Loading...
R-85-769 - 8/30/1985WHEREAS, the City has duly advertised for bids for the construction of inproveeme for a portion of Main Street, and WHEREAS, (2pi a L z2'a - 6;73 submitted the lowest and best bid, and tt�� �"` WHEREAS, the Council wishes to accept the bid of ATTEST: , and to authorize the construction of said improvements for a portion of Main Street, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 4e That the bid of accepted as the lowest and best bid, and the Mayor is authorized and directed to execute on behalf of the City a contract with for portion of Main Street. RESOLVED this 5gday JOANNE LAND, City Secretary RESOLUTION NO._gialg the construction of said improvements for a of August, 1985. MIKE ROBINSON; Mayor City of RoundiRock, Texas is hereby 76 9/e- Contitzt4t .41)ez1) , erze20a.t4 * / i 729aix, J. 1-30 44, • 1". , - • 1 / \ \ f/ � \ CITY OF ROUND ROCK 1985 C.I.P. STREET AND DRAINAGE IMPROVEMENTS EAST MAIN STREET, PHASE I CONTRACT DOCUMENTS AND SPECIFICATIONS Job No. 103 -614 Bids will be received at City Hall, 214 E. Main Street, Round Rock, Texas, at 2:00 p.m., Tuesday, August 13, 1985. Specification No. Haynie & Kaltman, Inc. Haynie & Kaltman, Inc. CONSULTING ENGINEERS 1106 South Mays • Round Rock, Texas 78664 • (512) 255- 7861/12212 Technology Blvd., Suite H • Austin, Texas 78727 (512) 250-8611 August 5, 1985 ADDENDUM NO. 1 1985 C.I.P. STREET AND DRAINAGE IMPROVEMENTS EAST MAIN STREET, PHASE I Addendum No. 1 to the Plans, Specifications and Contract Documents for the 1985 C.I.P. Street and Drainage Improve- ments - East Main Street, Phase I, for the City of Round Rock. 1. Replace Page 8 of 8 of the Proposal Bidding Sheets with the attached Revised Page 8 of 8. 2. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2 of 8 of the Proposal. ADDENDUM NO. 1 - 1/1 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING i 6� �I � c I i 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEET: AGREEMENT - BID BOND PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS BASIS OF MEASUREMENT AND PAYMENT GEOTECHNICAL INVESTIGATION TABLE OF CONTENTS 1 1 1 1 1 1 1 1 1 1 1 .1 1 1 1 1 1 1 1 NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 1985 C.I.P. STREET AND DRAINAGE IMPROVEMENTS EAST MAIN STREET, PHASE I 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., Tuesday, August 13, 1985, and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the 1985 C.I.P. Street and Drainage Improvements to East Main Street, Phase I. 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 East Main Street, Phase I Improvements, to be opened at 2:00 p.m., Tuesday, August 13, 1985." All proposals shall be accompanied by a cashier's certi- fied check upon a national or state bank in the amount of five (5) percent of the total maximum bid price payable with- out recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute perform- ance bond within ten (10) days after notice of award of con- tract to him. The notice of award of contract shall be given by the Owner within thirty (30) days after the bid opening. The bid security must be enclosed in the same envelope with the bid. Bids without check or bid bond will not be consid- ered. All bid securities will be returned to the respective bidders within twenty -five (25) days after bids are opened, except those which the Owner elects to hold until the suc- cessful bidder has executed the contract. Thereafter all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. The suc- _ cessful bidder must furnish performance bond and payment bond upon the forms which are available in the office of The City of Round Rock in the amount of one hundred (100) percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and accept- able according to the latest list of companies holding certi- ficates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. Page 1 of 2 The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any infor- mality in bids received. Plans, specifications and bidding documents may be se- cured from the office of the Engineer, Haynie & Kallman, Inc., beginning July 29, 1985, 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., 1106 South 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 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 180 calendar days after Notice to Proceed from the Owner. Page 2 of 2 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: City of Round Rock 214 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: "BID FOR 1985 C.I.P. STREET AND DRAINAGE IMPROVEMENTS - EAST MAIN STREET, PHASE i, to be opened at 2:00 p.m., Tuesday, August 13, 1985." A proposal will not be accepted unless prepared on the bid- ding form provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invit- ed to be present. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, .provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and is filed with the Owner. DISQUALIFICATION OF BIDDERS More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all propo- sals in which such bidder is interested. If there is reason for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collu- sion will be considered in future proposals. RETURN OF PROPOSAL GUARANTEES - Within twenty -five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying 1 of 3 1 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 returned to the respective bidders whose proposals they accompany. 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 sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the low- est responsible bidder's proposal, and to waive any informal- ity 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. 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 2 of 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 made by a firm it shall be signed with the co- partnership name by a member of the firm, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. COMPETENCY OF BIDDERS In selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to the general competency of the bidder for the performance of the work covered by the proposal. To this end each proposal shall be supported by a statement of the bidder's experience, on the form entitled "Information Required of Low Bidder ", bound herein. BIDDER'S EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefor. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make request for such infor- mation in writing to Engineer, prior to 48 -hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract Docu- ments. No other explanation or interpretation will be consi- dered official or binding. Should a bidder find discrepan- cies in, or omissions from the Plans, Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any_Addenda issued prior to twenty -four (24) hours of the opening of bids will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to in- clude any Addenda if such are issued by the Engineer prior to twenty-four (24) hours of the opening.of bids. 3 of 3 1. 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF 1985 C.I.P. STREET AND DRAINAGE IMPROVEMENTS EAST MAIN STREET, PHASE I 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 set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether in- creased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifica- tions. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within seven (7) days after written Notice to Proceed has been given. Page 1 of 8 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 within 180 calendar days after Notice to Proceed • from Owner. 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. Date Page 2 of 8 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: n .49. ca, / iC zGa Ua ;, Cow -ma Avyus /3 /98S Name of Contractor Date ,ct cuted by (Signature) / i0. gor_ 470/ Business Address City County (Seal if Bid is by a Corporation.) ATTEST: c.. Page 3 of 8 Se ;or k i ce R-es,cc ett Title or Position ) 8 °z- ?5io Telephone Number State '874 7 Z ip CONTRACT: ' 1985 C. I.P. STREET AND DRAINAGE IMPROVEMENTS JOB NAME: EAST MAIN STREET, PHASE I JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of East Main Street, Phase I Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following p-ices, to wit: Revised Quantities and Contract Amount Awarded by the City of Round Rock Bid Item Description Item Quantity Unit and Written Unit Price 1 10,077 S.Y. Unclassified Street Excavation, complete in place, per square yard for Seven and Fifteen 2 9,226.58 S.Y. 13" Flexible Base, complete in place, per square yard for Seven and Forty -Seven 3 9,226.58 S.Y. 2" H.M.A.C. Pavement, complete in place, per square yard for Four and Twenty-7 W3 PROPOSAL BIDDING SHEET 4 2,598 L.F. Standard Concrete Curb and Gutter, com- plete in place, per linear foot Page 4 of 8 Dollars Cents $ Unit Price Amount Dollars Cents $ 7.15 $ 72,050.55 Dollars Cents $ 7.47 $ 68,922.57 4.22 $ 38, 936.18 for Five Dollars - and Thirty -Five Cents $ 5.35 $ 13,899.30 1 ' Bid Item Description Lhit Item Quantity Unit and Written Unit Price Price Pmo unt I 5 345 L.F. Lay Down Curb and Gutter, complete in place, per linear foot 1 for Deleted and Dollars Cents $ $ -0- 6 3 Ea. 5' Inlet, complete in place, per each 1 One Thousand for Three Hundred Eighty Dollars 1 and No Cents $ 1,380.00 $ 4,140.00 7 2 Ea. 10' Inlet, complete in place, per each 1 One Thousand for Eight Hundred Ten Dollars and No Cents $ 1,810.00 $ 3,620.00 1 8 3 Ea. 15' Inlet, complete in place, per each 1 Two Thousand for Nine Hundred Seventy -Five Dollars and No Cents $ 2,975.00 $ 8,925.00 9 908 L.F. 18" R.C.P., complete in place, per linear foot ' for Thirty -Five Dollars and Ten Cents $ 35.10 $ 31,870.80 1 10 445 L.F. 24" R.C.P., complete in place, per linear foot 1 for Forty -Four Dollars and Ten Cents $ 44.10 $ 19,624.50 11 430 L.F. 36" R.C.P., complete in place, per 1 linear foot for Fifty -Five Dollars 1 and Twenty -Five Cents $ 55.25 $ 23,757.50 12 30 L.F. 42" R.C.P., complete in place, per ' linear foot for Sixty Three Dollars 1 and Seventy -Five Cents $ 63.75 $ 1,912.50 1 Page 5 of 8 1 1 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1 13 2 Ea. Manhole, complete in place, per each One Thousand ' for Two Hundred Seventy -Five Dollars and No Cents $ 1,275.00 $ 2,550.00 14 4 Ea. Adjust Existing Manhole, complete in ' place, per each for Five Hundred Five Dollars 1 and No Cents $ 505.00 $ 2,020.00 15 1 Ea. Adjust Valve Box, complete in place, per each for Two Hundred Sixty -Five Dollars I and No Cents $ 265.00 $ 265.00 16 2 Ea. Concrete Headwall for 1 - 42" R.C.P., compl ete in pl ace, per each 1 One Thousand for Five Hundred Seventy -Five Dollars 1 and No Cents $ 1,575.00 $ 3,150.00 17 1 Ea. Concrete Headwall for 1 - 36" R.C.P., complete in place, per each for One Thousand Two Hundred Dollars and No Cents $ 1,200.00 $ 1,200.00 1 18 1 Ea. Concrete Headwall for 1 - 24" R.C.P. and 1 - 18" R.C.P., complete in place, ' per each for Nine Hundred Twenty Dollars and No Cents $ 920.00 $ 920.00 19 7 Ea. Concrete Valley Gutter, complete in place, per each 1 One Thousand for Five Hundred Thirty Dollars and No Cents $ 1,530.00 $ 10,710.00 t „ 20 3,700 C.Y. Unclassified Channel Excavation, com- plete in place, per cubic yard for Seven Dollars and Eighty Cents $ 7.80 $ 28,860.00 1 Page 6 of 8 1 Bi d Item Quantity Unit Item Description and Written Unit Price 21 417 L.F. Clean and Regrade Ditch, complete in place, per linear foot for Ten Dollars and Sixty Cents $ 10.60 $ 4,420.20 22 1 L.S. Adjust 12" Raw Water Line, complete in pl ace, per 1 unp sun Five Thousand for Five Hundred Twenty -Five Do11ars and No Cents $ 5,525.00 $ 5,525.00 23 50 L.F. Adjust CMP Culverts, complete in place, per linear foot for Fifteen and Ninety -Five 24 7,736 S.F. Sidewalk, complete in pl ace, per square foot for Two Dollars and Thirty Cents $ 2.30 $ 17,792.80 25 16 Ea. Wheelchair Ramp, complete in place, per each for Eighty Dollars and No Cents $ 80.00 $ 1,280.00 26 60 L.F. Railroad Bore and Pressure Grout with 42" R.C.P. , complete in pl ace, per linear foot for Four Hundred Five Dollars and No Cents $ 405.00 $ 24,300.00 27 4,329 S.F. Concrete Driveway, complete in place, per square foot for Two and Seventy Page 7 of 8 Dollars Cents $ 15.95 $ 797.50 Do11ars Cents $ Lhit Price Pmo unt 2.70 $ 11,688.30 Bi d Item Quantity Unit Item Description and Written Unit Price 28 500 L.F. Adjust Water Services, complete in place, per linear foot Unit Price - Amount for Ten Dollars and Ten Cents $ 10.10 $ 5,050.00 29 230 L.F. Adjust existing 6" Waterline, complete in place, per linear foot for Twenty -Nine Dollars and Seventy -Five Cents $ 29.75 $ 6,842.50 TOTAL CONTRACT AWARD - EAST MAIN STREET, PHASE I $415,030.20 Page 8 of 8 AGREEMENT THE STATE OF TEXAS 1 KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON 1 THAT THIS AGREEMENT is hereby made and entered into this day of , A.D., 1985, by and between THE CITY OF ROUND ROCK, TEXAS, its Mayor, Party of the First Part, hereinafter termed OWNER, and CAPITAL EXCAVATION COM- PANY, of the City of Austin, County of Travis, and State of Texas, Party of the Second Part, hereinafter termed CONTRAC- TOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and perform- ed by the Party of the First Part (OWNER), and under the con- ditions expressed in the bond bearing even date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as fol- lows: 1985 C.I.P. STREET AND DRAINAGE IMPROVEMENTS EAST MAIN STREET, PHASE I further described as the work covered by this specification consists of furnishing all labor, equipment, appliances, and materials, and performing all operations in connection with the excavation, installation of pipe lines and appurtenances, backfilling and compaction of trenches complete in accordance with the Plans, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessor- ies and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawing and printed or written *explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE & KALLMAN, INC., 1106 South Mays, Round Rock, Texas 78664, herein entitled the ENGINEER, each of which had been identified by the CONTRACTOR'S written.propo sal, the General Conditions of the Agreement, and the Per - formance and Payment hereof and collectively.- evidence and constitute the entire contract. Page 1 of 2 The CONTRACTOR hereby agrees to commence work within seven (7) days after the date written notice to do so shall have been given to him, and to substantially complete the same within 180 calendar days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have exe- cuted this Agreement in the year and day first above writ- ten. CITY OF ROUND ROCK, TEXAS Party of the First Part (OWNER) BY: ATTEST: (Thk following to be executed if the Contractor is a Corpora- tion.) I, ;TOhK E • 1 it3s , certify that i am the Secretary of the Corporation named as Contractor here- in; that SCvyYl ivadley , who signed 1 this Contract on behalf of the Contractor was then s, v said Contract was duly signed for and in behalf of said Cor- poration by authority of its governing body, and is within the scope of its corporate powers. Corporate T _ Mike Robinson, Mayor !<! . t Se4 Page 2 of 2 CAPITAL EXCAVATION COMPANY Party of the Second Part (CONTRACTOR) BY: ( , /'/ // ATTEST: (official title) of said Corporation, that St.d•1? REIJIANCE INSURANCE COMPANY HOME OFFICE, PHILADELPHIA, PENNSYLVANIA • KNOW ALL MEN BY THESE PRESENTS, that we CAPITAL EXCAVATION COMPANY P. 0. BOX 1301, AUSTIN, TEXAS 78767 as Principal, hereinafter called the Principal, and the RELIANCE INSURANCE COMPANY of Phila- delphia, Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Round Rock as Obligee, hereinafter called the Obligee, in the sum of FIVE PER CENT (5 %) OF THE GREATEST AMOUNT BID Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCJMENT NO. A - 310 (FEB.1970 ED.) Street and Drainage Improvements East Main Street, Phase I NOW THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified In the bid, enter into acontract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into 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 said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed and sealed this 1 11-h day of Amy) st BDR -2323 Ed. 7034 (Witness) ,1985. CAPITAL EXCAVATION COMPANY (Principal) (Seal) RELIANCE INSURANCE COMPANY MARY L. TATRO orn -in -Fact) a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RELIANCE INSURANCE COMPANY HEAD OFFICE. PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY,. corporation duly organized under the laws of ,the State of Pennsylvania, does herby oaks. mn:tlmteand appoint William M. Board, John D. Fulkerson, Mary L. Tatro, Lawrence W. Waldie, Brenda Martin, Henry W. Burch, III and Bernice Garver, individually, of Dallas, Texas its true and lawful Attomayin.Fect, to make, execute. seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of Suretyship, - andto bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as If such bonds and undertakings and other writings obligatory In the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such oftirs's. and hereby ratites and confirms ell that its said Attorney(s)-in.Fact may do in pursuance hereof, Tiff Power of Attorney is granted under and by authority of Article VII of the By-Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full form and affect, reading as follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President. the Chairman of the Board, any Senior Vice President. any Vim President or■Aaistant Vim President or other officer designated by the Board of Directors shall have power and authority to (el appoint Attorneys.n•Fact and to authorize them to execute an behalf of the Company, bonds and undertakings, recognizanms, contract' of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney-in-Fact at any time and revoke the power and authority given to him. 2. Atorneysdn -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognisance,. convects of Indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizanms, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys -In -Fact shell have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem. pity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or action thereof. • This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at • meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: STATE OF COUNTY OF On this "Resolved, that the signatures of such directors and officers and the ail of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or mrtifiate bearing such facsimile *Matures or facsimile sal shall be valid and binding upon the Company and any such power o executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached: IN WITNESS WHEREOF. the RELIANCE INSURANCE COMPANY has caused these presents to be coned b f Vim President, and incorporate seal to be hereto affixed. this 19th coy of November 1984. / R ELI AN1EINSURpBCO ANY Pennsylvania Philadelphia J 19th , day of November , 1981, personally appeared Vice Predtlent Raymond MacNeil to me known to be the Vice - President of the RELIANCE INSURANCE COMPANY. and acknowledged that he executed end attested the foregoing instrument and affixed the seal of said corporation thereto, and that Article VII. Section 1, ���(((. 3 of the 8y.Lags of said Camp,r, and the Resolu- tion, at forth therein, tae still in full form. / . / My Commission Expires:. � L ! ✓2 ` September 28 . ( of )'k Notary Public in and for State of Pennsylvania Residing as , Philadelphia I, P. D. Crossetta , Assistant Secretary of the RELIANCE INSURANCE COMPANY, do hereby certify that the above and foregoing'iis a true and correct copy of a Power of Attorney a . b y,said RELIANCE INSURANCE COMPANY, which is still in full force and effect. / /: =^^�:: n IN WITNESS WHEREOF, I have hereunto sit my hand and aff Company this day of 19 , -4) v \ \�.+> Assistant Secretary <.. -...• •`t2 boot 1431 Ed. 6/79 G ere• 1 i i i 1 1 Executed in SEVEN(7) Counterparts. Bond No. B577870 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF Travis KNOW ALL MEN BY THESE PRESENTS, THAT CAPITAL EXCAVATION COMPANY County of TRAVIS of the City of AUSTIN , and State of TEXAS as principal, and RELIANCE INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), in the penal sum of Four Hundred Fifteen Thousand, Thirty and 20/100 -- Dollars ($ 415.030.20 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of SEPTEMBER , 1985, 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 ARE SUCH that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of SEPTEMBER ` , 1985. CAPITAL EXCAVATION COMPANY RELIANCE INSURANCE COMPANY Principal r i1JL Surety By /'� / C/a ' s 1 A Title , y . • Address 5508 Hwy 290 West Austin, Texas 78735 Dallas, Texas 75201 The name and address of the Resident Agent of Surety 'is: MARSH & MC LENNAN, INC., 1300 San Jacinto Tower, 2121 San Jacinto Street, Dallas, Texas 75201 PB -2 MARY l/! TATRO Title ATTORNEY -IN -FACT Address 411 N. Akard Street 1 Executed in Seven (7) Counterparts. Bond No. B577870 THE STATE OF TEXAS COUNTY OF Travis KNOW ALL MEN BY THESE PRESENTS, THAT CAPITAL EXCAVATION COMPANY' County of TRAVIS PAYMENT BOND , of the City of AUSTIN , and State of as principal, and RELIANCE INSURANCE COMPANY TEXAS authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), in the penal sum Four Hundred Fifteen Thousand, Thirty and of 20/100 Dollars ($ 415,030.20 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Contract with the Owner, dated the day of SEPTEMBER , 1985, to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said Contract, then, this obligation shall be void; otherwise to remain in full force and effect; PB -3 1 1 f 1 1 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of SEPTEMBER 1985. CAPITAL EXCAVATION COMPANY RELIANCE INSURANCE COMPANY Principal By V:7," t L _ Tit Jr , //i Dallas, Texas 75201 PS Surety By MARY L. TATR Address 5508 Hwy 290 West Address 411 N. Akard Austin, Texas 78735 Dallas, Texas 75201 The name and address of the Resident Agent of Surety is: MARSH & MC LENNAN, INC. 1300 San Jacinto Tower, 2121 San Jacinto Street Title Attorney -in -Fact 1' 1 1 1 1 1 ] 1 i 1 1 Bond No. 8577870 THE STATE OF TEXAS COUNTY OF Travis MAINTENANCE BOND Amount $ 415,030.20 KNOW ALL MEN BY THESE PRESENTS, THAT WE CAPITAL EXCAVATION COMPANY. 5508 Highway 290 Weft. Dustin. jaxac 78735 (hereinafter called the Principal') as Principal, and the RELIANCE INSURANCE COMPANY, 411 North Akard Street of the City of Dallas, Texas , a corporation duly organiz- ed under the laws of the State of pa. , and duly licensed to transact business in the State of Texas (hereinafter called the "Surety "), as Surety, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee ") , in the sum of Four Hundred Fifteen Thousand Thirty & 20/100 Dollars ($ 415,030.20 ), for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SEALED with our seals and dated this day of September , A.D., 1 9 85 WHEREAS, the said Principal has heretofore entered into a contract with The City of RoundRock. Texas dated September , 1 985, for the construction of Street & Drainage Improvements'East Main Street. Phase I WHEREAS, the said Principal is required to guarantee the con- struction of street improvements installed under said con- tract, against defects in materials or workmanship, which may develop during the period of two (2) years from the date of acceptance of the project above described, by the Owner, the CITY OF ROUND ROCK, TEXAS. NOW, THEREFORE, THE CONDITION OF THE OBLIGATION IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of two (2) years from the date of acceptance of the project above described by the Owner, the CITY OF ROUND ROCK, TEXAS, or shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by MB -1 f f 1 S reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall re— main in full force and effect. Capital Excavation Company Principal By By Trinity Universal Insurance Company By: MB -2 Mary L.Tatr torney -in -Fact RELIANCE INSURANCE COMPANY HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint William M. Board, John D. Fulkerson, Mary L. Tatro, Lawrence W. Waldie, Brenda Martin, Barbara Hott and Henry W. Burch, III, individually, of Dallas, Texas its true and lawful Attorney.in - Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of Suretyship, and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive 01Iirer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such of titers, and hereby ratifies and confirms all that its said Attorneylsl•in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to lal appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof, and lb) to remove any such Attorneym -Fact at any time and revoke the power and authority given to him. 2. Attorneys - - Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem- nity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This power of attorney 0 stoned and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979,51 which a quorum was present. and said Resolution has not been amended or repealed. "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall. be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. • IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signeonl^ A Vice President, and its corporate seal to be hereto affixed, this Tth day of March 1984. STATE OF COUNTY OF Pennsylvania acs. Philadelphia RELIANCE INSUaANCE,COMPANY Asst. Vice President On this 7th day of March , is84 personally appeared Enrico J. Pennisi, Jr. to me known to lArS 1N Vice- President of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Article VII Section 1, 2. and 3 of the By -Lail. of said Company and the Resolu- tion, set forth therein, are still in full force. pry > l My Commission Expires: $ y � k +� /2.. - ,r cc i /I � lr_ - c . - r s //' Q i t� September 28 19 87 ) ' Notary Public in and for State of Penns lvania �'" Residing at Philadelphia y 1, J. A. Daily , Assistant Secretary of the RELIANCE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney ejeecutpd by said RELIANCE INSURANCE COMPANY, which is still in full force and effect. 7 �n v;' 'a � n L� IN WITNESS WHEREOF, I have hereunto tel my hand and a 'pf thgal o laid Company this day of September 1s 85 6DR.1431 Ed. 6/79 � 1 Assistant Secretary �! ? •. 1' INSURANCE .1 NO. , DATE . ., II DATE LIMITS OF LIABILITY Workmen's Compensation RWC444924 4 -30 -85 4 -30 -86 Statutory, State of Texas, $100,000 Employer's Liability Comprehensive General Liability Includes Contractual x Liability TMP166482 4 -30 -85 4 -30 -86 - Bodily Injury $ each person $ each accident Bodily Injury & Property $500,000 Combined Single Property Damage $ each accident Covers Independent x Contractors $ aggregate Owner's Protective Bodily Injury $ each person $ each accident Property Damage $ each accident $ • aggregate Comprehensive Automobile Liability Owned Vehicles GLA8895 4 - 30 - 85 4 - 30 - 86 Bodily Injury $ each person $ each accident Property Damage $ each accident Hired Vehicles Bodily Injury & Property $500,000 Combined Single Non -owned Vehicles Includes Contractual Liability 1 A B A) CERTIFICATE OF INSURANCE TO: City of Round Rock Date: September 9, 1985 214 East Main Street Description of Work:Construction of Round Rock, Texas 78664 - Street & Drainage Improvements, E.Main Street, Phase I, Round Rock, Texas THIS IS TO CERTIFY THAT Capital Excavation Company 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. Page 1 of 2 amage imit Damage Limit ' I 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. A) Highlands Underwriters Insurance Company B) Highlands Insurance Company (Name of Insurer) By: Title: 7/,2_ A2 /i....41, . Address2121 San Jacinto Street Page 2 of 2 SENIOR VICE PRESIDENT MARSH & McLENNAN, INC. 1300 San Jacinto Tower Dallas, Texas 75201 1 1 1 1 1 1 � 1 1 1 1 1 1 1 1 - 1 1 1 1 1 The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Name (2) Address (3) Phone Number INFORMATION REQUIRED OF LOW BIDDER (4) Type of firm: ( ) Individual, ( ) Partnership, ( ) Corporation (5) Corporation organized under the laws of the State of (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: (7) Number of years experience (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner (9) List the name and address of each_subcontraotor who will perform work in or about the work or improvement in ex- cess of one -half (1/2) of one percent (1 %) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name Address Work to be Performed Page 1 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (10) Payment of taxes, in the State of Yes No (11) If requested by the Owner, the Low Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently compre- hensive to permit an appraisal of his current financial conditions. Page 2 of 2 GENERAL CONDITIONS OF AGREEMENT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 s 1 1 ' GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Page 1 1. DEFINITIONS 2. GENERAL PROVISIONS _ 3 2.01 Engineer's Status and Authority 3- 2.02 Right of Engineer to Modify Methods 3 and Equipment 4 2.03 Changes and Alterations 4 2.04 Damages 4 2.05 Losses from Natural Causes 4 2.06 Laws and Ordinances 5 2.07 Licenses, Permits, and Certificates 5 2.08 Royalties and Patents 2.09 Keeping of Plans and Specifications 5 Accessible 5 2.10 Discrepancies and Omissions 5 2.11 Contractor -'s Understanding 6 2.12 Extra Work 6 2.13 Payment for Extra Work 2.14 Assignment and Subletting 6 7 - 2.15 Subcontractors 8 8 2.16 Owner's Status 8 2.17 Completed Portions of Work 8 2.18 Materials 8 2.19 Receiving and of Materials 8 2.20 "Or Equal" Clause 9 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 10 2.25 Sanitary Facilities 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . - 10 3.01 Labor, Equipment, Materials and 10 Construction Plant 10 3.02 Performance and Payment Boilds 11 3.03 Contractor's Ability to Perform 11 3.04 Superintendence and Inspection 11 3.05 Character of Employees 3.06 Contractor's Duty to Protect Persons 11 and Property 12 3.07 Safety Codes 12 3.08 Barricades 12 3.09 Minimum Wages 12 3.10 Unsuitable Work or Materials 3.11 No Waiver of Contractor's Obligation • • • 13 3.12 Site Clean Up �,• 14 3.13 Guarantee _ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ,1 (CONTENTS CONTINUED) .Page 4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14 4.01 Lines and Grades 14 4.02 Right of Entry 14 4.03 Owner's Inspectors 14 4.04 Collateral Work 15 4.05 Right -of -Way 15 4.06 Adequacy of Design 15 5. SCHEDULING AND PROGRESS OF WORK 15 5.01 Order and Prosecution of the Work 15 5.02 Rate of Progress 16 5.03 Sunday, Holiday, and Night Work 16 5.04 Hindrances and Delays 16 5.05 Extensions of Time 17 5.06 Liquidated Damages for Failure to Complete on Time 17 6. INDEMNITY 18 6.01 Contractor's Indemnity Provision 18 6.02 Workmen's Compensation Insurance 18 6.03 Comprehensive General Liability Insurance 18 6.04 Owner's Protective Insurance 19 6-.05 Comprehensive Automobile Liability Insurance ' 19 6.06 Insurance Certificate 19 7. TERMINATION OF CONTRACT 20 7.01 Right of Owner to Terminate 20 7.02 Right of Contractor to Terminate 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment and Materials by Owner 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance _ 22 8.05 Disposition of Contractor's Equipment 22 9. MEASUREMENT AND PAYMENT 23 9.01 Character of Measurements 23 9.02 Estimated vs. Actual Quantities 2 3 9.03 Payment 24 9.04 Monthly Estimates and Payments . . 2 4 9.05 Certificates of Completion 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit 25 9.08 Release of Liability 25 9.09 Contractor's Obligation 26 9.10 Payments Withheld - , 26 1 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 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. GC -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.06 Owner. : "Owner" shall mean the City of Round Rock, named and designated in the Agreement as the "Partyof 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 and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the equipment, supplies r 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. 1 GC -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 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. GC -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.03 Changes and Alterations. The Contractor agrees. that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the. line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or altera- tions diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Con- tract; otherwise such work shall be paid for as pro- vided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in prepa- ration for the work as originally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage aris- ing out of the nature of the work to be done or from the action of the elements or from any unforeseen cir- cumstances in the prosecution of the work or from unu- sual obstructions or difficulties which may be encoun- tered in the prosecution of the work shall be sustain- ed and borne by the Contractor at,his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which GC -4 in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his em- ployees or his subcontractors and their employees. 2.07 Licenses, Permits and Certificates. Except as herein - after stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is re- quired such permit will be obtained by the Owner at no - cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented inven- tion used by him in connection with the work done or material furnished under this Contract; provided, how- ever, that if any patented material, machinery, appli- ance, or invention is clearly specified in this Con- tract, the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with three (3) sets of executed Plans and Specifications without ex- pense to him, and the Contractor shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in ac- cordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation de- fined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifica- tions or Drawings, the Engineer shall define which is intended to apply to the work. 2 11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful ekamina- tion, satisfied himself as to the nature and location GC -5 of the work, the conformation of the ground, the char- acter, quality and quantity of the materials t� 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 GC -6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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 GC -7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 :1 become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully re- sponsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and .omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon writ- ' ten notice from the Owner. 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any sub- contractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not com- pleted in accordance with the Contract Documents. if the Engineer determines that taking possession of and - using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing matrials. 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 GC -8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 :1 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 oh 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. GC -9 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.25 Sanitary Facilities. Necessary .sa'nitary 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 enforcd. 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 alrContract 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. GC -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 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 GC -11 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, GC -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 the the workk. Any q uestioned 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 GC -13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of the work embraced by "this Contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judg- ment of the Owner shall become necessary during such period. If within 10 days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the Owner is "hereby authorized to make such repairs at the Contrac tor's expense; provided, however, that in case of an emergency where, in the judgment of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever neces- — sary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Con- tractor, and in case of careless destruction or remov- al by him or his employees such stakes, marks, etc. shall be replaced by the Engineer at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or loca- tion on which the work herein contracted are being constructed or installed for tale 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, sors, or inspectors as the said Owner may deem neces- sary to inspect the material furnished and the work GC -14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 done under this Contract, to see that the said mater= ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right -of -Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. _ 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions and alterations thereto approved in writing by the Owner. The burden of proof of -such compliance shall be upon the Contractor to show that he has com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 order and Prosecution of the Work.. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and sea- sons in such order of precedence and in such as shall be most conducive to economy of construction; GC -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. GC -16 - 1 1 1 1 1 1 1 1 1 1 1 1 1 Should delays repeatedly occur due to the :Contractor's failure to provide adequate plant, equipment, or per- sonnel, or where the Engineer determines that unrea- sonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspend- ed until he shall have provided adequate plant, equip- ment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neg lect of the Owner or Engineer, or of any employee 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 forathe delay sOdetedeter- mined by the Engineer shall be granted by the 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 Contract Less than $ 5,000.00 $ 5,001.00 to $ 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,000.00 2,000,001.0 to 5,000,000.00 GC -17 Amount of Liquidated Damages Per Day _ $ 30.00 35.00 40.00 50.00 70.00 200.00 300:00 400.00 500.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. INDEMNITY 6.01 Contractor's indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Con- tract, the Contractor shall indemnity and save harm- less the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and ex- penses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or alleg- edly caused, by any willful acts, negligence, nui- sance, or breach of any term or condition of this Con- tract by the Contractor, his agents, servants, subcon- tractors, or employees. The Contractor shall further- more indemnify and save harmless the Owner and the Owner's agents and employees from all demands of sub- contractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his ascents, 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 GC -18 1 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 Property Damage GC -19 $100,000 each person $300,000 each accident $ 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 1 1 1 1 1 t 1 1 1 1 1 1 1 1- 1 1 1 :1 of the policies are changed or in the event said poli- cies shall be cancelled. This Certificate of Insur- ance shall be provided to the Owner prior to starting any construction work in connection with this Con- tract. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be guilty of substantial violation of the Contract or any provision thereof, the Owner, upon certification by the Engineer as to the nature and extent of such violation, may without prejudice to any other resourc- es or remedy give the Contractor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the Owner may take possession of the site of the work and all material, equipment, tools, and ap- pliances thereon and may finish the work in accordance with the provisions of Section 8 "Abandonment of Con- tract by Contractor ", of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through -no act or fault of the Contractor for a period of three (3) months or if the Owner should substan- tially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon 10 days written notice to the Owner, terminate this Contract and recover from the Owner payment for all completed work. 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within 10 days after receipt of the notice. Should he fail to do so within 10 days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR - 8.01 Notification of Contractor. If the Contractor should abandon and fail to refuse to resume work within 10 GC -20 -. 8.02 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. 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 £ aid 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 GC-21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8.04 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. 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 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 GC -22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 GC -23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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 ". GC -24 1 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. 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. 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. GC -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. GC -2 6 SPECIAL CONDITIONS OF AGREEMENT 1 1 1 1 1 1 1 SPECIAL CONDITIONS OF THE AGREEMENT 1. CROSSING UTILITIES Every attempt has been made to locate existing utility lines. However, prior to commencing construction, it shall be the Contractor's responsibility to make ar- rangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies per- form such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 2. "AS BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon com- pletion of the Project and prior to final acceptance and payment, the Contractor shall deliver this correct- ly marked set of drawings to the Engineer. 3. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be re- located, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipe- lines, or other obstructions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder pro- gress of work. - 4. LIMIT OF FINANCIAL RESOURCES It shall be understood by all that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages for anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items pre- viously approved in this contract shall be used to delete or add work per change order. SC -1 5. CONSTRUCTION INSPECTION The Owner shall provide an inspector to review the quality of materials and workmanship. 6. COORDINATION WITH UTILITY COMPANIES The contractor shall be responsible for contacting the appropriate utility company when working in the vicin- ,. ,. ity,of its facilities to ensure safety and, guard . against damage. The following are names and phone num -' ber for the various companies: 1:'Lone Star Gas - Transmission Lines: "(817) 778 -8700 Bob Andrews - Distribution Lines: (512) 255 -2679 Terry Bertrand or Bobby Mucha 2. Bell Telephone - (512) 870 -5977 James Kokel 3. Texas Power & Light Co. - (512) 255 -3666 Leslie Davis 4. City of —Round Rock (water & sewer) - (512)255 -3612 Jack Harzke, P.E., City Manager Jim Nuse, Director of Public - Works 7. LIMITS OF WORK AND PAYMENT It shall be the obligation of the contractor to com- plete all work included in this contract, so authorized by the Owner, as shown on the drawings or described in the contract documents and technical specifications. All items of construction not specifically paid for in the bid schedule shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engi- neer. _ 8. COPIES OF PLANS AND SPECIFICATIONS The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor three (3) set of conforming Contract Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. SC -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9. UTILITY SERVICES FOR CONSTRUCTION AND TESTING The Contractor will be responsible for providing his own utility services during construction and testing. No additional payment will be made for this item. 10 BLASTING When the use or storage of explosives or other hazard - -ous materials or equipment is necessary for the execu- tion of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and.highly flammable materials, shall con- form to Federal, State and Local Laws and Ordinances. The following is a list of requirements in addition to Federal, State and Local Laws and Ordinances. 1. The Contractor shall furnish the Owner with a Cer- tificate of Blasting Insurance in the amount of $300,000 for each contract, at least twenty -four _ (24) hours prior to using explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The Contractor shall notify the City of Round Rock on every occasion at least twenty -four (24) hours prior to the use of explosives. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineer. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the Inspector, the permit, or by safe blasting prac- tices. 5. The Engineer or his representative shall have the right to limit the use of explosives and /or blast- ing methods which in his opinion are dangerous to the public or nearby property of any kind. SC -3 - 1 1 1 1 1 1 1 1 1 1 1 1 1 _I I 1 1 1 1 6. The Contractor, at his expense, shall promptly re- pair or replace all items known to be damaged as a result of blasting. (The Contractor is fully re- sponsible for all claims resulting from his blast- ing operation.) All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly „employed by any of them,,or by anyone whose acts.any,of them may be liable, shall be remedied by thesContrac- tor, except damage or loss attributable solely to faul- ty Drawings or Specifications or solely to the acts or ' omissions of the Owner or Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. 11. COORDINATION BETWEEN UTILITY CONTRACTOR & STREET CONTRACTOR The streets will be excavated and bladed by the street paving Contractor to the subgrade prior to the utility Contractor beginning his gravity sewer line and water line construction operations in the street right -of- ways. Upon completion of the gravity sewer line and water line and storm sewer construction, the utility Contractor shall dress and blade the street to subgrade to the same condition it in when accepted by the utility Contractor and to the satisfaction of the street paving Contractor and the Engineer. The utility Contractor shall, at his own expense, raise the gate valve boxes and manhole frames and covers to the finished paved street grade. All gate valve boxes and manhole frames and covers within the proposed street paving area shall be constructed 6- inches below the subgrade of the street. It shall be the responsi- bility of the paving Contractor to verify with the utility Contractor that all utility castings in the area have been raised or that no valve box, clean -out covers or manhole covers need to adjusted. This shall be obtained in writing 48 hours prior to placing any curb and gutter, concrete valley gutters and final pavement (concrete or asphalt) and a copy shall be pro- vided for the Engineer. Each Contractor shall be fully responsible for_verify- ing the existence of all property corners before com- mencing work. Any missing property pins shall be re- placed by the Engineer at the expense of the previous Contractor. SC - 4 _. 12. MONTHLY PAYMENT ESTIMATES Owner shall pay for 90% of materials on hand when pro- perly stored on the jobsite. When payment for mater- ials on hand has been paid by the Owner to the Contrac- tor, the Contractor shall furnish evidence the follow- ing month that he has paid for those materials prior to the following month's monthly estimate being approved for payment. - 13. MAINTENANCE BOND Per City of Round Rock Ordinance, a two (2) year main- tenance bond naming the Owner and the City of Round Rock as dual obligee will be required for public streets constructed without lime stabilization of sub - grade material when the Plasticity Index of the sub - grade is above 25. Maintenance Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements. A one (1) year Maintenance Bond will be required for all other improvements. 14. LIQUIDATED DAMAGES Refer to the GENERAL CONDITIONS OF THE AGREEMENT, Para- graph 5.06 - Liquidated Damages for Failure to Complete on Time. Delete the schedule of "Amount of Liquidated Damages Per Day" and substitute the following: The amount of liquidated damages per day shall be $300.00. SC -5 TECHNICAL SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTES FOR REFERENCING CITY OF AUSTIN SPECIFICATIONS FOR WORK WITHIN THE CITY OF ROUND ROCK The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference and they shall be applied to this project except as modified in these specifications and on the plans. Whenever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1: Subgrade density tests are required prior to depositing base material. 2. Base density and thickness tests are required prior to application of prime coat. 3. All testing shall be made by an independent laboratory at the Owner's expense. An authorized representative of the Owner shall be present when such tests are made. The number of tests required shall be determined by the Engineer or his authorized representative. 4. Benchmarks: (1) USGS Brass Cap in Gazebo at inter- — 734.22 section of Round Rock Avenue, Main (Elevation) Street and Mays Street 5. The subgrade material in Main Street was tested by Maxim Engineers, Inc., and the paving sections designed according to current City of Round Rock design criteria. The paving sections are to be constructed as follows, with a surface course of 3.5 inches of H.M.A.C.: Flexible Lime Filter Item Base H.M.A.C. Stabilization Fabric 2 16.0" - - -- - - - -- 2A-1 12.0" 6" - - -- 2A-2 12.0" - - -- Mirifi 500X 2A -3 7.0" -- 6. Pavement surface shall be Type "D" hot -mix, hot -lay asphaltic concrete with a minimum asphalt content of 5 %. TS -1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 7. Backfill behind curbs shall be compacted to obtain 'a minimum of 95% of maximum density. Material used for curb backfill shall be primarily granular (clay mater- ials with higher P.I. than 35 are prohibited) and free from boulders and clods larger than 6" in their greatest dimension. 8. For Item No. 203 in Austin Specifications, substitute Item No. 203 attached. 9. For Item No. 210 in Austin Specifications, substitute Item No. 210 attached. 10. Contractor shall verify exact depth and location of all utilities prior to beginning construction. Any damage to existing utilities, driveways, pavement, curb and gutter, sidewalks, etc., shall be repaired by the Con- tractor at his own expense. 11. Utility service lines shall be replaced within 24 hours after removal at the unit price bid in the contract. 12. Contact Jim Nuse, Director of Public Works, City of Round Rock (255- 3612), 48 hours prior to connection to existing water lines. 13. Existing manhole frames and covers and water valves within the - street shall be raised to finished pavement grade at the Owner's expense prior to final paving con- struction. 14. All fill areas shall be compacted to 95% standard Proc- tor density prior to construction. 15. Access shall be provided for all residences and busi- nesses. When it becomes necessary to stop or restrict access, the Contractor shall notify said parties at least 24 hours prior to closing. 16. Sidewalks shall be field located as directed by the Engineer and approved by the Owner. 17. Driveways shall be reconstructed as per detail. 18. Existing asphalt or concrete structures, driveways, and pavement sections to be tied into shall be saw cut to smooth, neat lines. 19. Grading between the edge of pavement and R.O.W. and the filling of roadside ditches shall be as directed by the • TS -2 Engineer. Material used for: final grading shall be free of lumps, rocks, clods, broken concrete, roots, or any deleterious material. 20. All utility trenches underneath street paving shall be compacted with a vibrating tamper in 6" lifts. Density of backfilled trenches under pavement shall be tested by an independent testing laboratory. Such testing will be paid for by the Owner, and an authorized representative of the City of Round Rock shall be present when such tests are made. • - 21. All excess excavated material and debris shall be dis- posed of by the Contractor. This is subsidiary to the excavation items. 22. All R.C.P. used for drainage purposes shall be ASTM - C76, Class III, Wall B. All joints shall be sealed with "Ram- Neck" joint filler, or approved equal, unless stated otherwise on the drawings. 23. At no time shall more than 800 feet of Main Street be closed to traffic unless approved by the Engineer. Access for emergency vehicles shall be maintained at all times. 24. Dust control provided by the Contractor at the discretion of the City Inspector._ 25. Sanitary sewer lines cut during construction shall be repaired with PVC pipe, SDR 35, of equivalent size and FERNCO flexible couplings, Series 1002, or equivalent. 26. Service material shall be Type "K" copper tubing or 160 psi polyethylene tubing conforming to ASTM D2737, SDR 9, with brass fittings. 27. The "Measurement and Payment" procedures shall be as in- cluded in these specifications. Bid items in the Propo- sal are for specific items noted on the Plans. Any items shown on the Plans but not included as - a separate pay item in the Proposal shall be considered a subsid- - iary item and no additional payment shall be made for such work. 28. All areas exposed during construction shall be revege- tated as directed by the Engineer. Revegetation of all exposed areas shall consist of sodding, seeding or hydromulching, at Contractor's option. Acceptability shall consist of a minimum 1 -1/2" growth over 85% of the area, with individual exposed areas not to exceed-10 square feet. TS -3 1 1 1 1 1 1 1 1 1 1 1 _1 1 1 1 1 1 1 1 29. The roadside ditch regrading bid item shall Consist of regrading, shaping, and finishing the ditch along the west side of Georgetown Street from Main Street to the MOPAC crossing. 30. The relocation of the 12" raw water lin bid item shall include all maters and labor requir d to lower the water line in accordance with the Plans. The line shall not be out of service for more than 24 hours without the permission of Jim Nuse, Director of Public Works.. . _ 31. All pipe and fittings, at thrust blocks, shall be wrap- ped with 8 -mil (minimum) polyethylene film meeting ANSI - AWWA C105 current, with all edges and laps taped secure- ' ly to provide a continuous and watertight wrap. 32. Water mains shall be asbestos cement pipe, Class 200, or ductile iron, Class 50, poly- wrapped, 8 -mil minimum. 33. Sterilization of mains shall be done under the supervi- sion of the City, and the Contractor shall perform such sterilization and furnish additional flushing valves and test connections as necessary to perform tests and sterilization. The City will be responsible for bacter- iological tests. If such bacteriological tests fail, the Contractor shall be responsibility for re- steriliza- tion of the mains. Samples will not be taken from fire hydrants. TS -4 CITY OF ROUND ROCK Item No. 203 Lime Treatment for Materials in Place 203.1 Description This item shall consist of treating the subgrade, existing subbase or existing base by the pulverizing, addition of lime, mixing and compacting the mixed.material to the required density. This item applies to natural ground, embankment, or existing pave- ment structure and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans and as established by the Engineer. 203.2 Materials 1. "Hydrated Lime and Lime Slurry" named or referred to in this item shall meet and be the same as the types and grades spe- cified in the State Department of Highways and Public Transporta- tion, Item 264, entitled "Hydrated Lime and Lime Slurry" from their 1972 Standard Specifications for Construction of Highways, Streets and Bridges. 2. When Type B, Commercial Lime Slurry, is specified, the Contractor shall select, prior to construction, the grade to be used and shall notify the Engineer in writing before changing from one grade to another. 3. If the minimum design strength or the percent of lime to be used for the treated subgrade, existing subbase or existing base is specified, preliminary tests for substantiation shall be performed in accordance with SDHPT Test Method Tex - 121 -E. In no case shall the amount of lime used in construction be less than that recommended in Fig. 3 of that test method, but may be more depending on Tex -121 -E test results. 4. It is the intent of this specification that the sub - grade soil, subbase or existing base which is to be lime stabiliz- ed, be substantially free of organic matter such as concentrations of weeds, grass, leaves, rotting wood and other such organic mat- ter deleterious to all kinds of soil stabilization, be removed, wasted and not included in the pavement sections or in the second- ary subgrade. 203.3 Equipment 1. The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. TS -5 All machinery, tools and equipment used'shall be maintained in a satisfactory and workmanlike manner. 2. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the street. if storage bins are used they shall be completely enclosed. Hydrated lime in bags shall be stored 1n weatherproof buildings with adequate protection from ground dampness. ; 3. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the Engineer. 4. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from the weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 203.4 Construction Methods 1. General - It is the primary requirement of this speci- fication to secure a completed course of treated material contain- ing a uniform lime mixture free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses: It shall be the responsibility of the Contractor to reg- ulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. - The street subgrade shall be constructed and shaped to con- form to the typical sections, lines and grades as shown on the plans or as established by the Engineer. The material, either before or after lime is added, shall be excavated to the secondary grade (proposed bottom of lime treatment) and removed or windrowed to expose the secondary grade. The secondary grade shall be scar- ified for a minimum depth of 6 inches. The scarified material shall be pulverized, wetted, mixed and compacted in lifts not to exceed 4 inches in thickness and when finished, shall conform to the sections, lines and grades as shown on the plans or as estab- lished by the Engineer. The moisture content of the compacted subgrade at the time of compaction shall not be more than two per- centage points below the optimum moisture content for the raw soil as determined by SDHPT Test Method Tex - 113 -E. The dry density of the compacted subgrade shall -not be more than 102% nor less than 95% of the dry density of the raw soil as determined by SDHPT Test Method Tex - 113 -E. The moisture content of clay subgrade soils in the compacted secondary subgrade shall be maintained within + 4 TS -6 percent of its compaction moisture content until covered by subse -' quent layers of material unless otherwise approved by the Engi- - neer. Should wet or unstable areas develop in the secondary sub - grade immediately prior to lime treatment of subgrade layers, the unstable materials below the secondary subgrade shall be correct- ed, as directed by the Engineer, by scarifying, adding lime and compacting until it is of uniform stability. If the contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the. secondary grade and pulverize the material at the same time, there shall be no lessening of the requirement of exposing the secondary grade material and treatment as set forth above. The contractor may further elect to use the `cutting and pulverizing machine to process the secondary grade material to a minimum depth of 6 inch- es. When cutting, pulverizing machines are used, the contractor may, when approved by the Engineer, elect to compact the secondary subgrade material in one lift; however, there shall be no lessen- ing of moisture - density requirements, or maintenance of same as set forth above. This method will be permitted only where a machine is provided which will insure that the material is cut uniformly to the proper depth and which has cutters that will plane the secondary grade to a smooth surface over the entire width of the cut. The machine shall be of such design that a visible indication is given at all times that the machine is cut- ting to the proper depth. 2. Application - Lime shall be spread only on the area where the first mixing operations can be completed during the same working day. The application and mixing of lime with the material shall be accomplished by the method hereinafter described as "Dry Plac- ing" or "Slurry Placing ". (a) Dry Placing (When approved by the Engineer) The lime shall be spread by an approved spreader or by bag distribution at the rates shown on the plans or as directed by the Engineer. _ The lime shall be distributed at a uniform rate and in such manner as to reduce the scattering of lime by wind to a mini- mum. Lime shall not be applied when wind conditions, in the opin- ion of the Engineer, are such that blowing lime becomes objection- able to traffic or adjacent property owners. A motor grader will not be used to spread the lime. The materials shall be sprinkled as directed by the Engineer, until the proper moisture content has been secured. -• TS -7 (b) Slurry Placing The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. The distribution of lime at the rates shown on the plans or as directed by the Engineer, shall be attained by successive passes over a measured section of roadway until the proper mois- ture and lime content has been secured. The distributor truck shall be equipped with an agitator which will keep the lime and water in a uniform mixture. . . 3. Mixing - The mixing procedure shall be the same for "Dry Placing" or "Slurry Placing" as hereinafter described: (a) First Mixing The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with .lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period, the material shall be kept moist as directed. (b) Final Mixing After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder -lime mix- ture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other ap- proved pulverization methods so that when all nonslaking aggre- gates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested dry by laboratory sieves: Percent - Minimum Passing 1 -3/4" Sieve 100 Minimum Passing No. 4 Sieve 60 During the interval of time between application and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more or to excessive loss due to washing or blowing will not be accepted for payment. 4. Compaction - Compaction of the mixture shall begin im- mediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the TS -8 Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted. If the total thickness of the material to be treated _ cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as specified in Number 3. The first layer of the treated material shall be compacted in such a manner that the treated material will not be mixed with the under- lying material. The course shall be sprinkled as required and compact- ed to the extent necessary to provide the density specified below as,determined by the use of the compaction ratio method: Description For lime treated subgrade, existing subbase or existing base that will receive subsequent subbase or base courses. For lime treated or existing base surface courses. existing subbase that will receive The testing will be as outlined in SDHPT Test Method Tex -113 -E or other approved methods. In addition to the require- ments specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests as necessary will be made by, the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Additional lime shall be added, at the sole expense of the contractor, when any lime stabilized soil is reworked due to insufficient densities. It shall be the sole responsibility of the Engineer either to accept the reworked section or sections, or to require new Tex - 113-E moisture - density tests to determine the new density require- ments on the then, different treated sections. Throughout this entire operation, the shape of the course shall be maintained by blading and the surface upon completion shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. Should the material, due to any reason or cause, lose the required stability density and finish before the next course is placed or the work is accepted, it shall be recompacted and refinished at the sole expense of the contrac- tor. TS -9 Density, Percent Not less than 95 except when otherwise shown on the plans. Not less than 98 except when otherwise shown on the plans. 203.5 Finishing, Curing and Preparation of Surfacing After the final layer or course of the lime treated sub - grade, subbase or base has been compacted, it shall be brought to the required lines and grades in accordance with the typical sec- tions. The completed sections shall then be finished by rolling as directed with a pneumatic tire or other suitable roller suffi- ciently light to prevent hairline cracking. Where continued re- shaping and rolling of lime treated materials the contractor, at his option, may blade off and waste the .top 3/4, inch of retempered material or he may re- sprinkle with additional lime slurry and retain the material: In any case there shall be no final reduc- tion in section thickness due to any blading off of retempered material. The completed section shall be moist -cured for a mini- mum of 7 days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. In cases where subgrade treatment or subbase sets up sufficiently to pre- vent objectionable damage from traffic, such layers may be opened to traffic 2 days after compaction. If the plans provide for the treated material to be sealed or covered by other courses of material, such seal or course shall be applied within 14 days after final mixing is completed, unless otherwise directed by the Engineer. _ 203.6 Measurement Lime treatment of the subgrade, existing subbase, and existing base shall be measured by the square yard to neat lines as shown on the typical sections. When Type A, Hydrated Lime is used, the quantity of lime will be measured by the ton of 2,000 pounds, dry weight. When Type B, Commercial Lime Slurry is used, the quantity of lime shall be calculated from the required minimum percent solids based upon the use of Grade 1, Grade 2, or Grade 3 as fol- lows: Grade 1: The "Dry Solids Content" shall be at least 31 percent by weight of the slurry and the quantity of lime will be calculated by the ton of 2,000 pounds based on the 31 percent, as delivered on the road. - Grade 2: The "Dry Solids Content" shall be at least 35 percent by weight of the slurry and the quantity of lime will be calculated by the ton of 2,000 pounds based on the 35 percent, as delivered on the road. Grade 3: The "Dry Solids Content" shall be at least 46 percent by weight of the slurry and the quantity of lime will be calculated by the ton of 2,000 pounds based on the 46 percent, as delivered on the road. TS -10 203.7 Tolerances The Engineer may elect to accept the work, provided that not more than 20% of the density tests performed each day are out- side the specified density requirement, from SDHPT Test Method Tex -113 -E testing, by no more than 2 pounds per cubic foot and where no two consecutive tests on continuous work are outside the specified limits. Density tests shall be determined by SDHPT Test Method Tex -115 -E or by other methods approved by the Engineer. • It shall be the responsibility of the Contractor as set forth under "Description" and "Construction Methods" above, to construct in accordance with the specifications herein to the typical sections; lines and grades shown on the plans or as estab- lished by the Engineer. Depth tests shall be made for total thickness prior to final acceptance of the work. Thicknesses which are within 1/4 inch of plan thicknesses shall be construed as meeting plan thicknesses. Thicknesses deficient by more than 1/4 inch but less than 1/2 inch may be accepted by the Engineer provided not more than any 300 linear feet of continuous work is found to be deficient in thickness. When pavement is found to be over 1/2 inch deficient in thickness, the contractor shall bring the section found to be deficient, to the correct thickness by - laying hot -mix, hot -lay surfacing at his sole expense. Coring - Thickness determinations shall be made in accord- ance with SDHPT Test Method Tex -424 -A or other methods approved by the Engineer. 203.8 Payment Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement" will be paid for as follows; Lime will be paid for at the unit price bid per ton of 2,000 pound for "Lime ". "Lime Treated Subgrade ", "Lime Treated Existing Subbase ", and "Lime Treated Existing Base ", will be paid for at the unit price bid per square yard; The unit prices bid shall each be full compensation for preparing the roadbed; for furnishing all materials; for all freight involved; for public scales weighing charges or for fur- nishing scales and labor involved in weighing the material; for loosening, mixing, pulverizing, spreading, drying, application of lime, sprinkling, rolling, shaping, maintaining; and for all manipulations, labor, equipment, fuels, tools and incidentals necessary to complete the work. TS -11 1 1 1 1 1 1 1 1 1 1 1 1 . 1 1 _i Payment will be made Pay Item No. 203 -A: Pay Item No. 203 -B: Pay Item No. 203-C: Pay Item No. 203 -D: tinder: Lime treated subgrade yard. Lime treated existing square yard. Lime treated existing square yard. Lime, per ton. TS -12 - per square subbase - per base - per CITY OF ROUND ROCK Item No. 210 Flexible Base (Crushed Stone) TS -13 210.1 Description "Flexible Base" shall consist of a foundation course for surfacing, pavement or other base courses; shall be composed of crushed stone or gravel, and shall be constructed as herein speci- fied in one or more courses in conformity with the typical sec- tions shown on the plans and to the lines and grades as establish- ed by the Engineer. 210.2 Material The material shall be crushed or uncrushed as necessary'to meet the requirements hereinafter specified, and shall consist of durable stone or gravel, crushed and /or screened to the required particle size, with or without other approved fine sized material. The material shall be from approved sources. 210.3 Grades It the intent of this specification that unless other- wise indicated on the plans, the final course of the base material shall consist of Grade 1, and other base course or subbase mater- ials may consist of Grades 1 or 2. The final base courses shall be defined as the design or plan thickness of flexible base, ex- clusive of surfacing, up to a thickness of 8 inches. That depth exceeding 8 inches in the thicker bases are referred to as other base courses or subbase materials. Both grades shall, when tested by SDHPT standard laboratory test procedures, meet the physical requirements as set forth in the specification test limits tabula- tion. Testing of flexible base materials shall be in accordance with the following Texas Highway Department standard laboratory test procedures: 1) Preparation for Soil Constants and Sieve Analysis Tex -101 -E 2) Liquid Limit Tex -104 -E 3) Plastic Limit " Tex -105 -E 4) Plasticity index Tex -106 -E 5) Sieve Analysis Tex -110 -E 6) Wet Bali Mill Tex -116 -E 7) Triaxial Test Tex -117 -E (Part II) Unless otherwise specified on the plans, job - control samples for testing the materials for Soil Constants, Gradation and Wet Ball Mill shall be taken prior to the compaction opera- tions. Unless otherwise specified on the plans, all base material will be stockpiled after tested by the testing agency designated by the City of Round Rock; and approved by the City of Round Rock prior to being hauled to the project site. The material shall be well graded and when properly tested, shall meet the following requirements: Crushed or Broken Aggregate PHYSICAL REQUIREMENTS FOR FLEXIBLE BASE MATERIALS Grade 1 GRADES TS -14 Grade 2 Retain on % Retained on % Sq. Sieve - Sq. Sieve 1 -3/4" 0 1 -3/4" 0 -10 7/8" 10 -35 No. 4 _ 45 -75 3/8" 30 -50 No. 40 60 -85 No. 4 45 -65 Max. LL 40 No. 40 70 -85 Max. P1 12 Max. LL 35 *Max. Wet Max. P1 10 Ball Mill 50 *Max. Wet - Ball Mill 40 Minimum compressive strength for both Grades 1 and 2 when subjected to the triaxial test: 35 PSI to 0 PSI lateral pressure and 175 PSI at 15 PSI lateral pressure, unless otherwise designat- ed on the plans. *Unless otherwise shown on plans, the maximum increase in material passing the number 40 sieve resulting from the Wet Ball Mill Test shall not exceed 20. The WBM test is not required on flexible base consisting of crushed siliceous gravel. 210.4 Tolerances The limits established reasonably close conformity with the specified gradation and plasticity index are defined by the fol- lowing: The Engineer may accept the material, providing not more than 2 out of 10 consecutive gradation tests performed are outside the specified time limit on any individual or combination of sieves by no more than 5% and where no two consecutive tests are outside the specified limit. The Engineer may accept the material providing not more than 2 out of 10 consecutive plasticity index samples tested are outside the specified limit by no more than 2 points and where no two consecutive tests are outside the specified limit. .210.5 Construction Methods 1. Preparation of Subgrade - The street shall be prepared and shaped in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer. Prior to placement of any flexible base or subbase material, the sub- grade clay soil shall be scarified to a minimum depth of 6 inches. The scarified material shall be pulverized, wetted, mixed and com- pacted in lifts not to exceed 4 inches in thickness and when finished, shall conform to the sections, lines and grades as shown on the plans or as established by the Engineer. The moisture con- tent of the compacted subgrade at the time of compaction shall not be more than two percentage points below the optimum moisture con- tent for the raw soil as determined by SDHPT Test Method Tex -113- E. The dry density of the compacted subgrade shall not be more than 102% nor less than 95% of the dry density of the raw soil as determined by SDHPT Test. — The moisture content of clay subgrade soils in the compact- ed subgrade shall be maintained within + 4 percent of its compac- tion moisture content until covered by subsequent layers of mater- ial unless otherwise approved by the Engineer. The intent of this requirement is to insure that swelling clay subgrade soils be placed in the manner to lessen swell and heaving and then to main- tain this condition until covered by subsequent materials. Should wet or unstable areas develop in the subgrade just prior to place- ment of base or subbase materials, such areas shall be corrected as directed by the Engineer. The surface of the subgrade shall be furnished to line and grade as established and in conformity with the typical section shown on plans, and any deviations in excess of 1/4 inch in cross section and in a length of 10 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and recompacting by sprinkling and rolling. Sufficient subgrade shall be prepared in advance to insure satis- factory prosecution of the work. Material excavated in the prep- aration of the subgrade shall be utilized in the construction of slopes or otherwise disposed of as directed, and any additional material required for the completion of slopes shall,be secured from sources indicated on plans or designated by the Engineer. Blue tops shall be set by the contractor for subgrade on center- line, quarter points and curb lines at intervals not exceeding 50 feet. TS -15 2. First Course - Immediately before placing the base material, the subgrade shall be checked as to conformity with grade and section. The thickness of each course shall not exceed 6 inches and will be equal increments of the total depth. The material shall be delivered in approved vehicles of a uniform capacity and - it shall be the charge of the contractor that the required amount of specified material shall be delivered in each 100 -foot station. Material deposited upon the subgrade shall be spread and shaped the same day unless otherwise directed by the Engineer in writing. In the event inclement weather or other unforeseen circumstances render impractical the spreading of the material during the first 24 -hour period, the material shall be scarified and spread as directed by the Engineer. The material shall be sprinkled, if directed, and shall then be bladed, dragged and shaped to conform to typical sections as shown on the plans. All areas and "nests" of segregated course or fine material shall be corrected or removed and replaced with well graded material, as directed by the Engineer. If additional binder is considered desirable or necessary after the material is spread and shaped, it shall be furnished and applied in the amount directed by the Engi- neer. Such binder material shall be carefully and evenly incor- porated with the material in place by scarifying, harrowing, brooming or by other approved methods. The course shall be sprinkled as required and compacted to — the extent necessary to provide not less than the percent density as hereinafter specified under "Density ". In addition to the requirements specified for density, the full depth of flexible base shown on the plans shall be compacted to the extent necessary to remain firm and stable under - construction equipment. After each section of flexible base is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion, shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. In that area on which pavement is to be placed, any deviation in excess of 1/4 inch in cross section and in a length of 10 feet measured longitudinally shall be corrected by loosen- ing, adding or removing material, reshaping and recompacting by sprinkling and rolling. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding suitable material as required, reshap- ing and recompacting by sprinkling and rolling. Should the base course, due to any reason or cause, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted and refinished at the sole expense of the contractor. TS -16 3. Succeeding Courses - Construction methods shall be the same as prescribed for the first course. Blue tops shall be set by the contractor for finished base grade on center -line and intermediate points not exceeding 11 feet between points at 50 foot intervals. 4. Density - Each course of flexible base shall be com- pacted to not less than 100 percent density when tested in accord- ance with THD Test Method TEX- 113 -E. Field density determination .shall be.made in accordance with approved methods. 210.6 Measurement "Flexible Base" will be measured by the square yard at depths specified in the proposal for the area of street as shown on the typical sections of the plans or otherwise provided for in the contract documents, complete in place; by the cubic yard, loose vehicle measurement; or, by the cubic yard, complete in place, as indicated in the proposal. 210.7 Payment This item will be paid for at the contract unit price bid for "Flexible Base" which price shall be full compensation for all work herein specified, including the furnishing, hauling, and placing of all materials, for all water required and for all equipment, tools, labor and incidentals necessary to complete the -work. Payment will be made under: Pay Item No. 210 -A: Flexible Base (complete in place), per square yard Pay Item No. 210 -B: Flexible Base (loose vehicle measure- ment), per cubic yard Pay Item No. 210-c: Flexible Base (complete in place), per cubic yard TS -17 BASIS OF MEASUREMENT AND PAYMENT 1. TECHNICAL SPECIFICATIONS 2. ITEM 101 & 102 This item will be considered subsidiary to Item 110, Street Excavation, which price shall be full compensa- tion for work herein specified, including the furnishing of all materials, equipment, tools, labor and inciden- tals necessary to complete the work. The following items from the City of Austin Standard Specifications for Public Works Construction are modi- fied as related to measurement and payment. 3. ITEM 110 All acceptable street excavation will be measured by the square yard as the area for the entire width of the roadway plus eighteen inches (18 ") behind each curb for the entire length as shown on the Plans. This item will be paid for at the contract unit price bid for "Street Excavation ", as provided under the mea- surement method as included in the proposal, which price shall be full compensation for all work herein speci- fied, including subgrade preparation, unless specified otherwise and the furnishing of all materials, equip- ment, tools, labor and incidentals necessary to complete the work. 4. ITEM 130 & 132 BASIS OF MEASUREMENT AND PAYMENT STREET & DRAINAGE IMPROVEMENTS This item will be considered subsidiary to Item 110, Street Excavation, which price shall be full compensa- _ -tion for work herein specified, including the furnishing of all materials, equipment, tools, labor and inciden- tals necessary to complete the work. - - 5. ITEM 201 This item will be considered subsidiary to Item No. 110 Street Excavation, which price shall be full compensa- tion for all work herein - specified, including the fur- nishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. MP -1 6. ITEM 210 "Flexible Base" will be measured by the square yard at depths specified in the proposal for the area of street between the gutter lips. This item, will-be paid for at the contract unit price bid for "Compacted Base ", which price shall be full com- pensation for all work herein specified, including the furnishing, hauling, and placing of all materials, for all water required and for all equipment, tools, labor and incidentals necessary to complete the work. 7. ITEMS 230, 232, 234 & 236 No additional compensation will be made for materials, equipment or labor required by this item, but shall be considered subsidiary to the various items included in the Contract. 8. ITEMS 301, 306 & 307 This item shall be measured and paid for subsidiary to Item 340, "Hot Mix Asphaltic Concrete Pavement ", which contract unit price bid shall be full compensation for work herein specified, including the furnishing of- all materials, equipment, tools, labor and incidentals necessary to complete the work. 9. ITEM 340 Asphaltic concrete pavement will be measured by the square yard of the specified thickness of the type actually used in the completed and accepted work in accordance with the Plans. 10. ITEMS 430 & 431 Accepted work as prescribed by this item will be measur- ed by the linear foot of concrete curb and gutter, com- plete in place. The work performed as prescribed by this item will be paid for at the unit price bid per linear foot for "Con- crete Curb and Gutter ", complete at the unit price bid, which price shall be full compensation for furnishing and placing all base material, dowels, expansion joint materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. MP -2 - Maxim Engineers Inc. GEOTECHNICAL INVESTIGATION FOR PAVEMENT DESIGN ANALYSIS EAST MAIN AVENUE AND SOUTH BLAIR STREET IMPROVEMENTS ROUND ROCK, TEXAS REPORT NO. H- 5-A136 REPORT to - HAYNIE 6 KALLT•LAN, INC. ROUND ROCK, TEXAS by MAXIM ENGINEERS, INC. GEOTECHNICAL /MATERIALS TESTING /CONSULTANTS AUSTIN, TEXAS June 6, 1985 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 �1 . 1 Mr. Douglas Hearn Project Manager Haynie 8 Kallman, Inc. 12212 Technology, Suite H Austin, Texas 78727 The Asphalt be placed as Edition. In We trust the - present use. East Main Avenue South Blair Street RECEIVED JUL 2 51985 Hain( a ld ;(3m-on. Ir;, Asphaltic Concrete Surface Course (inches) 11E7 Maxim Engineers, Inc. Geotechnical Materials Testing Consultants July 24, 1985 Re: Supplement to Report No. H- 5 -A136 Geotechnical Investigation Pavement Design Analysis East Main Avenue and South Blair Street Improvements Round Rock, Texas Dear Mr. Hearn, At your request we are pleased to submit an additional alternative pavement section to the sections recommended in the referenced report and letter dated June 7, 1985. The - following thicknesses of asphaltic concrete surface course and Asphalt Stabilized Base (plant mix) are recommended: Asphalt Stabilized Base (inches) 3.50 7.00 2.00 5.50 Stabilized Base should meet the requirements of Grade 1 Base and defined in Item 292 of the TSDHPT Standard Specifications, 1982 addition, a minimum stability of 35 percent is recommended. information submitted herein is in sufficient detail for your When we may be of further service please call. Very truly yours, ivi "NCI ER , INC. Doyle L. Smith, Jr. , P.E. Vice President DLS /sc 11601 N. Lamar Austin, Texas 78753 —, (512) 837 -8851 - Mr. Douglas Hearn Project Manager Haynie 6 Kallman, Inc. 1106 South Mays Round Rock, Texas 78664 Dear Mr. Hearn: South Blair Street 2.00 JJ= Maxim Englneers, Inc. Geotechnical Materials Testing Consultants June 7, 1985 Re: Supplement to Report No. H- 5 -A136 Geotechnical Investigation Pavement Design Analysis East Main Avenue and South Blair Street Improvements Round Rock, Texas Please find submitted herein a revision of the pavement section for South Blair Street recommended in the referenced report. South Blair Street should be classified as a collector street subjected to 150,000 18 -kip single axle load applications using a load frequency design factor of 0.90 and a design wheel load of 8 kips. Using the design criteiia for a collector street, the following pavement section is recommended for South Blair Street: 2.00 inches Asphaltic Concrete (Surface Course) 13.00 inches Crushed Limestone Base � s In addition, we are pleased to provide an alternative pavement section to the sections recommended in the referenced report. The following thicknesses of asphaltic concrete surface course and crushed limestone base are recommended if placed on an engineering filter fabric (stabilization fabric): Asphaltic Concrete Crushed Limestone Street Surface Course (inches) Base (inches) - East Main Avenue - 3.50 12.00 _ _ 10.00 We trust the information submitted herein is in sufficient detail for your present use. When we may be of further service please call. Very truly yo oyYe L. Smith, Jr, P.E. Vice President DLS /sc -- 11601 N. Lamar Austin, -Texas 78753 (512) 837 -8851 1 -I LI 1 Mr. Douglas Hearn Project Manager Haynie 8 Kallman, Inc. 1106 South Mays Round Rock, Texas 78664 Dear Mr. Hearn: Submitted herein is our engineering report summarizing the findings of a geotechnical investigation conducted at the above referenced site. We trust the recommendations derived from this study will provide adequate, but economical design criteria. We appreciate the opportunity to provide you with our professional services and we would be pleased to assist you with quality control materials testing and inspection services during the construction phases of this project. If you have any questions, please do not hesitate to contact us. Respectfully submitted, 1AXI " ENGINEERS, INC. i f :4 g l Maxim Engineers, Inc. Geotechnical Materials Testing Consultants June 6, 1985 Re: Report No. H- 5 -A136 Geotechnical Investigation Pavement Design Analysis East Main Avenue and South Blair Street Improvements Round Rock, Texas o L. Smith, Jr, P.E. Vice President DLS : sc 11601 N. Lamar — Austin, Texas 78753 (512) 837 -8851 L' 1 TABLE OF CONTENTS Introduction 1 Project Location and Description 2 Existing Pavement Section and Subsurface Soil Description 2 Analysis and Recommendations 2 -7 Field and Laboratory Investica:ien.s Lime Series Test Results Lime Stabilization Recommendations Plan of Borings Logs of Borings Unified Soil Classification System Symbols and Terms Used on Boring Logs Maxim Engineers Inc. - APPENDIX ' A4 I. INTRODUCTION This report transmits the findings of a limited geotechnical in- vestigation performed at the project site. The purpose of this investigation was to define and evaluate the general subsurface conditions in the vicinity of the proposed streets. Specifically the study was planned to determine the following: Maxim Engineer. Inc. GEOTECHNICAL INVESTIGATION FOR PAVEMENT DESIGN ANALYSIS EAST MAIN AVENUE AND SOUTH BLAIR STREET IMPROVEMENTS ROUND ROCK, TEXAS REPORT NO. H- 5 -A136 1. Subsurface stratigraphr within the limits of ten (10) exploratory borings; 2. Generalized pavement section. recommendations for the streets; and 3. Construction guidelines for each roadway course. _ This study was performed in accordance with the request of Mr. Douglas Hearn with Haynie 0 Kall ^an, Inc. in Round Rock, Texas. To accomplish the intended purposes of this investigation, a three phase study program was conducted which included: a) a field investigation; b) a laboratory testing program; and c) an engi- neering analysis. The field investigation consisted of drilling ten (10) exploration test borings. Samples obtained from the exploratory borings were logged, packaged, sealed to maintain in - situ moisture conditions and - returned to the laboratory for testing. Soil mechanics laboratory tests were then performed on 1 1 1 2 representative specimens to ascertain pertinent design parameters. The results - of the field and laboratory studies were then analyzed in order to determine pavement section thicknesses and construc- tion recommendations. A brief description of the various field and laboratory tests and their respective results is included in the Appendix of this report. ' • •• • II. PROJECT LOCATION AND' 'DESCRIPTION The site of this investigation was located along East Main Avenue between Shepherd and College Streets and along South Blair Street between Round Rock Avenue and McNeil Road in Round Rock, Texas. Present plans indicate that pavement improvements are proposed for the above referenced streets. III. EXISTING PAVEMENT SECTION AN SUBSURFACE SOIL DESCRIPTION The existing pavement sections encountered during the field investigation consisted of asphalt and crushed limestone base ranging in thickness from 0.50 to 2.00 and 2.00 to 6.00 inches. respectively. The near surface soil encountered beneath the - pavement consisted of 2.0 to 10.0-- feet of dart: brown, brown, - yellowish brown, and gray clays, sandy clays, and clayey sands, underlain by limestone in various stages of weathering. The clays - encountered beneath the existing pavements sections exhibited plasticity indices ranging from 6 to 44. IV. ANALYSIS AND RECOMMENDATIONS The professional services which have been performed, the findings obtained and the recommendations prepared were accomplished in Maxim Engineers Inc — 3 accordance with currently accepted geotechnical•engineeiing prin- ciples and practices. The possibilityy always exists that the sub- surface conditions at the site may vary somewhat from those encountered in the boreholes. The number of borings and spacing was chosen in such a manner as to decrease the possibility of ;•.undiscovered abnormalities. . while considering the ; nature • of loading, size, and cost of the project. If there are any unusual conditions differing from those described herein, Maxim Engineers, Inc. should be notified to review the effects on the performance of the designed pavement sections. The recommendations given in this report are applicable only for the design of the previously described pavement sections to be constructed at locations indi- cated at this site; they should not be used for any other purpose. This firm is not responsible for the conclusions, opinions, or recommendations made by others based on this information. 1. THD Triaxial Sub_rade Classifications Texas Triaxial Classifications for the clay subgrade encountered at this site were estimated from Chester McDowell's Flexible Pavement Desirrn Guide that correlate the plasticity index of the soil to a design value number that in turn may be utilized to obtain the THD Triaxial - Classification. Estimating the THD Triaxial Classifica- - lion of the subgrade soil using the above referenced method as opposed to conducting the tests, was requested due to the limited time available for project completion. Maxim Engineers Inc • 18 -kip Single Load Design Street Name/ Axle Load Frequency Wheel Load Classification Annlications Design Factor (trios) East Alain Avenue/ Major Thoroughfare South Blair Street/ Residential 11.1m Ermine.. Inc._ 4 Based on the results of the Atterberg Limit tests con- ducted on the surface soil encountered at this site and the above mentioned design guide, a THD Triaxial Classif- ication of 5.0 is recommended for design purposes. 2. Pavement Design Considerations The pavement sections recommended in this report were developed using the guidelines set forth in the Subdi- vision Ordinance (Chapter 8, Code of Ordinances) devel- oped by the City of Round Rock, Texas. The following table depicting street classification and traffic repeti- tion data was utilized in the pavement thickness design: TABLE A - STREET TRAFFIC CLASSIFICATIONS 1,500,000 38,000 1.15 1? 0.75 8 Using Table A and the subgrade triaxial classification results, the following pavement thicknesses (Table B) were developed using Chester McDowell's Flexible Pavement Design Guide: TABLE B - PAVEMENT THICKNESS RECOMMENDATIONS Street Name East Main Avenue 3.50 South Blair Street 1.50 Asphaltic Crushed Limestone Concrete Thickness Base Thickness (inches) (inches) 16.0 10.5 LI Maxim Engineers Inc. — 5 The pavement sections recommended in Table B represent the thickness of hot mix asphaltic concrete and crushed limestone base material necessary to satisfy the design parameters utilized. The minimum recommended thickness for hot mix asphaltic concrete (HMAC). is 3.50 inches and 1.50 inches for maior thoroughfare and residential streets, respectively. The addition of six (6) percent hydrated lime (by dry weight) to the upper six (6) inches of roadway subgrade will reduce the required thickness of crushed limestone base material by four (4) inches. Crushed limestone base material should comply with item 248, Type A, Grade 2 of the Texas State Department of Highways and Public Transportation (TSDHPT), Standard Specifications, 1982 edition. Hot Mix Asphaltic concrete pavement should consist of Type D surface course as defined in Item 340 of the TSDHPT, Standard Specifica- tions, 1982 edition. 1 6 1 1 1 1 1 — MaxIm Englneen Inc. — 3. Subgrade Preparation Prior to placing any fill material, all existing surface vegetation should be removed. All exposed surfaces should then be scarified, watered as required and recom- , pacted to a minimum of 95 percent of the maximum dry,_ density as defined by ASTM D 698 (Standard Proctor Test) at a moisture content between the optimum moisture value and 5 percent above optimum. The site may then be filled to grade using a suitable fill material, free from dele- terious matter. Fill materials other than the base _ course should be placed in six (6) to eight (8) inch loose lifts at moisture contents between the optimum and 5 percent above optimum and each lift compacted to between 95 and 105 percent of the maximum dry density as defined in ASTM D698. Where lime stabilized subgrade will be utilized it should be accomplished in accordance with the recommendations submitted in the appendix of this report. Crushed limestone base material should be compacted to a minimum of 98 percent of the Modified Proctor Density, -ASTM D1557 at-a moisture content within three (3) percent of the optimum moisture value. Each lift should be inspected and approved by a qualified engineering technician, supervised by a Geotechnical Engineer before another lift is added. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 : 1 4. Secondary Design Considerations The following information has been assimilated after examination of numerous problems dealing with similar projects throughout the area. It is presented here for your convenience. If these features are incorporated in the overall design of the project, the performance of the pavement system will be improved. Backfill for utility lines should be carefully placed so that they will be stable. If the backfill consists of clay and is placed too dense or too dry, swelling may form a mound along the ditch line. If the backfill is too loose or too wet, settlement may occur and form a sink along the ditch line. Either case is undesirable since several inches of movement is possible and pavement distress is likely to result. The backfill soils should be processed using the previously discussed compaction criteria. Drainage is an important consideration in the performance of the pavement section. Positive drainage should be provided in all areas of_ the street. If water is allowed to infiltrate into the pavement section and the base course and /or subgrade is• allowed to become saturated, the life of the pavement may be shortened substantially. The crushed limestone base material and lime stabilized subgrade layer should extend a distance of eighteen (18) inches behind the back of the curb. Maxim Engineers Inc. 7 1 1 1 1 1 . 1 1 1 1 1 1 1 _ 1 FIELD AND LABORATORY INVESTIGATIONS EAST MAIN AVENUE AND SOUTH BLAIR STREET IMPROVEMENTS ROUND ROCK, TEXAS REPORT NO. H- 5 -A136 I. Field Investigation Soil 'c onditions at the project site were determined by ten (10) ' intermittent sample borings which were drilled during May, 1985. The locations of these borings are shown on the sheet entitled "Plan of Borings" of this report. Descriptions of the various strata encountered in each of the borings and the depths at which samples were obtained are presented on the individual "Log of Borings ". Undisturbed specimens of cohesive soils were obtained with thin - walled Shelby tube samplers (ASTM 111587). The soil specimens were extruded from the tube in the field, logged, sealed and packaged to maintain in situ" conditions. II. Laboratory Soils Tests Laboratory soil tests were performed on samples recovered from the borings to verify visual classification and determine the perti- nent engineering properties of the soils encountered. Atterberg Limits, Moisture Content, and Unit Dry Weight tests were performed on representative samples in order to classify them according to the Unified Soil Classification System. Maim EnnIn..r. A -2 Unconfined Compressive Strength tests were performed on selected undisturbed soil samples to determine the ultimate unconfined compressive strength of the different subsurface strata encoun- Maxim Engineers Inc. tered. The results of all the laboratory and field tests are tabulated on the "Log of Borings" presented in the Appendix. A lime series test was conducted on a representative composite sample of the surface clays encountered at this site for the purpose of determining the percent of lime necessary to adequately stabilize the surface clays. 1 1 1 1 1' 1 1 1 1 1 1 1 _ 1 LIME SERIES TEST RESULTS EAST MAIN AVENUE AND SOUTH BLAIR STREET IMPROVEMENTS ROUND ROCK, TEXAS REPORT NO. H- 5 -A136 Percent Hydrated Lime Liquid Plastic - Plasticity Sample Description (by dry weight) Limit Limit Index Dark Brown Clay 0 59 25 34 Dark Brown Clay 3 56 43 13 Dark Brown Clay 5 50 40 10 Dark Brown Clay 7 55 44 11 1 1 Maxim Engineer. Inc. A -3 1 1 1 1 1 1 1 1 1 1 1 1 1 Maxim Engineers Inc. LIME STABILIZATION RECOMMENDATIONS EAST MAIN AVENUE AND SOUTH BLAIR STREET IMPROVEMENTS ROUND ROCK, TEXAS REPORT NO. H 5 - A136 I. APPLICATION The hydrated lime should' be' applied only in 'the" 'area 'where` the first mixing operations can be completed during the same working day. The hydrated lime can be placed by either the dry method or the slurry method. However, the dry method of placing hydrated lime has been prohibited by some municipalities since the lime is dispersed very easily by the wind. Consequently, the lime should not be applied when wind conditions are such that dispersed lime becomes objectionable to traffic or adjacent property owners. A motor grader should not be used to spread the lime. The material should be sprinkled until the proper moisture content has been obtained. - If the situation presents itself such that the hydrated lime can- not be placed by the dry method, then the slurry method should be used. The hydrated lime should be mixed with water in trucks or in tanks and applied as a thin water suspension or slurry. The distributor truck or tank should be equipped with an agitator which will keep the lime and water in a uniform mixture. Approxi- mately 27 pounds of hydrated lime per square yard will give the 6 percent required. By calculating the number of square yards in each area and by knowing the amounts (pounds) per truck load, the rate of application can be checked very closely. 1 II. MIXING The material and hydrated lime should be thoroughly mixed by a rotary mixer or other device to obtain a homogeneous, friable mix- lure of material and lime, free from all clods or lumps and left to cure from 1 to 4 days. From our experience, we have found that • a curing period of 48 hours to 72 hours is adequate. During the curing period, the material should be kept moist. III. FINAL MIXING After the required curing time, the material should be uniformly mixed with a rotary mixer capable of reducing the size of the par- ticles so that when all non - slaking aggregates (asphalt particles) retained on the No. 4 sieve are removed, the remainder of the material should meet the following requirements when tested dry by laboratory sieves. Minimum passing 1 -3!4" sieve: 100% Minimum passing 3!4" sieve: 85% During the interval of time between application and mixing, the hydrated lime should not be exposed to the open air fora period of over 6 hours. IV. COMPACTION Compaction of the mixture should begin immediately after final mixing, and in no case later than 3 calendar days after final mix- ing. The material should be aerated or sprinkled as necessary to Maxim Engineers Inc A -5 LIME STABILIZATION RECOMMENDATIONS EAST MAIN AVENUE AND SOUTH BLAIR STREET IMPROVEMENTS ROUND ROCK, TEXAS REPORT NO. H 5 - A136 I. APPLICATION The hydrated lime should be applied only in the area where" - the first mixing operations can be completed during the same working day. The hydrated lime can be placed by either the dry method or the slurry method. However, the dry method of placing hydrated lime has been prohibited by some municipalities since the lime is dispersed very easily by the wind. Consequently, the lime should - not be applied when wind conditions are such that dispersed lime becomes objectionable to traffic or adjacent property owners. A motor grader should not be used to spread the lime. The material should be sprinkled until the proper moisture content has been - obtained. If the situation presents itself such that the hydrated lime can- not be placed by the dry method, then the slurry method should be used. The hydrated lime should be mixed with water in trucks or in tanks and applied as a thin water suspension or slurry. The distributor truck or tank should be equipped with an agitator which will keep the lime and water in a uniform mixture. Approxi- mately 27 pounds of hydrated lime per square yard will give the 6 percent required. By calculating the number of square yards in each area and by knowing the amounts (pounds) per truck load, the rate of application can be checked very closely. Maxim Engineers Inc c 1 1 • 1 .1 1 1 1 1 , College Street Nelson Georgetown Street Black Street Stone Street Lewis Street Burnet Street Sheppard Street East Main Avenue Plan of Borings Prsiact Proposed East Main and South Blair Street Improvements Round Rock, sew— . 1" - 300' ± Date - June 1985 Drawn By DLS Maxim Engineers Round Rock Avenue 310 West Main Avenue B9 B8 Bagdad Avenue Plan of Borings Pitied Proposed East Main and South Blair Street Improvements Round Rock, Texas Sub 1 s 200' f Dais June 1985 Drool By DLS Maxim Engineers LogLo Boring 9 N B1 Loufon See Plan of Borings Prefect Proposed East Main and South Blair Street Improveme iogw% /I seldweS WSJ 41de0 Y Al i Penetrometer Blows/Foot or Tons/Sq. Ft. Type Intermittent Sampling I Moisture Content Unit Dry Weight LbsJCU. Ft. 1N+Il pinbl t I I Ilwl, ollseid I I snout Agollseld wets oob ON Butsed % Unconfined Compression LbsJSq. Ft. Surface Elevation Unknown STRATUM DESCRIPTION See Note Dark brown clay 2.0' . . (CL) 20 95 47 22 25 ... 2290 11 11111 111 111 Yellowish brown clayey sand with small gravel 6 28 9 8.0' (SC) 8 Yellowish brown 10 and gray clay 10.0' (CH) 25 103 64 20 44 15- 20- 25— Note: 1.00 inch asphalt 6.00 inches limestone base - t t Completion Depth Date 10.0'- 5/29/85 Water Observations _ - - Water level @ 7 feet below grade upon completion Lo of Boring Log 9 Numbef B2 Lecad011 See Plan of Borings protect Proposed East Main and South Blair Street Improvements Round Rock, Texas :12 n $ N N Type Continuous Sampling m E g Q Surface °t Elevation Unknown ` a � mr STRATUM DESCRIPTION T _- See Note 1 \ 25 98 51 21, 30, Dark brown clay 3.0' (CH) Reddish brown sandy clay 6.0' (CL) 14 �■�� 15 26 15 11 k Yellowish brown clayey sand 8.0' (SC) 10 brown clay Yellowish and gray 10.0' (CH) 25 — 15— — 25— Note: 1.00 inch asphalt 6.00 inches limestone base 1.00 inch asphalt 4.00 inches limestone base 4.00 . .■ ■■■■::= ■■■■■■— �■ ■ ■ ■ ■ ■� ■ ■■■■■__ ■■■ ■ Completion Depth Oate 10.0' 5/29/85 Water Obaervationa None encountered 1 1 1 1 ■ Log of Boring Number B3 Logsdon See Plan of Borings • Proposed East Main and South Blair Street Improvements Round Rock, Texas Type Continuous Sampling Moisture Content Unit Dry Walght Os /Cu. FI. • IpWll pinbll I • IIWII OIKaIdI xapul FlI011ssld • I ®nets OOd'ON I &tossed % - • ld'bSlsgl uolsseidwO3 DeuljUOOOD Surface Elevation Unknown STRATUM DESCRIPTION See Note 1 L1 Dark brown 20 98 46 21 25 • clay 22 101 3200 4.5' (CL) 15 Reddish brown sandy clay • 13 121 25 13 12 10.0' (CL) 20— Note: 4.00 inches limestone base ��.■_ ■■■■■■— ■■■� i 1 Completion Depth . Date 10 5/29/85 Water Ob oervalione None encountered _ - _ 1 Maim Enalnaera Log of Boring Number B4 Location See Plan of Borings Project Proposed East Main and South Blair Street Improvements PCPAS caldweS teed 41deU Penetrometer Blows/Foot or Tons/Sq Ft. Type Continuous Sampling Moisture Content Unit Dry Weight Lbs1Cu. FI. Burn Plnbll IlwrJ ollseld Plasticity Index 'nets OOZ Oulssed % 'Id'bSlsgl uoisseldwo3 Poulluooun Surface Elevation Unknown STRATUM DESCRIPTION See Note 1111141 r Dark brown 20 98 ., 2320 . '. clay 4.0' (CH) 25 55 22 33 5 ;' � N Reddish brown sandy clay 21 §§ 17 with calcareous nodules 42 18 24 10 10.0' (CL) 12 JI 15- 20— 25— Note: 2.00 inches asphalt 4.00 inches limestone base _ Completion Dec h Date 10.0' _ - 5/Y9/85 Water Observations - _ None encountered 4 Cj RA alarm I Log of Boring Plumber B5 1OeaUO" See Plan of Borings ' Project Proposed East Main and South Blair Street Improvements Round Rock, Texas, I Y O ' ° m N . N Type Continuous Sampling C U a m ; p0(,) — u E ., m » — • - E - s 4 a O yu d �z gEq mu3 ma . G Surface 8 o -1 Elevation Unknown ` .5 ° m = STRATUM DESCRIPTION See Note — 3190 10 21 104 1 I5 ' 1 1 II I 1 1 1 1 1 1 I - Dark brown clay 27 95 56 25 31 24 101 25 100 10.0' (CH) 21 107 53 20 33 — 15— 20- 2 _ - — Note: 1.00 inch asphalt 3.00 inches limestone base — - __ f f Completion Dap h Date 10.0' 5/29/85 Water Obeervallane None encountered Lo of Boring Log 9 Number B6 Location See Plan of Borings " goposed East Main and South Blair Street Improvement: Round Rock, Texas : Depth Feel Samples r Symbol i, Penetrometer Blows/Foot or Tons/Sq Ft. Type Continuous Sampling Moisture Content Unit Cry Weight LbsJCu. Ft. 11 pinbil I I Plastic Limit I Plasticity Index ese1S 00Z ' &listed % Unconfined Compression LbsiSq. Ft. Surface Elevation Unknown STRATUM DESCRIPTION See Note , Dark brown clay 2.0' - - (CH) 17 50' 22 28 5 1 14 Yellowish brown silty clay with calcareous nodules 10 \ 8 28 15 13 10 10.0' (CL) 8 — — 15— - — I ■ Note: 1.50 inches asphalt 6.00 inches limestone base ■ ■ ■ ■ ■■ ■ ■ ■ ■— ■ ■■ ■ ■ ■_ ■■■■■■__ Completion Dep h Date 10.0' 5/29/85 Water °beervaeons — - - — - - None encountered - Maxim Engineers u..t... r....t....» Log of Boring Number B7 B7 See Plan of Borings Proposed East Main and South Blair Street Improvements Round 11.J k, Texas 1 li m r 'r -- EN ow r Depth Feel Samples Symbol I Penetrometer 11 1 Blows/Foot or Tons/Sq. Ft. Type Continuous Sampling Moisture Content Unit Dry Weight LbsJCu. Ft. Ilu+ll Plnbil Plastic Limit • Plasticity Index antis o0Z Bulssed % Unconfined Compression LbsJSq Ft. Surface Elevation Unknown STRATUM DESCRIPTION See Note Dark brown silty clay 20 105 38 16 22 2240 3.0'. (Cl.) 15 118 III 19 III Yellowish Ill 21 53 20 33 brown and gray clay 103 1 C ;\ 10.0' (CH) 25 I 2.00 il I I I. I- I I 15— — 20 25— - _ Note: 1.00 inch asphalt inches limestone base = — ■ l - l Completion Dep h Date 10.0' 5/29/85 Water Observations - None encountered — u..t... r....t....» Log Boring • 9 Number BS cation Lo See Plan of Borings • Project . Proposed East Main and South Blair Street Improvement: ound Bock, Texas Iogw(S seldweS leef 41daq • Id bS/suol JO lOOd/SMOI8 islawogauad Type Continuous Sampling Moisture Content Unil Dry Weight Lbs /Cu. Ft. Ilwll pinbll Ilwll ollceld xepul Rllonseld "NS OOL 'ON 8ulssed % Id 'OSlspl uolsewdwoo peuUuoou f Surface Elevation Unknown STRATUM DESCRIPTION Dark brown clay 2.0' (CH) 25 55 25 30 Yellowish brown clay - with limestone fragments 4.0' (CL) 7 H F E =— Tan weathered limestone 6.0' 10— 15- 20- 25— _ - I t Comp anon Dap b Date 6.0' - 5/29/85 _ Water Observations - None encountered 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 alas.., ca...r.,.a.. sr Log of Boring 'Number B9 tIOn See Plan of Borings od l East Main and South Blair Street Improvement: 1 Round Rock, Texas MgwAS seidweS teed gIdea - - Penetrometer Blows/Foot or Tons/Sq Ft • Type Continuous Sampling Moisture Conlenl % Unit Dry Weight Lbs /Cu. Ft. I null pinbll I 11WIl ollseid I I xepul Atlollseld I .1 % Passing No. 200 Sieve Unconfined Compression Lbs /Sq. Ft. Surface Elevation Unknown STRATUM DESCRIPTION See Note Dark brown clay 2.0' (CH) 26 94 55 22 33 3710 __ Tan weathered limestone 4.0' 4.0' 1 5— 1 Note: 0.50 inch asphalt 3.00 inches limestone base - _ I1 II —J ' 1 — 1 II 20— 25 1 - •RR URA ■■■■■■_ _ I I ■R■■■■_ ' Completion Dep h — Data 4.0' 5/29/85 Water Observations None encountered - Maxim Engineers _ Lo of Bonin Log 9 Mende B10 ' Leese See Plan of Borings Protect ' Proposed East Main and South Blair Street Improvements Round Rock Texas ' 1 2 n. m s N o c e 8' $ a mp Type Continuous Sampling ® _ c E t ® ' - z — , m x i _a 6. t .N a 3 .: . 2 v E SuAace Elevenon Unknow STRATUM DESCRIPTION See Note Dark brown clay 27 92 5130 3.0' - (CH) 11 14 21 15 6 Yellowish brown silty clay with calcareous nodules 11 10 " „ 10.0' (CL) fl 15— 20— 25— Note: 1.00 inch asphalt 5.00 inches limestone base I I Completion Dep b Date - 10.0' 5/29/85 Weter Observations None encountered — 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 u..r,.. o.,..l^.... \ GRAVEL ORGANIC •e. �' SANDSTONE 0 —,—. i [ SAND SANDY / / SHALE _ 14 SILT SILTY LIMESTONE ' 1 \ \ CLAY \ \ \�� \ \\ CLAYEY • � 0 c CONGLOMERATE Tuba Core Spoon Auger No Recovery Symbols and Terms Used on Boring Logs: 1 Soil or Rock Types Consistency of Cohesive Soils 1 1 1 Relative Density of Cohesionless Soils ' STD. PENETRATION RESISTANCE BLOWS /FOOT DESCRIPTIVE TERM RELATIVE DENSITY 0-10 Loose 0 TO 40% .10.30 Medium Dense 40 TO 70% 30-50 Dense 70 TO 90% OVER 50 Very Dense 90 TO 100% ' Soil Structure • CALCAREOUS Containing deposits of calcium carbonate: generally nodular - SLICKENSIDED Having inclined planes of weakness that are slick and glossy in appearance. LAMINATED Composed of thin layers of varying color and texture. ' FISSURED _ Containing shrinkage cracks frequently filled with fine sand or silt. Usually more or less vertical INTERBEDDED Composed of altemate layers of different soil types. 1 Physical Properties of Rock Hardness and Degree of Cementation .' VERY SOFT OR PLASTIC Can be remolded in hand: corresponds in consistency up to very stiff in soils. SOFT Can be scratched with fingemail. • MODERATELY HARD Can be scratched easily with knife: Cannot be scratched with fingernail. HARD Difficult to scratch with knife. I VERY HARD Cannot be scratched with knife. POORLY CEMENTED OR FRIABLE Easily crumbled. ' CEMENTED - Bound together by chemically precipitated material occurring In the Interstices between allogenic particles of rock — quartz, calcite, dolomite, siderite and iron oxide are common cementing materials. 1 Physical Properties of Rock Degree. of Weathering UNWEATHERED .. Rock In Its natural state before being exposed to atmosphericegants. _ I SLIGHTLY WEATHERED WEATHERED Noted predominantly by color change with no disintegrated zones. Complete color change with zones of slightly decomposed rock. EXTREMELY WEATHERED Complete color changewith consistency, texture, - and general appearance approaching soil. DESCRIPTIVE TERM Very Soft Soft Firm Stiff Very Stiff Hard Maxim Engineers Inc. Samp er Types UNCONFINED COMPRESSIVE STRENGTH (TON /S0. FOOT) Less than 0.25 0.25-0.50 0.50 -1.00 1.00-2.00 2.00-4.00 More than 4.00 SOIL CLASSIFICATION SYSTEM MAJOR DIVISIONS SYM- BOLS TYPICAL. NAMES - COARSE GRAINED SOILS (More than 50% of material is LARGER than No. 200 sieve size) — GRAVELS (More than 50% of coarse fraction is LARGER than the No. 4 sieve size) CLEAN GRAVELS (Little or no fines) GW Well graded gravels, gravel • sand mixtures, little or no fines. GP Poody graded gravels or gravel •sand mixtures, little or no fines. GRAVELS WITH FINES (Appreciable amt - of fines) GM Silty gravels, gravel • sand - silt mixtures. - GC Clayey gravels, gravel - sand - clay mixtures. SANDS (More than 50% of coarse fraction is SMALLER than the No. 4 sieve size) — CLEAN SANDS (Little or no fines) SW Well graded sands, gravelly sands, little or no fines. SP Poorly graded sands or gravelly sands, little or no fines. SANDS WITH FINES (Appreciable amt of fines) SM Silty sands, sand -silt mixtures. SC Clayey sands, sand-clay mixtures. FINE GRAINED SOILS (More than 50% of material is SMALLER than No. 200 sieve size) SILTS AND CLAYS (Liquid limit LESS than 50) • - ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with slight plasticity. CL Inorganic clays of low to medium plasticity. gravelly clays, sandy clays, silty clays, lean clays. OL Organic silts and organic silty clays of low plasticity. - - SILTS AND CLAYS (Liquid limit GREATER than 50) MH Inorganic silts, micaceous or diatomaceous fine sandy or silty-soils, elastic silts. CH Inorganic clays of high plasticity, fat clays. OH Organic clays of medium to high plasticity, organic silts. - HIGHLY ORGANIC SOILS PT Peat and other highly organic soils. BOUNDARY_ CLASSIFICATIONS: Soils possessing characteristics of two groups are designated by - •--• I co combinations of group symbols. Maxim Engineers Inc