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