • 11'
11'.
11
1�1
SP -2 Re- sodding St. Au•ustine
INC
1, lit
13,572
I
29.D 15,13
0
SP-4 24" R.C.P.
340
30.01
10,20
I
I
351
0
9,861
1 1
30.01 10,201
01
1
`M111
MIIII
1'
,
1 Il atI[[II1.
inimummagaggimanigimtimegmummuarmiumiamiliz
1I 11
III
11
ImminimmiIiltmIQ1I1;mt#LIID;
. 1111)A[:I1.
I1
, 11MI17M
11.111111I'iIEMIIII11
I1mmeIIImQIII]
M
11
It
1 Eariguammimmin
a.
mumgguEzgggmgrjmkg.unigmwmstwEggmmg,iexggmggggnigmmtia
- - guIIII/kIIC
Eammmiummimmin
' ' torm ewer 'an o e
a.
a.
lif
II
If
111
11 11
II
11'
II II 111''
IP
SP -10 Raise or Lower Existing
� ����
a er lne
Wil
'mI1)iIII
'll
11
!
IIuI.RsI:
'If
11`
1 Ili •11
g
'- 'red 'rain ra e n e
a.
11 11
11
11
11
'
11
1 11
11'
IP
111 11' 111
11
SP -l2 Re -build Existing Driveway &
U :e dire lrC a
1
111'
11
1 i
•1 of
III of
11I�
SP 13 Re-build uild Street Crown @
lh
Mil
Ell
Existin• Asphalt Valleys
ower Drive
IIMEll
o.olimmurtiffmaciamiztu,
,011.11
,001
irg
,600.00
,,OI
1f
opinu:i11;!sar aweirrimeiaugam_
iiiiiiill
--
mamma
-
[s:,KI
*:IL
ii'f&ll
artr ���:17f'IIYJ
11'
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
13 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIP 1 •: . - . 1" 1 .
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
GATTIS SCHOOL ROAD:
■�.7.�LY.
11•
1'1'
d
g!h'Pll�.'Fi'Ti i1 . . .
IEIN5
uigg
1E1111E11111EIMM=J[•II1l1:
`mmillu
W
m
11
1 I
■U.
I I
• I s
1 r
R L[IIr��:If,�a.7I:YZ!
Ljfo
. : I I
1
I I
1 I
WIIIIIIM*E
I
]IIMI
tti'i/IL1:
jl;
r
I 1
1 r
ningrai4
_ mmmig
IIM1 Wr.+
mrzg
I!Y
m
igs
tj:
/
'.jfy
I I�f:�E:L•YJ
r;
11
jti.'s0111ES■ a 'FI:I.T 117- lmTTi THVI
gemsuminamstairamiantingunimiummagnmennummummaiminsommagammmurrem
EeI.'e[aum . n .. I=S■ ■Fu!iF7ramF gimme
pipet
�:11.1fIfi
•
mummilassiumramemimmlimmiaLimmomminummommatimmiumunmin
`e1Ce:uin .. - - Iif177:areIlFi
`meamsimen TTn.rmIT[a'!E1Cgagginimo
. 1 Im1IIm
' 1 r
A 11
1 _:
I I Y. 11111101
1 r
1
I I
EL .12
1 1■
: 11'
____
1• I
______ 1.YC
/ I
11'
1 1/
I I
I♦Iri1I1)f(IIII
i[IIA[fIl:
' 1 I
f 1
M
1 I
Finsang1[Liifii ull
111.•6eit •1[TiTd.T�TI - en aTi`EINIMIII.-gp'ioi/I.
1 :
∎[IEEE:
11 I
I /IS:mIimuu[I;
11'I■RILi.7IlII
IIriL.z1IIIRYd.
:'
".
11'l♦itiIIlm
mmIf•LIIIoII
II'1♦M.YIIIJfj1II
_____ I1IMIIM
1 I
I I
a II
11
III♦
. I hl_
mIi.TQ11EU1m1m
IIIeI/imilij1IU
mjwI11R /II
11'
I I
1 I
11
1'I'
gem mrsimi • • - i fa
a.
a.
iii.m1R.IIIITfIIIImormI
.Ri1iTiWiIIIImm
mumsztimumitumagemmagginaggamtaigurammunria
_w11I$ III.
II
gem rai • u Ir • In ' . • r—
WINIIMEUMMIIIIMIMIM
1
_ a.
Ielcsl. o - .. imam inmwri'li' I
/IIA•II1
MIi.
111-
IIIi'#IIMIIIIIIMU(1;
EE-
III'
:1LIMI11111MfL1
II
.11 II
:II
NM
II
II
IVA
I I
II
�
of
- • 'e a 1 n1 n. "a
D
M71IM
111
11IIII1M7I1
.` 1'
fl'
' 11
'rII
11MMIZIEII
1 I
LW. MI tur.17 •
<an
mS
1�
•I�]Fd.�i
Ii 0. 0f
El
II
—
I1
M
8.OI
-
0I
-
11
-
3.OI
-
,8 1
-MI
imEas
Eei:ll FSMIEMITSE[]I[7"<IFilifraWIWI.'
r 1 p 1 n g
:/ I
J'
I I .
'DI:?
I i
. I
ml:IU
r
minor
- • las e. ite ane rlping
11
II
I'1
II
1
I
/P
��
I
I
GS -20 Double Yellow Center Line
����
�; $;iimmI.
r 1 p 1 n •
Leigumu
' mmaim
1 ur(1;ummi'
ommo
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
14 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - SfREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
Immo
UNIT
PRICE COST
iiingmaimmurgiammtummumumwasimmumigammgEl
. 1 li
UNIT
PRICE COST
.1' ,: 1
UNIT
PRICE COST
.1t 11
UNIT
PRICE
.1
COST
'1 11
`CL'S'AIMOIMi.iii I1r• 1sn'ri1•T•.
Ea.
- 'y•ramu c ee.ing or '.I. ".
X . 1
85-23 18" R.C.P.
L.F.
1 /0
24.01
4,081
01
23.41
3,97:
01
23.01
3,911
01
22.03
3,741
Oq
GS -24 24" R.C.P.
L.F.
70
30.01
2,101
01
27.51
1,927
01
27.01
1,891
03
28.01
1,963
001
85-25 36" R.C.P.
L.F.
264
36.01
9,50
01
50.9
13,451
81
40.01
10,561
00
40.01
10,560
0l
GS -26 48" R.C.P.
L.F.
1,030
60.01
61,801
01
76.41
78,69
01
59.01
60,7/1
01
72.01
74,160
01
1 1 1
:II
II
II
4 If
1 1'
If
4 11
0
If
raue
a.
11 11
11
11'
1 1/
1/
'11 11'
111
11
X11 11
111
1'1
GS -29 Adjust Valve Boxes to Finish
rase
a.
kliIII
I t
*I1
I.1
111III•It•1I
11'
I I
EIITiRI1L
11
11
1161SIMIMI 21, IMP • . :1wrF.lrxalifaIII
tmn
1I
11
IIlm/.
MIIIIIIIIIIINE:III[
1 1
1 /______
11)N)A/'ll,
,mugs
11'.mIJmmri1IlIC
11'
1 If
111'
/ 1'
11'MEML
1 1
11
11
11'
ower xis 1n. . "a er the
- ing e Rater erv1ce
a.
11 If
11
01
•J
11 11
11'
11
11 11
IP
11
ItillaillaU>lls313X7t:+■11:7: WITHMKOM_--
-------
mdlklM
1 i
IE3WIME
-
mum=
E
ijh
1 ' 1 1
-MI
-
-I
fH:LNDINSILIMMII:Ia IRMINIIIMetaIS mum
∎---
-
-mugA
t
I
III
+ -
-
-III
uraAf Eggii
_
-1M
i limmI L E
iirjuu
SOUTH PARK ADDIfMON, &
0 "Is •..,
1
..„ . . , ,... .„ ..... .
.. .
. e
s o
Min
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
15 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - STREEI & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
UNIT
COST PRICE
COST
UNT[
PRICE COST
UNIT
PRICE
COST
'II 'L 'N'
(HWY. 620 /LAKE CREEK DRIVE)
Lig . rmas _ .
ngimmu
1 1
unti Y7:_
1 a
' ,6 WEIIIR,
7FIIII [I]M
1 1
11
E 11
`�=1111' . n .. i1 X11 waAarim:Etqimugmgiwgmmgmmsggiwjmwaigirnmgimmguuwgggggtimmggmuwm,
nswe
?m
1 1
m' C
/ I
mm
i '!
' I I
4Cga I !
'
oubete o utter
li
li
11
11
/ a
A -5 Double Yellow Center Line
riping
1121
'
. 1'
` 1
I l�i'i�l:
`[1+1';1
"
_Iw
I l�i1r�iij
NEE Eta;
t'1
_[I] El
-6 in • e las e. 1 e riping
. .
�'�j;
li
�:E.l;
ra is lirec ion 'rrows
a.
1 11mumm
11 1 i
li
Imgmaig+
1!i
11
' -: ^i.e toss - ^a riping
11MIIIMM1111111
' 11
A -9 43 "x27" C.G.M.P. Storm Drain
1111MI
' 1 pe
`ga
S
IsMeIi
.1 Iga)1
E1_1IiI_1_._:Ii:
I t
1 i
1 r
_ 1 11'
' __
Lig1! iaf.`I . + - !{z6T- magma
pu
nr isx.In
: ! i
1 i)miirnIIt
1
m4'IIItm 11'
1 it,2pIpll
gz
111 1 t
LamorallormonalINIMMINNIIIMINEM
r llaNII RI PMEFTiliT .1F:>MISTinii*N'.7•.TilMEMIIMMM
1
.'ll t III
! 1
I t .O lmmtuj
W
I ItR.Ym
11
11
11 11
01 , 11
1 1 11
11
1 i 1 11�:'
1
1 f
' 11 1 i :11'
1 t�fllSXlll;
:11 1 t
op ine riping
. I
^
11'
t
.It. 1'
It
. 1
It
A -14 Add Concrete Valley Gutters to
2
2,000.0.
4,001
0t 1
3,' 101
2,060.It 4,121
DI
2,000.0►
4,000 0!
Existing Curb & Gutter @ Lake
wood Ln. (40' street) & West-
wood Dr. (30' street) Inter-
sections with Lake Creek Dr.
1 1 : 1 - , ii ' 'i'
A
2 , 1A
7
,
:
' 01
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
16 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
BOULDER EXCAVATION
AUSTIN ROAD CO.
OLMOS CONSTRUCTION
COMPANY
AUSTIN ENGINEERING
CO., INC.
LOCATION ROUND ROCK, TEXAS
DESCRIP 1' . . . - . 1•'
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
ALIERNAIE A:
SP -3A 18" C.G.M.P., 14 gauge
L.F.
522
$ 24.0U
$ 12,5,8
017
$ 27.80
$ 14,5(
61
$ .25.11
$ 13,051
00
$ 31.01
$ 16,182
00
•_ , , gauge
. .
0
0.00
0, 1
11
1, :1112.11MMIIIIMMISMMEIM
11
1 . .'.•., , gauge
. .
.1
'1.11
,
11
•:1
11
.11
•, .II
11
..0I
1, .1
11
GS -23A 18" C.G.M.P., 14 gauge
L.F.
170
24.00,
4,080
Obi
27.30,
4,641
11
22.01
3,741
00
24.01
4,081
00
' , gauge
L. .
1
1.11
2,10C
00
,
11
..11
,
.00
,1 1
IT
GS -25A 36" C.G.M.P., T4 gauge
L.F.
264
36.06
9,504
52.00
13,72:
11
39.01
10,29.
0d
38.01
10,032
11
- . . , , gauge
. .
0 0
:.11
, Al
11
• . 0
•
11
• 11
g1 1
11
if
1
11
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
17 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - STREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIf
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
BID BOND ENCLOSED?
GEORGETOWN 51REET:
Gf -1 Street Excavation
S.Y.
13,300
$ 6.7C
$ 89,11C,
2C
GT -2 8" Compacted Flexible Base
S.Y.
6,254
3.4C
21,263
6C
GT -3 8 " -10" Compacted Flexible Base
S.Y.
437
3.80
1,66C
BC
Gf -4 10" Base
S.Y.
4,694
4.20
19,714
39,847
80
50
GT -5 2" H.M.A.C.
S.Y.
11,385
3.50
Gf -6 Transition Paving
S.Y.
30
5.00
1
Od
GT -7 Concrete Curb & Gutter
L.F.
4,900
4.50
22,050
0 C
GT -8 Concrete Valley Gutter
Ea.
8
1,500.00
12,000
od
GF-9 Concrete Driveway
S.F.
5,190
3.00
15,570
0t
GT10 5T - Inlet
Ea.
4•
1,000.-0r
4,
OC
GT -11 10' Inlet
Ea.
1
1,200.00
1,20 OC
GT -12 15' Inlet
Ea.
1
1,51500
1,5 150
Gf -13A CH -11 Concrete Headwall for
18" R.C.P.
Ea.
- 3
320.00
96 OC
GT -13B rH -1T Concrete Headwall for
36" CGMP
Ea.
2
800.Od
1,60q or
GT -14 Grate Inlet
Ea.
1
1,000.0U
1,1tt OC
611 00
GT -15 Concrete Cap for Median Island
L.S.
I
600 70C'
GT -16 4' Sidewalk
L.F.
T6
7.50
1,0931
Gf -17 Yellow Center Line Striping
L.F.
2,200
.50
1, ti OL
Gf -18 Dashed White Lane Striping
L.F.
4,400
.50
2,201 00
BID TABULATIONS
BIDS LXIENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
18 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 L.I.N. - SIREEF & DRAINAGE IMP.
ITEM
UNIT
"•1'
QUANTITY
I
J
COST
1`
PRICE
COST
1'
PRICE
COST
N 1
PRICE
COST
GT -19 Double Yellow Center Line
riping
INEMIIIIMEEMIENIIMELIIIIIIMM.
-
gemai msitiamo •Si 1. n ii .ri.
-
.
migumumgmmaggagimunitt
1
�• •'•xlIl_•]me
111111MMINIIIIIIIMME
1 ti mun!I(I
1 11
11
I
11
-
gelesim 1. . u Film••I.mi turd' amismnimuitimmung
MR
tlilERMEWIIIII TTTVO11FIIIII ffrarimmuignimmeammumatiummut
-
- orm 'rain ' 1 pe
remonwaindievialigimmirran
MI
lider-Mo ialltDift i[elGalli fir(MLRlaimma
- . • al roa. :ore
Gf -21 Di tch Improvements from Main
treet to a e ree
. .
,:
:Jos
11I
•'
Gf -28 Remove & Salvage Existing 6"
III
Water Line
L.F.
13.01
1i
11115.1 E'IR"16IV'i■ 1n-
L • •
EibiiiIIMIABEEMMEKI.
*111
111MitkillIIIIIMI2111111.27METI
11
11:11
11
11
1I
11
-
-
-
1e1Q:i1>t:11WF.ITTi .I :II'ii
`tltQ:imamm i177. n •
- "a er ervice ine
in. e "a er ervices
rHQ:Cl11.illinrF.IToi. •
a.
1111111BAIIIIIIMMIIIIIIMMIla
III
L>—
miguimIi1I1m#•111:
11'
-
'.Just Va ve :oxes to finis
S
Grade
r ieII.7:611111[i 'F.TTITIMIT11*TiitGii'
Ea.
If
150.11
• 1
11
Ea.
3
250.0
/5r
I:1
III
ra.e
GT -3/ Relocate Existin. Fire
'y.ran
a.
•11 1I
•II
11
11
1
BID TABULATIONS
BIOS EXIENUEU AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
19 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - STREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
IIT -38 8" Gate Valve
Ea.
8
$ 530.00
$ 4,000
150
GT -33 6'r Gate Valve
Ea.
5
440.00
2,200
- 01
GT -40 2" Gate Valve
Ea.
1
300.00
300
OC
GT -41 Cast Iron Fittings
Ton
1
2,600.00
2,600
00
GI 42 5 -1/4" Fire Hydrant
Ea.
2
1,200. - 00
2,400
OC
TOTAL BID - STREET & DRAINAGE IMP.
$ 389,051
5C
GEORGETOWN STREET
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
20 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIP 1 : . . . - ' 1' ''
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
WIT
PRICE
COST
UNIT
PRICE
COST
SOUTH PARK ADDITION:
SP -1 8" Compacted Flexible Base
S.Y.
455
$ 6.75
$ 3,071
25
SP -2 Re- sodding with St. Augustine
Grass
S.Y.
180
10.00
1,80C
OC
SP -3 18" R.C.P.
L.F.
522
24.00
12,528
OC
SP -4 24" R.C.P.
L.F.
340
32.00
10,880
OC
SP -5 30" R.C.P.
L.F.
560
39.00
21,840
OC
SP -6 5' Inlets
Ea.
4
850.00
3,40C
OC
SP -7 10' Inlet
Ea.
3
950.00
2,85C
OC
SP -8 15' Inlet
Ea.
1
,350.00
1,35C
0C
SP-9 Storm Sewer Manhole
Ea.
2
,300.00
2,60C
OC
SP -10 Raise or Lower Existing
2" Water Line
L.F.
30
15.00
45d
00
SP -11 Area Drain Grate Inlet
Ea.
1
750.0C
750
OC
SP -12 Re -build Existing Driveway &
Curb (Bellaire Circle)
L.S.
1
380.0C
380
OC
SP -13 Re -build Street Crown @
Existing Asphalt Valleys
(Tower Drive)
L.S.
1
1,301.1.0C
1,300
OC
1
TOTAL BID - SIRED & DRAINAGE IMP.
$ 63,199
25
SOUTH PARK ADDITION
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
21 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPIIUN 1982 C.I.P. - SIRELI & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNI`
PRICE
COST
GATTIS SCHOOL ROAD:
leifflIIMMIMMIWIWITTARIMIUININUMIIIIMMIMESIat
- ime a.1 izes u..ra.e
mieslf'i ldl�i�Yaf'1:II: i2,
gethismildiairamaramaraminuumingmre
-' ompac e. exi. e :ase
,
Emmunt
1 :
,
GS -5 2" H.M.A.C.
11,220
39 1
1
-. oncre e ur. . u er
. .
,
1
,' 1
11
GS -7 4' Concrete Sidewalk
L.F.
1,OTO
1
6,76
01
GS -8 Concrete Driveway
S.F.
131
- oncre e 'a ey u er
a.
,.11.11
11
11
GS -1G 18" R.C.P.
L.F.
25.01
1,92"
0 1
GS -11 6:1 Slope Inlets
Ea.
7
1,bUq
1 1
GS -12 Storm Drain Manhole
Ea.
1,300.01
2,.11
11
GS 73 8' Inlet
Ea.
- 9-00...
901
01
1 n et
,111.11
,111
11
GS -15 Driveway for Cushing Park,
11111
Lot 7
1,8
:11
01
etaimmn . "a
LIIi11_RIi'SI17[lllfif/f'11I1
. .
' 1
1
, 1
1i
- l itc xcavatiOn
GS -18 Dashed Yellow Center Line
Striping
L.F.
2,800
1
T, '11
OS
GS-19 Dashed White Lane Stripin.
L.F.
1,900
1
951
1,
- 1 Iou. e 'e ow en er ine
Striping
L.F.
T8 5
.7"
13:
71
BID TABULATIONS
BIDS EXIENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
22 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPI1ON 1982 L.I.P. - SfREEI & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNI{
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
`ti' 5:1 =17.11M11111= 1 an 'rrimm■us.
a
`niromminKjI1:
.
imiggaumungt
greu rmorsoiTiif11Gf7.mu i argatirdrign.
l'imm
a
• 1: 1` 1 1
nnuimmiumimir
nkmm
[r 1 i
mine
1Imm
11
- X
- -
./
1 .1 1
,111 11
GS -28 Adjust Manholes to Finish
Grade
Ea.
230.01
1,1 i 01
GS -29 Adjust Valve Boxes to Finish
Grade
Ea.
170.01
171 01
- 1 ower xis ing : ^a er ine
1
1.1I
, 11 11
GS-3f Lower Existing 6" Water line
T00
29.DI
2,901 01'
GS -32 Single Water Service
7
240.01
24t 11
TOIAL BID - SIREEF & DRAINAGE IMP.
$ 336,34
61
GATIIS SCHOOL ROAD
GRAND TOIAL - SIRED & DRAINAGE ]MP.
$ /88,59
1• 1�
SOUTH PARK ADDIIION, &
GAINS IS SLHO(IL ROAD
NUMBER OF LALENDAK DAYS PROPOSED?
365 Days
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
23 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIP •` . - & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
ADD ALTERNATE:
(HWY. 620 /LAKE CREEK DRIVE)
ree acted
III
Flexible
A -2 12" Compacted Flexible Base
�
5 1
56
5 1
A -4 Concrete Curb & Gutter
8TO
1
11
A -5 Double YeTlow Center
riping
1 '
*0
III
A -6 Sin.le Dashed White Stripin.
111011
50
i
00
- ra is Iirec ion 'rrows
a.
i''
M
Q
*1
it if.T E ^E11!i..1 r ping
. s
x . . . . orm (rain
III
Pipe
EXIMIF:iiiIIIMMel.'Ff. T 1161[a
40
70.0'
2,:11
OCT
a.
: I I 11
: t i
'- t ur. n e
, 11.11
'
11
A -12 Adjust Manhole to Finish Gra._
2
250.1
Of
I(
III
op ine riping
.11
f
0
A -14 Add Concrete Palley Gutters t.
2
1,
3,0017
0C.,
Existing Curb & Gutter @ Lake
wood Ln. (40 street) & West-
wood Dr. (30 street) Inter-
sections with Lake Creek 11r.
1 ' : 1 -' l l , •''
1
BID TABULATIONS
BIDS EXIENULU AND CHEZKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
24 of 24
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB N0. 0103- BID DATE 6 -14 -82 TIME 2:00 P.M.
CLEARWATER
CONSTRUCTORS, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION 1982 C.I.P. - STREET & DRAINAGE IMP.
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
ALTERNATE A:
L.F.
522
$ 23.00
$ 12,006
OC
SP -3A 18" C.G.M.P., 14 gauge
SP -4A 24" C.G.M.P., 14 gauge
L.F.
340
30.0C'
10,20C
00
SP -5A 30" C.G.M.P., 14 gauge
L.H.
560
40.00
22,400
OC
GS -23A 18" C.G.M.P., 14 gauge
L.F.
170
25.00
4,250
150
GS -24A 24" C.G.M.P., 14 gauge
L.F.
70
30.00
2,T00
1J0
GS -25A 36" C.G.M.P., 14 gauge
L.F.
264
45.00
11,8817 00
GS -26A 48" C.G.M.P., 14 gauge
L.F.
1030
68.150
70,04C DC
Ix
Haynie & Kallman Inc.
CONSULTING ENGINEERS
THE CITY OF ROUND ROCK
1982 C.I.P.
STREET & DRAINAGE IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
Bids will be received at the City of Round Rock Council
Chambers, 214 E. Main Street, Round Rock, Texas 78664, at
2:00 P.M., Monday, June 14, 1982.
Specification No.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Limit
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 78664
(512) 255 -4564, 255 -7861
June 10, 1982
ADDENDUM NO. 1
1982 C.I.P. - STREET & DRAINAGE IMPROVEMENTS
Timothy E. Haynie, P.E.
Steven D, Kallman, P.E.
Addendum No. 1 to the Plans, Specifications and Contract
Documents for the "1982 C.I.P. - Street & Drainage Improve-
ments" project for the City of Round Rock, Texas.
Corrugated metal pipe with smooth steel liner will be
allowed as an alternate to R.C.P. where R.C.P. is shown
on the Plans and in the Proposal. All C.G.M.P, shall be
16 gauge except the 30 L.F. of railroad bore and 40 L.F.
of 43" x 27" which shall be 14 gauge. There is an error
on Sheet 10 of the Plans; the profile incorrectly shows
90 L.F. of 36" R.C.P. which should read: "60 L.F. 36"
C.G.M.P., 16 ga., and 30 L.F. 36" C.G.M.P., 14 ga. in
Railroad Bore. The Plan view should be corrected to read
30 L.F. required. All R.C.P. shall be Class III.
(Proposal Bidding Sheet 18 -A attached).
2. Each Bidder shall acknowledge receipt of this Addendum on
Page 2 of the Proposal and insert Page 18 -A after Page 18
of the Proposal Bidding Sheets.
ADDENDUM NO. 1 - 1/1
CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
STANDARD DETAILS
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS (ADVERTISEMENT)
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
BID BOND
AGREEMENT
PERFORMANCE BOND
PAYMENT BOND
CERTIFICATE OF INSURANCE
INFORMATION REQUIRED OF LOW BIDDER
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS, NOTES FOR REFERENCING
CITY OF AUSTIN SPECIFICATIONS FOR WORK WITHIN
CITY OF ROUND ROCK
BASIS OF MEASUREMENT & PAYMENT - STREET &
DRAINAGE IMPROVEMENTS
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
1982 C.Z.P. - STREET & DRAINAGE IMPROVEMENTS
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 2:00 p.m., June
14, 1982, and then publicly opened and read, for furnishing
all plant, labor, material and equipment and performing all
work required for the construction of 1982 C.I.P. Street &
Drainage 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 1982 C.I.P. Street & Drainage Improve-
ments to be opened at 2:00 p.m., June 14, 1982."
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 fifty dollars ($50.00) 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 receiving 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 received.
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 2 of the Bid Proposal after notice
to proceed from the Owner.
Page 2 of 2
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
214 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR 1982 C.I.P. STREET & DRAINAGE IMPROVEMENTS, to be
opened at 2:00 p.m., Monday, June 14, 1982."
A proposal will not be accepted unless prepared on the bid-
ding form provided. The sealed proposals will be publicly
opened and read at the time and place stated in the Notice
Inviting Bids. Bidders or their authorized agents are invit-
ed to be present. Unauthorized conditions, limitations or
provisions attached to a proposal will render it informal and
may cause its rejection. The complete proposal forms shall
be without addition, alterations or erasures. Alternative
proposals will not be considered unless called for. No oral,
telegraphic or telephonic proposals or modifications will be
considered. The proposal may be withdrawn upon request by
the bidder without prejudice to himself prior to, but not
after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his
duly authorized representative, and is filed with the Owner.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership,
corporation or association under the same or different names,
will not be considered. Reasonable grounds for believing
that any bidder is interested in more than one proposal for
the work contemplated will cause the rejection of all propo-
sals in which such bidder is interested. If there is reason
for believing that collusion exists among bidders, all bids
will be rejected and none of the participants in such collu-
sion will be considered in future proposals.
1 of 3
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after an award of the Contract,
the Owner will return the proposal guarantees accompanying
each of the proposals as are not considered in making the
award. All other proposal guarantees will be held until the
Contract has been finally executed. They will then be re-
turned to the respective bidders whose proposals they accom-
pany.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will be awarded to responsible bidders
whose proposals comply with all the requirements prescribed.
Awards, if made, will be made within thirty (30) calendar
days after the opening of the proposals. The Owner reserves
the right to reject any or all bid proposals, to accept the
lowest responsible bidder's proposal, and to waive any infor-
mality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written con-
tract with the Owner on the form of agreement provided.
Failure or refusal to enter into a contract as herein provid-
ed, or to conform to any of the stipulated requirements in
connection therewith shall be a just cause for the annulment
of the award. If the successful bidder refuses or fails to
execute the Contract, the Owner may award the Contract to
second lowest responsible bidder. If the second lowest re-
sponsible bidder refuses or fails to execute the Contract,
the Owner may award the Contract to the third lowest respon-
sible bidder. On the failure or refusal of such second and
third lowest responsible bidder to execute the Contract, the
work may be re- advertised.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cash-
ier's check or bid bond in the amount of not less than 5% of
the amount named in the proposal. Said check or bond shall
be made payable to the Owner and shall be given as a guaran-
tee that the bidder, if awarded the work, will enter into a
contract within ten (10) days after the award and will fur-
nish the necessary bonds as hereinafter provided. In case of
refusal or failure to enter into said contract, the check or
bond as the case may be, shall be forfeited to the Owner. No
bidder's bond will be accepted unless it conforms substan-
tially to the form furnished by the Owner, which is bound
herein, and is properly filled out and executed.
2 of 3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 entitled "Information Required of Low Bidder ",
bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed
work and the Contract Documents therefor. It will be assumed
that the bidder has investigated and is satisfied as to the
conditions to be encountered; as to the character, quality
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
1982 C.I.P. - STREET & DRAINAGE IMPROVEMENTS
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 ten
(10) days after written Notice to Proceed has been given.
Page 1 of 18
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 36c, calendar days. (CONTRACTOR TO FILL IN
NUMBER OF CALENDAR DAYS. ) — ci L) L b s _ r -I
F A
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 18
Dated
<
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
_
Name of Co .ractor
Execute
City
Signature)
Business Address Telephone Number
r
,'?
(Seal if Bid is by a Corporation.)
A TEST
- ---te
State
Page 3 of 18
Date
i
Title or Position
Zip
PROPOSAL BIDDING SHEET
CONTRACT: STREET & DRAINAGE IMPROVEMENTS
JOB NAME: C.I.P. 1982
JOB LOCATION: GEORGETOWN STREET, SOUTH PARK ADDITION, & GATTIS SCHOOL ROAD
OWNER: CITY OF ROUND ROCK, TEXAS
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 Street & Drainage Improvements, and binds himself on accep-
tance of this proposal to execute a contract and bond for completing said pro-
ject within the time stated, for the following prices, to wit:
GEORGETOWN STREET
Bid Item Description
Item Quantity Unit and Written Unit Price
GT -1 13,300 S.Y. Street Excavation, complete in
place, per square yard
for r,,1°e
and f . {/
GT -2 6,254 S.Y. 8" Compacted Flexible Base, com-
plete in place, per square yard
Unit
Price
Dollars
Cents $
for Tjt,, Dollars
and ; g , „ ti cy Cents $ -2 )c'
GT -3 437 S.Y. 8 " -10" Compacted Flexible Base,
complete in place, per square yard
for 1 e Dollars
and - r icy, .. r Cents $ 32c
GT -4 4,694 S.Y. 10" Base, complete in place, per
square yard
for
and
ri y
Page 4 of 18
Dol lars
Cents $ 3 a
Amount
Bid Item Description
Item Quantity Unit and Written Unit Price
GT -5 11,385 S.Y. 2" H.M.A.C., complete in place,
per square yard
for -/O C< g
and
Dollars
Cents
GT -6 30 S.Y. Transition Paving, including 6"
Base and 1 -1/2" H.M.A.C., com-
plete in place, per square yard
for S; Dollars
and T/ Cents $ G $ /82 00
GT -7 4,900 L.F. Concrete Curb & Gutter, complete
in place, per linear foot
for -I v Dollars
and c,„„,,), f �' Cents $ S. 7s $ /76
GT -8 8 Ea. Concrete Valley Gutter, complete
in place, per each
for S ;X Dollars
and 4 /0 Cents $ Goo $ .(ge
GT -9 5,190 S.F. Concrete Driveway, complete in
place, per square foot
for - -7-k, Dollars
and e /.'J Cents $ .....c. $ /4 6 3�,Oo
GT -10 4 Ea. 5' Inlet, complete in place, per
each
for •-( 1, /,,,,t Dollars
and • Cents $ /6 $ fi C�oo
GT -11 1 Ea. 10' Inlet, complete in place, per
each
for ,v e e A .,/ A t tee
and 6c
Dollars
Cents $ /(Pp-ho $ ( 9e'o co
$ ,/, c c'
$ '/ S‘/ .do
Unit
Price Amount
GT -12 1 Ea. 15' Inlet, complete in place, per
each
for cAT ,e vci d Dollars
and No Cents $ drcre) $ zOO or
Page 5 of 18
Bid Item Description
Item Quantity Unit and Written Unit Price
GT -13A 3 Ea. CH -11 Concrete Headwall for 18"
R.C.P., complete in place, per each
for f 12.ere /loc,(l,{'ej
and , C
GT -13B 2 Ea. CH -11 Concrete Headwall for 36"
CGMP, complete in place, per each
for
and
GT -14 1 Ea. Grate Inlet, complete in place,
per each
for cwe
and 4 ,p
GT -15 1 L.S. Concrete Cap for Median Island,
complete in place, per lump sum
for -Poiy T h.," /r,e �E'cj Dollars
and Cents
GT -16 146 L.F. 4' Sidewalk, complete in place,
per linear foot
for
and
GT -17 2,200 L.F. Yellow Center Line Striping, com-
plete in place, per linear foot
for
and -p, ,v
GT -18 4,400 L.F. Dashed White Lane Striping, com-
plete in place, per linear foot
for
and
for
and
S. x ./ «uc
Te,a;
A'0
1. C'
("+ r E v
GT -19 300 L.F. Double Yellow Center Line Striping,
complete in place, per linear foot
A' G
— TA ry
Page 6 of 18
Dollars
Cents $
Dollars
Cents
Unit
Price
7 C!` .to
Amount
$ O tt, Do
$ lrc/i.oc $ 1. •2 cr. to
Dollars
Cents $ /,(vv. $ / coo.00
Dollars
Cents $
Dollars
Cents $
$ 1 /-2 tr cc
$ < 2 co
/Cc c $ / /1 &lc.
Dollars
Cents $ , jS $ 3.3' , Cc
Dollars
Cents $ . /S $ 64rnoo
,30 $ t7C r p
Bid Item Description
Item Quantity Unit and Written Unit Price
GT -20 11 Ea. Traffic Direction Arrows, complete
in place, per each
for 42, ('7e eN
and 4/0
GT -21 4,870 S.Y. Hydromulch Seeding for R.D.W.,
complete in place, per square yard
for ,I, Dollars
and S•f Cents $ '7() $ 3 / r % cr
GT -22 300 L.F. Metal Beam Guard Fence, including
posts, fasteners, turned down
terminal ends and anchors, com-
plete in place, per linear foot
for N;4'e7eenl Dollars
and A c Cents
GT -23 675 L.F. 18" R- Storm D ra i n� i pe, com-
plete in place, per linear foot
for - -ri , 7 I/ 4 pr Dollars
and , , / Cents $ SCC $ 14,8 7 5: re')
GT -24 60 L.F. 36" C.G.M.P. Culvert, complete in
place, per linear foot
for - n/ Dollars
and A,,, - Cents $ O oc $ 1 8 oo
GT -25 50 L.F. 22" x 36" C.G.M.P. Culvert, com-
plete in place, per linear foot
for ��� - Dollars
and .ve Cents $ 'C ce $ I S CC.CC
GT -26 30 L.F. Railroad Bore, including 36" C.G.
M.P., complete in place, per
linear foot
for
and
(ENE kl cakes
Page 7 of 18
Unit
Price
Amount
Dollars
Cents $ /5 c7( $ /4-s7
$ /9 cc- $ S 7oo.na
Dol lars
Cents $ /4/( -Ca $ ,2ro.c
Bid Item Description
Item Quantity Unit and Written Unit Price
GT -27 485 L.F. Ditch improvements from Main Street
to Lake Creek, complete in place,
per linear foot
for 7 ii!e Dollars
and ,ti o Cents $ s c; CO 5 4
GT -28 2,175 L.F. Remove & Salvage Existing 6" Water
Line, cornplete in place, per linear
foot
for -[' t'e Dollars
and Cents $ SCC $ /C, 7S. Cc
GT -29 2,175 U.F. 8" Water Line, complete in place,
per linear foot
for Dollars
and ,rio Cents $ / Z.op $ 2� /oono
GT -30 280 L.F. 8" Water Line on Bridge, complete
in place, per linear foot
for • 72ce� -! vt Dollars
and ( r Cents $ zSpo $ � Crn.00
GT -31 35 L.F. 6" Water Line, complete in place,
per linear foot
for — re Al Dollars
and A/C Cents $ /GOO $ 36
GT -32 500 L.F. 2" Water Service Line, complete
in place, per linear foot
for �,���y Dollars
and Cents $ co $ '-/ co
GT -33 9 Ea. Single Water Services, complete in
place, per each
Unit
Price
Amount
for 0,., a e. q,(rr/ Dollars
and 4J6" Cents $ /Si co $ / (, 0O
GT -34 8 Ea. Double Water Services, complete in
place, per each
for AL Z ecl —P -ri Dollars
and �tio J Cents $ ., So c o $ ,Z OC?o.00
Page 8 of 18
Bid Item Description
Item Quantity Unit and Written Unit Price
GT -35 11 Ea. Adjust Valve Boxes to Finish Grade,
complete in place, per each
for (") . lo.,,cteed 4, (77
and 2)
GT -37 1 Ea. Relocate Existing Fire Hydrant,
complete in place, per each
for - r" .41.w c�
and
GT -40 1 Ea.
Al
for i7i,tAired
and 4/0
GT -41 1 Ton Cast Iron Fittings, complete in
place, per ton
place, per each
for tjJ,-r
and
TOTAL BID - STREET & DRAINAGE IMPROVEMENTS
GEORGETOWN STREET
(ITEMS GT -1 THRU GT -42)
Page 9 of 18
Dollars
Cents $
Dollars
Cents
Dollars
Cents
Unit
Price
GT -38 8 Ea. 8" Gate Valves, complete in place,
per each
for /jueclfcd -Ivr Dollars
and A , c Cents
GT -39 5 Ea. 6" Gate Valves, complete in place,
per each
for Actod. 4 Dollars
and An ) Cents $
2" Gate Valve, complete in place,
per each
Amount
/SO .r7n $ / (r 5 C.co
GT -36 3 Ea. Adjust Manholes to Finish Grade,
complete in place, per each
for - TGc, r , Aiic ee,V --r --r-r Dollars
and Cents $ $ 7-
$ CC. c �'
$ </CC. co
$ 4.5 $ 3 6170.0o
$ r,'75Cc?o
$ . c'C C C' $ C C'. c e
for-7e •r/irpsr+.v.J Dollars
and it/0 Cents $ 3 rra.ec , $ 3 relo
GT -42 2 Ea. 5 -1/4" Fire Hydrants, complete in
Dollars
Cents $ rl.co $
$ , 7c , /s`L rn
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
SP -1 455 S.Y. 8" Compacted Flexible Base and
1 -1/2" H.M.A.C. Pavement Repair,
complete in place, per square yard
for l'e.
and pio
SP -2 180 S.Y. Re- sodding with St. Augustine
Grass, complete in place, per
square yard
for r ` j , e Dollars
and A/o Cents $ BCD $ SVO.00
SP -3 522 L.F. 18" R -C:2s, complet eplace, per
linear foot
SP -4
for - 74,atry .-/,'t-c. Dollars
and i vy Cents
340 L.F. 24" R- &- MOtice, per
linear foot
for 4:c,C7(// Dollars
and i) Cents $ y'
SP -5 560 L.F. 30" R.F.P., leoi'tt0'C tr011b.ce, per
linear foot
SP -6
SP -7
for jc,p7v - 014( Dollars
and ,{,ic Cents $ c o $ S,,Z
4 Ea. 5' Inlets, complete in place, per
each
for II7cc,v A4. dc'cJ
and NC
SOUTH PARK ADDITION
3 Ea. 10' Inlets, complete
each
for y Ai( a<4 l
Page 10 of 18
Dollars
Cents
5 A GO $ 2276
$ c-c-.co
Dollars
Cents $ 7p�ve> $ ac0.9c>
in place, per
Dollars
and wo Cents $ 1900,0o $ S "'Jo() 6)0
Bid Item Description
Item Quantity Unit and Written Unit Price
SP -8 1 Ea. 15' Inlet, complete in place, per
each
for-7A „ > thePP Aie Dollars
and Cents $.,7,3C _06 $
SP -9 2 Ea. Storm Sewer Manhole, complete in
place, per each
for
and
for
and
/ ;00 ” %.4, A,Uci
SP -10 30 L.F. Raise or Lower Existing 2" Water
Line, complete in place, per
linear foot
.410
SP -11 1 Ea. Area Drain Grate Inlet, complete
in place, per each
for G':tiN " 74
and A/
Amount
Unit
Price
Dollars
Cents $ rut".no $ coo. 0 0
SP -12 1 L.S. Re -build Existing Driveway & Curb
(Bellair Circle), complete in
place, per lump sum
Dollars
Cents $ .. ,CD $ /6
Dollars
Cents $
C cCCC) $ 1, CCO.cO
for %,44 /oTk ,-9.poll ars
and Cents $ /, 3ao.00 $ /,.340 ,oa
SP -13 1 L.S. Re -build Street Crown @ Existing
Asphalt Valleys (Tower Drive),
complete in place, per lump sum
for
and
N
TOTAL BID - STREET & DRAINAGE IMPROVEMENTS
SOUTH PARK ADDITION
(ITEMS SP -1 THRU SP -13)
Page 11 of 18
Dollars - 700. 0 0
Cents $ ' C
%'1� 0 55- O
Bid
Item Quantity Unit
GS -1 13,275 S.Y. Street Excavation, complete in
place, per square yard
for �v�:: Dollars
and �'. X Cents $ /.50
GS -2 9,223 S.Y. 6" Lime Stabilized Subgrade, com-
plete in place, per square yard
for
and
GATTIS SCHOOL ROAD
Item Description
and Written Unit Prices
GS -3 8,448 S.Y. 8" Compacted Flexible Base, com-
plete in place, per square yard
Page 12 of 18
Unit
Price
Amount
$ /9, 9/l :)°
Dollars
Cents $ / 5 $ /t
(es
for - Tlvo Dollars
and 2:; y,. r Cents $ .,7 9 $ 2 <,9,2,O
GS -4 4,052 S.Y. 14" Compacted Flexible Base, com-
plete in place, per square yard
for -T /,eet Dollars
and t; -. y Cents $ . 90 $ 45; Se ,
GS -5 11,220 S.Y. 2" H.M.A.C., complete in place,
per square yard
for _CCQA!. Dollars
and ,1/0 Cents $ j /CC $ .y ,c,fr •C>o
GS -6 1,700 L.F. Concrete Curb & Gutter, complete
in place, per linear foot
for Dollars
and Sr - � Cents $ 6 .7- $ r � 7'7 -17
GS -7 1,010 L.F. 4' Concrete Sidewalk, complete
in place, per linear foot
for %e4' Dollars
and AA-) Cents $ //,'?W) r $ /0 /(7.0_ 06
GS -8 131 S.F. Concrete Driveway, complete in
place, per square foot
for _T); c Dollars
and NO Cents $ .5- r('' $ ..,:?9a', Cc?
Bid Item Description
Item Quantity Unit and Written Unit Price
GS -9 2 Ea. Concrete Valley Gutter, complete
in place, per each
for SLy Aju,c'ciee Dollars
and i '0 Cents $ (nc" $ / �?CC[
GS -10 77 L.F. 18" R- C,P.,Ct p afire, per
linear foot
for
and
A/C
GS -11 2 Ea. 6:1 Slope Inlets, complete in place,
per each
for CA? - 1,(7c4 (;, ,1 Dollars
and Cents $ f, rcr.cC $ , , ( CC -('°
GS -12 2 Ea. Storm Drain Manhole, complete in
place, per each
for -r r s ' a A Dollars
and Cents $ „2 $ 4 /reYr.oc )
GS -13 1 Ea. 5' Inlet, complete in place, per
each
for f = ,4„, (1,0 Dollars
and c Cents $ /scr•re $ .Src..
GS -14 3 Ea. 10' Inlet, complete in place, per
each
for Xu,‘el +c+
and d,
GS -15 1 L.S. Driveway for Cushing Park, Lot 7,
complete in place, per lump sum
for ' ii �eto'c�PFd
and a�n
Page 13 of 18
Dollars
Cents
Unit
Price
Amount
Dollars
Cents $ S'C. $ /(7 CO
Dollars
Cents $ /rn no $ S '700.00
$ - c5c( $ .?,S' cC?f)3
GS -16 180 L.F. Retaining Wall, complete in place,
per linear foot
for ' Dollars
and A/o Cents $ 447,00 $ 70.Cr-
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
GS -17 450 L.F. Ditch Excavation, complete in place,
per linear foot
for Dollars
and ( % 7 Cents $ „1 50 $ / / 5
GS -18 2,800 L.F. Dashed Yellow Center Line Striping,
complete in place, per linear foot
for Dollars
and / ,.fp s , Cents $ ./S $ 4/4c,
GS -19 1,900 L.F. Dashed White Lane Striping, com-
plete in place, per linear foot
for N Dollars
and J .. 41 - 7ee,J Cents $ LS
GS-20 185 L.F. Double Yellow Center Line Striping,
complete in place, per linear foot
for ,/t. u Dollars
and •- r4,,,p Cents $ , C $ ,>S s
GS -21 6 Ea. Traffic Direction Arrows, complete
in place, per each
for —1.4" r,✓ Dollars
and ,tI Cents $ / :e "
GS -22 3,650 S.Y. Hydromulch Seeding for R.0.W., com-
plete in place, per square yard
for Dollars
and 5 -rte, Cents $ 7c $ v
GS -23 170 L.F. 18" R.C.P. , complete in place, per
linear foot
for - 7 y/
and
GS -24 70 L . F . 24" R.C.P. e1e 41 per
linear foot
for- T4;RI
and p
Page 14 of 18
Dollars
Cents $ 3r $ .5; /e0 c
Dol lars
Cents $ ?�;ra> $ ..75/50.
Bid
Item Description
Item Quantity Unit and Written Unit Price
GS -25 264 L.F. 36" P r � - - Vet2. a per
linear foot
for 4 Dollars
and Cents $ .c $ / 2CO.0c
GS -26 1,030 L.F. 48" P7€1 P <' 1pte �r)fpa �e per
linear foot
for e,� , Dollars
and Z Cents $ A $ r 'C0 -CO
GS -27 60 L.F. 22" x 36" C.G.M.P., complete in
place, per linear foot
for - f,,e -fl -f','vc Dollars
and 1 1 r Cents $ rc-= $ /06.0
GS -28 5 Ea. Adjust Manholes to Finish Grade,
complete in place, per each
for .f 4rt/ Do 1 ars
and /10 Cents
GS -29 1 Ea. Adjust Valve Boxes to Finish Grade,
complete in place, per each
for ow / d�.a .f - Dollars
and .✓c Cents $ /S &.06 $ AS ea
GS -30 50 L.F. Lower Existing 8" Water Line, com-
plete in place, per linear foot
for 'T "rc -ti Dollars
and Cents $ ,Voeo $ / 000.e
GS -31 100 L.F. Lower Existing 6" Water Line, com-
plete in place, per linear foot
for 1+.-r,,:1"
and ti ,p
Dollars
Cents
GS -32 1 Ea. Single Water Service, complete in
place, per each
for/4, cl e Y X 7y
and No
Page 15 of 18
Unit
Price
Amount
$ $ / n750. o0
5 ,°/0.c, 5 ?err.e
Dollars
Cents $ /cc.. $ /rO o c
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TOTAL BID - STREET & DRAINAGE IMPROVEMENTS
GATTIS SCHOOL ROAD
(ITEMS GS -1 THRU GS -32)
TOTAL BID - GEORGETOWN STREET
TOTAL BID - SOUTH PARK ADDITION
TOTAL BID - GATTIS SCHOOL ROAD
TOTAL BID - 1982 C.I.P. STREET & DRAINAGE
IMPROVEMENTS
CALENDAR DAYS BID:
(COMPLETE HERE AND ON PAGE 2 OF 18)
ADD ALTERNATE: (HWY. 620 /LAKE CREEK DRIVE INTERSECTION)
Bid Item Description
Item Quantity Unit and Written Unit Price
A -1 1,025 S.Y. Street Excavation, complete in
place, per square yard
for
and
A -2 723 S.Y. 12" Compacted Flexible Base, com-
plete in place, per square yard
lil t'
Se drw
A -3 723 S.Y. 2" H.M.A.C., complete in place,
per square yard
for
and
for
and
f c R
tiv
A -4 810 L.F. Concrete Curb & Gutter, complete
in place, per linear foot
for �'c < Dollars
and y PC -� y ../;,rec Cents $ 5: '75 $ . /o,5' - / , S�
A -5 120 L.F. Double Yellow Center Line Striping,
complete in place, per linear foot
Page 16 of 18
Dollars
Cents $ / -Ye
Dollars
Cents $ ,3. 70
Dollars
Cents $
$ _,8L 7a S. � s
$ ? ' G; /S` co
00
$ — /, 75 z ,
3 0
Unit
Price
Amount
for "co Dol
and 7{ p T � Cents lars $ jn 5 4, Act
Bid Item Description
Item Quantity Unit and Written Unit Price
A -6 50 L.F. Single Dashed White Striping, com-
plete in place, per linear foot
A -11
for /1/
and _r4"--re
for
and
for T /4 1,.1,
and f
Dollars
Cents
A -7 4 Ea. Traffic Direction Arrows, complete
in place, per each
A -8 82 L.F. 12" Wide Cross -Walk Striping, com-
plete in place, per linear foot
for ,4,/ (J Dollars
and - ( =o,K7
Cents $ , i/O $ _3 .dd
A -9 40 L.F. 43" x 27" C.G.M.P. Storm Drain
Pipe, complete in place, per
linear foot
Dollars
Cents
A -10 1 Ea. 6:1 Slope Grate Inlets, complete
in place, per each
for ny - 7 /ck Dollars
and Cents $ J (r)no $ / cpv.e
1 Ea. 10' Curb Inlet, complete in place,
per each
for /I.); / /�� �c 4 , ,d
and ii0
for
and
Page 17 of 18
Unit
Price
Amount
$ . /.i $ 7. S
Dollars
Cents $ $ 'C' 60
$ .3.j:rL) $ VIZAr c7
Dollars
Cents $ r n7> $ / ?Ca 0,-)
A -12 2 Ea. Adjust Manhole to Finish Grade,
complete in place, per each
for-77". ke[lci•,+ - Ti
Dollars
and ,,vn Cents $ .;1.5 -r. cc' $ E?p - oc>
A -13 10 L.F. Stop Line Striping, complete in
place, per linear foot
Dollars
Cents $ • „SL? $ -57 0 0
Bid Item Description
Item Quantity Unit and Written Unit Price
A -14 2 Ea. Add Concrete Valley Gutters to
Existing Curb & Gutter @ Lakewood
Lane (40' street) and Westwood Dr.
(30' street) Intersections with
Lake Creek Dr., including sawcut-
ting and removing existing asphalt
and curb & gutter, complete in
place, per each
for . . C e+✓ h .46
and
Page 18 of 18
Unit
Price
Amount
Dollars
Cents $ /SCC.n, $ fro_
TOTAL BID - ADD ALTERNATE $ / 4/9/. I` O
(ITEMS A -1 THRU A -14)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ALTERNATE A
Bid Item Description
Item Quantity Unit and Written Unit Price
SP -3A 522 L.F. 18" C.G.M.P., 14 gauge, complete
in place, per linear foot
for Dollars
and Cents $ $
SP -4A 340 L.F. 24" C.G.M.P., 14 gauge, complete
in place, per linear foot
for Dollars
and Cents $ $
SP -5A 560 L.F. 30" C.G.M.P., 14 gauge, complete
in place, per linear foot
for Dollars
Unit
Price
and Cents $ $
GS -23A 170 L.F. 18" C.G.M.P., 14 gauge, complete
in place, per linear foot
for Dollars
and Cents $ $
GS -24A 70 L.F. 24" C.G.M.P., 14 gauge, complete
in place, per linear foot
for Dollars
and Cents $ $
GS -25A 264 L.F. 36" C.G.M.P., 14 gauge, complete
in place, per linear foot
for Dollars
and Cents $ $
GS -26A 1030 L.F. 48" C.G.M.P., 14 gauge, complete
in place, per linear foot
for Dollars
and Cents $ $
Page 18A
Amount
1
1
1
1
1
1
1
1
1
1
1
1
BID BOND
(Witness)
mess)
Revised to Feb.. 7. 1970
513 57140 X Primed in V.S.A.
cetna
AETNA INSURANCE COMPANY
HARTFORD, CONNECTICUT
The American Institute of Architects,
AIA Document No. A310 (February. 1970 Edition)
1 KNOW ALL MEN BY THESE PRESENTS, that we Bay Maintenance Company, Inc.
Bond No.
as Principal, hereinafter called the Principal, and AETNA INSURANCE COMPANY, Hartford, Connecticut, a corporation duly
organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF ROUND ROCK, TEXAS
as Obligee, hereinafter called the Obligee, in the sum of Five Percent Maximum Amount Bi d
Dollars ($ 5% GAB
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns. jointly and severally, firmly by these presents.
1 WHEREAS, the Principal has submitted a bid for 1982 C. I. P. STREET AND DRAINAGE IMPROVEMENTS
I NOW, THEREFORE. !f the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents
with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material
I furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,
if the Principal shall pay to the Obligee the difference not to exceed the penally hereof between the amount specified in said bid and
such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then
this obligation shall be null and void, otherwise to remain in full force and effect.
1 Signed and sealed this 14th
day of June
BAY .IAA ENANCE COMP {pY,', INC
(Title)
AETNA INSURANCE COMPANY
a__ ! -... A
(Carollyn Guidry) 'Ire) Attorney -in -F
19 82.
(Seal)
(Seal)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
OF N*. TFORO. CONNECTICUT
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That AETNA INSURANCE COMPANY. a corporation created by and exierirg under the we fthe State of
Connecticut, having its principal office in the City of Hartford, Stat. of Connecticut, does hereby nominate. constitute and appoint A. N. O gden, Jr.
or Mike Lockett or Jane Scalf or Carollyn Guidry of Dallas, Texas*
* * *
its one and lawful attorney(.) in fact. with full power and authority hereby conferred to execute, end to affix thereto the seal of the orporation, aaSure y.aaire act
and deed. subject to the limimom and conditions hereinafter set forth. botide and undertakings as follow.:
Any and all bonds and undertakings of suretyship*
*
d to bind AETNA INSURANCE COMPANY thereby as folly and to the some extent as if ouch bond were signed by the dolt' authorized officers of AETNA
LNSIJRANCE COMPANY. and all the acts of said attorney(s), pursuant to the authority herein given. are hereby ratified and confirmed.
This power of attorney u granted under and by the authority of the following applicable paragraphs of ARTICLE 11 of the BYLAWS of the compartY
The president or a vice proideat may execats fidelity and surety bonds and other bonds. coatroom of indemnity. recogniraacee. stipulations, undertakings, •
receipts, releases, deeds, release. of mortgages, contracts, agreements, policies, notices of appearance, waiver. of citation and consents to modifications of
coarsen oe may be required in the ordinary course of business or by vote of the director, and such execution may be attested where necessary or desirable and the
seal of the company where necessary or desirable may bo affixed to the specific imerument by a secretary or an aa.iatant secretary.
The president or a vi') president may with the eoacurmace of a secretary or m assistant secretary appoint and authorize an attorneyintact or any other
person to execute on behalf of the company any such instruments and undertaking. and to affix the seal of the company thereto where neceaaary or desirable.
The attorney.•in•fact under the preceding paragraphs of this article are authorized and empowered to certify to a copy of any of the bylaws of the company or
any resolutions adopted by the directors or to the fmanaal statement of the condition of the company and to affix the seal of the company thereto where necessary
or desirable.
This power of attorney hi signed and waled by fawimile under and by the authority of the following Resolution adopted by the Board of Directors of the AETNA
INSURANCE COMPANY at a meeting duly called and held on the 11th day of February, 1966.
RESOLVED THAT, in the execution. attestation and sealing of any instrument or undertaking authorized by Article 11 of the Bylaws, the facsimile signatures
of the officers and the facsimile tool of the Company affixed thereto shall be valid and binding upon the Company.
IN WITNESS WHEREOF, AETNA INSURANCE COMPANY hoe caused these presence to be signed by its President and its Secretary and its corporate
seal to be hereunto affixed, attested by its Secretary. thia20th...day oE_..__ CtObE__ T,_, ..... ......... ........ 19 80
STATE OF CONNECTICUT 1
COUNTY OF HARTFORD )}
Aetna Insurance Company
'ETNA INSURANCE COMPANY
President
Secretary
On thi.
20th October
of ............._. .19.. 8 0. . before me. Diane L. Tackett, the undersigned officer, personally appeered
HERRIC9 A. DRAKE and J.J. MURPHY who acknowledged themselves to be the President and Secretary of AETNA INSURANCE COMPANY. a corporation,
and
f tha
o on by as and authorized so to do, executed the foregoing
and that said Secretary affixed theret instrument he seal of the corporation and attested m the execution xecuon of the they, ae
foregoing instrument
In Witneto Whereof I hereunto set my hand and seal.
CERTIFICATE
I. the undersigned. Secretary of the AETNA INSURANCE COMPANY, a Connecticut corporation. DO HEREBY CERTIFY that the above and foregoing
Power of Attorney the Board in full fordo a set snot t n d
been revoked; and,
Attorney, furthermore, , that the paragraphs ofARTICLE 11 of the BYLAWS of the corporation. and the
Signed and Sealed at Hartford. Connecticut. this 1.A.kb, day of...........J.11Ile 19...
Form 630 -87 Ed. 8.80 PRINTED IN u.S..t.
#4461
Notary Public
My commission expires April 1, 1985
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
That this Agreement made and entered into this Oa- day
of , A.D., 1982, by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and BAY MAINTENANCE COMPANY, INC.
of the City of Marble Falls , County of Burnet
State of Texas, Second Party, hereinafter termed the CONTRAC-
TOR.
AGREEMENT
KNOW ALL MEN BY THESE PRESENTS
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 June 14,
1982, for certain improvements described as follows;
1982 C.Z.P. STREET & DRAINAGE IMPROVEMENTS
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 10 consecutive calendar days after Notice to
Proceed has been given and shall cause work to progress in a
manner satisfactory to the Owner. Such work shall be com-
pleted in full within 360 consecutive calendar days after
Notice to Proceed has been given.
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.
Page 1 of 2
AGREEMENT (Continued)
The following documents, together with this Agreement,
comprise the Contract, and they are as fully a part thereof
as if herein repeated in full:
IN WITNESS WHEREOF the Parties to these presents have
executed this Agreement in the year and day first above
written.
ATTEST:
ATTEST:
Notice to Contractors
Instructions to Bidders
Proposal and Bidding Sheets
Performance & Payment Bonds
General Conditions of
Agreement
dirlAW
C y Secretary
CITY OF
OWNER
By
BAY MAINTEN
CONTRACTO
By
Page 2 of 2
Special Conditions of
Agreement
Technical Specifications
Addenda
Change Orders
Plans
D ROCK, TEXAS,
CE COMPANY, INC.
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
PERFORMANCE BOND
COUNTY OF 1
KNOW ALL MEN BY THESE PRESENTS, THAT Bay Maintenance CO. Inc.
of the City of Marble Falls
Burnet , and State of Texas
as principal, and Aetna Insurance Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto City of Round Rock, Texas (OWNER),
Six Hundred Thirty -one Thousand, Nine
in the penal sum of g�
($631,942.65 ) 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 /5 day of ,7:;,/,4
1982, 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 -
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 ha ye signed
and sealed this instrument this /g' day of :7
1982.
Bay Mainten.nce Co. Inc. Aetna Insurance Company
Principa
By
ran 1 'ing
Title President
Address Horseshoe Bay Box 8859
Marble Falls, Tx 78654
By
The name and address of the Resident Agent of Surety is:
Nelson Ogden % Ogden- Lockett Ins. Agency
3514 Cedar Springs, Dallas, Tx 75219
PB -2
Surety
.• ,t1
Carollyn uidry
Title Attorney -in -fact
Address 401 Campbell Centre II
Dallas, Texas 75206
STATE OF CONNECTICUT
Aetna Insurance Company
OF HARTFORD. CONNECTICUT
�� Secretary
COUNTY OF HARTFORD
Form 830-87 Ed. 8.80 PRINT!D tie U.S.A.
#4461
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That AETNA INSURANC COMPANY. • corporation created by and existing under the '`q s oftheSta?e of
Connection; having its principal office in the City of Hartford. State of Connecticut. does hereby nominate, constitute and appoint A. N. Ugden Jr.
or Mike Lockett or Jane Scalf or Carollyn Guidry of Dallas, Texas*
* * *
its true and lawfol attorneylsl in fact. with full power and authority hereby conferred to execute. and to situ thereto the seal of the corporation, as Surety, as its act
and deed. subject to the limitation. and conditions hereinafter set forth. bonds and undertaftinga ea follows
Any and all bonds and undertakings of suretyship*
* * *
and to bind AETNA INSURANCE COMPANY thereby o. fully and to the same extent ea if such bond wen signed by the duly authorised officers of AETNA
INSURANCE COMPANY, and all the act. of said atmrnyiei, pmsunnt to the anthority herein given, en hereby ratifld sad confirmed.
This power of attorney is grand under and by the authority of the following applicable paragraphs of ARTICLE 11 of the BYLAWS of the company.
The president or a vice president may examen fidelity and emery bonds and other bonds, contracts of indemnity, recognizance,. stipulations. undertakings,
receipts, release., deed., Masses of mortgagee, contracts, agreements policies, notices of appearance, waivers of citation and consents to modifications of
contracts as may be required in the ordinary course of bu.iner or by vote of the director., and such execution may be attested where oeceseary or desirable end the
seal of the company when necessary or desirable may be affixed to the specific insaument by a secretary or an assistant secretary.
Th. president or a vice president may with the concurrence of a secretary or an assistant secretary appoint and authorize an attorney-in -fat or any other
person to eremite on behalf of the company any such i and uadertabings and to affix the seal of the company thereto when necessary or desirable.
The attorneyotn•fet under thg preceding paragraph of this article are authorized and empowered to certify to e copy of any of the bylaws of the company or
any re.oiutioas adopted by the directors or to the financial atatem.nt of the condition of the company and to affix the awl of the company thereto where necessary
or desirable.
This power of attorney is tinned widened by facsimile under and by the authority of the followin1Resolution adopted by the Board of Directors ofdoe AETNA
INSURANCE COMPANY at a meeting duly called and held on the 11th day of February, 1968.
RESOLVED THAT, in the execution attestation and sealing of any instrument or andertaiung authorised by Article 11 of the Bylaws th.Psc.imilesignatures
of the officer. and the facsimile seal of the Company affixed thereto shall be valid and binding upon the Company.
•
IN WITNESS WHEREOF. AETNA INSURANCE COMPANY has caused these presents to be signed by its President and its Secretary and its corporese
seal to be hereunto affixed. attested by its Secretary, thia2i ..day
ETNA INSURANCE COMPANY
dua ,th,46
President
//
On 2 0 th .__._. d. Y o October .19_ 80 , before me, Diane L Tackett. the undenigasd officer, personally appeerd
HERRICK A. DRAKE and JJ. MURPHY who acknowledged themselves to both. President and Secretary of AETNA INSURANCE COMPANY. a corporation.
d that they, as such President and Secretary being authorized so to do executed the foregoinginatroment for the purposes therein contained by signing the name
of the corporation by themselves as Preeideat and Secretary, and that said Secretary affixed thereto the seal of the corporation and attested to the execution of the
foregoing instrument.
In Witness Whereof I hereunto set my hand and se.L
Notary Public
My commisston expires April 1, 1985
CERTIFICATE
I. the anderaipsd. Secretary of the AETNA INSURANCE COMPANY, a Connecticut corporation DO HEREBY CERTIFY that the above and foregoing
Power of Attorney remains in full force end has not been revoked; and furthermore. that the paragraphs of ARTICLE 11 oldie BYLAWS of the corporation, and the
Resolution of the Board of Directors. as eat forth in the Power of Attorney, an now in force.
Signed and Sealed at Hartford Connecticut chi._.__. ._day of..._._.....__._.._.. .__._.._.__..._.._......., 19
Secretary
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
County of
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, THAT Bay Maintenance Co. Inc.
, of the City of Marble Falls ,
Burnet , and State of Texas
as principal, and Aetna Insurance Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto City of Round Rock, Texas (OWNER),
Six Hundred Thirty -one Thousand, Nine Hundred
in the penal sum of Forty -Two and 65/100
Dollars
($631 942.65 ) 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 4S -24 day of ,7011
(
19 Z, 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;
PH -3
1
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 /Arid day of J, /
1982. /
Principa Surety Q.
By)C�.l
0 ' rank D. King Carollyn Guidry
By
Bay Mainte ance Co. Inc. Aetna Insurance Company
Title
President
Address Horseshoe Bay Box 8859
Title Attorney -in -fact
Address 401 Campbell Centre II
Marble Falls, Tx 78654 Dallas,Texas 75206
The name and address of the Resident Agent of Surety is:
Nelson Ogden % Ogden- Lockett Ins. Agency
3514 Cedar Springs, Dallas, Tx 75219
PB -4
Iro
(/ /// / Secretarye�y
STATE OF CONNECTICUT
COUNTY OF HARTFORD es.
Form 880-87 Ed. 8.80 PRnvTED IN U.S.A.
#4461
Aetna Insurance Company
OF HARTFORD. CONNECTICUT
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That AETNA INSURANCE COMPANY, a corporation created by and existing under the ewe of the State of
Connecticut, having its principal office in the City of Hartford, State of Connecticut, does hereby nominate, constitute and appoint A. N. Ogden, JT.
or Mike Lockett or Jane Scalf or Carollyn Guidry of Dallas, Texas*
* * *
its true and lawful attorney(s) in fact, with full power and authority hereby conferred to exxtte, and to affix therm the eeelof the mrporatioa, as Surery, mite act
and dee subject to the limitations and conditions hereinafter eat forth. bonds and undertakings o. foilowc
Any and all bonds and undertakings of suretyship*
* * *
and to bind AETNA INSURANCE COMPANY thereby as fully and to the same extent as if mots bond were signed by the duly authorized officers of AETNA
INSURANCE COMPANY, and all t ads of said attorney(s), pursuant to Ma authority herein given. are hereby ratified and confirmed
This power of attorney is granted under and by the authority of the following applicable paragraphs of ARTICLE 11 of the BYLAWS of the companr-
The president or a vice president may eremite fidelity end surety bonds and ocher bonds, contracts of indemnity. recognisance., stipulations. undertakings, •
receipte, releases, deeds. releases of mortgages, contracts, agreements, panties, notice of app crane, wsiven of citation and co.eente to modification. of
contracts as may be required in the ordinary comae of business or by vote of the directors, and such execu oo may be attested where necessary or desirable and he
seal of the company when mce.sary or desirable may be affixed to the specific instrument by a secretary or an manna= secretary.
The president or a via president may with the concurrence of a secretary or an assistant secretary appoint and authorize an attorney-in -fact or any other
person to execute on behalf of the company any such instrameata and uodernl¢nga and to affix the seal of the company thereto when necessary or desirable
The atmrney.itt -fact under dm preceding paragraphs of this article are authorized and empowered to certify to a copy of any of the bylaws of the company or
any resolutions adopted by the directors or to the financial statement of the condition of the company and to affix the aealof thecompany thereto where necessary
or desirable
This power of attorney is signed and sealed by facsimile under and by the authority of the followiagRewlution adopted by the Board of Directors of the AETNA
INSURANCE COMPANY at a meeting duly called and held on the 11th day of February. 1968.
RESOLVED THAT, in the execution, attestation and ...lingo( any instrument or undertaking authorized by Artidell of the Bylaws. the facsimile ekgnature
atlas officers and the facsimile seal of the Company affixed thereto shall be valid and binding upon the Cunene.
IN WITNESS WHEREOF, AEC: iA INSURANCE COMPANY has mused these priests to he signal by its President and it. Secretary and is corporate
eel to be hereunto atlaerl, attested by it., Secretary, eh:matt-day oc _.. ....OctobeT�„________..___.__.�
.ETNA INSURANCE COMPANY
On ,hie._. 20th ...,_._. of October ,__..._.._._._..._. ,19.. , before me, Diana L Tacked. the midereigned officer, personally appeared
_._... .._____.
H dth.tt A. DRAKE and J.J. MURPHY who acknowledged be the President and Seminary of AETNA INSURANCE COMPANY, acorporation,
and that they, m such President and Secretary being authorised so to do, executed the foregoing instrument for the purposes therein contained by signing the name
of the corporation by themselves as President and Secretary, and that said Secretary af9xed thereto the seal of the corporation and attend to the execution of the
foregoing instrument
In Witness Whereof I hereunto set my hand and seal
Notary Public
My commission expire April L. 1985
CERTIFICATE
I. the undersigned. Secretary of the AETNA INSURANCE COMPANY, a Connecticut corporation. DO HEREBY CERTIFY that the above and foregoing
Power of Attorney remains in Lull farce and has not been rucked and furthermore, that the paragraphs of ARTICLE 11 of the BYLAWS of themrporadao, and the
Resolution of the Board of Directors, as tot forth in the Power of Attorney, are now in force.
TYPE OF
INSURANCE
POLICY
NO.
EFFECTIVE
DATE
EXPIRATION
DATE
LIMITS OF LIABILITY
Workmen's
Compensation
5WC 149398
1 -11 -82
1 -11 -83
Statutory, State of
Texas, $ 100,000.
Employer's Liability
Comprehensive
General
Liability
Includes
Contractual
x Liability
6GA 156629
1-11-82
1 -11 -83
Bodily Injury
$ 500,000.each person
$ 500,000.each accident
Property Damage
$ 100,000.each accident
Covers
Independent
x Contractors
$ aggregate
Owner's
Protective
Bodily Injury
$ each person
$ each accident
Property Damage
$ each accident
$ aggregate
Comprehensive
Automobile
Liability
Owned
x— Vehicles
Hired
.x_____ V ehicles
Non -owned
_x___ Veh
Includes
Contractual
Liability
6GA 156630
1 -11 -82
1 -11 -83
Bodily Injury
$ 250,000.each person
$ bUU,000.each accident
Property Damage
$ 100,000.each accident
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: - v1 _ / 9$Z
Description of Work:
THIS IS TO CERTIFY THAT Bay Maintenance 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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 received written 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.
Houston General Ins. Co.
(Name of Insurer)
By:
,!, _�.
•g.e - oc e s 'gency
Title: Agent
Address 3514 Cedar Springs
Dallas, Texas 75219
Page 2 of 2
The low bidder is required to supply the following informa-
tion. Additional sheets may be attached if necessary.
(1) Name
(2) Address
(3) Phone Number
(4) Type of firm:
( ) Individual, ( ) Partnership, ( ) Corporation
(5) Corporation organized under the laws of the State of
(6) List the names and address of all members of the firm or
names and titles of all officers of the corporation:
(7) Number of years experience
List at least three (3) projects completed as of recent
date: Contract Amount /Class of Work /Date Completed /Name
and Address of Owner
(8)
(9)
List the name and address of each subcontractor who will
perform work in or about the work or improvement in ex-
cess of one -half (1/2) of one percent (1%) of the total
bid price and indicate what part of the work will be
done by each such subcontractor:
Name Address Work to be Performed
Ae
f Q V
( - 1 , „ Aft , r"
INFORMATION REQUIRED OF LOW BIDDER
Page 1 of 2
(10) Payment of taxes, in the State of
Yes No
(11) 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
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 Notice to Contractors; Advertisement; the
Instructions to Bidders; the Proposal; the Signed
Agreement; the Performance and Payment Bonds; the Gen-
eral Conditions of the Agreement; the Special Condi-
tions of the Agreement; the Specifications; the Plans;
the Standard Drawings; Addenda; and duly authorized
Change Orders. The Contract Documents are complemen-
tary, 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: Sign-
ed Agreement, Performance and Payment Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice
to Contractors, Specifications, Plans, and General
Conditions of the Agreement.
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 Haynie & Kallman,
Inc., or such other Engineer, supervisor, or inspector
who has been designated, appointed, or otherwise em-
ployed or delegated by the Owner for this work, or
their duly authorized agents, such agents acting with-
in 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 Working Day. A "working day" is defined as any day
not including Sundays or any legal holidays, in which
weather or other conditions, not under the control of
the Contractor, will permit construction of the prin-
cipal units of the work for a continuous period of not
less than seven (7) hours between 7:00 a.m. and 6:00
p.m.
-2--
1.13 Written Notice. "Written notice" shall be deemed to
have been duly served if delivered in person to the
individual or to a member of the firm or to an officer
of the corporation for whom it is intended, or if de-
livered at or sent by certified or registered mail to
the last business address known to him who gives the
notice.
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually
agreed by and between the parties to this Contract
that the Engineer shall have general supervision and
direction of the work included herein. In order to
prevent delays and disputes and to discourage litiga-
tion it is further agreed by and between the parties
of this Contract that the Engineer shall in all cases
determine the amounts and quantities of the several
kinds of work which are to be paid for under the Con-
tract; that he shall determine all questions in rela-
tion to said work and the construction thereof, that
he shall in all cases decide every question which may
arise relative to the execution of the Contract on the
part of the Contractor; that his decisions and find-
ings shall be the conditions precedent to the right of
the parties hereto to arbitration or to any action on
the Contract and to the rights of the Contractor to
receive any money under this Contract; provided, how-
ever, that should the Engineer render any decision or
give any direction which in the opinion of either
party hereto is not in accordance with the meaning and
intent of this Contract, either party may file with
the Engineer within 30 days a written objection to the
decision or direction so rendered. It is the intent
of this Agreement that there shall be no delay in the
execution of the work, and the decision or directions
of the Engineer as rendered shall be promptly carried
out.
2.02 Right of Engineer to Modify Methods and Equipment. If
at any time the methods or equipment used by the Con-
tractor are found to be unsafe or inadequate to secure
the quality of the work or the rate of progress re-
quired under this Contract, the Engineer may direct
the Contractor in writing to increase their safety or
improve their character and efficiency and to cease
operations under this Contract until such direction is
complied with. No claims shall be made against the
Owner for damages caused by any delay resulting from
such order.
-3-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
in any manner affect the Contract or the work and
shall indemnify and save harmless the Owner against
any claim arising from the violation of any such laws
and ordinances whether by the Contractor or his em-
ployees or his subcontractors and their employees.
2.07 Licenses, Permits and Certificates. Except as herein-
after stipulated, all licenses, permits, certificates,
etc. required for and in connection with the work to
be performed under the provisions of these Contract
Documents shall be secured by the Contractor at his
own expense. In the event a building permit is re-
quired such permit will be obtained by the Owner at no
cost to the Contractor.
2.08 Royalties and Patents. The Contractor shall protect
and save harmless the Owner from all and every demand
for damages, royalties, or fees on any patented inven-
tion used by him in connection with the work done or
material furnished under this Contract; provided, how-
ever, that if any patented material, machinery, appli-
ance, or invention is clearly specified in this Con-
tract, the cost of procuring the rights of use and the
legal release or indemnity shall be borne and paid by
the Owner direct unless such cost is determined and
directed to be included in the bid price at the time
the Proposal is submitted.
2.09 Keeping of Plans and Specifications Accessible. The
Engineer shall furnish the Contractor with three (3)
sets of executed Plans and Specifications without ex-
pense to him, and the Contractor shall keep one copy
of the same constantly accessible on the work, with
the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed
that it is the intent of this Contract that all work
must be done and all material must be furnished in ac-
cordance with the generally accepted practice, and in
the event of any discrepancies between the separate
contract documents, the priority of interpretation de-
fined under "Contract Documents" shall govern. In the
event that there is still any doubt as to the meaning
and intent of any portion of the Contract, Specifica-
tions or Drawings, the Engineer shall define which is
intended to apply to the work.
2.11 Contractor's Understanding. It is understood and
agreed that the Contractor has, by careful examina-
tion, satisfied himself as to the nature and location
-5-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 b 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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.25 Sanitary Facilities. Necessary sanitary toilet facil-
ities for the use of all employees on the work shall
be of a type complying with State and local sanitary
regulations and shall be properly secluded from public
observation. These facilities shall be constructed
and maintained by the Contractor in such manner and at
such points as shall be approved by the Engineer.
Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and Construction Plant.
The Contractor shall provide all labor, tools, equip-
ment, machinery, supplies, and materials necessary for
the prosecution and completion of this Contract where
it is not specifically provided that the Owner shall
furnish them. The Owner shall not be held responsible
for the care, preservation, conservation, or protec-
tion of any material, tools, or machinery on any part
of the work until it is finally completed and accept-
ed. The Contractor shall maintain on the job at all
times sufficient labor, material, and equipment to
adequately prosecute the work.
3.02 Performance and Payment Bonds. It is further agreed
by the Parties to this Contract that the Contractor
will execute separate performance and payment bonds,
each in the sum of 100% of the total Contract price in
standard forms for this purpose, guaranteeing faithful
performance of the work and the fulfillment of any
guarantees required and further guaranteeing payment
to all persons supplying labor and materials or fur-
nishing him any equipment in the execution of the Con-
tract. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are
furnished and approved by the Owner. The cost of the
premium for the performance and payment bonds shall be
included in the price bid by the Contractor for the
work under this Contract, and no extra payment for
such bonds will be made by the Owner.
The surety company or companies underwriting the per-
formance and payment bonds shall be acceptable accord-
ing to the latest list of companies holding certifi-
cates of authority from the Secretary of the Treasury
of the United States, shall be duly authorized to act
under the laws of the State of Texas as Surety, and
shall be approved by the Owner.
-10-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Should delays repeatedly occur due to the Contractor's
failure to provide adequate plant, equipment, or per-
sonnel, or where the Engineer determines that unrea-
sonable inconvenience to the public is due to such
failure, the Contractor's operations shall be suspend-
ed until he shall have provided adequate plant, equip-
ment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed
in the final completion of the work by any act or neg-
lect of the Owner or Engineer, or of any employee of
either, or by any other contractor employed by the
Owner, or by strikes, fire or other cause or causes
outside of and beyond the control of the Contractor
and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay as deter-
mined by the Engineer shall be granted by the Owner;
provided, however, that the Contractor shall give the
Owner prompt notice in writing of the cause of delay
in each case. Extensions of time will not be granted
for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time.
The Contractor agrees that time is of the essence of
this Contract and that the definite value of damages
which would result from delay would be incapable of
ascertainment and uncertain, so that for each day of
delay beyond the number of days herein agreed upon for
the completion of the work herein specified and con-
tracted for, after due allowance for such extension of
time as is provided for under the provisions of the
preceding paragraph, the Owner may withhold permanent-
ly from the Contractor's total compensation, not as a
penalty but as liquidated damages, the sum per day
given in the following schedule:
Amount of Liquidated
Amount of Contract Damages Per Day
Less than $ 5,000.00 $ 30.00
$ 5,001.00 to $ 15,000.00 35.00
15,001.00 to 25,000.00 40.00
25,001.00 to 50,000.00 50.00
50,001.00 to 100,000.00 70.00
100,001.00 to 500,000.00 200.00
500,001.00 to 1,000,000.00 300.00
1,000,001.00 to 2,000,000.00 400.00
2,000,001.00 to 5,000,000.00 500.00
-17--
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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, than the Contractor shall be deemed as hav-
ing abandoned the Contract. In such event the Surety
on the bond shall be notified in writing and directed
to complete the work, and a copy of said notice shall
be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by
Owner. After receiving said notice of abandonment the
Contractor shall not remove from the work any machin-
ery, equipment, tools, materials, or supplies then on
the job, but the same together with any materials and
equipment under contract for the work may be held for
use on the work by the Owner or the Surety on the per-
formance bond or another contractor in completion of
the work; and the Contractor shall not receive any
rental or credit therefor except when used in connec-
tion with extra work where credit shall be allowed as
provided for under Section 2.12 entitled "Extra Work ",
it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete
the work and will be reflected in the final settle-
ment.
8.03 Methods of Completing the Work. If the Surety should
fail to commence compliance with the notice for com-
pletion hereinbefore provided within 10 days after
service of such notice, then the Owner may provide for
completion of the work in either of the following
elective manners:
a. The Owner may thereupon employ such force of work-
ers and use such machinery, equipment, tools, mat-
erials, and supplies as said Owner may deem neces-
sary to complete the work and charge the expense
of such labor, machinery, equipment, tools, mater-
ials, and supplies to said Contractor, and the ex-
pense so charged shall be deducted and paid by the
Owner out of such monies as may be due or that may
thereafter at any time become due to the Contrac-
tor under and by virtue of this Contract. In case
such expense is less than the sum which would have
been payable under this Contract if the same had
been completed by the Contractor, then said Con-
tractor shall receive the difference. In case
such expense is greater than the sum which would
have been payable under this Contract if the same
-21-
had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of
such excess to the Owner.
b. The Owner under sealed bids, after 14 days notice
published two or more times in a newspaper having
a general circulation in the county of location of
the work, may let the contract for the completion
of the work under substantially the same terms and
conditions which are provided in this Contract.
In case of any increase in cost to the Owner under
the new contract as compared to what would have
been the cost under this Contract such increase
shall be charged to the Contractor, and the Surety
shall be and remain bound therefor. However,
should the cost to complete any such new contract
prove to be less than what would have been the
cost to complete under this Contract, the Contrac-
tor or his Surety shall be credited therewith.
8.04 Final Acceptance. When the work has been completed
the Contractor and his Surety shall be so notified and
a Contract Completion Certificate as hereinafter pro-
vided shall be issued. A complete itemized statement
of the Contract accounts certified by the Engineer as
being correct shall then be prepared and delivered to
the Contractor and his Surety, whereupon the Contrac-
tor, his Surety or the Owner, as the case may be,
shall pay the balance due as reflected by said state-
ment within 15 days after the date of such Contract
Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event
the statement of accounts shows that the cost to com-
plete the work is less than that which would have been
the cost to the Owner had the work been completed by
the Contractor under the terms of this Contract or
when the Contractor or his Surety pay the balance
shown to be due by them to the Owner, then all machin-
ery, equipment, tools, materials, or supplies left on
the site of the work shall be turned over to the Con-
tractor or his Surety. Should the cost to complete
the work exceed the contract price, and the Contractor
or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there re-
mains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof to-
gether with an itemized list of such equipment and
materials shall be mailed to the Contractor and his
Surety at the respective addresses designated in this
-22--
Contract; provided, however, that actual written
notice given in any manner will satisfy this condi-
tion. After mailing or other giving of such notice
such property shall be held by the Owner at the risk
of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect
such property. After 15 days from the date of said
notice the Owner may sell such machinery, equipment,
tools, materials, or supplies and apply the net sum
derived from such sale to the credit of the Contractor
and his Surety. Such sale may be made at either pub-
lic or private sale, with or without notice, as the
Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which
remain on the work and belong to persons other than
the Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary
measurements of any kind will be allowed, but the
actual length, area, solid contents, number, and
weight only shall be considered unless otherwise spe-
cifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimat-
ed quantities stipulated in the proposal form under
unit price items are approximate and are to be used
only (a) as a basis for estimating the probable cost
of the work and (b) for the purpose of comparing the
proposals submitted for the work. It is understood
and agreed that the actual amounts of work done and
materials furnished under unit price items may differ
from such estimated quantities and that the basis of
payment for such work and materials shall be for the
actual amount of such work done and the actual quan-
tity of materials furnished.
The Contractor agrees that he will make no claim for
damages, anticipated profits, or otherwise on account
of any difference between the amounts of work actually
performed and materials actually furnished and the
amounts estimated therefor in the proposal or other
Contract Documents; provided, however, that if the
actual quantity of any item should become as much as
25 percent more than or 25 percent less than the esti-
mated or contemplated quantity for such items, then
either party to this Contract shall be entitled upon
demand to a revised consideration on the portion of
-23-
the work above or below 25 percent of the estimated
quantity prior to initiating work or furnishing mater-
ials for the overrun or underrun quantities. Such re-
vised consideration shall be determined by agreement
between the parties or otherwise by the terms of this
Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all
the necessary labor, equipment, and material and the
completion of all work by the Contractor, and on the
completion of all work and the delivery of all mater-
ial embraced in this Contract in full conformity with
the specifications and stipulations contained herein,
the Owner agrees to pay the Contractor the amounts set
forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby
agrees to receive such amounts in full payment for
furnishing all material and all labor required for the
aforesaid work, for all expense incurred by him, and
for well and truly performing the same and the whole
thereof in the manner and according to this Contract,
the attached specifications, and requirements of the
Engineer.
9.04 Monthly Estimates and Payments. On or about the fifth
day of each month the Engineer will make an approxi-
mate estimate of the value of work done in conformity
with the plans and specifications during the previous
calendar month. The Contractor shall furnish to the
Engineer such detailed information as he may request
to aid him as a guide in the preparation of monthly
estimates. After each such estimate shall have been
approved by the Owner, the Owner shall pay to the Con-
tractor 90 percent of the amount of such estimated sum
on or before the 15th day of said month.
It is understood, however, that in case the whole work
is near to completion and some unexpected or unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may, upon written recommen-
dation of the Engineer, pay a reasonable and equitable
portion of the retained percentage to the Contractor.
9.05 Certificates of Completion. Within 10 days after the
Contractor has given the Engineer notice that the work
has been completed the Engineer shall inspect the work
and satisfy himself by examination and test that the
work has been finally and fully completed in accor-
dance with the plans, specifications and Contract. If
-24-
so, the Engineer shall issue a Contract Completion
Certificate to the Owner and the Contractor. Such
certificate when issued shall constitute final accep-
tance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Com-
pletion Certificate has been issued the Engineer shall
proceed to make final measurements and to prepare a
final estimate of the work done and materials furnish-
ed under this Contract and the value thereof. The
Engineer shall certify the Final Estimate and submit
it to the Owner within five (5) days from the date of
the Contract Completion Certificate.
The Owner shall pay the Contractor within 15 days from
the date of the Contract Completion Certificate the
entire sum shown due on the certified Final Estimate
prepared by the Engineer after deducting all amounts
to be kept and retained under any provision of this
Contract. However, it is to be specifically under-
stood that the final payment will not be paid by the
Owner to the Contractor under any circumstances until
the Notarized Affidavit required by Section 9.07 en-
titled "Notarized Affidavit ", has been submitted to
the Engineer.
All prior estimates and payments shall he 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-
SPECIAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF THE AGREEMENT
1. CROSSING UTILITIES
Every attempt has been made to locate existing utility
lines. However, prior to commencing construction, it
shall be the Contractor's responsibility to make ar-
rangements with the Owners of such utility companies to
uncover their particular utility lines or otherwise
confirm their location. Certain utility companies per-
form such services at their own expense, however, where
such is not the case, the Contractor will cause such
work to be done at his own expense.
2. "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions on
all of his copies of the working drawings. Upon com-
pletion of the Project and prior to final acceptance
and payment, the Contractor shall deliver this correct-
ly marked set of drawings to the Engineer.
3. 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 improvements are to be re-
located, or grade and alignment of pipe changed. Where
necessary to move services, poles, guy wires, pipe-
lines, 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 pro-
gress of work.
4. LIMIT OF FINANCIAL RESOURCES
It shall be understood by all that the Owner may be
required to change and /or delete any items which he may
feel is necessary to accomplish all or part of the
scope of work within its limit of financial resources.
Contractor shall be entitled to no claim for damages
for anticipated profits on any portion of work that may
be omitted. At any time during the duration of this
contract, the Owner reserves the right to omit any work
from this contract. Unit prices for all items pre-
viously approved in this contract shall be used to
delete or add work per change order.
S -1
5. CONSTRUCTION INSPECTION
The Owner shall provide an inspector to review the
quality of materials and workmanship.
6. COORDINATION WITH UTILITY COMPANIES
The contractor shall be responsible for contacting the
appropriate utility company when working in the vicin-
ity of its facilities to ensure safety and guard
against damage. The following are names and phone num-
ber for the various companies:
1. Lone Star Gas - Transmission Lines: (817) 778 -8700
Bob Andrews
- Distribution Lines: (512) 255 -2679
Terry Bertrand
or Bobby Mucha
2. Bell Telephone - (512) 870 -5977
Mary Ann Green
3. City of Round Rock (water & sewer) - (512)255 -3612
Jim Hurley, Inspector,
Jack Harzke, P.E., Director of Public Works
7. LIMITS OF WORK AND PAYMENT
It shall be the obligation of the contractor to com-
plete all work included in this contract, so authorized
by the Owner, as shown on the drawings or described in
the contract documents and technical specifications.
All items of construction not specifically paid for in
the bid schedule shall be included in the unit price
bids. Any question arising as to the limits of work
shall be left up to the interpretation of the Engi-
neer.
8. COPIES OF PLANS AND SPECIFICATIONS
The Agreement will be prepared in not less than five
(5) counterpart (original signed) sets. Owner will
furnish Contractor three (3) set of conforming Contract
Documents, Technical Specifications and Plans free of
charge, and additional sets will be obtained from the
Engineer at commercial reproduction rates plus 15% for
handling.
9. UTILITY SERVICES FOR CONSTRUCTION AND TESTING
The Contractor will be responsible for providing his
own utility services during construction and testing.
No additional payment will be made for this item.
S -2
10. BLASTING
When the use or storage of explosives or other hazard-
ous materials or equipment is necessary for the execu-
tion of the work, the Contractor shall exercise the
utmost care and shall carry on such activities under
the supervision of properly qualified personnel.
All blasting, including methods of storing and handling
explosives and highly flammable materials, shall con-
form to Federal, State and Local Laws and Ordinances.
The following is a list of requirements in addition to
Federal, State and Local Laws and Ordinances.
1. The Contractor shall furnish the Owner with a Cer-
tificate of Blasting Insurance in the amount of
$300,000 for each contract, at least twenty -four
(24) hours prior to using explosives. If blasting
is covered under the Contractor's General Insurance
Certificate for each contract, a separate blasting
certificate will not be required.
2. The Contractor shall notify the City of Round Rock
on every occasion at least twenty -four (24) hours
prior to the use of explosives.
3. Explosive materials to be used shall be limited to
blasting agents and dynamite, unless prior approval
of other materials is obtained in writing from the
Engineer.
4. During blasting, all reasonable precautions shall
be taken to protect pedestrians, passing vehicles,
and public or private property. Blasting mats or
protective cover shall be used when required by the
Inspector, the permit, or by safe blasting prac-
tices.
5. The Engineer or his representative shall have the
right to limit the use of explosives and /or blast-
ing methods which in his opinion are dangerous to
the public or nearby property of any kind.
6. The Contractor, at his expense, shall promptly re-
pair or replace all items known to be damaged as a
result of blasting. (The Contractor is fully re-
sponsible for all claims resulting from his blast-
ing operation.)
All damage or loss to any property referred to in this
article caused in whole or in part by the Contractor,
S -3
any Subcontractor, or anyone directly or indirectly
employed by any of them, or by anyone whose acts any of
them may be liable, shall be remedied by the Contrac-
tor, except damage or loss attributable solely to
faulty Drawings or Specifications or solely to the acts
or omissions of the Owner or Engineer or anyone employ-
ed by either of them, and not attributable in any
degree to the fault or negligence of the Contractor.
11. MONTHLY PAYMENT ESTIMATES
Owner shall pay for 90% of materials on hand when pro-
perly stored on the jobsite. When payment for mater-
ials on hand has been paid by the Owner to the Contrac-
tor, the Contractor shall furnish evidence the follow-
ing month that he has paid for those materials prior to
the following month's monthly estimate being approved
for payment.
12. LIQUIDATED DAMAGES
Refer to the GENERAL CONDITIONS OF THE AGREEMENT, Para-
graph 5.06 - Liquidated Damages for Failure to Complete
on Time.
Delete the schedule of "Amount of Liquidated Damages
Per Day" and substitute the following: The amount of
liquidated damages per day shall be $150.00.
13. CONSTRUCTION SEQUENCE AND CONTRACT PRIORITY
Georgetown Street Bridge over Brushy Creek will be let
under separate contract simultaneously with this con-
tract. The bridge will be under construction for ap-
proximately 270 days, during which time the north por-
tion of Georgetown Street will be separated from the
south portion. Therefore, the Contractor shall com-
plete Gattis School Road, including all clean -up before
beginning street excavation on Georgetown Street. How-
ever, the Contractor may begin water line construction
in Georgetown Street at any time. If Gattis School
Road is completed before the bridge is completed, the
Contractor may begin excavation on Georgetown Street
but will receive no extra pay for working the north and
south portions separately, or for extra haul distance
or inconvenience caused by the bridge construction.
The Contractor shall be responsible for coordinating
construction operations with the bridge contractor, and
the bridge contract will have top priority in case of
conflicts until the bridge is completed. After bridge
S -4
is complete, the Contractor will be responsible for
connecting and installing the 8" D.I. water line on the
bridge. The Contractor shall not pave Georgetown
Street until the bridge is ready for traffic.
Construction at the intersection of R.M. 620 and Lake
Creek Drive may begin at any time with the following
constraints:
1) All construction must be complete by September 1.
2) There must be no more than a two week time lapse
between beginning excavation and laying of final
base course.
3) There must be no more than a four week time lapse
between laying of final base course and final pav-
ing. Allowance will be made for bad weather, but
the September 1st deadline must be met.
14. WATER LINE CONSTRUCTION
The proposed water line construction will be in accord-
ance with City of Austin Water and Wastewater Specifi-
cations with the exception that all backfill will be
sand and /or crushed stone (see detail on Sheet 7 of
Plans). The water line contractor shall be responsible
for all excavation and shall provide bedding material
to 6" above the top of the water line. He will leave
the remainder of the ditch open for the gas line con-
tractor to install the gas line. The gas line contrac-
tor will be responsible for bringing the trench back -
fill up to grade.
Because it will be installed prior to street excava-
tion, the water line shall be laid to grade using
street grade stakes furnished one time by the Engineer
at the Owner's expense. Any required re- staking will
be at the Contractor's expense. The top of the water
line shall be set at 42" below the proposed top of curb
shown on the plans.
15. FEATURES ADJACENT TO WORK AREA
The contractor must exercise caution in working near
existing trees, fences, etc. outside the limits of the
work areas. Any damage done to existing features out-
side the area designated "Limits of Excavation" on
Detail No. 2 in the specifications will be replaced or
repaired to a condition equal to or better than the
original condition at the contractors expense.
S -5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
16. DUST CONTROL
The contractor will be responsible for dust control
throughout the construction period. If complaints from
the neighborhood are received at City Hall, the con-
tractor will be instructed (with the reasonable judg-
ment and discretion of the Director of Public Works or
his appointed representative) to water the street with-
out delay. There will be no extra pay for street
watering.
17. DEPOSIT AND INVESTMENT OF RETAINAGE
The following five (5) pages shall be enforced on this
project if applicable.
S -6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEPOSIT
AND
INVESTMENT
OF
RETAINAGE
HB 1815 ENACTED BY
THE 67TH LEGISLATURE, 1981
AND
REVIEW OF THE LAW
Prepared By:
TEXAS BUILDING BRANCH -AGC
704 Perry Brooks Building
Austin, Texas
78701
512/478 -5629
WHAT DOES HB 1815 DO?
HB 1815 is now law and affects public works contracts over
$400,000 entered into after September 1, 1981. It requires
that the public entity invest any retainage held in an inter-
est- bearing account with retainage and interest going to the
prime contractor if the contracting agency holds more than 5%
retainage.
WHAT IS RETAINAGE?
Retainage is the part of a contract payment withheld by a
governmental entity to secure performance of the contract.
WHAT CONTRACTS ARE COVERED BY THIS LAW?
Any state department, board, or agency thereof; any county of
this state, department, board or agency thereof; any munici-
pality of this state, department, board, or agency thereof;
any school district in this state, common or independent, or
subdivision thereof; or any other governmental or quasi -gov-
ernmental authority which enters into a contract agreement
for the construction, alteration, or repair of any public
building or the prosecution or completion of any public
work.
EXEMPTIONS FROM THIS LAW
A. Any contract executed before September 1, 1981;
B. A contract with a total contract price estimate, at the
time of execution of the contract, of less than
$400,000;
C. Contracts made by the State Department of Highways and
Public Transportion;
D. Until June 1, 1982, certain projects funded in whole or
in part with water development bonds;
E. Contracts which call for 5% or less retainage; or
F. Municipal Utility Districts until June 1, 1982 (Chapter
54 Texas Water Code).
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Example:
WHEN IS RETAINAGE AND INTEREST PAID?
1. Contract of $500,000 calls for 5% retainage...This con-
tract is not affected since it does not call for more
than 5% retainage.
2. Contract of $1.7 million calls for 10% retainage to be
held over the life of the project...The governmental en-
tity shall deposit the entire 10% in an interest - bearing
account, and interest earned on such retainage shall be
paid to the prime contractor upon completion of the con-
tract.
3. Contract of $410,000 calls for 10% retainage until the
job is 50% complete...The entire retainage shall be depo-
sited with the interest payable to the prime contractor
upon completion.
4. Contract of $397,000 calls for 10% retainage to be held
over the life of the job...Not affected since contract is
less than $400,000.
H.B. 1815
relating to the deposit and investment of retainage.
BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF TEXAS:
SECTION 1. DEFINITIONS. As used in this Act the fol-
lowing terms shall have these meanings:
(A) "Governmental entity" shall mean this state, de-
partment, board or agency thereof; any county of this state,
department, board or agency thereof; any municipality of this
state, department, board or agency thereof; any school dis-
trict in this state, common or independent, or subdivision
thereof; or any other governmental or quasi - governmental
authority whether specifically named herein or not, authoriz-
ed under a statute, general or local, to enter into contract-
ual agreements for the construction, alteration, or repair of
any public building or the prosecution or completion of any
public work.
(B) "Prime contractor" shall mean any person or per-
sons, firm, or corporation entering into a contractual agree-
ment with a governmental entity for the construction, altera-
tion, or repair of any public building or the prosecution or
completion of any public work.
(C) "Contract payment" means any payment by a govern-
mental entity for the value of labor, material, machinery,
fixtures, tools, power, water, fuel, and lubricants used or
consumed, ordered and delivered for use or consumption, or
specially fabricated for use or consumption but not yet
delivered, in the direct prosecution of a public works con-
tract.
(D) "Retainage" shall mean the part of a contract pay-
ment withheld by a governmental entity to secure performance
of the contract.
SECTION 2. GENERAL REQUIREMENT. In any contract pro-
viding for retainage of greater than five percent of periodic
contract payments, the governmental entity shall deposit the
retainage in an interest - bearing account, and interest earned
on such retainage funds shall be paid to the prime contractor
upon completion of the contract.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 3. EXCEPTIONS. The provisions of this Act
shall not apply to:
(A) a contract executed before the effective date of
this Act;
(B) a contract where the total contract price estimate
at the time of execution of the contract is less than
$400,000;
(C) contracts made by the State Department of Highways
and Public Transportation pursuant to the terms of Chapter
186, General Laws, Acts of the 39th Legislature, Regular Ses-
sion, 1925, as amended (Article 6674a et seq., Vernon's Texas
Civil Statutes); or
(D) until June 1, 1983, contracts made by a political
subdivision funded in whole or in part with water development
bonds pursuant to Section 49 -c, as amended, and Section 49 -d,
as amended of Article III of the Texas Constitution, or water
quality enhancement bonds pursuant to Section 49 -d -1, as
amended, of Article III of the Texas Constitution, or bonds
pursuant to Chapter 54 of the Texas Water Code.
SECTION 4. SEVERABILITY. If any provision of this Act
or the application thereof to any body or circumstances is
held invalid, such invalidity shall not affect the other pro-
visions or applications of this Act which can be given effect
without the invalid provision or application, and to this end
the provisions of this Act are hereby declared severable.
SECTION 5. EMERGENCY. The importance of this legisla-
tion and the crowded condition of the calendars in both hous-
es create an emergency and an imperative public necessity
that the constitutional rule requiring bills to be read on
three several days in each house be suspended, and this rule
is hereby suspended, and that this Act take effect and be in
force from and after its passage, and it is so enacted.
TECHNICAL SPECIFICATIONS
1
1 NOTES FOR REFERENCING CITY OF AUSTIN SPECIFICATIONS
FOR WORK WITHIN THE CITY OF ROUND ROCK
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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. Whenever the term
"City of Austin" is used in the Austin specifications, it
shall be construed to mean the City of Round Rock.
STREET
1. Subgrade density tests are required prior to depositing
base material.
2. Base density and thickness tests are required prior to
application of prime coat.
3. All testing shall be made by an independent laboratory
at the Owner's expense. An authorized representative
of the Owner shall be present when such tests are made.
The number of tests required shall be determined by the
Engineer or his authorized representative.
4. Pavement surface shall be Type "D" hot -mix, hot -lay
asphaltic concrete with a minimum asphalt content of
5%.
5. Backfill behind curbs shall be compacted to obtain a
minimum of 95% of maximum density. Material used for
curb backfill shall be primarily granular (clay mater-
ials with higher P.I. than 35 are prohibited) and free
from boulders and clods larger than 6" in their great-
est dimension. Refer to Standard Detail No. 1 - "Pipe
Bedding" for backfill procedures.
6. For Item No. 203 in Austin Specifications, substitute
Item No. 203 attached.
7. For Item No. 210 in Austin Specifications, substitute
Item No. 210 attached.
WATER
1. Water mains shall be PVC or asbestos cement pipe. The
type, size and class of pipe shall be shown on the
plans.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2. PVC pipe used for water mains shall conform to AWWA
C -900.
3. Valves shall be Mueller iron -body gate valve with ends
as shown on plans.
4. Service material shall be type "K" copper tubing or 160
psi polyethylene tubing conforming to ASTM D2737, SDR 9
with brass fittings.
5. Fire hydrants shall be 3 -way Mueller, improved AWWA
type with pump nozzle for 4 -1/2" fire hose. A 6" gate
valve and valve box shall be provided on each fire
hydrant.
6. Compact trench backfill to obtain a minimum of 95% of
maximum density. Density of backfill trenches under
pavement 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 present when such tests are made.
7. All testing of pipe shall be done under the supervision
of the City, and the Contractor shall perform such
tests as required and furnish all equipment and mater-
ial for same.
8. Sterilization of mains shall be done under the supervi-
sion of the City, and the Contractor shall perform such
sterilization and furnish all material and equipment
for same. The City will be responsible for bacteriolo-
gical tests.
SEWER
1. Sewer pipe shall be PVC or vitrified clay pipe.
2. The type and size of pipe shall be shown on the plans.
3. The type of manhole shall be shown on the plans.
4. Compact trench backfill to obtain a minimum of 95% of
maximum density. Density of backfill trenches under
pavement shall be tested by an independent laboratory.
Such testing will be paid for by the Owner, and an
authorized representative of the City shall be present
when such tests are made.
5. All testing of pipe shall be done under the supervision
of the City, and the Contractor shall perform such
tests as required and furnish all material and equip-
ment for same.
BASIS OF MEASUREMENT AND PAYMENT
1. TECHNICAL SPECIFICATIONS
The following items from the City of Austin Standard
Specifications for Public Works Construction are modi-
fied as related to measurement and payment.
2. ITEM 101 & 102
This item will be considered subsidiary to Item 110,
Street Excavation, which price shall be full compensa-
tion for work herein specified, including the furnishing
of all materials, equipment, tools, labor and inciden-
tals necessary to complete the work.
3. ITEM 110
All acceptable street excavation will be measured by the
square yard as the area for the entire width of the
roadway plus twelve inches (12 ") behind each curb for
the entire length as shown by "Street and Drainage Stan-
dard Detail No. 2 ", attached herein.
This item will be paid for at the contract unit price
bid for "Street Excavation ", as provided under the mea-
surement method as included in the proposal, which price
shall be full compensation for all work herein speci-
fied, including subgrade preparation, unless specified
otherwise and the furnishing of all materials, equip-
ment, tools, labor and incidentals necessary to complete
the work.
4. ITEM 130 & 132
This item will be considered subsidiary to Item 110,
Street Excavation, which price shall be full compensa-
tion for work herein specified, including the furnishing
of all materials, equipment, tools, labor and inciden-
tals necessary to complete the work.
5. ITEM 201
BASIS OF MEASUREMENT AND PAYMENT
STREET & DRAINAGE IMPROVEMENTS
This item will be considered subsidiary to Item No. 110
Street Excavation, which price shall be full compensa-
tion for all work herein specified, including the fur-
nishing of all materials, equipment, tools, labor and
incidentals necessary to complete the work.
Page 1 of 2
6. ITEM 210
"Flexible Base" will be measured by the square yard at
depths specified in the proposal for the area of street
as shown on the "Street and Drainage Standard Detail No.
1 ", attached herein.
This item will be paid for at the contract unit price
bid for "Compacted Base ", which price shall be full com-
pensation for all work herein specified, including the
furnishing, hauling, and placing of all materials, for
all water required and for all equipment, tools, labor
and incidentals necessary to complete the work.
7. ITEMS 230, 232, 234 & 236
No additional compensation will be made for materials,
equipment or labor required by this item, but shall be
considered subsidiary to the various items included in
the Contract.
8. ITEMS 301, 306 & 307
This item shall be measured and paid for subsidiary to
Item 340, "Hot Mix Asphaltic Concrete Pavement ", which
contract unit price bid shall be full compensation for
work herein specified, including the furnishing of all
materials, equipment, tools, labor and incidentals
necessary to complete the work.
9. ITEM 340
Asphaltic concrete pavement will be measured by the
square yard of the specified thickness of the type
actually used in the completed and accepted work in
accordance with "Street and Drainage Standard Detail No.
2 ", attached herein.
10. ITEMS 430 & 431
Accepted work as prescribed by this item will be measur-
ed by the linear foot of concrete curb and gutter, com-
plete in place.
The work performed as prescribed by this item will be
paid for at the unit price bid per linear foot for "Con-
crete Curb and Gutter ", complete at the unit price bid,
which price shall be full compensation for furnishing
and placing all base material, dowels, expansion joint
materials, manipulations, labor, tools, equipment and
incidentals necessary to complete the work.
Page 2 of 2
CITY OF ROUND ROCK
Item No. 203
Lime Treatment for Materials in Place
203.1 Description
This item shall consist of treating the subgrade, existing
subbase or existing base by the pulverizing, addition of lime,
mixing and compacting the mixed material to the required density.
This item applies to natural ground, embankment, or existing pave-
ment structure and shall be constructed as specified herein and in
conformity with the typical sections, lines and grades as shown on
the plans and as established by the Engineer.
203.2 Materials
1. "Hydrated Lime and Lime Slurry" named or referred to in
this item shall meet and be the same as the types and grades spe-
cified in the State Department of Highways and Public Transporta-
tion, Item 264, entitled "Hydrated Lime and Lime Slurry" from
their 1972 Standard Specifications for Construction of Highways,
Streets and Bridges.
2. When Type B, Commercial Lime Slurry, is specified, the
Contractor shall select, prior to construction, the grade to be
used and shall notify the Engineer in writing before changing from
one grade to another.
3. If the minimum design strength or the percent of lime
to be used for the treated subgrade, existing subbase or existing
base is specified, preliminary tests for substantiation shall be
performed in accordance with SDHPT Test Method Tex - 121 -E. In no
case shall the amount of lime used in construction be less than
that recommended in Fig. 3 of that test method, but may be more
depending on Tex -121 -E test results.
4. It is the intent of this specification that the sub -
grade soil, subbase or existing base which is to be lime stabiliz-
ed, be substantially free of organic matter such as concentrations
of weeds, grass, leaves, rotting wood and other such organic mat-
ter deleterious to all kinds of soil stabilization, be removed,
wasted and not included in the pavement sections or in the second-
ary subgrade.
203.3 Equipment
1. The machinery, tools and equipment necessary for proper
prosecution of the work shall be on the project and approved by
the Engineer prior to the beginning of construction operations.
-1-
All machinery, tools and equipment used shall be maintained
in a satisfactory and workmanlike manner.
2. Hydrated lime shall be stored and handled in closed
weatherproof containers until immediately before distribution on
the street. If storage bins are used they shall be completely
enclosed. Hydrated lime in bags shall be stored in weatherproof
buildings with adequate protection from ground dampness.
3. If lime is furnished in trucks, each truck shall have
the weight of lime certified on public scales or the Contractor
shall place a set of standard platform truck scales or hopper
scales at a location approved by the Engineer.
4. If lime is furnished in bags, each bag shall bear the
manufacturer's certified weight. Bags varying more than 5 percent
from the weight may be rejected and the average weight of bags in
any shipment, as shown by weighing 50 bags taken at random, shall
not be less than the manufacturer's certified weight.
203.4 Construction Methods
1. General - It is the primary requirement of this speci-
fication to secure a completed course of treated material contain-
ing a uniform lime mixture free from loose or segregated areas, of
uniform density and moisture content, well bound for its full
depth and with a smooth surface suitable for placing subsequent
courses. It shall be the responsibility of the Contractor to reg-
ulate the sequence of his work, to use the proper amount of lime,
maintain the work and rework the courses as necessary to meet the
above requirements.
The street subgrade shall be constructed and shaped to con-
form to the typical sections, lines and grades as shown on the
plans or as established by the Engineer. The material, either
before or after lime is added, shall be excavated to the secondary
grade (proposed bottom of lime treatment) and removed or windrowed
to expose the secondary grade. The secondary grade shall be scar-
ified for a minimum depth of 6 inches. The scarified material
shall be pulverized, wetted, mixed and compacted in lifts not to
exceed 4 inches in thickness and when finished, shall conform to
the sections, lines and grades as shown on the plans or as estab-
lished by the Engineer. The moisture content of the compacted
subgrade at the time of compaction shall not be more than two per-
centage points below the optimum moisture content for the raw soil
as determined by SDHPT Test Method Tex - 113 -E. The dry density of
the compacted subgrade shall not be more than 102% nor less than
95% of the dry density of the raw soil as determined by SDHPT Test
Method Tex - 113 -E. The moisture content of clay subgrade soils in
the compacted secondary subgrade shall be maintained within + 4
-2-
percent of its compaction moisture content until covered by subse-
quent layers of material unless otherwise approved by the Engi-
neer. Should wet or unstable areas develop in the secondary sub-
grade immediately prior to lime treatment of subgrade layers, the
unstable materials below the secondary subgrade shall be correct-
ed, as directed by the Engineer, by scarifying, adding lime and
compacting until it is of uniform stability.
If the contractor elects to use a cutting and pulverizing
machine that will remove the subgrade material accurately to the
secondary grade and pulverize the material at the same time, there
shall be no lessening of the requirement of exposing the secondary
grade material and treatment as set forth above. The contractor
may further elect to use the cutting and pulverizing machine to
process the secondary grade material to a minimum depth of 6 inch-
es. When cutting, pulverizing machines are used, the contractor
may, when approved by the Engineer, elect to compact the secondary
subgrade material in one lift; however, there shall be no lessen-
ing of moisture - density requirements, or maintenance of same as
set forth above. This method will be permitted only where a
machine is provided which will insure that the material is cut
uniformly to the proper depth and which has cutters that will
plane the secondary grade to a smooth surface over the entire
width of the cut. The machine shall be of such design that a
visible indication is given at all times that the machine is cut-
ting to the proper depth.
2. Application - Lime shall be spread only on the area
where the first mixing operations can be completed during the same
working day.
The application and mixing of lime with the material shall
be accomplished by the method hereinafter described as "Dry Plac-
ing" or "Slurry Placing ".
(a) Dry Placing (When approved by the Engineer)
The lime shall be spread by an approved spreader or by
bag distribution at the rates shown on the plans or as directed by
the Engineer.
The lime shall be distributed at a uniform rate and in
such manner as to reduce the scattering of lime by wind to a mini-
mum. Lime shall not be applied when wind conditions, in the opin-
ion of the Engineer, are such that blowing lime becomes objection-
able to traffic or adjacent property owners. A motor grader will
not be used to spread the lime.
The materials shall be sprinkled as directed by the
Engineer, until the proper moisture content has been secured.
-3-
(b) Slurry Placing
The lime shall be mixed with water in trucks with
approved distributors and applied as a thin water suspension or
slurry. The distribution of lime at the rates shown on the plans
or as directed by the Engineer, shall be attained by successive
passes over a measured section of roadway until the proper mois-
ture and lime content has been secured. The distributor truck
shall be equipped with an agitator which will keep the lime and
water in a uniform mixture.
3. Mixing - The mixing procedure shall be the same for
"Dry Placing" or "Slurry Placing" as hereinafter described:
(a) First Mixing
The material and lime shall be thoroughly mixed by
approved road mixers or other approved equipment, and the mixing
continued until, in the opinion of the Engineer, a homogeneous,
friable mixture of material and lime is obtained, free from all
clods or lumps. Materials containing plastic clays or other
material which will not readily mix with lime shall be mixed as
thoroughly as possible at the time of the lime application,
brought to the proper moisture content and left to cure 1 to 4
days as directed by the Engineer. During the curing period, the
material shall be kept moist as directed.
(b) Final Mixing
After the required curing time, the material shall be
uniformly mixed by approved methods. If the soil binder -lime mix-
ture contains clods, they shall be reduced in size by raking,
blading, discing, harrowing, scarifying or the use of other ap-
proved pulverization methods so that when all nonslaking aggre-
gates retained on the No. 4 sieve are removed, the remainder of
the material shall meet the following requirements when tested dry
by laboratory sieves:
Percent
Minimum Passing 1 -3/4" Sieve 100
Minimum Passing No. 4 Sieve 60
During the interval of time between application and
mixing, hydrated lime that has been exposed to the open air for a
period of 6 hours or more or to excessive loss due to washing or
blowing will not be accepted for payment.
4. Compaction - Compaction of the mixture shall begin im-
mediately after final mixing and in no case later than 3 calendar
days after final mixing, unless approval is obtained from the
-4-
Engineer, The material shall be aerated or sprinkled as necessary
to provide the optimum moisture. Compaction shall begin at the
bottom and shall continue until the entire depth of mixture is
uniformly compacted.
If the total thickness of the material to be treated
cannot be mixed in one operation, the previously mixed material
shall be bladed to a windrow just beyond the area to be treated
and the next layer mixed with lime as specified in Number 3. The
first layer of the treated material shall be compacted in such a
manner that the treated material will not be mixed with the under-
lying material.
The course shall be sprinkled as required and compact-
ed to the extent necessary to provide the density specified below
as determined by the use of the compaction ratio method:
Description
For lime treated subgrade, existing
subbase or existing base that will
receive subsequent subbase or base
courses.
For lime treated existing subbase
or existing base that will receive
surface courses.
Density, Percent
Not less than 95 except
when otherwise shown on
the plans.
Not less than 98 except
when otherwise shown on
the plans.
The testing will be as outlined in SDHPT Test Method
Tex -113 -E or other approved methods. In addition to the require-
ments specified for density, the full depth of the material shown
on the plans shall be compacted to the extent necessary to remain
firm and stable under construction equipment. After each section
is completed, tests as necessary will be made by the Engineer. If
the material fails to meet the density requirements, it shall be
reworked as necessary to meet these requirements. Additional lime
shall be added, at the sole expense of the contractor, when any
lime stabilized soil is reworked due to insufficient densities.
It shall be the sole responsibility of the Engineer either to
accept the reworked section or sections, or to require new Tex -
113-E moisture - density tests to determine the new density require-
ments on the then, different treated sections. Throughout this
entire operation, the shape of the course shall be maintained by
blading and the surface upon completion shall be smooth and in
conformity with the typical section shown on the plans and to the
established lines and grades. Should the material, due to any
reason or cause, lose the required stability density and finish
before the next course is placed or the work is accepted, it shall
be recompacted and refinished at the sole expense of the contrac-
tor.
-5-
203.5 Finishing, Curing and Preparation of Surfacing
After the final layer or course of the lime treated sub -
grade, subbase or base has been compacted, it shall be brought to
the required lines and grades in accordance with the typical sec-
tions. The completed sections shall then be finished by rolling
as directed with a pneumatic tire or other suitable roller suffi-
ciently light to prevent hairline cracking. Where continued re-
shaping and rolling of lime treated materials the contractor, at
his option, may blade off and waste the top 3/4 inch of retempered
material or he may re- sprinkle with additional lime slurry and
retain the material. In any case there shall be no final reduc-
tion in section thickness due to any blading off of retempered
material. The completed section shall be moist -cured for a mini-
mum of 7 days before further courses are added or any traffic is
permitted, unless otherwise directed by the Engineer. In cases
where subgrade treatment or subbase sets up sufficiently to pre-
vent objectionable damage from traffic, such layers may be opened
to traffic 2 days after compaction. If the plans provide for the
treated material to be sealed or covered by other courses of
material, such seal or course shall be applied within 14 days
after final mixing is completed, unless otherwise directed by the
Engineer.
203.6 Measurement
Lime treatment of the subgrade, existing subbase, and
existing base shall be measured by the square yard to neat lines
as shown on the typical sections.
When Type A, Hydrated Lime is used, the quantity of lime
will be measured by the ton of 2,000 pounds, dry weight.
When Type 8, Commercial Lime Slurry is used, the quantity
of lime shall be calculated from the required minimum percent
solids based upon the use of Grade 1, Grade 2, or Grade 3 as fol-
lows:
Grade 1: The "Dry Solids Content" shall be at least 31
percent by weight of the slurry and the quantity of lime will be
calculated by the ton of 2,000 pounds based on the 31 percent, as
delivered on the road.
Grade 2: The "Dry Solids Content" shall be at least 35
percent by weight of the slurry and the quantity of lime will be
calculated by the ton of 2,000 pounds based on the 35 percent, as
delivered on the road.
Grade 3: The "Dry Solids Content" shall be at least 46
percent by weight of the slurry and the quantity of lime will be
calculated by the ton of 2,000 pounds based on the 46 percent, as
delivered on the road.
-6-
203.7 Tolerances
The Engineer may elect to accept the work, provided that
not more than 20% of the density tests performed each day are out-
side the specified density requirement, from SDHPT Test Method
Tex -113 -E testing, by no more than 2 pounds per cubic foot and
where no two consecutive tests on continuous work are outside the
specified limits. Density tests shall be determined by SDHPT Test
Method Tex -115 -E or by other methods approved by the Engineer.
It shall be the responsibility of the Contractor as set
forth under "Description" and "Construction Methods" above, to
construct in accordance with the specifications herein to the
typical sections, lines and grades shown on the plans or as estab-
lished by the Engineer. Depth tests shall be made for total
thickness prior to final acceptance of the work. Thicknesses
which are within 1/4 inch of plan thicknesses shall be construed
as meeting plan thicknesses. Thicknesses deficient by more than
1/4 inch but less than 1/2 inch may be accepted by the Engineer
provided not more than any 300 linear feet of continuous work is
found to be deficient in thickness. When pavement is found to be
over 1/2 inch deficient in thickness, the contractor shall bring
the section found to be deficient, to the correct thickness by
laying hot -mix, hot -lay surfacing at his sole expense.
Coring - Thickness determinations shall be made in accord-
ance with SDHPT Test Method Tex -424 -A or other methods approved by
the Engineer.
203.8 Payment
Work performed and materials furnished as prescribed by
this item and measured as provided under "Measurement" will be
paid for as follows:
Lime will be paid for at the unit price bid per ton of
2,000 pound for "Lime ".
"Lime Treated Subgrade ", "Lime Treated Existing Subbase ",
and "Lime Treated Existing Base ", will be paid for at the unit
price bid per square yard.
The unit prices bid shall each be full compensation for
preparing the roadbed; for furnishing all materials; for all
freight involved; for public scales weighing charges or for fur-
nishing scales and labor involved in weighing the material; for
loosening, mixing, pulverizing, spreading, drying, application of
lime, sprinkling, rolling, shaping, maintaining; and for all
manipulations, labor, equipment, fuels, tools and incidentals
necessary to complete the work.
-7-
Payment will be made under:
Pay Item No. 203 -A: Lime treated subgrade - per square
yard.
Pay Item No. 203 -B: Lime treated existing subbase - per
square yard.
Pay Item No. 203 -C: Lime treated existing base - per
square yard.
Pay Item No. 203 -D: Lime, per ton.
-8-
CITY OF ROUND ROCK
Item No. 210
Flexible Base
(Crushed Stone)
210.1 Description
"Flexible Base" shall consist of a foundation course for
surfacing, pavement or other base courses; shall be composed of
crushed stone or gravel, and shall be constructed as herein speci-
fied in one or more courses in conformity with the typical sec-
tions shown on the plans and to the lines and grades as establish-
ed by the Engineer.
210.2 Material
The material shall be crushed or uncrushed as necessary to
meet the requirements hereinafter specified, and shall consist of
durable stone or gravel, crushed and /or screened to the required
particle size, with or without other approved fine sized material.
The material shall be from approved sources.
210.3 Grades
It is the intent of this specification that unless other-
wise indicated on the plans, the final course of the base material
shall consist of Grade 1, and other base course or subbase mater-
ials may consist of Grades 1 or 2. The final base courses shall
be defined as the design or plan thickness of flexible base, ex-
clusive of surfacing, up to a thickness of 8 inches. That depth
exceeding 8 inches in the thicker bases are referred to as other
base courses or subbase materials. Both grades shall, when tested
by SDHPT standard laboratory test procedures, meet the physical
requirements as set forth in the specification test limits tabula-
tion.
Testing of flexible base materials shall be in accordance
with the following Texas Highway Department standard laboratory
test procedures:
1) Preparation for Soil Constants
and Sieve Analysis Tex -101 -E
2) Liquid Limit Tex -104 -E
3) Plastic Limit Tex -105 -E
4) Plasticity Index Tex -106 -E
5) Sieve Analysis Tex -110 -E
6) Wet Ball Mill Tex -116 -E
7) Triaxial Test Tex -117 -E (Part II)
-1-
Unless otherwise specified on the plans, job - control
samples for testing the materials for Soil Constants, Gradation
and Wet Ball Mill shall be taken prior to the compaction opera-
tions.
Unless otherwise specified on the plans, all base material
will be stockpiled after crushing; tested by the testing agency
designated by the City of Round Rock; and approved by the City of
Round Rock prior to being hauled to the project site.
The material shall be well graded and when properly tested,
shall meet the following requirements:
PHYSICAL REQUIREMENTS FOR FLEXIBLE BASE MATERIALS
Crushed or Broken Aggregate
Grade 1
Retain on
Sq. Sieve
1 -3/4" 0
7/8" 10 -35
3/8" 30 -50
No. 4 45 -65
No. 40 70 -85
Max. LL 35
Max. P1 10
*Max. Wet
Ball Mill 40
210.4 Tolerances
GRADES
-2-
Grade 2
Retained on
Sq. Sieve
1 -3/4" 0 -10
No. 4 45 -75
No. 40 60 -85
Max. LL 40
Max. P1 12
*Max. Wet
Ball Mill 50
Minimum compressive strength for both Grades 1 and 2 when
subjected to the triaxial test: 35 PSI to 0 PSI lateral pressure
and 175 PSI at 15 PSI lateral pressure, unless otherwise designat-
ed on the plans.
*Unless otherwise shown on plans, the maximum increase in
material passing the number 40 sieve resulting from the Wet Ball
Mill Test shall not exceed 20. The WBM test is not required on
flexible base consisting of crushed siliceous gravel.
The limits established reasonably close conformity with the
specified gradation and plasticity index are defined by the fol-
lowing:
The Engineer may accept the material, providing not more
than 2 out of 10 consecutive gradation tests performed are outside
the specified time limit on any individual or combination of
sieves by no more than 5% and where no two consecutive tests are
outside the specified limit.
The Engineer may accept the material providing not more
than 2 out of 10 consecutive plasticity index samples tested are
outside the specified limit by no more than 2 points and where no
two consecutive tests are outside the specified limit.
210.5 Construction Methods
1. Preparation of Subgrade - The street shall be prepared
and shaped in conformity with the typical sections shown on plans
and to the lines and grades as established by the Engineer. Prior
to placement of any flexible base or subbase material, the sub-
grade clay soil shall be scarified to a minimum depth of 6 inches.
The scarified material shall be pulverized, wetted, mixed and com-
pacted in lifts not to exceed 4 inches in thickness and when
finished, shall conform to the sections, lines and grades as shown
on the plans or as established by the Engineer. The moisture con-
tent of the compacted subgrade at the time of compaction shall not
be more than two percentage points below the optimum moisture con-
tent for the raw soil as determined by SDHPT Test Method Tex -113-
E. The dry density of the compacted subgrade shall not be more
than 102% nor less than 95% of the dry density of the raw soil as
determined by SDHPT Test.
The moisture content of clay subgrade soils in the compact-
ed subgrade shall be maintained within + 4 percent of its compac-
tion moisture content until covered by subsequent layers of mater-
ial unless otherwise approved by the Engineer. The intent of this
requirement is to insure that swelling clay subgrade soils be
placed in the manner to lessen swell and heaving and then to main-
tain this condition until covered by subsequent materials. Should
wet or unstable areas develop in the subgrade just prior to place-
ment of base or subbase materials, such areas shall be corrected
as directed by the Engineer. The surface of the subgrade shall be
furnished to line and grade as established and in conformity with
the typical section shown on plans, and any deviations in excess
of 1/4 inch in cross section and in a length of 10 feet measured
longitudinally shall be corrected by loosening, adding or removing
material, reshaping and recompacting by sprinkling and rolling.
Sufficient subgrade shall be prepared in advance to insure satis-
factory prosecution of the work. Material excavated in the prep-
aration of the subgrade shall be utilized in the construction of
slopes or otherwise disposed of as directed, and any additional
material required for the completion of slopes shall be secured
from sources indicated on plans or designated by the Engineer.
Blue tops shall be set by the contractor for subgrade on center-
line, quarter points and curb lines at intervals not exceeding 50
feet.
-3-
2. First Course - Immediately before placing the base
material, the subgrade shall be checked as to conformity with
grade and section. The thickness of each course shall not exceed
6 inches and will be equal increments of the total depth.
The material shall be delivered in approved vehicles of a
uniform capacity and it shall be the charge of the contractor that
the required amount of specified material shall be delivered in
each 100 -foot station. Material deposited upon the subgrade shall
be spread and shaped the same day unless otherwise directed by the
Engineer in writing. In the event inclement weather or other
unforeseen circumstances render impractical the spreading of the
material during the first 24 -hour period, the material shall be
scarified and spread as directed by the Engineer. The material
shall be sprinkled, if directed, and shall then be bladed, dragged
and shaped to conform to typical sections as shown on the plans.
All areas and "nests" of segregated course or fine material shall
be corrected or removed and replaced with well graded material, as
directed by the Engineer. If additional binder is considered
desirable or necessary after the material is spread and shaped, it
shall be furnished and applied in the amount directed by the Engi-
neer. Such binder material shall be carefully and evenly incor-
porated with the material in place by scarifying, harrowing,
brooming or by other approved methods.
The course shall be sprinkled as required and compacted to
the extent necessary to provide not less than the percent density
as hereinafter specified under "Density ". In addition to the
requirements specified for density, the full depth of flexible
base shown on the plans shall be compacted to the extent necessary
to remain firm and stable under construction equipment. After
each section of flexible base is completed, tests as necessary
will be made by the Engineer. If the material fails to meet the
density requirements, it shall be reworked as necessary to meet
these requirements. Throughout this entire operation, the shape
of the course shall be maintained by blading, and the surface upon
completion, shall be smooth and in conformity with the typical
section shown on the plans and to the established lines and
grades. In that area on which pavement is to be placed, any
deviation in excess of 1/4 inch in cross section and in a length
of 10 feet measured longitudinally shall be corrected by loosen-
ing, adding or removing material, reshaping and recompacting by
sprinkling and rolling. All irregularities, depressions or weak
spots which develop shall be corrected immediately by scarifying
the areas affected, adding suitable material as required, reshap-
ing and recompacting by sprinkling and rolling. Should the base
course, due to any reason or cause, lose the required stability,
density and finish before the surfacing is complete, it shall be
recompacted and refinished at the sole expense of the contractor.
-4-
3. Succeeding Courses - Construction methods shall be the
same as prescribed for the first course. Blue tops shall be set
by the contractor for finished base grade on center -line and
intermediate points not exceeding 11 feet between points at 50
foot intervals.
4. Density - Each course of flexible base shall be com-
pacted to not less than 100 percent density when tested in accord-
ance with THD Test Method TEX- 113 -E. Field density determination
shall be made in accordance with approved methods.
210.6 Measurement
"Flexible Base" will be measured by the square yard at
depths specified in the proposal for the area of street as shown
on the typical sections of the plans or otherwise provided for in
the contract documents, complete in place; by the cubic yard,
loose vehicle measurement; or, by the cubic yard, complete in
place, as indicated in the proposal.
210.7 Payment
This item will be paid for at the contract unit price bid
for "Flexible Base" which price shall be full compensation for all
work herein specified, including the furnishing, hauling, and
placing of all materials, for all water required and for all
equipment, tools, labor and incidentals necessary to complete the
work.
Payment will be made under:
Pay Item No. 210 -A: Flexible Base (complete in place),
per square yard
Pay Item No. 210 -B: Flexible Base (loose vehicle measure-
ment), per cubic yard
Pay Item No. 210 -C: Flexible Base (complete in place),
per cubic yard
-5-
Detail No.
1
2
INDEX TO STANDARD DETAILS
24" Curb & Gutter
Description
Limits of Measurement & Payment for Curb &
Gutter Streets
3 Concrete Valley Gutter
4 Typical Driveway Construction Detail
5 Typical Driveway Construction Detail
6 Railroad Bore for Storm Drain
7 Slope Grate Inlet
8 Grate Inlet
9 Concrete Retaining Wall
10 Driveway for Cushing Park Lot 7
11 4' Sidewalk
12 Storm Drain Pipe Bedding
13 Typical Manhole
N
.-1
.-1
24"
6" 18"
0
l "R
STANDARD CATCH CURB
b GUTTER SECTION
f
1"
1/2" R.
1"
1'
18"
w
6"
6"
24" CURB & GUTTER
STANDARD DETAIL NO.
24"
18"
CURELESS GUTTER LAY -DOWN CURB
SPILL GUTTER
18"
NOTE: 1) All Concrete Shall be Minimum
2500 P.S.I. @ 28 Day Strength
2) Expansion Joints Required @
Intervals Not to Exceed 20 Feet
12
LIMIT OF MEASUREMENT FOR PAYMENT FOR
" STREET EXCAVATION " AND
"LIME STABILIZED SUBGRADE"
BACK - OF - CURB TO BACK -OF -CURB
MAX. S %- MIN. I%
SLOPE TO CURB
W
OF MEASUREMENT FOR PAYMENT FOR
" FLEXIBLE BASE"
a
"ASPHALTIC CONCRETE PAVEMENT"
STREET RIGHT —OF -WAY WIDTH
LIMITS OF R.O.W. GRADING
SUBSIDIARY TO STREET
EXCAVATION ITEM
I. FLEXIBLE BASE UNDER CURB AND GUTTER SHALL BE
SUBSIDIARY TO CURB, AND GUTTER ITEM
2 • SUB PREPARATION SHALL BE SUBS D I ARY TO
STREET EXCAVATION ITEM.
12"
«mow.
R.O.W. GRADING SHALL BE
SUBSIDIARY TO STREET
EXCAVATION ITEM
LIMITS OF MEASUREMENT FOR PAYMENT FOR
CURB a GUTTER STREET
STANDARD DETAIL NO.2
1
1
1
1
1
■
1
1
1
1
1
1
1
1
1
1
II
n
0
a
Limits of Item "Concrete Valley (utter" Dimension Varies with ST. Width & Return: Radius
i NOTES:
1) Pavement, Base and Curb
& Gutter Quantities will
be deducted within limits
p,6 I of concrete valley gutter
41>1..- I 2) All concrete shall be
yy . I 3,000 P.S.I.
e
��- FL Gutter
a�
b
V)
+7
2
7
6'
6X6X6 Ga.W.W.F.
�e��i I #3 gars @12 "o.C.
! ■ei ■► ea. way
!awl, 6 "high Curb i
6" Uniform Thickness
I
I
I
A - A
il
4
Limits of itan "Concrete Valle Gutter"
CONCRETE VALLEY GUTTER
STANDARD DETAIL NO. 3
1
1
1
1
1
■
1
1
1
1
1
1
1
1
1
1
Id- 0" Min.
RADIUS -5' Res. I
id COMMERCIAL
'
I No. 3 Bars on 24"
centers each way
6 "Reinf. Conc. Pvmt.
on Compacted earth
subpade
—}
io
_t
Expansion Join NOTE: Construction Joints required
ASPHALT PMT
PLAN AN N for Driveways Ieormore in width.
24" Na 6 Smooth Dowell
16" Dowell Coating
2
1 • .
/4Min.
2"Min
3/4 Hot poured
R =1'4� 1 Rubber Jt. Seal Comp '
i-
-
;.. 6... ;.-
®•.. ..:..6 •.5 ". •' .• 11®
1 Clearance.
Bar Stop.
Dowell Sleeve to tit
����
: e... �� DowelL and be secured.
MS I ® s3 /IO . ®
g
Closed end
Edges rounded
Board Expansion 30 No. 4
Joint Filler Continuous welded
EXPANSION JOINT consisting of No.6
and Dowell Holds
Steel bars welded
to radius 1 Hot poured Rubber
Joint Sealing Compound
Dowell Bar Chair
gage 2 -wire Chair
of Dowell and 2 No.4
at each intersection.
Frit..Pour•
Second Pour
No. 3 Bars an 24" Dia. Lap bars 20" and tie
centers both ways
CONSTRUCTION JOINT
TYPICAL DRIVEWAY CONSTRUCTION DETAIL
STANDARD DETAIL NO. 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
.t-
10 Min
Limit of Pavement
for Driveway
It
O ` e
c
lo
z 1
I/2 Expansion Joint Expansion Jo
Material 4 _ Joint
( onst. Joint required tor
widths over Ifi Ft.
Delete from Curb a Gutter Quantities
Saw Cut
Ries I/4 Par Ft.
6.
Varies (normally Id)
J
10
- 1
t
Normal
_
Asphaltic Concrete
Surface Course
io
•
n .
°""" 3000 psi Conc.
-,�
(5 S.K./ C.Y.)
No,3 Bars. at
24 0.C. each way
2" Sand or subgrade
compacted to 95 %max. density
Expendable Joint Mat'I.
NOTES:
existing drives or parking lots
includeing Asphalt Pavement, if
will be made for this .
Compacted Base
Course
1/2"
GENERAL
Contractor shall match
with new drive approach,
required. No additional payment
work.
STANDARD DETAIL NO. 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
36" CGM.P
(NORMAL LAY),
SEE PLAN FOR FL
30'
LIMITS OF BORE
36" C.G.MP
- r-
RAIL
PROFILE
END VIEW
UNDISTURBED EARTH
SEE PLAN FOR FL
RAILROAD BORE
DETAIL NO.6
LI
>k3 BARS 8
6
A L2 I� -0
II 0
6
"0.C.
`• "`�
—,`
, 7, 11 4 BA: S AT 4
•
_
\
•v
_
BARS B *3 BARS
-1••• A BARS D
°
—
ELEVATION
od
I .:
„zi +a
..
0 I O ° •
I .
1 , I .:
1
*4 BARS AT
4 "0.C. NOTE:
1. ALL CONCRETE SHALL BE
PLAN CLASS A. CHAMFER ALL
D412" EXPOSED CORNERS 3/4'.
S2 BARS
6 D 6
is LI + 14"
_
p
e
or
cc r-
�'-
BARS D
PERMISSIBLE
' ' .
o
N I-
Ct a
_
,
JOINT 30"
BARS B
BARS B
SECTION A -A BARS D
ROUND PIPE
ELLIPTICAL PIPE
0
H
LI
L2
D 1 11-6"
H
LI
L2
18"
24"
10'-6"
9'- 0"
25" X 16"
22"
9' -6'
8' - 0"
24"
30
13 -6"
12' - 0'
29" X 18"
24"
10 -6"
9 -0"
30"
36"
16'- 6"
15' -0"
36" X 22"
28"
12
11' -0"
36"
42" .
19 - 6"
18 -0"
43" X 27'
33"
15 -0"
13' -6"
SLOPE GRATE INLET DETAILS
STANDARD DETAIL NO. 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r I ft CC.MP
,—
iii,T cl
a I
3 0 4 Bars. /2
Eaeb Wily
r
3 °4 Bass
Each Wey
;1 4
I
3 O`
00
) I I
B J PLAN
SECT /ON AA
TOP
3 =0
Extra Bar Ofxni49
SECT /ON 8-8
MN
2"
6 "
N4 Bars
at 8"
12"
L +12"
12"
3 M 11
W + 12"
Culvert
Heavy Duty
Traffic Grate
N4 Bars at 8"
each way
1 /2 " /ft.
•
Grout Flowline
to Match Culvert
L
Culvert
NOTE: Contractor shall
match flowline of culvert
to flowline of inlet.
GRATE INLET
STANDARD DETAIL NO. 8
3/8"x 8" GALV. ANCHOR BOLTS
(4 REQ'D. PER POST)
THIS FACE ONLY SHALL
BE PLASTERED W/MORTAR
AFTER FORMS ARE REMOVED
NAT GROUND
TERMINAL SECTION
N.T.B.
: co
0
co
w
PVC WATERSTOP.
TAPER TO GROUND
• MAX. 4 I SLOPE
X — SECTION
N.T. S.
FENCE SLATS (BY OTHERS)
4"x 4"x 6' FENCE POST (BY OTHERS)
FENCE POST
BRACKETS IP
8' 0.C.
3000 PS.I. CONC.
* 5 BARS 8" 0.C. BOTH WAYS
4"
Yt 2"CLEAR COVER IT )
o to b t , 00 ° MIN. 6" CRUSHED
0
o
STONE BEDDING
CONCRETE RETAINING WALL
STANDARD DETAIL NO. 9
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1-
1
6 m./
poly
House &
eara3e
Concrefr
Typ.
Low R /nt
sar+ai or Crusher/
storie ecodhy
Section?
/8
—J-
IO
See Let/ 4'5
for Drive Approx.
s
25 '
4deep, %1
Asphalt /mpre9raated
Ex fr/86%.
5/8' Deep
Control ,i0//7 t5
/0
l4 'x ka .4,5% /t - /m r7,R ed
Expansion /t. Mani
Cas/7/t79 Park
Drive way For- Lot 7
Std. Detd/ / /0
it
Saw -cut
Remove rlst
Concrete -,
0 Tree
4 "Thick 2500 RS. /. Conc.
Renforceci w /6X6r69:9
WWF (F/nish Sur ace
to be Corn,oatab /e wifh
Euist. C -7 r-ett)
/8'
Above .ev
p{ £Xist. Curt.
CONCRETE
CURB & GUTTER
1/2" EXPANSION JT.
MATERIAL
( TOP /SIDEWALK 1D MATCH TOP /CURB
OR SLIGHTLY HIGHER (NOT MORE THAN }g ")
THAN CURB TO AVOID WATER POCKETS.
6x6 "6 GA. WWF
= . F7.
SECTION
PLAN
MINIMUM 4"SAND OR CRUSHED
STONE BEDDING
2500 P.S.I. CONCRETE
TOOLED CONTRACTION
c JTS.• 20'QC.
3/4' MIN.
SECTION A - A
1 /2" EXPANSION JT. MATERIAL
• 20' SPACINGS TO MATCH JTS.
IN CURB
4 SIDEWALK DETAILS
STD. DETAIL NO. I 1
Pavement
Base
•
Min. 4" Sand or Crushed
Bedding Material per
Standards. (Lime
are NOT Acceptable)
. - - r.
"..0;..:•• ° f:3. 0 p a
• q a•.
•' o 0 o 0 0 "
P °o °;' pQ,.
p746Qca° .a q. •
•.° �O-O O .O p
.
,•�aooQU °°OQ�O °a° 1:1
o9 °a, o� �o °'a•
°Qc o `• °:`o .0o
2 y . c:..
's a g o .. . .
, ; 6 , ,,
p o.; ! •
•:o;+ ''
Crushed Li Base Material
Compacted to 95% Max.
Density in 6" Lifts.
Excavate Depressions For
Bells. Pipe Must Be Supported
Along Its Entire Length by
Bedding Material.
When storm drain is not in
paved area, select backfill
material per Austin specs
may be substituted for crushed
limestone.
=re
Stone
Austin
Screenings
NOTE:
STORM DRAIN PIPE BEDDING
STANDARD DETAIL NO. 12
—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
NATURAL
GRADE
PAVED SURFACE
NOTE:
WHERE A STUB SHALL BE
CONSTRUCTED IT SHALL
BE TERMINATED WITH A
PLASTIC OR NEOPRENE
PLUG.
CLASS "B"
CONCRETE BASE
FOR MANHOLE CAST -IN-
PLACE BY
CONTRACTOR '
* FOR P.V.C. PIPE SEAL INTO
MANHOLE-INSTALL NEOPRENE
O-RING ON PIPE AND MORTAR
TO MANHOLE FOR TIQHT SEAL.
CAST IRON MANHOLE FRAME AND COVER
(TD BE FURNISHED AND INSTALLED BY
CONTRACTOR) T.V.I. & S NO. 672
OR EQUAL.
2 "x8 "x24" DIAM. PRECAST
REINFORCED CONCRETE GRADE
RINGS (SET IN MORTAR BFD AND
BRING TO FINISHED
GRADE).
48" DIAMETER MANHOLE CONE
- REFORMED RAM -NEK JOINT
SEALING COMPOUND OR EQUAL.
PLACED BEFORE INSTALLATION
IN ACCORDANCE WITH
MANUFACTURER'S INSTRUCTIONS.
--48" DIAMETER ASIM C -76,
CLASS III OR EQUAL. •
P- VARIES - (6' -0" STANDARD)
12" MINIMUM
TYPICAL MANHOLE
STANDARD DETAIL 13