Loading...
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