R-82-460 - 6/24/19821
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Haynie & Kallman Inc.
CONSULTING ENGINEERS
CITY OF ROUND ROCK, TEXAS
GEORGETOWN STREET BRIDGE - 1982
SPECIFICATIONS AND CONTRACT DOCUMENTS
Bids will be received at the City Hall of the City of Round
Rock, 214 East Main Street, Round Rock, Texas 78664, at 2:00
P.M., Monday, June 14, 1982.
Specification No.
L
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 76664
(512) 255 -4564, 255 -7661
June 9, 1982
ADDENDUM NO. 1
GEORGETOWN STREET BRIDGE - 1982
ADDENDUM NO. 1 - 1/2
CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Timothy E. Haynie, P.E.
Steven D. Kallman, P.E.
Addendum No. 1 to the Plans, Specifications and Contract
Documents for the "Georgetown Street Bridge - 1982" project
for the City of Round Rock, Texas.
1. The sheet title of Sheet 12 of the Plans is amended to
read "Combination Rail Type C -301 (Optional Bid)" and the
title of Sheet 13 is amended to read "Combination Rail
Type C3(F) (Base Bid) ".
2. The interior steel diafram option is shown deleted on
Sheet 10 of the Plans. This option will be allowed.
3. As a matter of clarification, the existing concrete foot-
ing which is in the water shall be removed to flush with
the creek bottom as a subsidiary item to Bid Item No. 496
"Remove Existing Structure, Large ".
4. Should old pilings or footings be encountered during
drilling for drill shafts, the Contractor will be paid
additional compensation in accordance with Sections 2.12
and 2.13 of the General Conditions.
5. The Engineer may, at his option, elect to delete the bell
footings and achieve additional load bearing capacity by
increasing the depth of drilled shaft into the dark gray
shale as per Items 5 and 6 of the conclusions in the
foundation investigation. If this option is chosen, the
contract total will be revised by additions and deletions
at unit prices and will not affect the basis of award.
6. The existing bridge trusses may be salvaged for scrap
value and become the property of the Contractor when the
bridge is dismantled.
June 9, 1982
Addendum No. 1
Georgetown Street Bridge - 1982
7. The area southwest of the bridge adjacent to Georgetown
Street is City property and is available for construction
operations.
8. Arrangements will be made with overhead utility companies
to relocate overhead lines during construction, at no
expense to the Contractor.
9. Each Bidder shall acknowledge receipt of this Addendum on
Page 2 of the "Proposal ".
ADDENDUM NO. 1 - 2/2
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS (ADVERTISEMENT)
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
AGREEMENT
BID BOND
PERFORMANCE BOND
PAYMENT BOND
INSURANCE CERTIFICATE
INFORMATION REQUIRED OF LOW BIDDER
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
SOILS REPORT - FOUNDATION INVESTIGATION
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
GEORGETOWN STREET BRIDGE - 1982
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 Georgetown Street
Bridge, 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 Georgetown Street Bridge - 1982 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 and payment bonds within ten (10) days after notice of
award of contract 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 considered. All bid securities will be returned to
the respective bidders within twenty -five (25) days after
bids are opened, except those which the Owner elects to hold
until the successful bidder has executed the contract.
Thereafter all remaining securities, including security of
the successful bidder, will be returned within sixty (60)
days. The successful 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 acceptable according to the latest list of com-
panies holding certificates 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
ADVERTISEMENT
PROJECT TITLE: City of Round Rock -
Georgetown Street Bridge - 1982
OWNER: The City of Round Rock, Texas
LOCATION: Round Rock, Texas
TYPE: Prestressed Concrete Beam
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
PLANS AVAILABLE: May 24, 1982
Haynie & Kallman, Inc.
2115 North Mays
Round Rock, Texas 78664
Telephone - (512) 255 -7861
OPENING TIME: 2:00 P.M., June 14, 1982
OPENING PLACE: City Hall
City of Round Rock
214 East Main Street
Round Rock, Texas 78664
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which
are included herein, and shall be enclosed in a sealed enve-
lope addressed to:
The City of Round Rock
c/o Haynie & Kallman, Inc.
2115 North Mays
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR GEORGETOWN STREET BRIDGE - 1982 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 reflection. The complete proposal forms shall
be without addition, alterations or erasures. Alternative
proposals will not be considered unless called for. No oral,
telegraphic or telephonic proposals or modifications will be
considered. The proposal may be withdrawn upon request by
the bidder without prejudice to himself prior to, but not
after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his
duly authorized representative, and is filed with the Owner.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership,
corporation or association under the same or different names,
will not be considered. Reasonable grounds for believing
that any bidder is interested in more than one proposal for
the work contemplated will cause the rejection of all propo-
sals in which such bidder is interested. If there is reason
for believing that collusion exists among bidders, all bids
will be rejected and none of the participants in such collu-
sion will be considered in future proposals.
1 of 3
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after an award of the Contract,
the Owner will return the proposal guarantees accompanying
each of the proposals as are not considered in making the
award. All other proposal guarantees will be held until the
Contract has been finally executed. They will then be re-
turned to the respective bidders whose proposals they accom-
pany.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will be awarded to responsible bidders
whose proposals comply with all the requirements prescribed.
Awards, if made, will be made within thirty (30) calendar
days after the opening of the proposals. The Owner reserves
the right to reject any or all bid proposals, to accept the
lowest responsible bidder's proposal, and to waive any infor-
mality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written con-
tract with the Owner on the form of agreement provided.
Failure or refusal to enter into a contract as herein provid-
ed, or to conform to any of the stipulated requirements in
connection therewith shall be a just cause for the annulment
of the award. If the successful bidder refuses or fails to
execute the Contract, the Owner may award the Contract to
second lowest responsible bidder. If the second lowest re-
sponsible bidder refuses or fails to execute the Contract,
the Owner may award the Contract to the third lowest respon-
sible bidder. On the failure or refusal of such second and
third lowest responsible bidder to execute the Contract, the
work may be re- advertised.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cash-
ier's check or bid bond in the amount of not less than 5% of
the amount named in the proposal. Said check or bond shall
be made payable to the Owner and shall be given as a guaran-
tee that the bidder, if awarded the work, will enter into a
contract within ten (10) days after the award and will fur-
nish the necessary bonds as hereinafter provided. In case of
refusal or failure to enter into said contract, the check or
bond as the case may be, shall be forfeited to the Owner. No
bidder's bond will be accepted unless it conforms substan-
tially to the form furnished by the Owner, which is bound
herein, and is properly filled out and executed.
2 of 3
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed
and his full name and his address shall be given; if it is
made by a firm it shall be signed with the co- partnership
name by a member of the firm, who shall sign his own name,
and the name and address of each member shall be given; and
if it is made by a corporation the name of the corporation
shall be signed by its duly authorized officer or officers
attested by the corporate seal, and the names and titles of
all officers of the corporation shall be given.
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration
will be given not only to the financial standing, but also to
the general competency of the bidder for the performance of
the work covered by the proposal. To this end each proposal
shall be supported by a statement of the bidder's experience,
on the form entitle "Information Required of Bidder ", bound
herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed
work and the Contract Documents therefore. It will be assum-
ed that the bidder has investigated and is satisfied as to
the conditions to be encountered; as to the character, qual-
ity and quantity of materials to be furnished and as to the
requirements of the Contract, Specifications and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of
the Plans or Specifications must make request for such infor-
mation in writing to Engineer, prior to 48 -hours before the
bid opening. Answers to all such requests will be given in
writing to all bidders, in Addendum form, and all Addenda
will be bound with, and made a part of, the Contract Docu-
ments. No other explanation or interpretation will be consi-
dered official or binding. Should a bidder find discrepan-
cies in, or omissions from the Plans, Specifications or other
Contract Documents, or should he be in doubt as to their
meaning, he should at once notify the Engineer in order that
a written Addendum may be sent to all bidders. Any Addenda
issued prior to twenty -four (24) hours of the opening of bids
will be mailed or delivered to each Contractor contemplating
the submission of a proposal on this work. The proposal as
submitted by the Contractor will be so constructed as to in-
clude any Addenda if such are issued by the Engineer prior to
twenty -four (24) hours of the opening of bids.
3 of 3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
GEORGETOWN STREET BRIDGE - 1982
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 7
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 ,.7c7 calendar days.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reser-
ves the right to reject any or all Proposals or to waive any
informalities of technicalities in any proposal in the inter-
est of the Owner, except as specifically limited by the terms
of the Contract Documents or applicable Laws or Governmental
Regulations.
ADDENDA
The undersigned acknowledges receipt of the following adden-
da:
Addendum No.
Page 2 of 7
Dated
j %i'
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
/
Name of Contractor Date
Exe ted bj (Sigtfature)�
/5 /S
Business Address
) / //-i /af/ /c'
City
(Seal if Bid is by a Corporation.)
ATTEST:
EQUIPMENT TO BE SUPPLIED
Prestressed concrete beams shall be supplied by:
�u n, jo, „0
Manufacturer')
Name o
Address
Name of •epresentative
44 L -//4
'q.5 J').
State Zip
._ _. /E c:re ,C .
/0z {y c ,4,,,d./4 /A- 77 vey'
Page 3 of 7
Title or Position
5!5/ y. ,—
Telephone Number
ii
,57;). — 57S — 9/1-5
PROPOSAL BIDDING SHEET
CONTRACT: BRIDGE CONSTRUCTION
JOB NAME: GEORGETOWN STREET BRIDGE - 1982
JOB LOCATION: ROUND ROCK, TEXAS
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 Georgetown Street Bridge - 1982, 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:
Bid Item Description
Item Quantity Unit and Written Unit Price
210A 61 C.Y. Compacted Flexible Base, complete
in place, per cubic yard
Unit
Price
for .� ._
/,14;,� Dollars
Amount
and 4:0 Cents $ ., .� — $ /, :_7,.1 3 - --
360 189 S.Y. Concrete Approach Slab, including
reinforcing steel, complete in
place, per square yard
for T -x ry f-ivL= Dollars
and 4/0 Cents $ ,, $ 4, i S
401 540 C.Y. Structural Excavation and Backfill,
complete in place, per cubic yard
for 7A./ Dollars
x.'
and ,u Cents $ /I � $ �, e/!`C
416A.1 225 L.F. Thirty inch (30 ") Drilled Shafts,
complete in place, per linear foot
for SrVati'ry i2.(/ Dollars
and e/ci Cents $ //' ` $
Page 4 of 7
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
416A.2 312 L.F. Eighteen inch (18 ") Drilled Shafts,
complete in place, per linear foot
for / -iF - // j /yj,r_; _ Dollars
and Ai LL Cents $ ,J.3•.'_ $ 416B.1 9.6 C.Y. Bell Footings for 30" Drilled
Shafts, complete in place, per
cubic yard
for Tij/ /iut/%)/'c) Dollars Y ,
and x / f Cents $
4166.2 1.3 C.Y. Bell Footings for 18" Drilled
Shafts, complete in place, per
cubic yard
for 77/1165e //e /Ari.), r) Dollars
and Cents --
403A.1 133.2 C.Y. Class "C" Concrete for Abutment,
complete in place, per cubic yard
for ji4 ollars
and Aft, 77 Cents $ :.J =iC $.3c�G :: ' `'=:
403A.2 191.1 C.Y. Class "C" Concrete for Deck, com-
plete in place, per cubic yard
for t?..14 ;w nL- ;(yryf,
and �• Cents $ e6 $ Jy 2 /G;3-
403A.3 33.3 C.Y. Class "C" Concrete for Bents,
complete i place, per cubic yard
'
for /a/ /i/. i)4' .- 54 -V6A, Dollars and �� /; Cents $ ���� $ ‘)/ ' --
403A.4 35 C.Y. Class "A" Concrete for Sidewalks
and Curbs, including Reinforcing
Steel, complete in place, per
cubic yard
for / Dollars
and Nr Cents $ $
Page 5 of 7
Bid Item Description
Item Quantity Unit and Written Unit Price
425 1,045 L.F. Pre- Stressed Concrete Beams Type
C, complete in place, per linear
foot
'//,-,.
for �i r' } y j/Yi��c Dollars
and Cents $ � — $ = 'E25,
406 57,413 Lb. Reinforcing Steel, complete in
place, per pound
for /Uz %' Dollars 611 1 I
and Yt4-h/ 5t =vr.(r Cents $ ,2
$,6 C / y' '""
442 3,920 Lb. Armor Joints, complete in place,
per pound
for ���' Dollars �/�, )
and rucr.7fy Fi vc Cents $ /' $ % t'C'f L
450A.1 571 L.F. Aluminum Combination Railing Type
C3(F), complete in place, per
linear foot
for
and
/e/i'f Sr ve =N
Unit
Price
TOTAL BASE BID $ 3/ � , 2c2 4=
496 1 L.S. Removing Old Structure, Large,
complete in place, per lump sum
forii/ ;/ wc.V7 rat g,:6 Dollars /
and Cents $ / . Ce "'
$ / 'yr
725 1 L.S. Hangers for 8" Water Line and 6"
Gas Line, complete in place, per
lump sum
for ,Ir /Xo te). Eu /k " l ars
and /Do Cents $ 7 " $ 7cei
Page 6 of 7
Amount
Dollars
Cents $ 2 7 1 .7` $J2
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price
OPTION A: ADD (TO TOTAL BASE BBID)
450A.2 567 L.F. Combination Railing Type C301, ),; / /'.^
complete in place, per lump sum
)
��ti��j / s
f01 ' l, -c/ .' , /,) Doll
and N,J Cents S
DELETE: ITEM 450A.1 $ G��
TOTAL OPTION A $ 3/i) 979 ,6-/
OPTION B: ADD (TO OPTION A TOTAL)
754 130 Ea. Traffic Buttons, complete in place,
per each
for %ff %- Dollars
and j, qty Cents
DELETE: ITEM 403A.4
ADD ALTERNATE:
TOTAL OPTION B
2 250 L.F. 18" Ductile Iron Pipe, including
couplings, bends & bridge hangers,
complete in place, per linear
foot
for 7//ir /y 7
and /-/C'
Page 7 of 7
Dollars
Cents
Note: Bidder shall fill -in total number of Calendar Days
to complete work on Page 2 of 7 of the Proposal.
Amount
$ 3,/z % 35 ,
$ 7 (75 ;f±
$ 303/ �5�� ..�/
S c r° 3 C , .===
AGREEMENT
THE STATE OF TEXAS ]
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF WILLIAMSON 1
That this Agreement made and entered into this ,2 f/ day
of N -/&,., t , A.D., 1982, by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and JAMES COLGLAZIER, INC.
of the City of San Antonio , County of Bexar
State of Texas, Second Party, hereinafter termed the CONTRAC-
TOR.
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;
GEORGETOWN STREET BRIDGE - 1982
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 written
notice to proceed has been given and shall cause work to pro-
gress in a manner satisfactory to the Owner. Such work shall
be completed in full within 250 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:
ATTEST:
ATTEST:
Notice to Contractors
Instructions to Bidders
Proposal and Bidding Sheets
Performance 5 Payment Bonds
General Conditions of
Agreement
IN WITNESS WHEREOF the Parties to these presents have
executed this Agreement in the year and day first above
written.
ty Secretar
BY iv ,g / 414.k%7
By
Page 2 of 2
Special Conditions of
Agreement
Technical Specifications
Addenda
Change Orders
Plans
ND ROCS T
CITY OF
OWNER
JAMES COLGLAZIER, INC.,
CONTRACTOR
XAS,
Bond No.
Commercial Union Insurance Company
r il
.
.
t ^
r,
�
;;
? ;
y
EI
ly
IC<
,g
fl
I
(Name of Insurance Company)
I
C.
.I
BID BOND
.y The American Institute of Architects,
A.I.A. Document No. A -310 February, 1970 Edition
KNOW ALL MEN BY THESE PRESENTS,
That we James Colglazier, Inc., P. O. Box 33698,
San Antonio, Texas 78233 as Principal, hereinafter called the Principal, and
Commercial Union Insurance Company
a corporation duly organized under the laws of the State of Massachusetts, with its Home Office in the City of
Boston, in the said State, as Surety, hereinafter called the Surety, are held and firmly bound unto City of
Round Rock, Williamson County, Texas
as Obligee, hereinofte, called the Obligee,
7
in the sum of Five Percent of the Amount Bid Dollars ($ 5% )
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 ossigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for City – Georgetown Street Bridge, 1982
I l
I NOW, THEREFORE, if 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 speci-
fied i the bidding or Contract Documents with good and sufficient surety for the faithful performance of such
I tract and for the prompt payment of labor and material furnished in the prosecution thereof or in the event o the
1 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 penalty 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 s bid, then this
obligation shall be null and void, otherwise to remain in full force and effect.
sealed this 141 day of June A D 19 82
' Signedaid
.lam -)s Colglazier, I r (SLAL)
I " / ( —
� � �
Witness (
ommercial Union Insurance Company
__„C/
Surety)
it ' / r ( ` { By - t � e rsr e�
f ,
(Witness) Homer M. Co Attorney ac
n omen nle
III
G60510 -1 Commercial Union Assurance Companies 9 -70
I
L a:=; (Xl ^ C ...... .:...dGC l cc° ..' "-' ..,.... .rrari 1y.,.ti.....n.,n7'..'ia " -1' -"- ._ _ )hY.`9 ..`L.___]T- r...y.
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Massachusetts, hath made, constituted and
appointed, and does by these presents make and constitute and appoint T. A. Drawert, Homer Conley, R. Barclay Harding,
and A. C. Tinch, Jr. all of San Antonio, Texas
and each of them its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and
purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and
confirming all the acts of said Attorney- in- Fact pursuant to the power herein given. This Power o Attorney is made and executed pursuant to and by authority
of the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on
the twenty- seventh day of July, 1972:
•
Resolved: That the President, or any Vice - President, or any Assistant Vice - President, may execute for and in behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and
the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and that the President, or any Vice - President, or Assistant
Vice- President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal
of the company thereto; and that the President, or any Vice - President, or any Assistant Vice- President, may at any time remove, any such
Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -Fact.
Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such
Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further,
Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other
writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by -laws of the company as well as
any resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory
in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the
COM MERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty - seventh day of July, 1972:
"Resolved: That the signature of the President, or any Vice - President, or any Assistant Vice - President, and the signature of the Secretary or
any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing
Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recognizance or other written obligation in the nature thereof,
and any such signature and seal where so used. being hereby adopted by the company as the original signature of such officer and the original seal of
the company, to be valid and binding upon the company with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by its Vice - President and its,
corporate seal to be hereto affixed, duly attested by its Secretary on this 4th day of January 19 82
Attest'
Raymond M. Ddosser Secretary
COMMERCIAL UNION INSURANCE COMPANY
John M. Garrett — Vice - President
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
On this 4th day of goer 19 82 , before me personally came John M. Garrett, Vice - President, and
Raymond M. Defossez, Secretary of the COMM RE� IC AL UNION INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each
for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate
seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority
and direction of the said Company.
-f= r
Jose H, Dina n, Jr. — Notary Public
(My Commission expires February 11, 1988)
CERTIFICATE
1, the undersigned, Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation, do hereby certify that
the foregoing power of attorney is in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors set forth in the power
of attorney are now in force.
Signed and sealed at the City of Boston. Dated this 14th
day of June
1982,
Andrejs J. Grots — Assistant Secretary
THE STATE OF TEXAS
PERFORMANCE BOND
COUNTY OF Bnnazc
KNOW ALL MEN BY THESE PRESENTS, THAT as s uolglazier, inc.
of the City of -San-
. V. DUA
P13 -1
.lU
County of aoxar , and State of -T_
as principal, and r ,. nni.,n rnauxance compez
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly hound
unto City of Round Rock. Sexas (OWNER) ,
Three Hundred Twenty -Three Thousand
in the penal sum of 'our Hundred F1fty_Syin Ana 61 /in0 Dollars
(8 323.452.61 ) 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 24th day of June
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;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the term
of the contract, or to the work performed thereunder, or the
plans, specifications, or drawings accompanying the same,
shall in anywise affect its obligation on this bond, and it
does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract, or
to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 24th day of Juno
1982.
Principal 5 u y man
0
By
Title Es;oe.u7 Title At#srney_In_Faot
Address g").33N5 5
c_535 - 7DA. o 7X, 71'233
By
T. A. Drawert
Address p n_ T 1 9n69
Ran Antonin,. Teresa 7829
The name and address of the Resident Agent of Surety is:
Harding - Conley - Drawers nch Ineuranc�Agenry Inc , P n Rem ions_ g_
San Antonio, Texas 78229
PB -2
THE STATE OF TEXAS 1
COUNTY OF BLXAR
KNOW ALL MEN BY THESE PRESENTS, THAT James Colglazier, Inc.
, of the City of San Antonio
P. O. -Box 3 90
PAYMENT BOND
County of , and State of Texas
as principal, and _ cessnereaal _ Tauss _ lassrasee _ ceepany _
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 Bock, Ta "as (OWNER),
Three Hundred Twenty -Three Thousand
in the penal sum of Fnttr HnnAYei F Twn And 61 /10D_ Dollars
($ 371, aS, Al ) 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 24th day of June
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 CONDITION OF TIiIS 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;
PB -3
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 24th day of June
1982.
I ts Co / Cc.42/61 1,vc . Commercial Union Insurance Company
Principal Surety
By
Title /J ES /rh7
Address IQ .33
k + 4/ A, rem o, Tyr 715.3_Y
San Antonio, Texas 78229
PB -
By
T. A. Drawert
Title Attorney -In -Fact
Address P. 0. Box 29069
San Antonio, Texas 78229
The name and address of the Resident Agent of Surety is:
Harding- Conley - Drawert -Tinch Inc. Agency, Inc., P 0. Box 29069,
KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Massachusetts, hath made, constituted and
appointed, and does by these presents make and constitute and appoint T. A. Drayert, Hamer Conley, R. Barclay Harding,
and A. C. Tinch, Jr. all of San Antonio, Texas
and each of them its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and
purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and
confirming all the acts of said Attorney -in -Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority
of the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on
the twenty - seventh day of July, 1972:
Resolved: That the President, or any Vice - President, or any Assistant Vice - President, may execute for and in behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and
the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and that the President, or any Vice-President, or Assistant
Vice- President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal
of the company thereto; and that the President, or any Vice - President, or any Assistant Vice- President, may at any time remove, any such
Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -Fact.
Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such
Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further,
Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other
writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by -laws of the company as well as
any resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory
in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the
COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty - seventh day of July, 1972:
"Resolved: That the signature of the President, or any Vice- President, or any Assistant Vice- President, attd the signature of the Secretary or
any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing
Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recognizance or other written obligation in the nature thereof,
and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of
the company, to be valid and binding upon the company with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by its Vice- President and its,
corporate seal to be hereto affixed, duly attested by its Secretary on this 4th day of Jamax'y 19 82
Attest
�.4MN
Raymond M. DefossezljSecretary
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
%
=. USIA 4 . f
N liet
POWER OF ATTORNEY
day of June
COMMERCIAL UNION INSURANCE COMPANY
On this 4th day 01 Il 1982 before me personally came John M. Garrett, Vice - President, and
Raymond M. Defosscz, Secretary of the COMMPR IAL ION INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each
for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate
seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority
and direction of the said Company.
Jo H. Dinaq . — Public
(My Commission expir Febru 11, 1988)
CERTIFICATE
1, the undersigned, Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation, do hereby certify that
the foregoing power of attorney is in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors set forth in the power
of attorney are now in force.
Signed and sealed at the City of Boston. Dated this 24th
19 82.
Andrejs J. Grots — Assistant Secretary
TYPE OF
INSURANCE
POLICY
NO.
EFFECTIVE
DATE
EXPIRATION
DATE
LIMITS OF LIABILITY
Workmen's
Compensation
F
798638
4 - 1 - 82
4 - 1 - 83
Statutory, State of
Texas, $100.000
Employer's Liability
Comprehensive
General
Liability
Includes
Contractual
Liability
Covers
Independent
Contractors
PRE
799418
4 - 1 - 82
4 - 1 - 83
Bodily Injury
T800,000 eacfi, oc
$300,000 x,ewhcxagmcbdemla
Property Damage
$100,000 eacmelowirdoub
$100,000 aggregate
Owner's
Protective
FIm
979603
6 - 24 - 82
6 - 24 - 83
Bodily Injury
$
1300,000 eacead 1P
Property Damage
$100,000 a adlocaP® ti P
00O aggregate
Comprehensive
Automobile
Liability
Owned
Vehicles
Hired
Vehicles
Non -owned
Vehicles
Includes
Contractual
Liability
PPE
799418
4 - 1 - 82
4 - 1 - 83
Bodily Injury
$250,000 each person
$500,000 eacRDWR9Whf
Property Damage
$100,000 eacf4lte
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: 6 - 24 - 82
Description of Work:
Georgetown Street Bridge
THIS IS TO CERTIFY THAT ralgia >iPr, r c is, at the date of
this certificate, insured by this company with respect to the business opera-
tions hereinafter described, for the types of insurance and in accordance with
the provisions of the standard policies used by this company, and further here-
inafter described. Exceptions to standard policies are noted on the reverse
side hereof.
c urrence
ggregate
ccurrence
currence
currence
ccurrence
currence
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.
Emplo ers' Fire Insurance Company
Name of Insurer)
By:
Title: Agent
Page 2 of 2
T. A. Drawert
Address P. 0. Box 29069
SAn Antonin, Texas 78229
The low bidder is required to supply the following informa-
tion. Additional sheets may be attached if necessary.
(1) Address P. 0. Box 336981 San Antonio Texas 78233
(2) Telephone (512) 651 -9295
(3) Type of firm:
( ) Individual, ( ) Partnership, ( g) Corporation
(4) Corporation organized under the laws of the State of
Texas
(5)
INFORMATION REQUIRED OF LOW BIDDER
List the names and address of all members of the firm or
names and titles of all officers of the corporation:
Tames Cnlglaz3er, it _liagldant
Robert Hargroder Vice President
Lloyd Denton Secretary
(6) Number of years experience All Officers 19 yrs. /Company Incorporated 197;
(7) List at least three (3) projects completed as of recent
date: Contract Amount /Class of Work /Date Completed /Name
and Address of Owner
SDHPT, Austin
$ 513,000.00 Bridge 1980 Subcontractor to Bill Shannon, Inc.
SDHPT, Austin
$ 191,000.00 Bridge 1982 Subcontractor to Colglazier Const. Co,
SDHPT, Austin
$ 440,000.00 Bridge 1982 Subcontractor to Allan Conctruction Cc
(8) List the name and address of each subcontractor who will
perform work in or about the work or improvement in ex-
cess of one -half (1/2) of one percent (l%) of the total
bid price and indicate what part of the work will be
done by each such subcontractor:
Name
Martin & Martin
Yes x No
Address Work to be Performed
P. p BIEN 1BB25 Drilled Shafts &
Foundation & Drilling Ft. Worth Tx. 76118 Bell Footings
(9) Payment of taxes, in the State of Texas
Page 1 of 4
(10) If requested by the Owner, the Low Bidder shall submit
a notarized financial statement, financial data or
other information and references sufficiently compre-
hensive to permit an appraisal of his current financial
conditions.
James Colglazier Incorporated is primarily engaged in bridge, culvert
and drainage construction. Most of its work has been done as a bridge
subcontractor to larger highway construction firms. Colglazier Construc-
tion Company, a wholly owned subsidiary of James Colglazier, Inc., has
been incorporated since 1925. Colglazier Construction Company is primarily
engaged in road and street construction. Since its incorporation in 1977,
James Colglazier, Inc. has completed bridge projects in the City of
San Antonio, County of Refugio, and for the State Department of Highways
and Public Transportation in Districts 14, 15, 16, 21 and 23. Bridges
we have built in the Austin hill country area are
White Creek Bridge RM 3347 SDHPT Dist. 14
Hamilton Creek Bridge RM 1431 SDHPT Dist. 14
Big Sandy Creek Bridge RM 1431 SDHPT Dist. 14
A list of references follows:
Claude Garrett III
District Construction Engineer, District 14, SDHPT
7901 North Interregional Highway
P. 0. Drawer 15426
Austin, Texas 78761
Phone: (512) 836 -8640
W. G. Wilson
Supervising Resident Engineer, SDHPT
Route 1, Box 247
Burnet, Texas 78611
Phone: (512) 756 -2316
Henry S. Cherry
Executive Vice President
Allan Construction Co., Inc.
438 W. Maplewood
P. 0. Box 16406
San Antonio, Texas 78216
Phone: (512) 342 -5281
Bill Shannon
President
Bill Shannon, Inc.
2426 Freedom
P. 0. Box 5188
San Antonio, Texas 78201
Phone: (512) 824 -5832
Page 2 of 4
List of suppliers for Georgetown Street Bridge:
Concrete All Classes
Bryco, Inc.
P. 0. Box 841
Taylor, Texas 76574
Phone: 1- 800 - 252 -5478
(Job will be poured out of Georgetown plant)
Reinforcing Steel
Capitol City Steel Co., Inc.
6717 Circle S Road
P. 0. Box 3195
Austin, Texas 78764
Phone: (512) 442 -1481
Precast Concrete Panels
San Antonio, Pre - stress Co.
P. 0. Box 32238
San Antonio, Texas 78216
Phone: (512) 497 -3773
C 3 Aluminum Rail, Armor Joint, 6" & 8" Pipe Hangers,
Metal Diaframs
Gordon's Specialties, Inc.
11325 Pegasas, Suite W218
Dallas, Texas 75238
Phone: (214) 348 -8002
Prestress Beams TY C
Texas Concrete Company
P. 0. Drawer 1070
Victoria, Texas 77901
Phone: (512) 573 -9145
Barricades & Lights
Cambell Lights & Barricades
11012 Georgian Drive
Austin, Texas 78753
Phone: (512) 836 -0107
page 3 of 4
Responsible persons on the job:
James Colglazier, Jr.
1713 Westview Dr.
Seguin, Texas 78155
Home Phone: (512) 379 -4290
Charley Cole
730 Gloria Dr.
Seguin, Texas 78155
Home Phone: (512) 379 -1952
Edward Dworaczyk
3203 Leyte
San Antonio, Texas 78217
Home Phone: (512) 653 -0000
Banking References:
Alamo National Bank
P. 0. Box 900
San Antonio, Texas 78293
Neal Kinzie
Phone: (512) 271 -8200
Liberty Frost Bank
P. 0. Box 32788
San Antonio, Texas 78284
Jeff Keyes
Phone: (512) 349 -2661
Financial statements available upon request.
James Colglazier, Inc. /Colglazier Construction Company
P. 0. Box 33698
San Antonio, Texas 78233
Phone: (512) 651- 9295/(512) 651 -6970
page 4 of 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL CONDITIONS OF AGREEMENT
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
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-
1.06 Owner. "Owner" shall mean the City of Round Rock,
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.13 Written Notice. "Written notice" shall be deemed to
have been duly served if delivered in person to the
individual or to a member of the firm or to an officer
of the corporation for whom it is intended, or if de-
livered at or sent by certified or registered mail to
the last business address known to him who gives the
notice.
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually
agreed by and between the parties to this Contract
that the Engineer shall have general supervision and
direction of the work included herein. In order to
prevent delays and disputes and to discourage litiga-
tion it is further agreed by and between the parties
of this Contract that the Engineer shall in all cases
determine the amounts and quantities of the several
kinds of work which are to be paid for under the Con-
tract; that he shall determine all questions in rela-
tion to said work and the construction thereof, that
he shall in all cases decide every question which may
arise relative to the execution of the Contract on the
part of the Contractor; that his decisions and find-
ings shall be the conditions precedent to the right of
the parties hereto to arbitration or to any action on
the Contract and to the rights of the Contractor to
receive any money under this Contract; provided, how-
ever, that should the Engineer render any decision or
give any direction which in the opinion of either
party hereto is not in accordance with the meaning and
intent of this Contract, either party may file with
the Engineer within 30 days a written objection to the
decision or direction so rendered. It is the intent
of this Agreement that there shall be no delay in the
execution of the work, and the decision or directions
of the Engineer as rendered shall be promptly carried
out.
2.02 Right of Engineer to Modify Methods and Equipment. If
at any time the methods or equipment used by the Con-
tractor are found to be unsafe or inadequate to secure
the quality of the work or the rate of progress re-
quired under this Contract, the Engineer may direct
the Contractor in writing to increase their safety or
improve their character and efficiency and to cease
operations under this Contract until such direction is
complied with. No claims shall be made against the
Owner for damages caused by any delay resulting from
such order.
-3-
2.03 Changes and Alterations. The Contractor agrees that
the Owner, through the Engineer, may make such changes
and alterations as the Owner may see fit in the line,
grade, form, dimensions, plans, or materials for the
work herein contemplated or any part thereof either
before or after the beginning of the construction
without affecting the validity of this Contract and
the accompanying bonds. If such changes or altera-
tions diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for
damages or anticipated profits on the work that may be
dispensed with. If they increase the amount of work
and the increased work can fairly be classified under
the specifications, such increase shall be paid for
according to the quantity actually done and at the
unit price established for such work under this Con-
tract; otherwise such work shall be paid for as pro-
vided under Section 2.12 "Extra Work ". In the event
the Owner shall make such changes or alterations which
will make useless any work already done or material
already furnished or used in said work, then the Owner
shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such
change, and for the actual expenses incurred in prepa-
ration for the work as originally planned.
2.04 Damages. The right of general supervision by the
Owner shall not make the Contractor an agent of the
Owner, and the liability of the Contractor for all
damages to persons, firms, and corporations arising
from the Contractor's execution of the work shall not
be lessened because of such general supervision. The
Contractor is an independent contractor in regard to
work under this Contract, and as such is solely liable
for all damages to any persons, firms, corporations,
or their property as a result of the prosecution of
the work.
2.05 Losses from Natural Causes. All loss or damage aris-
ing out of the nature of the work to be done or from
the action of the elements or from any unforeseen cir-
cumstances in the prosecution of the work or from unu-
sual obstructions or difficulties which may be encoun-
tered in the prosecution of the work shall be sustain-
ed and borne by the Contractor at his own cost and
expense.
2.06 Laws and Ordinances. The Contractor shall at all
times observe and comply with all Federal, State, and
local laws, ordinances, rules and regulations which
-4-
in any manner affect the Contract or the work and
shall indemnify and save harmless the Owner against
any claim arising from the violation of any such laws
and ordinances whether by the Contractor or his em-
ployees or his subcontractors and their employees.
2.07 Licenses, Permits and Certificates. Except as herein-
after stipulated, all licenses, permits, certificates,
etc. required for and in connection with the work to
be performed under the provisions of these Contract
Documents shall be secured by the Contractor at his
own expense. In the event a building permit is re-
quired such permit will be obtained by the Owner at no
cost to the Contractor.
2.08 Royalties and Patents. The Contractor shall protect
and save harmless the Owner from all and every demand
for damages, royalties, or fees on any patented inven-
tion used by him in connection with the work done or
material furnished under this Contract; provided, how-
ever, that if any patented material, machinery, appli-
ance, or invention is clearly specified in this Con-
tract, the cost of procuring the rights of use and the
legal release or indemnity shall be borne and paid by
the Owner direct unless such cost is determined and
directed to be included in the bid price at the time
the Proposal is submitted.
2.09 Kee0ing of Plans and Specifications Accessible. The
Engineer shall furnish the Contractor with three (3)
sets of executed Plans and Specifications without ex-
pense to him, and the Contractor shall keep one copy
of the same constantly accessible on the work, with
the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed
that it is the intent of this Contract that all work
must be done and all material must be furnished in ac-
cordance with the generally accepted practice, and in
the event of any discrepancies between the separate
contract documents, the priority of interpretation de-
fined under "Contract Documents" shall govern. In the
event that there is still any doubt as to the meaning
and intent of any portion of the Contract, Specifica-
tions or Drawings, the Engineer shall define which is
intended to apply to the work.
2.11 Contractor's Understanding. It is understood and
agreed that the Contractor has, by careful examina-
tion, satisfied himself as to the nature and location
-5-
of the work, the conformation of the ground, the char-
acter, quality and quantity of the materials to be en-
countered, the character of equipment and facilities
needed preliminary to and during the prosecution of
the work, the general and local conditions, and all
other matters which can in any way affect the work
under this Contract. No verbal agreement or conversa-
tion with any officer, agent, or employee of the Own-
er, either before or after the execution of this Con-
tract, shall affect or modify any of the terms or ob-
ligations herein contained.
2.12 Extra Work. The term "extra work" as used in this
Contract shall be understood to mean and include all
work that may be required by the Owner through the
Engineer to be done by the Contractor to accomplish
any change, alteration, or addition to the work shown
by the Plans or reasonably implied by the Specifica-
tions and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
It is agreed that the Contractor shall
perform all extra work under the direction of the
Engineer when presented with a written Change Order
signed by the Engineer.
No claim for extra work of any kind will
be allowed unless ordered in writing by the Engineer.
In case any orders or instructions, either oral or
written, appear to the Contractor to involve extra
work for which he should receive compensation, he
shall make a written request to the Engineer for a
written Change Order authorizing such extra work.
Should a difference of opinion arise as to what does
or does not constitute extra work or concerning the
payment therefor and the Engineer insists upon its
performance, the Contractor shall proceed with the
work after making a written request for a written
Change Order and shall keep an accurate account of the
"actual field cost" thereof as provided under Method
"C" below.
2.13 Payment for Extra Work. It is agreed that the compen-
sation to be paid the Contractor for performing extra
work shall be determined by one or more of the follow-
ing methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
-6-
Method "C" - If neither Method "A" or Method "B" can
be agreed upon before the extra work is
commenced, then the Contractor shall be
paid the "actual field cost" of the work
plus 15%.
Where extra work is performed under Method "C ", the
term "actual field cost" of such extra work is hereby
defined to be and shall include: (a) the payroll cost
for all workmen, such as foreman, mechanics, crafts-
men, and laborers; (b) the cost of all materials and
supplies not furnished by the Owner; (c) rental for
all power- driven equipment at agreed -upon rates for
the time actually employed or used in the performance
of the extra work; (d) transportation charges neces-
sarily incurred in connection with any equipment
authorized by the Engineer for use on said extra work
and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expens-
es; (f) all incidental expenses incurred as a direct
result of such extra work including sales or use taxes
on materials, payroll taxes, and the additional pre-
miums for construction bonds, workmen's compensation,
public liability and property damage, and other insur-
ance required by the Contract where the premiums
therefor are based on payroll and material costs. The
Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also speci-
fy in writing before the work commences the method of
doing the work and the type and kind of machinery and
equipment to be used; otherwise these matters shall be
determined by the Contractor. Unless otherwise agreed
upon, the prices for the use of machinery and equip-
ment shall be incorporated in the written extra work
Change Order. The 15% of the "actual field cost" to
be paid the Contractor shall cover and compensate him
for his profit, overhead, and general superinten-
dence.
2.14 Assignment and Subletting. The Contractor shall not
assign or sublet the work or any part thereof without
the previous written consent of the Owner, nor shall
he assign, by power of attorney or otherwise, any of
the money payable under this Contract unless by and
with the consent of the Owner to be signified in like
manner. If the Contractor assigns all or any part of
any monies due or to become due under this Contract,
the instrument of assignment shall contain a clause
substantially to the effect that it is agreed that the
right of the assignee in and to any monies due or to
-7-
become due to the Contractor shall be subject to all
prior liens of all persons, firms, and corporations
for services rendered or materials supplied for the
performance of the work called for in this Contract.
2.15 Subcontractors. The Contractor shall be as fully re-
sponsible to the Owner for the acts and omissions of
his subcontractors and of persons either directly or
indirectly employed by them as he is for the acts and
omissions of persons directly employed by him. Should
any subcontractor fail to perform the work undertaken
by him in a satisfactory manner, his subcontract shall
be immediately terminated by the Contractor upon writ-
ten notice from the Owner.
2.16 Owner's Status. Nothing contained in this Contract
shall create any contractual relation between any sub-
contractor and the Owner.
2.17 Completed Portions of Work. The Owner shall have the
right to take possession of and to use any completed
or partially completed portions of the work prior to
completion of the entire work, but such use shall not
constitute an acceptance of any of the work not com-
pleted in accordance with the Contract Documents. If
the Engineer determines that taking possession of and
using partially completed work substantially increases
the cost of or delays construction, the Contractor
shall be entitled to extra compensation or extension
of time or both as determined by the Engineer.
2.18 Materials. All materials furnished by the Contractor
shall be as required by the Plans and Specifications
or as otherwise stipulated. The Contractor shall not
start delivery of materials which he is to furnish
until the Engineer has approved the source of supply
of such materials.
2.19 Receiving and Storage of Materials. The Contractor
shall make arrangements for receiving and storing
materials. The Owner will not sign for or receive
shipments of materials consigned to the Contractor.
The Owner will not furnish storage space for materials
except where the written permission of the Engineer is
given.
2.20 "Or Equal" Clause. Whenever a material, product, or
article is specified or shown on the Plans by using
the name of the proprietary product or of a particular
manufacturer or vendor and is followed by the term "or
equal" the Contractor may submit a written request to
-8-
the Engineer requesting approval of the use of a
material, product, or article he feels is truly equal
to the one specified. The Engineer will evaluate the
request to determine if the material, product, or
article is of equal substance and function and if it
will perform identically the duties imposed by the
general design. Written approval of an "or equal"
material, product, or article must be obtained from
the Engineer before it may be incorporated into the
work as a substitute for that specified in the Con-
tract Documents.
2.21 Completed Work. The Contractor shall maintain contin-
uous adequate safeguards to protect all completed work
from damage, loss, or the intrusion of foreign ele-
ments.
2.22 Materials Furnished by the Owner. The Contractor
shall assume responsibility for and safeguard any and
all materials supplied by the Owner against loss or
injury. This provision shall extend to the taking of
all necessary sanitary precautions to avoid contamina-
tion of such materials that must be maintained and in-
corporated into the work in a sanitary condition.
2.23 Protection of Property. The Contractor shall give
reasonable notice to the owner or owners of public or
private property and utilities when such property is
liable to injury or damage through the performance of
the work, and he shall make all necessary arrangements
with such owner or owners relative to the removal and
replacement or protection of such property or utili-
ties.
The Contractor shall satisfactorily shore, support,
and protect any and all structures, and all pipes,
sewers, drains, conduits, and other facilities belong-
ing to the Owner, and he shall be responsible for any
damage resulting thereto. The Contractor shall not be
entitled to any damages or extra pay as a result of
any postponement, interference, or delay caused by any
such structures and facilities being on the line of
the work whether they are shown on the Plans or not.
2.24 Shelters for Workmen and Materials. The building or
structures for housing men or the erection of tents or
other forms of protection for workmen or materials
will be permitted only as the Engineer shall authorize
or direct. The sanitary conditions of the grounds in
or about such structures shall at all times be main-
tained in a manner satisfactory to the Engineer.
-9-
2.25 Sanitary Facilities. Necessary sanitary toilet facil-
ities for the use of all employees on the work shall
be of a type complying with State and local sanitary
regulations and shall be properly secluded from public
observation. These facilities shall be constructed
and maintained by the Contractor in such manner and at
such points as shall be approved by the Engineer.
Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and Construction Plant.
The Contractor shall provide all labor, tools, equip-
ment, machinery, supplies, and materials necessary for
the prosecution and completion of this Contract where
it is not specifically provided that the Owner shall
furnish them. The Owner shall not be held responsible
for the care, preservation, conservation, or protec-
tion of any material, tools, or machinery on any part
of the work until it is finally completed and accept-
ed. The Contractor shall maintain on the job at all
times sufficient labor, material, and equipment to
adequately prosecute the work.
3.02 Performance and Payment Bonds. It is further agreed
by the Parties to this Contract that the Contractor
will execute separate performance and payment bonds,
each in the sum of 100% of the total Contract price in
standard forms for this purpose, guaranteeing faithful
performance of the work and the fulfillment of any
guarantees required and further guaranteeing payment
to all persons supplying labor and materials or fur-
nishing him any equipment in the execution of the Con-
tract. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are
furnished and approved by the Owner. The cost of the
premium for the performance and payment bonds shall be
included in the price bid by the Contractor for the
work under this Contract, and no extra payment for
such bonds will be made by the Owner.
The surety company or companies underwriting the per-
formance and payment bonds shall be acceptable accord-
ing to the latest list of companies holding certifi-
cates of authority from the Secretary of the Treasury
of the United States, shall be duly authorized to act
under the laws of the State of Texas as Surety, and
shall be approved by the Owner.
-10-
3.03 Contractor's Ability to Perform. Upon request by the
Owner the Contractor shall furnish sufficient evidence
of his ability to perform the work which is outlined
in this document. This shall include an equipment in-
ventory and records showing the satisfactory comple-
tion of projects of equal magnitude in the past. It
shall be the prerogative of the Owner to terminate the
Contract as outlined in Section 7 "Termination of Con-
tract", if job progress indicates that the Contractor
lacks either appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall
give personal attention to the faithful prosecution
and completion of the Contract and shall keep a compe-
tent superintendent and any necessary assistants, all
of whom are satisfactory to the Engineer, on the work
continuously during its progress. The superintendent
shall represent the Contractor in his absence, and all
directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superinten-
dent are both absent from the site of the work for
prolonged periods of time the Engineer may order any
or all work under this Contract to be stopped until
the Contractor provides continuous and proper supervi-
sion of the work. Such stoppage shall not constitute
a basis for any claim against the Owner for damages
caused by delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to em-
ploy only orderly, competent, and skillful persons to
do the work, and whenever the Engineer shall inform
him that the work being accomplished is of sub -stan-
dard character by reason of carelessness, incompe-
tence, or inexperience on the part of the workers the
installation of such work shall be immediately sus-
pended and shall not be resumed until the Engineer is
satisfied that the conditions causing such faulty work
have been corrected.
3.06 Contractor's Duty to Protect Persons and Property. In
the performance of this Contract, the Contractor shall
protect the public and the Owner fully by taking rea-
sonable precaution to safeguard persons from death or
bodily injury and to safeguard property of any nature
whatsoever from damage. Where any dangerous condition
or nuisance exists in and around construction sites,
equipment and supply storage areas, and other areas in
anyway connected with the performance of this Con-
tract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance
of any nature whatsoever in connection with the per-
formance of this Contract unless necessary to its per-
formance, and in that event the Contractor shall pro-
vide and maintain at all times reasonable means of
warning of any danger or nuisance created. The duties
of the Contractor in this paragraph shall be nondeleg-
able, and the Contractor's compliance with the speci-
fic recommendations and requirements of the Owner as
to the means of warning shall not excuse the Contrac-
tor from the faithful performance of these duties
should such recommendations and requirements not be
adequate or reasonable under the circumstances.
3.07 Safety Codes. The Contractor shall comply with all
applicable provisions of any Federal, State, and Muni-
cipal safety laws and building and construction codes.
All machinery, equipment, and other physical hazards
shall be guarded in accordance with the latest edition
of the "Manual of Accident Prevention in Construction"
of the Associated General Contractors of America ex-
cept where incompatible with Federal, State, or Muni-
cipal laws or regulations.
3.08 Barricades. When barricades are used to satisfy
safety requirements, such barricades shall be properly
identified with the Contractor's name prominently
stenciled on both sides of the barricades with letters
at least 2 inches high.
3.09 Minimum Wages. All employees directly employed on the
work shall be paid not less than the established pre-
vailing wage scale for work of a similar character in
this locality. A scale of prevailing wages is includ-
ed in the Special Conditions of these Contract Docu-
ments. The Contractor shall pay not less than the
general prevailing wages shown on said scale and shall
keep accurate wages records accessible in accordance
with Article 5159 of the Revised Civil Statutes of
Texas.
3.10 Unsuitable Work or Materials. It is understood and
agreed that if the work or any part thereof or any
material furnished by the Contractor for use in the
work or selected for the same shall be deemed by the
Engineer as unsuitable or not in conformity with the
specifications, the Contractor shall, after receipt of
written notice thereof from the Contracting Officer,
-12-
forthwith remove such material and replace, rebuild,
or otherwise remedy such work so that it shall be in
full accordance with this Contract.
Should the Contractor fail to initiate compliance with
the above provision within 72 hours or should he fail
to properly prosecute and complete correction of such
faulty work, the Engineer may direct that the work be
done by others and that the cost of the work be de-
ducted from monies due the Contractor.
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or inspector shall have no power to waive
the obligations of this Contract for the furnishing by
the Contractor of good material and of his performing
good work as herein described and in full accordance
with the plans and specifications. No failure or
omission of the Engineer, supervisor, or inspector to
condemn any defective work or material shall release
the Contractor from the obligation to at once tear
out, remove, and properly replace the same at any time
prior to final acceptance upon the discovery of said
defective work or material; provided, however that the
Engineer, supervisor, or inspector shall upon request
of the Contractor inspect and accept or reject any
material furnished, and once the material has been ac-
cepted by the Engineer, supervisor, or inspector such
acceptance shall be binding on the Owner unless it can
be clearly shown that such material furnished was not
as represented and does not meet the specifications
for the work. Any questioned work may be ordered
taken up or removed for re- examination by the Engineer
prior to final acceptance, and if found not in accor-
dance with the specifications for said work, all ex-
pense of removing, re- examination, and replacement
shall be borne by the Contractor; otherwise the ex-
pense thus incurred shall be allowed as "Extra Work"
and shall be paid for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the
site of the work to become littered with trash and
waste material, but shall maintain the site in a neat
and orderly condition throughout the construction per-
iod. The Engineer shall have the right to determine
what is waste material or rubbish and the manner and
place of disposal. On or before the completion of the
work the Contractor shall, without charge therefor,
carefully clean out all pits, pipes, chambers, or con-
duits, shall tear down and remove all temporary struc-
tures built by him, shall remove all rubbish of every
-13-
kind from the tracts or grounds which he has occupied,
and shall leave them in a condition satisfactory to
the Engineer.
3.13 Guarantee. During a period of 12 months from and
after the date of the final acceptance by the Owner of
the work embraced by this Contract, the Contractor
shall make all needed repairs arising out of defective
workmanship or materials, or both, which in the judg-
ment of the Owner shall become necessary during such
period. If within 10 days after the mailing of a
notice in writing to the Contractor or his agent the
said Contractor shall neglect to make or to undertake
with due diligence the aforesaid repairs, the Owner is
hereby authorized to make such repairs at the Contrac-
tor's expense; provided, however, that in case of an
emergency where, in the judgment of the Owner, delay
would cause serious loss or damage, repairs may be
made without notice being sent to the Contractor, and
the Contractor shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades
shall be furnished by the Engineer. Whenever neces-
sary, work shall be suspended to permit performance of
this work, but such suspension will be as brief as
practicable, and the Contractor shall be allowed no
extra compensation therefor. The Contractor shall
give the Engineer ample notice of the time and place
where lines and grades will be needed. All stakes,
marks, etc. shall be carefully preserved by the Con-
tractor, and in case of careless destruction or remov-
al by him or his employees such stakes, marks, etc.
shall be replaced by the Engineer at the Contractor's
expense.
4.02 Right of Entry. The Owner reserves the right for its
personnel or its agents to enter the property or loca-
tion on which the work herein contracted are being
constructed or installed for the purpose of supervis-
ing and inspecting the work or for the purpose of con-
structing or installing such collateral work as the
Owner may desire.
4.03 Owner's Inspectors. It is agreed by the Contractor
that the Owner shall appoint such Engineer, supervi-
sors, or inspectors as the said Owner may deem neces-
sary to inspect the material furnished and the work
-14-
done under this Contract, to see that the said mater-
ial is furnished, and to see that said work is done in
accordance with the plans and specifications therefor.
The Contractor shall furnish all reasonable aid and
assistance required by the Engineer, supervisors, or
inspectors for the proper inspection and examination
of the work and all parts thereof. The Contractor
shall regard and comply with the directions and in-
structions of the Engineer, supervisors, or inspectors
so appointed when such directions and instructions are
consistent with the obligations of this Contract.
4.04 Collateral Work. The Owner reserves the right to pro-
vide all labor and material essential to the comple-
tion of work that is not included in this Contract
either by a separate contract or otherwise. Any col-
lateral work shall be prosecuted in such a manner that
it will not damage the Contractor nor delay the pro-
gress of the work being accomplished under this Con-
tract. The respective rights of and operations of the
various interests involved shall be established and
coordinated by the Engineer.
4.05 Right -of -Way. Easements across private property and
lands needed for construction under this Contract will
be provided by the Owner.
4.06 Adequacy of Design. It is agreed that the Owner shall
be responsible for the adequacy of the design, suffi-
ciency of the Contract Documents, the safety of the
structure and practicability of the operations of the
completed project; provided the Contractor has com-
plied with the requirements of the said Contract Docu-
ments, all approved modifications thereof, and addi-
tions and alterations thereto approved in writing by
the Owner. The burden of proof of such compliance
shall be upon the Contractor to show that he has com-
plied with the said requirements of the Contract Docu-
ments, approved modifications thereof and all approved
additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning
and intent of this Contract, unless otherwise herein
specifically provided, that the Contractor shall be
allowed to prosecute his work at such times and sea-
sons in such order of precedence and in such manner as
shall be most conducive to economy of construction;
-15-
provided however, that the order and time of prosecu-
tion shall be such that the work shall be substantial-
ly completed as a whole or in part in accordance with
this Contract within the time of completion hereafter
designated; provided also that the Engineer may direct
the time and manner of constructing any part or parts
of the work when in his opinion such should be given
priority to lessen the probability of danger to the
public or to anticipate seasonal hazards from the ele-
ments or to coordinate with other work being done for
or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engi-
neer full information in advance as to his plans for
carrying on any part of the work. If at any time
prior to the start or during the progress of the work
any part of the Contractor's plant or equipment or any
of his methods of executing the work appear to the
Engineer to be unsafe, inefficient, or inadequate to
insure the required quality or rate of progress of the
work, the Engineer may order the Contractor to in-
crease or improve his facilities or methods, and the
Contractor shall promptly comply with such orders; but
neither compliance with such orders nor failure of the
Engineer to issue such orders shall relieve the Con-
tractor from his obligation to secure the degree of
safety, the quality of work, and the rate of progress
required by this Contractor. The Contractor alone
shall be responsible for the safety, adequacy, and
efficiency of his plant, equipment, and methods.
5.03 Sunday, Holiday, and Night Work. Except in connection
with the care, maintenance, or protection of equipment
or of work already done, no work shall be done between
the hours of 6:00 p.m. and 7 :00 a.m. or on Sundays or
legal holidays without written consent of the Engi-
neer.
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any
cause during the progress of any portion of the work
embraced by this Contract except where the work is
stopped by order of the Owner. If the Owner stops the
work for just cause because the Contractor is not com-
plying with the plans and specifications or the intent
thereof, the Contractor shall have no claim for dam-
ages, hindrances, or delays. However, if the Owner
stops the work for any other reason, the Contractor
shall be entitled to reimbursement paid by the Owner
for such expenses actually incurred which in the judg-
ment of the Engineer occurred as a result of the work
stoppage.
-16-
Should delays repeatedly occur due to the Contractor's
failure to provide adequate plant, equipment, or per-
sonnel, or where the Engineer determines that unrea-
sonable inconvenience to the public is due to such
failure, the Contractor's operations shall be suspend-
ed until he shall have provided adequate plant, equip-
ment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed
in the final completion of the work by any act or neg-
lect of the Owner or Engineer, or of any employee of
either, or by any other contractor employed by the
Owner, or by strikes, fire or other cause or causes
outside of and beyond the control of the Contractor
and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay as deter-
mined by the Engineer shall be granted by the Owner;
provided, however, that the Contractor shall give the
Owner prompt notice in writing of the cause of delay
in each case. Extensions of time will not be granted
for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time.
The Contractor agrees that time is of the essence of
this Contract and that the definite value of damages
which would result from delay would be incapable of
ascertainment and uncertain, so that for each day of
delay beyond the number of days herein agreed upon for
the completion of the work herein specified and con-
tracted for, after due allowance for such extension of
time as is provided for under the provisions of the
preceding paragraph, the Owner may withhold permanent-
ly from the Contractor's total compensation, not as a
penalty but as liquidated damages, the sum per day
given in the following schedule:
Amount of Liquidated
Amount of Contract Damages Per Day
Less than $ 5,000.00 $ 30.00
$ 5,001.00 to $ 15,000.00 35.00
15,001.00 to 25,000.00 40.00
25,001.00 to 50,000.00 50.00
50,001.00 to 100,000.00 70.00
100,001.00 to 500,000.00 200.00
500,001.00 to 1,000,000.00 300.00
1,000,001.00 to 2,000,000.00 400.00
2,000,001.00 to 5,000,000.00 500.00
-17-
6. INDEMNITY
6.01 Contractor's Indemnity Provision. To protect the
Owner from the Contractor's failure to perform any of
the foregoing duties or any of the terms of this Con-
tract, the Contractor shall indemnity and save harm-
less the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, and ex-
penses or costs of any nature whatsoever arising out
of or in anyway connected with any claims or actions
at law or in equity brought against the Owner and the
Owner's agents and employees for the death or injury
to persons or for damage to property caused, or alleg-
edly caused, by any willful acts, negligence, nui-
sance, or breach of any term or condition of this Con-
tract by the Contractor, his agents, servants, subcon-
tractors, or employees. The Contractor shall further-
more indemnify and save harmless the Owner and the
Owner's agents and employees from all demands of sub-
contractors, workers, material persons, or suppliers
of machinery and parts thereof, equipment, power
tools, and supplies incurred in connection with work
to be performed under this Contract. Property of any
description, including property of the Owner, which
shall be damaged in the performance of this Contract
by the Contractor, his agents, employees, subcontrac-
tors or their employees and subcontractors shall be
restored to its condition prior to damage by the Con-
tractor at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor
agrees to comply with the Workmen's Compensation Act
of the State of Texas, and to pay or cause to be paid
all compensation, medical or other benefits, which may
become due or payable thereunder, and to protect and
indemnify the Owner and the Owner's agents and employ-
ees from and against any and all liabilities by reason
of accidental injury, disease or death sustained by
subcontractor's employees. The Contractor shall fur-
nish the Owner with a certificate from the Industrial
Accident Board evidencing the Contractor's and subcon-
tractors' compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Con-
tractor shall provide and maintain during the life of
this Contract and until all work under said Contract
has been completed and accepted by the Owner, a Com-
prehensive General Liability insurance policy, said
policy and the issuing carrier approved by the Owner,
which specifically insures the contractual liability
-18-
of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The lia-
bility coverage under this policy shall cover Indepen-
dent Contractors. Liability limits for the Comprehen-
sive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall
provide and maintain during the life of this Contract
and until all work under said Contract has been com-
pleted and accepted by the Owner, an Owner's and Con-
tractor's Protective Policy which co- insures the Owner
and the Owner's agents and employees with the same
Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liabil-
ity Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The
Contractor shall provide and maintain during the life
of this Contract and until all work under said Con-
tract has been completed and accepted by the Owner, a
Comprehensive Automobile Liability insurance policy,
said policy and issuing carrier approved by the Owner,
covering the operation on or off the site of the work
of all motor vehicles licensed for highway use, whe-
ther they are owned, non - owned, or hired by the Con-
tractor, in which shall specifically insure contrac-
tual liability of the Contractor assumed under the
above Paragraph 6.01 entitled "Contractor's Indemnity
Provision ". The liability limits for the Comprehen-
sive Automobile Liability insurance coverage shall not
be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insur-
ance coverage set out in sections 6.02, 6.03, 6.04,
and 6.05 above, the Contractor shall furnish the Owner
with a certificate verifying said insurance. Said
certificate shall state that the Owner shall be given
10 days advance written notice before any provisions
-19-
of the policies are changed or in the event said poli-
cies shall be cancelled. This Certificate of Insur-
ance shall be provided to the Owner prior to starting
any construction work in connection with this Con-
tract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the Contractor should
be guilty of substantial violation of the Contract or
any provision thereof, the Owner, upon certification
by the Engineer as to the nature and extent of such
violation, may without prejudice to any other resourc-
es or remedy give the Contractor written notice of
termination of the employment of the Contractor 10
days subsequent to such notice. Immediately following
such date the Owner may take possession of the site of
the work and all material, equipment, tools, and ap-
pliances thereon and may finish the work in accordance
with the provisions of Section 8 "Abandonment of Con-
tract by Contractor ", of these General Conditions.
7.02 Right of Contractor to Terminate. If work should be
stopped by order of any public authority or court
through no act or fault of the Contractor for a period
of three (3) months or if the Owner should substan-
tially fail to perform the provisions of the Contract
with regard to Owner's obligations to the Contractor,
then the Contractor may, upon 10 days written notice
to the Owner, terminate this Contract and recover from
the Owner payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract
should be terminated for any reason whatsoever, the
Owner may request the Contractor in writing to remove
any or all of his equipment, tools, and supplies, and
the Contractor shall comply with the request within 10
days after receipt of the notice. Should he fail to
do so within 10 days after receipt of such notice, the
Owner shall have the right to remove such equipment
and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at
the risk and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should
abandon and fail to refuse to resume work within 10
-20-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
days after written notification from the Owner or the
Engineer or if the Contractor fails to comply with the
orders of the Engineer when such orders are consistent
with this Contract or with the specifications hereto
attached, then the Contractor shall be deemed as hav-
ing abandoned the Contract. In such event the Surety
on the bond shall be notified in writing and directed
to complete the work, and a copy of said notice shall
be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by
Owner. After receiving said notice of abandonment the
Contractor shall not remove from the work any machin-
ery, equipment, tools, materials, or supplies then on
the job, but the same together with any materials and
equipment under contract for the work may be held for
use on the work by the Owner or the Surety on the per-
formance bond or another contractor in completion of
the work; and the Contractor shall not receive any
rental or credit therefor except when used in connec-
tion with extra work where credit shall be allowed as
provided for under Section 2.12 entitled "Extra Work ",
it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete
the work and will be reflected in the final settle-
ment.
8.03 Methods of Completing the Work. If the Surety should
fail to commence compliance with the notice for com-
pletion hereinbefore provided within 10 days after
service of such notice, then the Owner may provide for
completion of the work in either of the following
elective manners:
a. The Owner may thereupon employ such force of work-
ers and use such machinery, equipment, tools, mat-
erials, and supplies as said Owner may deem neces-
sary to complete the work and charge the expense
of such labor, machinery, equipment, tools, mater-
ials, and supplies to said Contractor, and the ex-
pense so charged shall be deducted and paid by the
Owner out of such monies as may be due or that may
thereafter at any time become due to the Contrac-
tor under and by virtue of this Contract. In case
such expense is less than the sum which would have
been payable under this Contract if the same had
been completed by the Contractor, then said Con-
tractor shall receive the difference. In case
such expense is greater than the sum which would
have been payable under this Contract if the same
-21-
had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of
such excess to the Owner.
b. The Owner under sealed bids, after 14 days notice
published two or more times in a newspaper having
a general circulation in the county of location of
the work, may let the contract for the completion
of the work under substantially the same terms and
conditions which are provided in this Contract.
In case of any increase in cost to the Owner under
the new contract as compared to what would have
been the cost under this Contract such increase
shall be charged to the Contractor, and the Surety
shall be and remain bound therefor. However,
should the cost to complete any such new contract
prove to be less than what would have been the
cost to complete under this Contract, the Contrac-
tor or his Surety shall be credited therewith.
8.04 Final Acceptance. When the work has been completed
the Contractor and his Surety shall be so notified and
a Contract Completion Certificate as hereinafter pro-
vided shall be issued. A complete itemized statement
of the Contract accounts certified by the Engineer as
being correct shall then be prepared and delivered to
the Contractor and his Surety, whereupon the Contrac-
tor, his Surety or the Owner, as the case may be,
shall pay the balance due as reflected by said state-
ment within 15 days after the date of such Contract
Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event
the statement of accounts shows that the cost to com-
plete the work is less than that which would have been
the cost to the Owner had the work been completed by
the Contractor under the terms of this Contract or
when the Contractor or his Surety pay the balance
shown to be due by them to the Owner, then all machin-
ery, equipment, tools, materials, or supplies left on
the site of the work shall be turned over to the Con-
tractor or his Surety. Should the cost to complete
the work exceed the contract price, and the Contractor
or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there re-
mains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof to-
gether with an itemized list of such equipment and
materials shall be mailed to the Contractor and his
Surety at the respective addresses designated in this
-22-
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-
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-
so, the Engineer shall issue a Contract Completion
Certificate to the Owner and the Contractor. Such
certificate when issued shall constitute final accep-
tance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Com-
pletion Certificate has been issued the Engineer shall
proceed to make final measurements and to prepare a
final estimate of the work done and materials furnish-
ed under this Contract and the value thereof. The
Engineer shall certify the Final Estimate and submit
it to the Owner within five (5) days from the date of
the Contract Completion Certificate.
The Owner shall pay the Contractor within 15 days from
the date of the Contract Completion Certificate the
entire sum shown due on the certified Final Estimate
prepared by the Engineer after deducting all amounts
to be kept and retained under any provision of this
Contract. However, it is to be specifically under-
stood that the final payment will not be paid by the
Owner to the Contractor under any circumstances until
the Notarized Affidavit required by Section 9.07 en-
titled "Notarized Affidavit ", has been submitted to
the Engineer.
All prior estimates and payments shall be subject to
correction in the final estimate and payment; but in
the absence of error or manifest mistake, it is agreed
that all estimates, when approved by the Owner, shall
be conclusive evidence of the work done and materials
furnished.
9.07 Notarized Affidavit. Before final payment for the
work by the Owner the Contractor shall submit to the
Engineer a notarized affidavit in duplicate stating
under oath that all subcontractors, vendors, and other
persons or firms who have furnished or performed labor
or furnished materials for the work have been fully
paid or satisfactorily secured. Such affidavit shall
bear or be accompanied by a statement, signed by the
Surety Company who provided the performance bond for
the work, to the effect that said Surety Company con-
sents to final payment to the Contractor being made by
the Owner.
9.08 Release of Liability. The acceptance by the Contrac-
tor of the last payment shall operate as and shall be
a release to the Owner and every officer and agent
thereof from all claims and liability hereunder for
anything done or furnished for or relating to the work
or for any act or neglect of the Owner or of any per-
son relating to or affecting the work.
-25-
9.09 Contractor's Obligation. Neither the Contract Comple-
tion Certificate nor the final payment nor any provi-
sion in the Contract Documents shall relieve the Con-
tractor of the obligation for fulfillment of any war-
ranty which may be required in the Contract Docu-
ments.
9.10 Payments Withheld. The Owner may, on account of sub-
sequently discovered evidence, withhold or nullify the
whole or part of any payment to such extent as may be
necessary to protect himself from loss on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating
probable filing of claims.
c. Failure of the Contractor to make payments proper-
ly to subcontractors or for material or labor.
d. Damage to another contractor.
When the above grounds are removed or the Contractor
provides a Surety Bond satisfactory to the Owner,
which will protect the Owner in the amount withheld,
payment shall be made for amounts withheld because of
them.
-26-
SPECIAL CONDITIONS OF AGREEMENT
INSPECTION
PERMITS
CONSTRUCTION STAKING
SUB - SURFACE EXPLORATION
SPECIAL CONDITIONS OF AGREEMENT
PRIORITY OF INTERPRETATION
Refer to General Conditions of Agreement, Page 1, Paragraph
1.02 - Contract Documents.
ENGINEER AND OWNER DEFINED
The plans and contract documents for this project have been
prepared by Haynie & Kallman, Inc., as the ENGINEER. The
OWNER is The City of Round Rock, Texas.
The construction of this project is subject to the inspection
and acceptance of Haynie & Kallman, Inc., Consulting Engi-
neers and the City of Round Rock, Texas.
Development Permits applicable to this project, if required,
have been secured by the Owner and the number and date are
shown on the plans and cover of these specifications. The
Contractor will be required to secure any additional permits
necessary for work on or off the Owner's property at no addi-
tional cost to the Owner.
The Engineer will provide stakes for alignment and grade for
the purposes of construction of Georgetown Street Bridge.
Property Line Stakes - The Contractor shall be responsible
for preserving or replacing all of the existing pin and
marker stakes.
Replacement of Stakes - Construction stakes or property pins
and markers that have been destroyed shall be replaced by a
qualified Registered Public Surveyor or Professional Engineer
at the Contractor's expense before final payment.
It is not represented that plans show all existing storm
sewer, sanitary sewer, water, gas, telephone, and electrical
facilities, and other underground structures though attempts
were made to show existing items based on available records
S -1
and visual observations. Determine location of these instal-
lations in the way of construction by referring to available
records, consulting appropriate municipal department and
utility owners, and by making necessary exploration and exca-
vations. The Contractor shall repair at his expense and
assume all responsibility for any utilities or structures
damaged by Contractor on this Project.
DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on plans, present
obstructions to grade and alignment, immediately notify the
Engineer, who without delay, will determine whenever existing
improvements are to be relocated, or grade and alignment
changed. Where necessary to move services, poles, guy wires,
pipelines, or other obstructions, make arrangements with
owners of utilities. Neither Owner nor Engineer will be
liable for damages on account of delays due to changes made
by owners of privately owned utilities which hinder progress
of work.
PROTECTION AND REPLACEMENT OF PROPERTY
Where necessary to take down fences, signs, or other obstruc-
tions, replace in their original or better condition and re-
store damaged property including pavement or make satisfac-
tory restitution, at no cost to the Owner.
LIQUIDATED DAMAGES
Upon execution of the contract by the Owner, it shall become
an obligation of the Contractor to complete all work in this
contract within the number of calendar days he has proposed,
the reckoning of such time shall start from the date of the
Notice to Proceed.
The parties hereto agree that time is of the essence on this
contract, and the pecuniary damages which would be suffered
by the Owner if the Contractor should not complete all work
included in the contract within the number of calendar days
in which he agrees to complete such work, are in their nature
difficult of ascertainment, and it is therefore expressly
agreed, as a part of other considerations of the contract,
that the Contractor shall pay to the Owner, or allow the
Owner to deduct from the final payment otherwise payable to
the Contractor, a sum equal to two hundred fifty dollars
($250.00) per day for each and every calendar day beyond the
agreed number which the Contractor shall require for the com-
pletion of all work included in the contract. It being ex-
pressly understood that the above named sum per day is suf-
fered or sustained by the Owner in the event that said work
5 -
is not completed within the agreed time. It is understood
that the said sum shall be considered as liquidated damages
and shall in no sense be considered as a penalty against the
Contractor. No extra compensation shall be made to the Con-
tractor for completing his work in less time than indicated
in his bid proposal. Any requests for time extension shall
be made in writing by the Contractor to the Engineer, and the
Engineer shall upon its receipt determine if the delay is
valid, not through any fault of the Contractor, and make
recommendations to the Owner for his consideration of the
acceptance of the time extension.
FINAL COMPLETION AND ACCEPTANCE
It is understood and agreed that the Engineer and the Owner
shall not be required to issue a Certificate of Completion
until and unless all work for this project is made acceptable
to the City of Round Rock.
TESTING OF MATERIALS
Testing of all materials to be incorporated into the project
will be made as directed by the Inspector at the expense of
the Contractor. The testing laboratory will be designated by
the Contractor and approved by the Engineer and all materials
must meet the specification requirements. Tests will be re-
viewed and approved by the Inspector at each stage of con-
struction prior to proceeding to the next construction
stage.
FINAL CLEAN -UP
The Contractor shall leave the construction site and adjacent
areas in the same condition and to the same grade provided
him upon the inauguration of this project. Excavated mater-
ials not used in backfilling become the responsibility of the
Contractor for disposal at no additional cost to the Owner.
COPIES OF PLANS AND SPECIFICATIONS
The Contractor will be supplied with three (3) sets of Plans
and Specifications for this project. Additional sets may be
obtained from the Engineer at commercial reproduction rates
plus 15% for handling.
"AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions on all of
his copies of the working drawings. Upon completion of the
S -3
project and prior to final acceptance and payment, the Con-
tractor shall deliver this correctly marked set of drawings
to the Engineer.
GUARANTEES
Guarantee work, including equipment installed, to be free
from defects due to faulty workmanship or materials for a
period of one (1) year from date of issue of Certificate of
Acceptance. Upon notice from Owner, repair defects in all
construction which develop during specified period at no cost
to Owner. Neither final acceptance nor final payment nor any
provision in Contract Documents relieves Contractor of above
guarantee. Notice of observed defects will be given with
reasonable promptness. Failure to repair or replace defect
upon notice entitles Owner to repair or replace same and
recover reasonable cost thereof from Contractor.
ABANDONMENT OF EXISTING 18" SEWER LINE
Bids will be opened under separate contract at the same time
and place as this contract, for a sewer line which will re-
place in a different location the existing 18" sewer line on
the Bridge. The Bridge cannot be demolished until the new
sewer line is operable; therefore, the Bridge Contract will
be delayed until completion of the Sewer Line Contract. The
Bridge Contract will be executed within 30 days of bid open-
ing as per General Conditions, but Notice to Proceed will not
be issued until completion of the sewer line, and time will
not be charged against contraction completion time until
after Notice to Proceed is issued. The Contractor may use
the interim period for move -in, ordering and stockpiling
materials, etc., with no time penalty.
S -4
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
CITY OF AUSTIN SPECIFICATIONS
ADOPTED BY REFERENCE UNDER SEPARATE DOCUMENT
The current City of Austin "Standard Specifications for
Public Works Construction" and "Water & Wastewater Construc-
tion Specifications" are incorporated into this project by
reference and they shall be applied to this project except as
modified in these specifications and on the plans. Wherever
the term "City of Austin" is used in the Austin Specifica-
tions, it shall be construed to mean the City of Round Rock.
Following is an index of the specification items from the
"Standard Specifications for Public Works Construction" that
apply specifically to this project:
132 Embankment
210 Flexible Base (Crushed Stone)
230 Rolling (Flat Wheel)
232 Rolling (Pneumatic Tire)
234 Rolling (Tamping)
236 Rolling (Proof)
360 Concrete Pavement
401 Structural Excavation and Backfill
403 Concrete for Structures
405 Concrete Admixtures
406 Reinforced Steel
407 Welded Wire Fabric
408 Expansion Joint Materials
409 Membrane Curing
410 Concrete Structures
710 Detour Markers, Signs and Barricades
TECHNICAL SPECIFICATIONS
TEXAS HIGHWAY DEPARTMENT SPECIFICATIONS
ADOPTED BY REFERENCE UNDER SEPARATE DOCUMENT
Certain items from the current Texas Highway Department
"Standard Specifications for Construction of Highways,
Streets and Bridges" are incorporated into this project by
reference and they shall be applied to this project except as
modified in these specifications and on the plans. Wherever
the terms "State Highway Department ", "Texas Highway Depart-
ment", or "the State ", are used in the Texas Highway Depart-
ment Specifications, it shall be construed to mean the City
of Round Rock. Following is an index of the items from the
Texas Highway Department Specifications that apply speci-
fically to this project:
416 Drilled Shaft Foundations
425 Prestressed Concrete Structures
435 Elastomeric Materials
441 Steel Structures
442 Metal for Structures
450 Railing
496 Removing Old Structures
FOUNDATION INVESTIGATION
GEORGETOWN STREET BRIDGE OVER BRUSHY GREEK
ROUND ROCK, TEXAS
FOR
THE CITY OF ROUND ROCK
ROUND ROCK, TEXAS
AND
CECON, INC.
CONSULTING ENGINEERS
AUSTIN, TEXAS
Soils and Folonlarion Enginccrs
. nA6 (riind /rig ( *. ✓tr:, ✓ic.
TABLE OF CONTENTS
PAGE
INTRODUCTION 1
SUBSURFACE EXPLORATION 2
LABORATORY INVESTIGATIONS 3
SUBSURFACE MATERIALS AND CONDITIONS 3
FOUNDATION DESIGN 4
FOUNDATION CONSTRUCTION 5
EMBANKMENT CONSTRUCTION 5
CONCLUSIONS • 6
APPENDDC
Soils and Foundation Engineers
FOUNDATION INVESTIGATION
GEORGETOWN STREET BRIDGE OVER BRUSHY CREEK
ROUND ROCK, TEXAS
INTRODUCTION
General: An investigation of foundation conditions at the site of a proposed
addition to the Georgetown Street Bridge over Brushy Creek in Round Rock,
Texas, was authorized in January, 1975. The purpose of this investigation
has been to determine subsurface materials and subsurface conditions pre-
sent at the site and to establish foundation design and foundation construc-
tion criteria for the Bridge.
Scope of Investigation: The following investigations and engineering studies
were performed in connection with the preparation of this report.
1. Core borings were drilled in order to:
a. Determine subsurface strata present at the site.
b. Obtain samples and cores of subsurface materials for
laboratory analysis.
c. Investigate existing in -place conditions of subsurface
materials by field penetration tests.
d. Investigate groundwater conditions at the site.
2. Samples and cores of subsurface materials from the borings were
analyzed in the laboratory by:
a. Visual examination and classification.
b. Unit dry weight and moisture content tests.
c. Pocket penetrometer tests.
d. Unconfined compression tests.
3. The information obtained by subsurface exploration and laboratory
investigations was used in engineering studies to determine the
most desirable foundation type, depth, and unit loading intensity,
and to establish recommendations regarding the design and con-
struction of other project features that will be affected by subsur-
face materials. Details and results of the investigation are dis-
cussed in the following paragraphs.
Soils and Foundation Engineers
SUBSURFACE EXPLORATION
Subsurface materials at the site were explored by three core borings
ranging in depth from 40.0 to 77.5 feet below the existing ground surface.
Locations of the borings are shown on attached Plate I.
Undisturbed samples of the subsurface materials were obtained from the
borings by thin -wall, seamless steel, Shelby tube samplers. A 2 -inch
0. D. split -spoon sampler was used in obtaining disturbed samples and in
determining standard penetration values of the subsurface materials. An
NX -size double tube core barrel equipped with an insert bit was used in
obtaining continuous cores of the lower shale and limestone formations.
All samples and cores of subsurface materials were extracted and classified
in the field. Undisturbed samples and typical NX -size cores were identified
according to boring number and depth, and encased in polyethylene plastic
to prevent moisture changes. Disturbed samples were identified according
to boring number and depth, and placed in moisture -proof plastic bags.
All samples and cores were then placed in core boxes and transported to
the laboratory for tests and further study.
Existing in -place conditions of subsurface materials were investigated by
standard penetration tests and by Texas Highway Department cone penetra-
tion tests in the borings. The standard penetration tests determined the
resistance of the materials to penetration by a 2 -inch 0.D. split -spoon
sampler driven by a 140 -pound hammer dropping 30 inches. Depending on
the resistance of the materials, either the number of blows of the hammer
required to drive the split -spoon 12 inches (after seating the sampler 6
inches), or the additional inches of penetration of the split- spoon, due to
50 blows of the hammer, were recorded on the field logs. Results of these
tests are shown on the left -hand side of the attached Logs of Borings No.
1 and 2.
The Texas Highway Department cone penetration tests determined the re-
sistance of the materials to penetration by a 3 -inch diameter steel cone
driven by a 170 -pound hammer dropping 24 inches. The inches of pene-
tration of the cone, due to 100 blows of the hammer, were recorded on the
field logs and are shown on the right -hand side of the attached Logs of
Borings No. 1 and 2.
The borings were advanced to depths ranging from 0.0 to 10.5 feet below
the ground surface prior to using drilling fluid. The samples and holes
above these depths were observed for groundwater. Results of these ob-
servations are shown by the notes on the attached Logs of Borings.
Soils and Foundation Engineers
A profile of the creek channel and abutments was determined by measuring
down from the existing bridge deck. The profile of the channel is shown
on attached Plate I.
LABORATORY INVESTIGATIONS
All samples and cores of subsurface materials from the borings were ex-
amined and classified in the laboratory. Laboratory classifications of the
subsurface materials are shown on the attached Logs of Borings. The soil
classifications refer to the "Unified Soil Classification System" as explained
on the attached Key to Classification Used on Logs.
Existing conditions of the subsurface materials were investigated by unit
dry weight and moisture content tests and by pocket penetrometer tests on
undisturbed samples. Results of the unit dry weight and moisture content
tests are shown on attached Plate II. Results of the pocket penetrometer
tests are shown on the left -hand side of the attached Logs of Borings.
Strength properties of the shale were determined by unconfined compression
tests on selected undisturbed samples. Results of these tests are shown
as Q u values on attached Plate II.
SUBSURFACE MATERIALS AND CONDITIONS
Specific types and depths of subsurfa ce strata encountered at the three loca-
tions are shown on the attached Logs of Borings and by the Geologic Profile
on attached Plate I. In general, subsurface materials from the base mate-
rial down consist of: 7. 3 to 25.4 feet of soil ranging from brown sandy
clay with gravel to tan gravel with brown clay lenses; 0. 0 to 10.0 feet of
tan and light gray weathered shale; 0. 0 to 9. 5 feet of alternating layers of
gray and tan shale with varying amounts of calcite crystals; and, dark
gray shale with scattered tan layers and fossils down to at least the bottom
of Borings No. 1 and 2 and to the 74. 0 -foot depth in Boring No. 3. Boring
No. 3 encountered gray limestone with shaly limestone lenses and fossils
between depths of 74.0 and 77.5 feet.
The shale is known geologically as the Del Rio Formation and is of Lower
Cretaceous age. The gray limestone in Boring No. 3 is the upper part of
the Georgetown Limestone Formation. The soils have been deposited at
the site partially as alluvial fill and partially as man -made fill for the
street. The ground surface elevations at the locations of Borings No. 1
and 2 was approximately 20.0 feet higher than the water surface inBrushy
Creek. The groundwater surface adjacent to the Creek is probably near
the elevation of the water surface in Brushy Creek except where the Del
Soils and Foundation Engineers
gait
Rio Formation occurs above the water surface elevation in the Creek.
Groundwater in the Del Rio Formation will be limited to isolated ground-
water pockets in the fracture planes.
Results of the pocket penetrometer tests and field penetration tests indicate
that the consistency of all the subsurface materials ranges from very stiff
to hard based on the soil consistency description.
FOUNDATION DESIGN
The surface of the dark gray Del Rio shale was encountered at depths of
26. 0, 27. 5, and 16.0 feet below the ground surface in Borings No. 1, 2,
and 3, respectively. The bottom of Brushy Creek was approximately28. 0
feet below the elevation of the ground surface at the locations of Borings
No. 1 and 2. The elevation of the top of the dark gray shale in Brushy
Creek is probably several feet lower than the shale in the vicinity of the
borings due to weathering of the Del Rio shale and erosion and backfill.
The existing bridge was built by the Kansas City Bridge Company from
Kansas City, Missouri, in 1920 and details regarding the existing founda-
tion are not available in this office. A large spread footing is exposed
under the north support for the steel truss portion of the bridge. The
footing may also be supported by steel piles driven into the Del Rio shale
formation.
The foundations for the bridge addition should be based in the dark gray
shale at a depth of at least 10.0 feet below the surface of the unweathered
dark gray shale and at a depth which will not be subject to undermining by
scour by Brushy Creek. Auger- excavated cast -in -place concrete piers
will provide the most economical and desirable means of transmitting
structural loads to the unweathered dark gray shale. Based on an average
maximum THD penetration of 5. 5 inches, an allowable unit load of 14, 000
pounds per square foot may be used for piers on the unweathered dark gray
shale with a safety factor of 2 against a shear failure. This unit load also
provides a safety factor of at least 2 against a shear failure based on the
results of the unconfined compression tests.
Additional load bearing capacity can be obtained by underreaming the piers
in the dark gray shale or by penetrating the dark gray shale more than
10.0 feet and utilizing side friction between straight shaft piers and the
gray shale below 10.0 feet into the formation. A side friction value of
1,800 pounds per square foot may be used between straight shaft pier con-
crete and the unweathered gray shale below 10.0 feet of penetration into
the unweathered dark gray shale.
Soils and Foundation Engineers
An area of vertical reinforcing steel equal to at least 1.0 percent of the
pier shaft area should be provided from the top to within 6 inches of the
bottom of the piers to withstand tension forces created by the expansive
clay and shale.
FOUNDATION CONSTRUCTION
Depending on the locations of the foundations, temporary steel casings will
likely be required from the ground surface down into the dark gray or tan
shale in order to seal out groundwater and prevent caving of soils at some
locations during the pier drilling operations. Variations will be required
in the foundation depths due to variations in the depths to the top of the
dark gray shale and possibly due to additional depth requirements for ob-
taining protection against undermining by scour. The bid schedule should
include pay items for constructing the foundations with and without the use
of temporary steel casings on a unit price basis.
Boulders in the clay will create problems during the drilling operations.
Limestone lenses or nodules in the dark gray shale may create some
difficulty during the pier drilling operations, particularly if the limestone
lense falls in an underream zone. A pier drilling core barrel can be used
in advancing the straight shaft portion of the pier through the limestone
and the pier depths can be adjusted so that the underream falls below the
limestone lense, where necessary, based on obtaining at least 10.0 feet
of penetration into the dark gray shale.
Pier excavations should be checked for size and to see that all loose mate-
rial has been removed prior to placing concrete. Pier concrete should be
placed as soon as practical after completion of the drilling operations.
EMBANKMENT CONSTRUCTION
Based on conditions of the subsurface materials encountered in the bor-
ings, the embankments can be constructed with adequate safety against a
foundation failure and without excessive consolidation of the foundation
soil. Embankment slopes of 3 horizontal to 1 vertical will be adequately
safe against shear failures and are particularly desirable based on main-
tenance considerations.
The embankments should be constructed as far in advance of completion of
the bridge as practical to preconsolidate the foundation soils and reduce
the settlement that occurs after construction. The embankment soils
should be compacted to a density equal to at least 95 percent of the maxi-
mum density as determined by AASHO T 99 -57 laboratory compaction
te sts.
CONCLUSIONS
Based on the results of subsurface exploration, laboratory investigations,
and engineering studies, it is concluded that:
1. The dark gray shale with fossils will provide the most desirable
support for foundations for the new bridge.
2. Auger - excavated cast -in -place concrete piers will provide the most
economical and desirable means of transmitting structural loads to the
dark gray shale.
3. An allowable unit load of 14, 000 pounds per square foot in end
bearing may be used for piers on the dark gray shale.
4. The piers should penetrate the dark gray shale at least 10.0 feet
to obtain protection against undermining by scour.
5. Additional load bearing capacity can be obtained by either under-
reaming the piers in the shale near the 10. 0 -foot depth or by penetrating
the dark gray shale more than 10.0 feet and utilizing side friction between
straight shaft piers and the shale.
6. A side friction value of 1, 800 pounds per square foot of contact
surface may be used between the straight shaft piers and the dark gray
shale below 10.0 feet into the dark gray shale.
7. An area of vertical reinforcing steel equal to at least 1.0 percent
of the pier shaft area should be provided from the ground surface down
to within 6 inches of the bottom of the piers to resist forces created by
expansive qualities of the clay and the Del Rio Formation.
8. The bid schedule should include pay items for constructing the
piers with and without the use of temporary steel casings on a unit price
basis.
9. Foundation concrete should be placed on the undisturbed dark gray
shale as soon as practical after completion of the drilling operations.
10. Embankment slopes of 1 vertical on 3 horizontal will be adequately
safe against slides and are particularly desirable based on maintenance
considerations.
11. The embankments should be constructed as far in advance of com-
pletion of the bridge as practical to preconsolidate the foundation soil.
12. The embankment soils should be compacted to a density equal to
at least 95 percent of the maximum density as determined by AASHO T
99 -57 laboratory compaction tests.
Soils and Foundation Engineers
Respectfully submitted,
M. Q. Stapp, Jr., P.E.
Chief Engineer
12875
cn;1< and Fnundatinn Fno;noor<
—, yfxl�On �AM: ,irf:
APPENDIX
Soils and foundation Engineers
• - - - MI MI I - - - M - - • MB
PI 30
W 50
60
O 70
0
80
90
B - 1
45
5-50/600
T -•.00
7 -6.00
_� L52 4
T. T3R
T -A.00
r -1.9.58
_,635X
T -6.00
40.0
21
B -3
77 5'
ASPHALT SANDY CLAY
BASE MATERIAL CLAY
5.33 - STD. PEN_ TEST (BLOWS / 1
5- 50/6.00-. PEN. TEST I INCHES /50 BLOw51
T- A -00-•-- T.M.D. CONE PEN. TEST l INCHES /100 BLOWS 1
T- 12__00 ^T.H D. CONE PEN. TEST (BLOWS /F T.1
IS
2.25
EXISTING GEORGETOWN STREET I -LANE BRIDGE
W,5. 1 -23 -13
GRAVEL
NOTES
UNCONFINED COMPRESSION TEST 1 TONS /5 F. 1
K SLICKENSIDED FAILURE
W.S. --WATER SURFACE B OATE OBSERVED
1•25 7S
WEATMEREO SHALE
a
A
G
E XHALE
LIMESTONE
N0 57M
/BRIDGE DECK SURFACE
GROUND SURFACE
UPSTREAM SIDE
OF BRIDGE
26'
8 -2
B 2
GEORGETOWN 3T. BRIDGE OVER 006101 CREEK
ROUND ROCK, TEXAS
PLAN & PROFILE
SCALE' I 30
DATE 20 JAN 75 I PLATE- I
DRAWN BY: E. 2. C.
• MB
MN • M — •— NM • OM • • MN • • MN MI MI OM MI
Boring Depth U. D. W. M. C. Air Voids Q
No. In Feet Lbs. /Cu. Ft. % % T /Sgu.Ft. Description
1 26.5 -27.2 1.52* Dark Gray Shale
1 28.0 -29.3 2.25* Dark Gray Shale
1 30.0 -30.9 4. 11* Dark Gray Shale
1 37.5 -38.5 3.93* Dark Gray Shale
1 38. 8 -39.3 6.55* Dark Gray Shale
2 18.0 -19.5 104.1 20.3 4.5 6.47* Gray Shale
2 22. 0 -22.8 - - -- - -- 3. 17* Tan Shale
2 28. 8 -29.7 8. 65* Dark Gray Shale
2 32.5 -33.7 5. 74* Dark Gray Shale
2 37.0 -38. 2 4.06' Dark Gray Shale
* Sample failed on slickensided fracture plane
GEORGETOWN STREET BRIDGE OVER BRUSHY CREEK
ROUND ROCK, TEXAS
SUMMARY OF UNIT WEIGHT, MOISTURE CONTENT
AND UNCONFINED COMPRESSION TEST RESULTS
KEY TO CLASSIFICATION USED ON LOGS
MAJOR DIVISIONS
GROUP
SYM80LS DESCRIPTIONS
COARSE — GRAINED SOILS
More Than Half of Moterlal is LARGER Thon No. 200 Sieve Size.
GRAVELS
More Than Half of Coarse
Fraction is LARGER Than No.
4 Sieve Size.
GW ' Well- Graded Gravels, Gravel- Sand
• 9 Mixtures, Little or no Fines.
GP ;/+' Poorly - Groded Grovels, Grovel - Sand
Mixtures, Little or no Fines.
Gravels With Fines
(Appreciable
Amount of Fines)
GM
J
Silly Gravels, Grovel - Sond - Sill
Mixtures.
GC Clayey Grovels, Gravel - Sand-Cloy
Mixtures.
s ••••••••• Well -Graded Sonds, Gravelly Sonds,
• • Ville or no Fines.
SP •, , , Poorly - Groded Sands, Gravelly Sands,
'•••'•• Little or no Fines.
S M
Silty Sands, Sand- Silt Mixtures.
SC Clayey Sands, Sand -Clay Mixtures.
FINE— GRAINED SOILS
More Thon Half of Material is SMALLER Than No.
200 Sieve Size.
SILTS and CLAYS SILTS and CLAYS
Liquid Limit Greater Liquid Limit Less
Thon 50 Than 50
Inorganic Sills & Very Fine Sands, Rock
ML Flour, Silty or Clayey Fine Sands or
Clayey Silts with Slight Plasticity.
Inorganic Cloys of Low to Medium
CL Plasticity, Gravelly Clays, Sondy
Clays, Silty pays, Leon Cloys.
OL
Organic Silts 6 Organic Silty Cloys
of Low Plasticity.
Inorganic Slits, Micaceous or
MH Diatomaceous Fine Sand or
Silty Soils, Elastic Silts.
C H Inorganic Cloys of High Plasticity,
Fat Clays.
OH " Orgonic Clays of Medium to High
i/v A Plasticity, Organic Silts.
Highly Organic Solis
Pt i Peot 8 Other Highly Orgonic Soils
Rsf, (Unified Soll Classification System) Corps 01 Engineers, U.S. ARMY, T.M. N0. 3 -357
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
LOG OF BORING
FOR
GEORGETOWN STREET BRIDGE OVER BRUSHY GREEK
DATE: January 24, 1975 BORING No 1
PROJECT LOCATION: Round Rock, Texas TYPE Core .
J W
6 W I 1
o° N N
It O
��
T r,
= °
w
y \
X F' MATERIAL DESCRIPTION
V
0
03111210 I
3 a03
CORE
RECOVERED
NOIIVA3 13
`DEPTH SCALE
"�
As hat
_
_
_
_
-
-
`
=
`
`
t
5 '
I
10
15
an us e. >mestone ase
4.5 \ an rus
4.5 Brown Sandy Clay w /Lignite,
Calcareous Particles, Limestone
4.5- Gravel and Cobbles
4. 5 L LL =32. 5%; PI =14. 8 %; (- )200 =56.4%
4 I- Tan Sand and Gravel Layer at 7.5'
4. 5
Yellowish Tan Clay w /Gravel
- 50 Blows = 6. 00"
THD Penetration
50
20 ,
/
-
30 —
-
- -
- -
35 —
-
- -
--
100 Blows = 4. 0025
THD Penetration
100 Blows = 6.00"
-
-'
THD Penetration
2.0' L O'
2.0'L3'
Blows = 4. 00"
100 B
Dark Gray Shale w /Scattered
Fossils
- -Dark Gray Limestone Layer at
36. 8' -37. 0'
THD Penetration
'
5.0 1.4'
-
_
-
-
—
_
-
s.0, SO
.,
40
100 Blows = 6.00"
Total Depth of Boring = 40.0 Feet
Note: Boring was advanced to 10.5 feet below the ground
surface prior to using drilling fluid and groundwater was
not encountered above that depth.
-
_
-
—
-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
e_:1. -...A r.......I..,:n.. F..n:noare
^ LOG OF BORING
FOR
GEORGETOWN STREET BRIDGE OVER BRUSHY CREEK
DATE:January 23, 1975 BORING NO 2
PROJECT LOCATION: Round Rock, Texas TYPE: Core Plan
DEPTH
FEET
SYMBOL
SAMPLE
N- BLOWS
PER FOOT
w
m
cu y
.. MATERIAL MATERIAL DESCRIPTION
u G
O N
as
CORE
DRILLED
CORE
RECOVERED
N OIiYA3l3
DEPTH SCALE'
-
-
-
—5
-
-
-
_ 10
—
-
-
— 15
-
-
-
-20
_
-
—25
_
-
—30
_
-
—35
/
4 5\ Asphalt
-
_
-
—
-
-.
—
•
-
-
—
-
-
—"
_
-
.11.•
*
•.4'
!
.
Tan Crushed Limestone (Base
4 Material)
Tan Gravel THD Penetration
w /Brown 13 Blows = 12.00"
Clay Lenses, Layers, and
Calcium Pockets
T an and Light Gray Weathered
Shale
- -- -Tan Severely Weathered Limestone
Lenses at 15.0' -16.0'
Y
i'
+ 4,
4.
. ,•
k
~ `
r*
~
�_'
33
_._
—
,..,
Gray Shale w /Scattered Calcite
Crystal Lenses
-
-
Tan Shale w /Gray Streaks and
Scattered Calcite Crystals
40'
5.0'
-'
4.0'
4.5'
_~
��
Dark Tan Shale w /Scattered Tan and
Dark Gray Layers
--
-
_
.-
v
_
THD Penetration
100 Blows = 5. 00"
Gray Shale w /Scattered Tan
Layers and Fossils
THD Penetration
5.0'
5.0'
S 0
_
_
—
-
5.0'
5.0'
-
- 100 Blows = 4. 00 "\
-40
_
-
-
-
—
_
Total Depth of Boring = 40.0 Feet
Notes: 1) Boring was advanced to 6.0 feet below the ground
surface prior to using drilling fluid and groundwater was
not encountered above that depth.
2) 60 percent of the drilling fluid dispersed at the
6. 0 -foot depth.
-
-
-
-
—
_
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
- � 7 y c / N � ro 1 ( = `. `TIC
Soils and Foundation Engineers
LOG OF BORING ~w
FOR Sheet 1 of 2
GEORGETOWN STREET BRIDGE OVER BRUSHY CREEK
ary 27, 1975
PROJECT CATION Rock, Texas TrPE: Wash & Gore Plan
1334
N1d30
SYMBOL
31d BYS
1 1004 Mad
SMOIe - N
MATERIAL DESCRIPTION
03111110
31107
03M3A073M1
31107
ELEVATION
I3 1V7S N1d301
5
10
15
4
— —
Tan Clay w /Gravel and Boulders
—
_
Tan Clay w /Gravel and Scattered
Boulders
Tan Shale
20
25
30
35
40
� �
-- �
r _
—
—
Dark Gray Shale w /Scattered Fossils
—
—
—
CONTINUED
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Soils and Foundation Engineers
LOG OF BORING
FOR Sheet 2 of 2
GEORGETOWN STREET BRIDGE OVER BRUSHY CREEK
January 27, 1975 BORING NO 3
PROJECT OCATION:Round Rock, Texas TYPE; Wash 8 Core LOCATION. See Plan
DEPTH
FEET
SYMBOL
SAMPLE
N - BLOWS
PER FOOT
MATERIAL DESCRIPTION
CORE
DRILLED
03L3AO33N
3N00
NOI1YA313
1OEPTH SCALE'
45
__
—
Dark Gray Shale w/Scattercd Fossils
50
_
—
55
—
60
—
65
—
.--
70
—
75
I
Gray Limestone w /Shaly Limestone
—
Lenses and Fossils
2 5'
2 5'
Total Depth of Boring = 77.5 Feet
—
80
Note: Drilling fluid was utilized in
—
advancing the boring from the ground
—
surface down.
—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i4 -9‘4„,a,„ AtesC,
WHEREAS, the City has duly advertised for bids for the
construction of 1982 C.I.P. Bridge Improvements, and
WHEREAS, James Colglazier, Inc., submitted the lowest and
best bid, said bid being in the amount of $323,452.61, and
WHEREAS, the Council wishes to accept the bid of James
Colglazier, Inc., and to enter into a contract for the con-
struction of said improvements, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS
That the bid of James Colglazier, 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
James Colglazier, Inc., for the construction of the 1982 C.I.P.
Bridge Improvements.
RESOLVED this 24th day of June, 1982.
ATTEST:
E LAND, City Secretary
RESOLUTION NO. 460
lbw
p 1
Cit of Round Rock, Texas
r
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
Georgetown Street Bridge
Dear Mr. Harzke:
We have reviewed the bids taken on the Georgetown Street Bridge on Mon-
day, June 14, 1982. The Base Bids in order of low bidding are listed as
follows:
1. James Colglazier, Inc.
San Antonio, Texas
2. Clearwater Constructors, Inc.
Austin, Texas
3. Kidwell Construction Co., Inc.
Dallas, Texas
4. Werneburg Construction Co.
Georgetown, Texas
5. Larson Pugh, Inc.
Austin, Texas
June 21, 1982
Letter of Recommendation on Bid Award
$315,202.61 250 calendar days
$328,562.55 270 calendar days
$336,405.13 125 calendar days
$367,954.70 270 calendar days
$375,678.20 210 calendar days
An itemized Bid Tabulation is enclosed for your use.
CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Timothy E. Haynie, P.E.
Steven D. Kaltman, P.E.
We recommend that this project be awarded to James Colglazier, Inc.,
San Antonio, Texas, in the amount of $323,452.61 ( "Base Bid" $315,202.61
plus "Add Alternate" for 18" sewer line installed on bridge $8,250.00) and
250 calendar days.
Page 2
Mr. Jack Harzke, P.E.
City of Round Rock
June 21, 1982
Mr. Colglazier has done satisfactory work for the Texas Highway Depart-
ment as well as other entities on bridge projects.
The total project funding is as follows:
Construction Cost (rounded off) $323,500.00
Engineering 31,500.00
Daily Inspection 5,000.00
Contingency 10,000.00
TOTAL PROJECT COST $370,000.00
No fiscal or legal fees are included.
Should you have any questions or desire additional information, please
do not hesitate to contact me.
SDK /cla
Enclosure
cc: Mr. Bob Bennett
Mr. Sam Huey
Mr. Paul Gambrel
Mr. Joe Yining
Mr. Tim Haynie
Mr. David Currington
Mr. James Domel
Cordially,
HAYNIE & KALLMAN, INC.
5.�
Steven D. Kaltman, P.E., R.P.S.
Haynie & Kallman Inc.
CONSULTING ENGINEERS
Ix 2115 North Maya
Round Rock,Texea 78864
(512) 255-4564. 255 -7881
BID TABULATIONS
BIDS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 - 15 - 82
1 of 4
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103 -159 BID DATE 6 -14 -82 TIME 2:00 P.M.
JAMES COLGLAZIER,
INC.
CLEARWATER
CONSTRUCTORS, INC.
KIDWELL CONSTRUCTION
CO., INC.
WERNEBURG
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION GEORGETOWN STREET BRIDGE - 1982
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
, .
es
es
es
BASE BID:
210A Compacted ex u e :ase
.'.
.11
,
li
.1
: ,i
li
' ,.11
: 1
11
', •. .
:
C
360 Concrete Approach Slab
S.Y.
189
25.01
4,72
11
22.01
4,15 :•
01
30..r
5,671
1 1
26.00
4,914
OC
401 Structural Excavation &
Backfill
BlL1:>A1:i111llialorSi.•Ii1FS
C.Y.
540
T0.01
5,401
11
6.01
4, 1
01
18.11
9
11
9.1
4,941
OC
Ill
s
1 i
li
lk
1 1
11
1 i
1 li
lliNki•L ".
li
I ILL
iIIhitan
fl
11
1'
gliMM
11
1
ri e. a is
4168.1 Bell Footings for 30 Dr111e
�
II
m
a is
'..
11.11
, : :.'
II
11.11
,1
11
1.11'
.1
11
1.11
.'
'
00
4168.2 Bell Footings tor 18" Drtlle.
Shafts
1.3
300.01
391
li
300.01
•I
1 1
350.0 1
45
00
330.00
429
00
403A.I Class "C" Concrete for
Abutment
133.2
230.01
30,63
11
300.11
39,9.1
01
220.11
29,30'
01
315.01
41,95:
00
ass " oncrete or /ec
.1/
/
1.11
'
1/
1.11
11
.11
1
1
403A.3 Class 'T" Concrete for Bents
- 270.01
8,9•
11
500.11
. • 1
II
330.11
TO, • :•
11
315.01
10,48'
50
403A.4 Class "A" Concrete for
t'ewa s ur.s
1/
•■
MI M
11
11 1/
11
1/
1 11
1
1/
61 .11
11
01
425 Pre- Stressed Concrete Beams
IMM
M
yPe
Lisnmwornarlarmaswan -LAS
. .
�j�IIIIIIIIII7tlUI1IIIIIIEVK;:1.
".
1i
11MIE(IME
1I
11'ISr/UYd.
",
11
1/
IIIIIIML
1 .1
, . :'
11
1
11
..
MIIIIIIIIIIIr1IIIIIII
, s 1
EIIIlMMISEM111[iiL!
Il
11
. •f
, :.
IIIMIII11u
lid
'rmor oin s
11
. 1
, , .
If
450A.1 Aluminum Combination Railing
Type C3(F)
L.F.
571
47.01
26,837
01
43.01
2
01
51.01
29,121
0
53.35
30,462
85
BID TABULATIONS
B DS EXTENDED AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
2 of 4
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103 -159 BID DATE 6 -14 -82 TIME 2:00 P.M.
JAMES COLGLAZIER
INC.
CLEARWATER
CONSTRUCTORS, INC.
KIDWELL CONSTRUCTION
CO., INC.
WERNEBURG
CONSTRUCTION CO.
LOCATION ROUND ROCK, TEXAS
DESCRIP 1l 1 1 " 1 — :
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE COST
496 Removing Old Structure, Larg=
L.S.
1
47,000.
$ 47,00C
OC
106,000.
$ 106,00C
00
92,000.
$ 92,1.1
01
86,000. $ 86,000
00
725 Hangers for 8" Water Line &
6" Gas Line
L.S.
1
4,70011
4 , 7 6 q OC
2,000.01
2,000
00
- 5,000.11
111'
It
9,000.01 9,000
00
I ■ :, : t
,
Er
III
ilUMA`Iilnail
Li.'III:mou. u irFSiriYlt:F'ilsmoo 1Id1u
11ig 'j#�R
ILIIII :>M(l
[II
f: �1li �'l1][1f5[1I1minL1[Q1sgri'
igicW: .T•Y44.ilIICI:
IlL7ll[N,
[�d:1R'Li!
#uK?
11
f 1 11 igrag IE
11
1 1 /D el 1
1 '
•
=Mk
Ell
1' 1' :• '11 1 1' 1' ' 1 '
,
/I
754 Traffic Buttons
Ea.
130
3. 1
+ ^
O0
6.11
11 50.11
11
11
10.01 + 1,300
00
le e e: em Al t.
- , "
1
- , 11
11'
- , '
11
- , .11
1T1
TOTAL OPIION 8
$ 310'3,651 6T
$ 321,701
$ 32T,T47
$ 355,8
8
ADD ALlLRNJVVE:
Ductile Iron Pipe
L.F.
250
33.11
$ 8, 1
U3
72.11
$ 13 ,111
11 80.11
$ 20 ,000'*
1
70.00
$ 17,501
00
TI': • 1 ' I1.' ilk' ••1.1 1
1 lays
I lays
lays
1 lays
BID TABULATIONS
BIDS EXILNUEU AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
3 of 4
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103 -159 BID DATE 6 -14 -82 TIME 2:00 P.M.
LARSON -PUG-I, INC.
LOCATION
DESCRIPTION
ROUND ROCK, TEXAS
GEORGETOWN STREET BRIDGE - 1982
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
BID BOND ENCLOSED?
Yes
BASE BID:
bite.. .,i,. Wr. ■arninlrM: ggigimm
1
ialj1 mE
11
Ii
t
11'
.: truce a ` cac n.
401 Structural Ex Excavation &
:ac 1
111wiliMf i vrsnrpl .MaXtlt_____
�1 S'I♦Ign
m
j i
1 r1 e. la s
4166.1 Bell Footings for 30" Dr1"lle.'
Shafts
4.6
150.11
1,
0r
4168.2 Bell Footings for 18" Drille.
Shafts
T.3
150.11
19'
01
403A.1 Class "C" Concrete for
Abutment
T33.2
400.11
53,2-1
01
1 1/0.11.1)
mainim .�TiT ;7 MIZT iMigEMEI
IWINEMQ11
11 1 t
11.11
amps
iii
0,501
1 ,
gf1ltIIIRi:1mllilt
.. 7allriTifl7Sl
11
ass oncre a or
iii
Sidewalks & Cur
425 Pre - Stressed Concrete Beams
Type C
1,045
63.11
65,: ^
01
∎ . ein orce. ee
.•
1
.
1
442 Armor Joints
Lb.
x;320
•
11
450A.1 Aluminum Combination bination Ra111n.
Type C3(F)
. .
1.11
' 1
11 '
BID TABULATIONS
BIDS LXIENDLD AND CHECKED
By:
Date:
Sheet:
LCB, DGC, CLA
6 -15 -82
4 of 4
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103 -159 BID DATE 6 -14 -82 TIME 2:00 P.M.
LARSON -PUGH, INC.
LOCATION ROUND ROCK, TEXAS
DESCRIPTION GEORGETOWN SIRED" BRIDGE - 1982
ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNI1
PRICE
COST
UNIT
PRICE
COST
496 Removing Old Structure, Large
I.S.
1
55,000.
-$ 55,000
0 r
/25 Hangers for 8" Water Line &
6" Gas Line
L.S.
1
3,000.DD
3,00C
01
TOTAL BASE BID
S 375,678
2 1
OPTION A: ADD (TO TOTAL BASE BID)
$ 375,678
21
450A.2 Combination Railing Type C301
L.F.
567
40.0C
+ 22,681
1f
Delete: Item 450]k
- 39,370
11
TOTAL OPTION A
$ 358,3SS
2
OPTION 8: ADD (TO OPTION A TOTAL)
$ 358,
1
754 Traffic Buttons
- Ea.
T30
5
65C
01
Delete: Item 403A.4
- 10,50C
01
TOTAL OPTION B
-$ 348,538
2 1
ADD ALTERNATE:
2 18" Ductile Iron Pipe
L.F.
230
57.
$ Z4 23� 01
NUMBER OF CALENDAR DAYS PROPOSED?
210 Days