R-86-873 - 6/12/1986ATTEST:
RESOLUTION NO.6
WHEREAS, the City has duly advertised for bids for improvements
to Gattis School Road, Phase II, and
WHEREAS, P.A. 4t2uk 67/..4?4, submitted the lowest
and best bid, and
WHEREAS, the Council wishes to accept the bid of
P A. 46A—ha , and to authorize the execution of the
necessary documents, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
/�-
That the bid of /?. a,Ld€, is hereby
accepted as the lowest and best bid, and the Mayor is authorized and
directed to enter into an agreement for 'improvements to Gattis School
Road, Phase II.
RESOLVED this 12th day of June, 1986.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
•
..1 .�
I
,� 1
DATE: June 10, 1986
SUBJECT: Council Agenda, June 12, 1986
ITEM: 11C - Consider bids and a resolution authorizing the Mayor to
enter into a contract for Gattis School Road, Phase II
Improvements.
On Tuesday, June 3, 1986, 13 bids were opened for the reconstruction
of Gattis School Road Phase II. The project extends from Surrey Drive
to South Creek Blvd. P.A. Stark Construction Inc. was the low bidder
at $1,019,899.10. There was only a 7% split between the first 9
bidders.
The project time is 270 calendar days giving completion next
Spring (March 1987). There will be a public meeting on Wednesday,
June 18, 1986 in the Council Chamber to discuss the project timing
and impacts. Since this project is on a major conveyance, considerable
inconvienence will occur so citizen input and involvement is encouraged.
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
Mr. James R. Nuse
Director of Public Works
City of Round Rock
214 E. Main St.
Round Rock, Texas 78664
RE: Gattis School Road Phase II
Dear Jim:
AWW /jg
Enclosures
cc: File No: 103 -715
1106 South Maya • Round Rock, Texas 78664 • (512) 255 - 7861
June 10, ,,.
As you are aware, bids were received June 3, 1986, for the Cattle School
Road Phase II Street and Drainage Improvements. Thirteen bids were received
with P.A. Stark Construction Inc. of Austin, Texas, submitting the lowest bid
of $1,019,899.10. Please find enclosed twelve copies of the bid tabulations
for your use.
P.A. Stark Construction Inc. has completed numerous street and drainage
projects in and around Round Rock. Based on their past experience record and
submission of the lowest and best bid, we recommend award of this project to
P.A. Stark Construction Inc. in the amount of $1,019,899.10.
If you have any questions or comments, please let me know.
Very truly yours,
HAYNIE & KALLMAN, INC.
ato•
A/ William Waeltz,
Project Manager
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
0
COST
UNIT
PRICE
COST
1. Unclassified Street Excavation
S.Y.
29,311
$ 3.25
$ 95,260.75
$ T.60
$ 222,763.60
$ 6.45
$ 189,055.45
134,714.84
112,848.83
2. 15" Compacted Flexible Base
S.Y.
24,583
8.00
196,664.00
6.10
149,956.30
5.48
3. 2" H.M.A.C. Pavement
S.Y.
30,749
, 3.85
118,383.65
.3.45
106,084.05
3.67
4. Deleted per Addendun No. 1
•
,
5. Deleted per Addendum No. 1
6. Standard Concrete Curb & Gutter
L.F.
12,192
5.00
60,960.00
, - 4.20
51,206.40 --.
4.73
57,668.16
7. La own Curb & Gutter
L.F.
30
5.00
, 150.00
10.00
., 300.00
.4.73
'141.90
8. Sidewalks
S.Y.
. 6,246
2.30
--- 14,365.80
- 16:50
- 103,059.00
18.43
115,113.78'
- -1,890.00
11,938.00
- 3,166.42.
2 616.25
9. Standard Handicap Ramps
Ea.
L.F.
S.Y.
S.Y.
12
635
.134
65
100.00
26.00
35.00 .
45.00
1,200.00
16,510.00
, - 4 690.00
2 925.00
150.00
10.75
25.00-
27.00
1,800.00
6,826.25
• 3,350.00 ,
,1 755.00
157.50
18.80
23.63
40.25
10. Steel Pipe Handrail
11. Construct Concrete Driveways
12. Concrete Ri.-Ra.
. Roc Ri.-Ra. - . . -
S.Y.
295
.5.00
9 75.00
50.00
. 4 50.10 :
.3.25
8 658. 5 --
4. .. ust Va ves to Finis e. Gra.e
Ea.
6
250.00
00.00
81.01
s:I.40
57.50
'45.00
5. .just Manho. e Cover to Finishe.
1;837.50
Grade
Ea.
7
350.00
2,450.00
250.00
1,750.00
262.50
16. 4" White, Reflectorized Painted
Pavement Stri.es
L.F.
2 150
.17
-365.50
.50
, 1 075.00
1.56
3 354.00
Ye ow, 'e ectorize. Palate.
.
Pavement Stri.es -
L.F.
11 720
.17
1 992.40
.35
4 102.00
.16
1 875.20
8. Ye ow Tra fic Buttons-
Ea.
•
6.00
9 8.00
5.50
89..50
5.72
932.36
19. White Traffic Buttons ..
Ea..
12
5.50
66.00
5.00
60.00 1
61.11'
733.32
20. 2' White, Reflectorized Painted
Stop Lines .
L.F.
210
1.00
210.00
.90
189.00
.95
. 199.50
Haynie & liailman Inc. . BIDS EXTENDED AND CHECKED
.
CONSULTING ENGINEERS , BID TABULATIONS By: AWW, GJT, CLA.
1106 South Mays Date: June 4, 1986
78664 '
1141:
Round Rock, Texas _ Sheet: 1 of 4
(512)265-78M ' -
.
OWNER CITY OF ROUND ROCK
BIDDERS
JOB NO. 103-715 BID DATE 06-03-86 TIME 2:00 PM
• P. A. STARK
CONSTRUCTION, INC.
. Austin, Texas
1
GAREY CONSTRUCTION CO., INC.
. :-Austin, Texas
-
STAKER CONSTRUCTION
OF TEXAS, INC.
Round Rock, Texas
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION GATTIS SCHOOL ROAD, PHASE Il
STREET AND DRAINAGE IMPROVEMENTS
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM NO. 1 AND NO. 2. ACKNOWLEDGED?
Yes/Yes
Yes/Yes
Yes/Yes
CITY OF ROUND ROCK
GATTIS SCHOOL ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
JOB NO. 103 -715
BIDDERS
P. A. STARK
CONSTRUCTION, INC.
GAREY CONSTRUCTION CO., INC.
STAKER CONSTRUCTION
OF TEXAS, INC.
BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
21. White Reflectorized Painted
Traffic Arrows
Ea.
12
$ 16.50
$ 198.00
$ 15.00
$ 180.00
$ 204.75
$ 2,457.00
22. Traffic Control Signs
Ea.
13
150.00
1,950.00
135.00
1,755.00
141.75
1,842.75
23. 8" White, Reflectorized Painted
Diagonal Lines
L.F.
200
.50
100.00
55.00
110.00
.- .47
94.00
24. Reflector Posts
Ea.
14
36.00
504.00
35.00
490.00
- 34.12
477.68
25. Concrete Approach Slab
S.Y.
273
35.00
9,555.00
20.00
5,460.00
21.00
5,733.00
26. 5 - 10'X7 Multiple Box Culverts
-
30 Skew, including Wingwalls
L.S.
1
125,000.00
125 000.00
74,000.00
74,000.00
109,789.22
109,789.22
27. Retaining Walls
L.F.
61
130.00
7,,930.00
85.00
5,185.00
178.50
10,888.50
28. Unclassified Channel Excavation
C.Y.
100
12.00
1,200.00
15.00
1,500.00
10.50
1,050.00
29. Standard Storm Sewer Manhole
Ea.
2
2,000.00
4,000.00
1,500.00
3,000.00
2,100.00
4,200.00
30. Standard Storm Sewer Junction Box
Ea.
3
2,900.00
8,700.00
2,600.00
7,800.00
2,100.00
6,300.00
31. 6' Valley Gutter
Ea.
2
2,200.00
4,400.00
1,600.00
3,200.00
1,840.00
3,680.00
32. Recessed 5' Inlet
Ea.
4
2,000.00
8,000.00
1,600.00
6,400.00
1,722.00
6,888.00
1,890.00
33. Special Recessed 5' Inlet
Ea.
1
2,500.00
2,500.00
1,800.00
1,800.00
1,890.00
34. Recessed 10' Inlet
Ea.
2
2,300.00
4,600.00
2,200.00
4,400.00
2,462.00
4,924.00
35. Special Recessed 10' Inlet
Ea.
1
2,900.00
2,900.00
2,300.00
2,300.00
2,672.00
2,672.00
36. Recessed 15' Inlet
Ea.
.5
2,600.00
13,000.00
2,350.00
11 750.00
2,777.00
13,885.00
37. Standard 20' Inlet
Ea.
2
2,900.00
5,800.00
2,400.00
800.00
2,777.00
5,554.00
9,755.55
38. 18" R.C.P.
L.F.
489
26.00
12,714.00
19.00
9,291.00
19.95
39. 21" R.C.P.
L.F.
287
30.00
8,610.00
22.00
6,314.00
23.10
6,629.70
40. 24" R.C.P.
L.F.
49
33.00
1,617.00
26.00
1,274.00
26.25
1,286.25
41. 27" R.C.P.
L.F.
870
37.00
32,190.00
29.00
25,230.00
32.55
28,318.50
42. 30" R.C.P.
L.F.
67
40.00
2,680.00
33.00
2,211.00
36.75
2,462.25
7,938.00
43. 36" R.C.P.
L.F.
180
51.00
9,180.00
44.00
7,920.00
44.10
44. 48" R.C.P.
L.F.
1,591
75.00
119,325.00
66.00
105,006.00
63.00
100,233.00
82,120.50
45. 60" R.C.P.
L.F.
869
100.00
86,900.00
98.00
85,162.00
94.50
46. Lower Existin. 12" Waterline
L.F.
100
55.00
5 500.00
100.00
10 000.00
31.50
3 150.00
47. Concrete Cap Existing 12" Water-
1,260.00
line
L.F.
60
40.00
2,400.00
25.00
1,500.00
21.00
48. Concrete Cap Existing 8" Waste-
water Line
L.F.
10
60.00
600.00
20.00
200.00
21.00
210.00
TOTAL - BASE BID
$1,019,899.10
$1,059,241.10
$1,083,378.00*
*As Corrected
Sheet: 2 of 4
CITY OF ROUND ROCK
GATTIS SCHOOL ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
PROJECT NO. 103 -715 -
BIDDERS
P. A. STARK
CONSTRUCTION, INC.
GAREY CONSTRUCTION CO., INC.
STAKER CONSTRUCTION
OF TEXAS, INC.
ALTERNATE BID "A"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
2A. 15" Compacted Flexible Base
S.Y.
4,504
$ 8.00
$ 36,032.00
$ 6.10
$ 27,474.40
$ 6.00
$ 27,024.00
4A. 11" Compacted Flexible Base
S.Y.
20,079
5.90
118,466.10
4.45
89,351.55
4.40
88,347.60
74,715.96
5A. 6" Lime Stabilization
S.Y.
23,276
- 3.50
81,466.00
3.50
81,466.00
3.21
TOTAL - ALTERNATE BID "A" (Base Bid Items 1, 3,
6 thru 48 and Alternate Bid Items 2A, 4A & 5A)
-
$1,059,199.20
$1,107,576.75
$1,138,751.38*
*As Corrected
OTHER BIDDERS:
PARKER & ROGERS
CONSTRUCTION CO.
Georgetown, Texas
AUSTIN ENGINEERING
CO., INC.
Austin, Texas
'PAT CANION
EXCAVATING CO.
Manchaca, Texas
BOULDER CONSTRUCTION,
INC.
Pflugerville, Texas
COST
COST
COST
COST
TOTAL - BASE BID
$1,083,826.25
$1,088,678.15
$1,096,691.25*
*As Corrected
$1,099,234.05
TOTAL - ALTERNATE BID "A"
$1,131,682.35
$1,120,356.05
$ No Bid
$1,147,715.27
OTHER BIDDERS:
AUSTIN ROAD COMPANY
Austin, -Tex as
CAPITAL EXCAVATION
COMPANY
Austin, Texas
CALIBER
CONSTRUCTION, INC.
Round Rock, Texas
HUTCH, INC.
Plano, Texas
COST
COST
COST
COST
TOTAL - BASE BID
$1,185,583.00
$1,199,576.15
$1,217,803.30
$1,218,712.00
TOTAL - ALTERNATE BID "A"
$1,252,735.50
$1,235,938.40
$1,199,693.10
$1,245,370.15
Sheet: 3 of 4
OTHER BIDDERS:
OLMOS CONSTRUCTION
COMPANY
Austin, Texas
BAY MAINTENANCE
CO., INC.
Horseshoe Bay, Texas
COST
COST
COST
• COST
TOTAL - BASE BID
$1,233,584.66
$1,344,818.70
$
$
TOTAL - ALTERNATE BID "A"
$1,320,867.80
$ No Bid
$
$
Sheet: 4
4
- e
,••■•'
•4•47
V••• ryilk •
,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE CITY OF ROUND ROCK
GATTIS SCHOOL ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
CONTRACT DOCUMENTS AND SPECIFICATIONS
JOB NO. 103 -715
Bids will be received at the City of Round Rock,
214 East Main Street. Round Rock, Texas 78664 until 2:00 p.m.,
Tuesday, June 3, 1986
Specification No.
Haynie & Kaltman, Inc.
TRANSMITTAL
TO: City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
ATTACHED
— COPY OF LETTER
— SUBMITTAL DATA
For Your Files
As Requested
For Review and Comment
Joanne Land
THESE ARE TRANSMITTED AS CHECKED BELOW:
REMARKS:
Haynie & Kal!man, Inc.
CONSULTING ENGINEERS
1106 SOUTH MAYS
ROUND ROCK, TEXAS 78664
(512) 255 -7861
ATTN
WE ARE SENDING YOU THE FOLLOWING:
i — SPECIFICATIONS
— ORIGINAL DRAWING
— PRINTS
DATE- July 2, 1986
Gattis School Road, Phase II
PROJECT- Street & Drainage Improvema
PROJECT NO
VIA:
103 -715
Courier
— FIELD NOTES
- OTHER
NO.
COPIES
7
REVISION
DATE
DESCRIPTON
Contract Documents and Specifications
X For Approval For Corrections
Approval as Noted _ For Distribution
Approval as Submitted Other
P.A. Stark Construction, Inc. has executed the Agreement and furnished
the necessary bonds and certificate of insurance for each of the attached
Contract Documents. They are now ready for execution by the City. Please
have Mayor Robinson sign and date the Agreement in each of the Contract
Documents and return five (5) of the seven (7) sets to us for distribution.
At your direction, we will issue the Notice to Proceed.
Copies to: From: A. William Waeltz, Project Manage
nts
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 °
1
1
1
11g: Haynie & Kallman, Inc.
CONSULTING ENGINEERS
May 20, 1986
ADDENDUM NO. 1
GATTIS SCHOOL ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
Addendum No. 1 to the Plans, Specifications and Contract Documents for the
Gattis School Road, Phase II — Street and Drainage Improvements.
1. On Proposal Bidding Sheet 5 of 10 Delete Bid Items #4 (11" Compacted
Flexible Base) and Bid Item #5 (6" Lime Stabilized Subgrade).
2. On Proposal Bidding Sheet 10 of 10 substitute attached Sheet 10 of 10.
3. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2 of 3
of the Proposal.
ADDENDUM NO. 1 — 1/2
1106 South Mays • Round Rock, Texas 78664 • (512) 255
HAYNIE & KALLMAN, INC.
A. William Waeltz
Project Manager
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
May 23, 1986
ADDENDUM NO. 2
GATTIS SCHOOL ROAD. PHASE II
STREET AND DRAINAGE IMPROVEMENTS
All prospective bidders are urged to attend.
ADDENDUM NO. 2 - 1/1
1106 South Mays • Round Rock, Texas 78664 • (512) 255.7861
Addendum No. 2 to the Plans, Specifications and Contract Documents for
the Gattis School Road. Phase II - Street and Drainage Improvements.
1. There will be a pre -bid conference at the City of Round Rock Council
Chambers, 214 East Main Street, Round Rock, Texas 78664 on Thursday, May 29th
at 10:00 a.m.
2. All Bidders shall acknowledge receipt of Addendum No. 2 on Page 2 of
3 of the Proposal.
HAYN & KALLMAN. INC.
A. William Waeltz
Project Manager
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
TABLE OF CONTENTS
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
PAVEMENT THICKNESS DESIGNS REPORT
NOTICE TO CONTRACTORS
PROM
THE CITY OF ROUND ROCK
STREET AND DRAINAGE IMPROVEMENTS
GATTIS SCHOOL ROAD. PHASE II
d
Sealed bids, in envelopes addressed to The City of Round Rock, 214 E.
Main Street, Round Rock. Texas 78664 will be received at the above
mentioned address until June 3. 1986, and then publicly opened and read,
for furnishing all labor, material and equipment and performing all work
required for the construction of Street and Drainage Improvements for
Gattis School Road, Phase II, Round Rock, Texas.
Bids will be submitted in sealed envelopes for each Contract on the
proposal furnished, and marked in the upper left hand corner "Bid for
Gattis School Road. Phase II, Street and Drainage Improvements to be
opened at 2:00 p.m., Tuesday, June 3, 1986."
All proposals shall be accompanied by a cashier's certified check upon
a national or state bank in the amount of five (5) percent of the total
maximum bid price payable without recourse, 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 performance bond within ten (10) days
after notice of award of contract to him. The notice of award of contract
shall be given by the Owner within thirty (30) days after the bid
opening. The bid security must be enclosed in the same envelope with the
bid. Bids without check or bid bond will not be considered. All bid
securities will be returned to the respective bidders within twenty -five
(25) days after bids are opened, except those which the Owner elects to
hold until the successful bidder has executed the contract. Thereafter
all remaining securities. including security of the successful bidder.
will be returned within sixty (60) days. The successful bidder must
furnish performance bond and payment bond in the amount of one hundred
(100) percent of the contract price from an approved surety company
holding a permit from the State of Texas to act as surety (and acceptable
according to the latest list of 'companies holding certificates of
authority from the Secretary of the Treasury of. the United States) or
other surety or sureties acceptable to the Owner. with approval prior to
bid opening.
' The right is reserved, as the interest of the Owner may require, to
reject any and all bids. and to waive any informality in bids received.
Page 1 of 2
Plans, specifications and bidding documents may be secured from the
office of the Engineer, Haynie & Mailman, Inc., after May 19, 1986, on
deposit of fifty dollars ($50.00) per set, which sum so deposited will be
refunded provided that all documents are returned in good condition to the
Engineer not later than five (5) days after the time that bids are
received.
Upon request, plans, specifications and bidding documents will be sent
via bus or overnight delivery service (i.e. Federal Express, etc.) at the
requestor's expense.
Plans and specifications may be examined at the office of the
Engineer. Haynie & Mailman, 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 other documents, or should be in doubt as to
their meaning, he should notify the Engineer, Haynie & Mailman, 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 regulated by the
State of Texas and the Federal Government.
The improvements shall be completed within 270 calendar days after
Notice to Proceed from the Owner.
Page 2 of 2
PROPOSAL
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to:
and shall be identified as follows:
"BID FOR GATTIS SCHOOL ROAD, PHASE II - STREET AND DRAINAGE IMPROVEMENTS
to be opened at 2:00 p.m., Tuesday, June 3, 1986."
A proposal will not be accepted unless prepared on the bidding 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 invited 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
INSTRUCTIONS TO BIDDERS
The City of Round Rock
214 East Main Street
Round Rock, Texas 78664
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 proposals 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 collusion 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 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.
Page 1 of 3
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 lowest responsible bidder's proposal. and to
waive any informality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written contract with the
Owner on the form of agreement provided. Failure or refusal to enter into
a contract as herein provided, 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 responsible bidder refuses or
fails to execute the Contract, the Owner may award the Contract to the
third lowest responsible 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 cashier'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 guarantee that the bidder. if awarded the work. will enter
into a contract within ten (10) days after the award and will furnish 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 substantially 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 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
Page 2 of 3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 °
1
1
1
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 information 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
Documents. No other explanation or interpretation will be considered
official or binding. Should a bidder find discrepancies 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 the
proposal on this work. the proposal as submitted by the contractor will
be so constructed as to include any Addenda if such are issued by the
Engineer prior to twenty -four (24) hours of the opening of bids.
Page 3 of 3
�1
1
1
11
1
1
1
1
1
1
1
1
1
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
STREET AND DRAINAGE IMPROVEMENTS
GATTIS SCHOOL ROAD. PHASE II
IN ROUND ROCK. TEXAS
P. A. Stark Construction, Inc.
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 carefully 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 necessary labor.
machinery tools, apparatus. and other items incidental to construction.
and will do all the work and furnish all the materials called for in the
contract and specification in the manner prescribed therein and according
to the requirements of the Engineer as therein set forth.
It is understood that the following quantities of work to he 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 increased or decreased are to be performed at the unit prices set
forth below except es provided for in the Specifications.
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.
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
Page 1 of 10
1
1
1
1
1
1
1
1
1
1
1
items reflects the complete charges for furnishing all labor. material.
and equipment to complete the project as outlined in the plans.
specifications. and contract 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 two hundred seventy (270) calendar days after Notice to Proceed
from Owner.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reserves the right
to reject any or all Proposals or to waive any informalities of
technicalities in any proposal in the interest 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 addenda:
Addendum No. Date
� / 6,4ccoDEO Who - oMt+r) M,oY 20, 1981e
/VOZ `D, ea S- -23-J1,3 Rec . S -28 •SL
Page 2 of 10
1
1 1
1
1
Y
1
1
1
1
1
1
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal is hereby
respectfully submitted by:
PA STARK CoNsrieuertoN
Name of Contractor
PA.Sr9 1I PRESIDrN
Executed •y (Signat re) v ` Title or Position
/ / 327 F uvrieoCK h'OAO
Business Address
c�unle 3, 1986
Date
(x125 451 -8147
Telephone Number
Ausrl/J IfeAVIS — TEXAS 76'440
City County State Zip
(Seal if Sid is by a Corporation)
ATTEST:
Page 3 of 10
1
1
1
1
1
1
1
1
1
1
�1
CONTRACT: STREET AND DRAINAGE IMPROVEMENTS
JOB NAME: GATTIS SCHOOL ROAD, PHASE II
JOB LOCATION: GATTIS SCHOOL ROAD, ROUND ROCK, TEXAS
OWNER: CITY OF ROUND ROCK
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
superintendence, 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 Gattis School Road, Phase II - Street and Drainage 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 prices, to -wit:
Bid
Item Quantity Unit
for
and
PROPOSAL BIDDING SHEET
Item Description
and Written Unit Price
.1 29,311 S.Y. Unclassified Street Excavation, includ-
ing removal of existing structures,
complete in place, per square yard
for Ts /REF Dollars rj
and TwFY PI� FNE Cents $ 3 $ 95,ae
2 24,583 S.Y. 15" Compacted Flexible Base, complete
in place, per square yard
for E/ ( Dollars ac
and Pio Cents $ 8 \00 $194./n A
3 30,749 S.Y. 2" H.M.A.C. Pavement, complete in place,
per square yard
lNREr
EI GMT Y Foie'
Page 4 of 10
Unit
Price
Amount
Dollars Cents $ 3 $ /18 383.5
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price
4 24.583 S.Y. 11" Compacted Flexible Base, complete
in place, per square yard 1
/4.
ADDE i ' ° D Dollars
and �h L C Cents $
5 29,311 S.Y. 6" Lime Stabilized Subgrade, complete
in place. per square yard 14
for R
" DpE N Dollars
and Da 1-D Cents $
6 12,192 L.F. Standard Concrete Curb and Gutter,
complete in place, per linear foot
for F4 Dollars o0
and No Cents $ J
7 30 L.F. Laydown Curb and Gutter, complete in
place, per linear foot
for fi'"iVt
and No
8 6,246 S.Y. Sidewalks, complete in place, per
square yard
Dollars
Cents $ S \
Amount
for TWO Dollars 30 "�
and THt RTY Cents $ z � $ /4,3105
9 12 EA Standard Handicap Ramps, complete in
place, per each
for DIVE HUNDRED Dollars 49
and No Cents $ /04) $ 1, Z� �
10 635 L.F. Steel Pipe Handrail, complete in
place, per linear foot
for T S
and No
Dollars oo a
Cents $ 2L $ /G, 5/0
11 134 S.Y. Construct Concrete Driveways, complete
in place, per square yard
for 714//27-1 P J Dollars o0
and pie Cents $ 35 $
Page 5 of 10
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price
12 65 S.Y. Concrete Rip —Rap, complete in place,
per square yard
for FoRTI/ F5 Dollars 0 0 0
and No Cents $ 4 5 $ 2, 925�
13 295 S.Y. Rock Rip —Rap, complete in place. per
square yard
for 5/K TY' FIVE Dollars o
and No Cents $ G5� $ /9,/75''
14 6 EA Adjust Valves to Finished Grade, complete
in place, per each
for 7 i!
/ J ,NDRtD ) — /I=TY Dollars ■& 00
and NO Cents $ 250 $ /,5a0''
- 7 EA Adjust Manhole Cover to Finished Grade,
complete in place, per each
for TREE /YuNO2t= phFTYDoilars a qs
and
No $ 3 ' $ 2, 9 50�
16 2,150 L.F. 4" White, Reflectorized Painted Pavement
Stripes, complete in place, per linear foot
for Na Dollars /7 so
and S VcNTcer/ Cents $ O� $ 31.5
17 11.720 L.F. 4" Yellow, Reflectorized Painted Pavement
Stripes, complete in place, per linear foot
for Pio Dollars
and Sr VEN`TGt.N Cents $ /, 9%2-1:
18 163 EA Yellow Traffic Buttons, Reflectorized in
two directions, complete in place, per each
for SO Dollars
and /go Cents $ !o \ $ 9 78■ °
19 12 EA White Traffic Buttons. Reflectorized in
one direction, complete in place, per each
for _4=1N/if Dollars 5�0
and Cents $
Page 6 of 10
Amount
$ ��\o
Bid
Item Quantity Unit
Item Description
and Written Unit Price
Unit
Price
20 210 L.F. 2' White, Reflectorized Painted Stop Lines,
complete in place, per linear foot
for 0/4 a Dollars o0
and NO Cents $ f�
Amount
S 2 /a
21 12 EA White, Reflectorized Painted Traffic
Arrows, complete in place, per each
for S Dollars
and FI P Cents $ /4 \ $ /9ii
22 13 EA Traffic Control Signs, complete in place,
per each
for ONE. i UNORcD hFFT ' Dollars pp --..--.4' and ) /p Cents $ /5e' $ /, 950
23 200 L.F. 8" White, Reflectorized Painted Diagonal
Lines, complete in place, per linear foot
for fYb Dollars SO
and P p= - N Cents $ ON $ /00 0
24 14 EA Reflector Posts, complete in place,
per each
for T i-Ji r SOC. Dollars oo od
and N Cents $ 36, $ 509
25 273 S.Y. Concrete Approach Slab, complete in
place, per square yard
for T N/ R rr F, v E Dollars
0 6c+
and No Cents $ 35� $ 9555\
26 1 L.S. 5- 10'X7' Multiple Box Culverts, 30° Skew,
including wingwalls, complete in place,
per lump sum 0N4 NuNwe o TvvtN7'y
for FIVJ hous19NiD Dollars od
and Na Cents $ /25,LY.)) $/e5,0040
27 61 L.F. Retaining Walls, complete in place,
per linear foot
for an JJu,JDR ea /////pry" Dollars \od �o
and No Cents $ /30 $ 7, 980
Page 7 of 10
1
1
1
1
1
1
1
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price
• 28 100 C.Y. Unclassified Channel Excavation. complete
in place, per cubic yard
for ITNEN.v : Dollars oo ®o
and No Cents $ /2 $ 6206"
• 29 2 EA Standard Storm Sewer Manhole, complete in
place, per each
for Two THOUS/4N O
and No
•32 4 EA Recessed 5' Inlet, complete in place,
per each
Page 8 of 10
Dollars 00
Cents $
• 30 3 EA Standard Storm Sewer Junction Box, complete
in place per each 1�1I
forTWtNTY�1Al NuNb1'E1J Dollars o0
and Cents $ 2,900
31 2 EA 6' Valley Gutter, complete in place.
per each
for Tv✓kNre 10)0 uNDiee Dollars 40
and No Cents $ 22Ln''
Amount
$ 4, aopswo
$ 8,701
$ U
for Tyl1U 11400SHN(J Dollars
and N Cents $ "2/ $ c} O28 )
• 33 1 EA Special Recessed 5' Inlet, complete in
place, per each
for TwEn/ - rst FIVE l- )uNDre -O Dollars o0 oa
and N Cents $ 2,SD0� $ 2 SOC'_
• 34 2 EA Recessed 10' Inlet, complete in place,
per each //
for Tivtn)ryTN/.EE A DPtDDollars o 0
and 146 Cents $ '2,300 $ 4,(,OO•
• 35 1 EA Special Recessed 10' Inlet, complete _
in place, per each
for 'fy�/,ENT'f'IJpde AJ/J0Re - C , Dollars oa o0
and IJo Cents $ 2,9 .00� $ 2,900)
Bid • Item Description Unit
Item Quantity Unit and Written Unit Price Price
.36 5 EA Recessed 15' Inlet, complete in place,
per each
'I v0
for7'WENTY /�vNO1L'a Dollars 2,600,,,,R7 / 3 0
and Np Cents $ a $
• 37 2 EA Standard 20' Inlet. complete in place.
per each �e//
for TINENrY/Y/NE/-IuNDgez) Dollars o0 oD
and N 6 Cents $49617` $5,8e e
•38 489 L.F. 18" R.C.P., complete in place. per
linear foot
for T ENT)' Six Dollars o
and No Cents $ 8/p\
.39 287 L.F. 21" R.C.P.. complete in place, per
linear foot
for Trll RrY Dollars
and Ph) Cents $ 30N $ 8 /0d?
40 49 L.F. 24" R.C.P., complete in place, per
linear foot
for
and
41 870 L.F. 27" R.C.P., complete in place, per
linear foot
for 7 ' ) , TY S j i' J Dollars oD 0
and WO Cents $ 37� $. /9t
,42 67 L.E. 30" R.C.P., complete in place, per
linear foot
for /7042.7Y Dollars 10 0
and J�lp Cents $ 4( $e,,L o'
.43 180 L.F. 36" R.C.P., complete in place, per
linear foot
for
and
77411zTY r /2EE
No
F'i nrY ONE
Page 9 of 10
Amount
$ /9 /4 -
Dollars 0o
Cents $ 33 $ hlo �`
Dollars av Co
Cents $ •5/'" $ 9,/83
1
[1
1
Bid
Item Quantity Unit
Item Description
and Written Unit Price
'44 1,591 L.E. 48" R.C.P., complete in place. per
linear foot
Unit
Price
Amount
for SEVENTY FILM Dollars oo c0
and NO Cents $ " J5� $ //9,325
'45 869 L.F. 60' R.C.P.. complete in place. per
linear foot
46 100 L.F. Lower Existing 12" Waterline, complete
in place. per linear foot
48 10 L.F. Concrete Cap Existing 8" Wastewater line,
complete in place, per linear foot
ALTERNATE BID A
for ONE H U1JDRt;D Dollars o0
and No Cents $ /00
for 1=1rTY Five Dollars
00
and Cents $ 55 �
47 60 L.F. Concrete Cap Existing 12" Waterline,
complete in place, per linear foot
for FORrY Dollars op
and /gyp Cents $ 4b
for
and
S oc i
No
TOTAL STREET & DRAINAGE IMPROVEMENTS
2A 4.504 S.Y. 15" Compacted Flexible Base, complete
in place, per square yard
Dollars op a 0
Cents $ 1,0• $ ZQ7
$40/9,899
for Eic ttr Dollars o0 00
and No Cents $ 8` $ 310,0
4A 20.079 S.Y. 11" Compacted Flexible Base. complete
in place. per square yard
for Ft V E Dollars 90 io
and /Jipt'7Y Cents $ 5 $ /18,4
5A 23,276 S.Y. 6" Lime Stabilization. complete in place.
per square yard
for Ti 2t L Dollars S0 00
and FP F r y Cents $ 3 .4/06
\
TOTAL ALTERNATE BID (Base Bid Items 1, 3. 6 thru
48, 2A. 4A & 5A) $ //059 /99
Page 10 of 10
ADDENDUM NO. 1 — 2/2
THE STATE OF TEXAS
COUNTY OF
§
AGREEMENT
IS GREEMENT, made and entered into this e-2 day
of 1986. A.D. by and between
THE CI OF UND ROCK of the City
of Rou Rock , the County of Williamson , and
the State of Texas, acting through
thereunto duly authorized so to do, Party of the
First Part, hereinafter termed OWNER, and P.A. STARK CONSTRUCTION, INC.
of the City of Austin , County of Travis
and State of Texas , Party of the Second Part,
hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the Party of the First
Part (OWNER), and under the conditions 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 follows:
GATTIS SCHOOL ROAD — PHASE II
STREET AND DRAINAGE IMPROVEMENTS
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, supervision. labor,
insurance, and other accessories 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 Conditions of Agreement, Special Conditions.
Technical Specifications, 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 proposal, the General Conditions of the
Agreement, and the Performance, Payment and Maintenance Bonds 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
complete the same within Two Hundred Seventy (270) 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 executed this
Agreement in the year and day first above written.
THE CITY OF ROUND ROCK P.A. STARK CONSTRUCTION, INC.
Party of the First Part Party of the Second Part
(OWNER) (CONTRACTOR)
ATTEST:
By:
ATTEST:
4
�
!0 A AA f Iiaill
"e following to be executed if the Contractor is a Corporation).
I. PAL- C011146ne #6i4)
the Secretary of the Corporation named as Contractor herein;
Atf/fi71N n q
that I`. P/. jP? / ///,
(Corporate Seal)
Page 2 of 2
certify that I am
, who signed
this Contract on behalf of the Contractor was then P Ef,D EN T
(official title) of said Corporation, that said Contract was duly signed
for and on behalf of said Corporation by authority of its governing body,
and is within the scope of its corporate power . aia44121%—(1264--: Signed:
d vul .
Insurance
L1abdIN
1
1
I OW ALL MEN BY THESE PRESENTS , that we
WHEREAS, the Principal has submitted a bid for
1
1
1
13250 Rev. 5 -79 Printed In US.A
(Witness)
(Witness)
BID BOND
Approved by The American Institute of Architects,
A.1. A. Document A 310 Feb. 1970 Edition
P.A. STARK CONSTRUCTION, INC.
L. PAUL IIKE AND MARIAM
INSURANCE COMPANY
Si. Paul, Minnesota
A Capital Stock Company
as Principal, hereinafter called the Principal,
the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation duly organized under the laws of the
to of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto
■ THE CITY OF ROUND ROCK, TEXAS
as Obligee, hereinafter called the Obligee,
FIVE (5 %) PER CENT OF THE GREATEST AMOUNT BID
lithe sum of Dollars
( 5% GAB ), for the payment of which sum well and truly to be made, the said Principal and the said Surety,
d ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
GATTIS SCHOOL ROAD, PHASE 2
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
ntr act with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in
the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for
prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
ncipal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not
to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may
good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and
d, otherwise to remain in full force and effect.
' Signed and sealed this 3RD day of JUNE A D 19 86
P.A. STA• C'rNSTRU,TION, INC.
4•LA LITtP
e ) 1
St. Paul Fire and Marine Insurance Company
(Sdiety)
JEANNIE JENSEN (Attorney -in
(Seal)
(Seal)
Printed with permission of The American Institute of Architects
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
and ask for
you may u' . 74 Mr; i: 'fi� /f 'r'l/i:ST 4AUL 'FIRE A N DMARINEINSURANCECOMPAN !' '( • " F
£ : , Y• `j. CERTIFICATE OF
� �rroo�i,r,uahw : ' :` ! i +.:F• • !j)!'t�i %''• ' 385 Washington Street, St. Pout,' Minnesota' 55102 ';,, •, a ' r � " AUTHORITY NO.
(. S�n'rs;m ° tij ,(•;w '•t, .,0 ' a ,— , ,'.,• .e toll free 800- 328 -2I 't ,,Si r , �' hCC
`} 1 4,'r t ,•) 1 c For verification of theauthendcity of this Power ofAttorny, pho •
j!J:t!,, 71)uhe Power of Attorney Clerk. Please refer to the Cenifite of,Authority No. and ta -' +
11)j); t)II ' }i , }ll } /)I ' ,r t:.,Fil. y'i ,r 1 ' `:r• e, -.. ,: •'r,., , .:: the named individual(s). '
. i';i
.,,',) t
' t {; t a n . } r! 1, ,.!(tIGENERP'OWER OF ATTORNEY = CERTIFIED COPY •
` } .. ; it 7t AL
r ) tha } ) I I :r
1 . 'i t h l, 3 it• (t • ' !t, , ) , !f .,a i! ftc(Ori g inal on Fj 1 eat H ome ,O ffice ofColnp aliy.SeeCertification.)'`ti i Ir i t ti t;
l tl'•• <;. • • ( • •,;' :'," .Li •• N..' , tt . l h'' ' 1i: ,\; `..i•t +t1..;j.,r't. ,,,•n •: trl-• • a••.. , ■ „:;•• >
)(NOW ALL %EN BY THESEPRESENTS: That,St: Paul Fire and Marine Insurance Company, a corporation oranized and existing under,theiaws'of -the
State of Minnesota,' having its principal officeM'the City of St:• Paul,• Minnesota,; does hereby constitdte and appoint' .tr;`t1 •
Nil' ° 'i1I
:,! t,• 77 1'!! ' t( r I !,l' .`f', fif!li • '( :!!itt lff.Ii tr t; , . ' lii', ! !it!111
i ft 'l' t t ; 4ri t ) 7, : fl.b
,t I r ' f, , () ;tali, .' '.r 7 ;0' . !:.; 'lip(; ' 'fi,i il(r l: .�:... '2(1
4'i;oRrYF "': 'Siddoris;ail?r: ,! Steve`lSiddo i L1 : ; ;Si ddons - '
r( ?' Betty; Turner r cke;Jeannie
Elaine ' Windom; ia.ndividually,.;,Austin, -Texas •t!,`
Y �,, i, ' i)i' t ,• 1 :., +) ,.i iq.; i s; , '; fil, .) ,, t4 f '. 1 )1.' 1 ..
,its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or perinittedby law, statute, rule, regulation, contract or,
otherwise. _
't.
STATE OF MINNESOTA}
County of Ramsey II �'
e
r'" NOT TO EXCEED ,IN PENALTY THE SUM OF TWENTY, FIVE MILLION
i ($25, 000,000) EACH
and the execution'bf all such instrument(s) iii pursuance of these presents, shall be as binding up on said SI. Paul Fire and Marine,Insnrance Company, as' fully.
and amply; to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office.
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,- Section 6(C), of the By -Laws
adopted by the Board of Directors of SL PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January, 1970,
of which the following is a true transcript of said Section 6(C): . . .
• • "The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
• (2) To appoint special Attorneys -in -fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this
• ,,section and /or any of the By -Laws of the Company, and
(3) -'T remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him.” •
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly
called and held on the 6th day of May, 1959, of which the following is a trite excerpt:
"Now therefore the signatures of such 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 :t is attached."
IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officer, this 1st day of March, A.D. 1984.
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
Vice President
On this 10th day ofFeb ru a ry ,l56 6 , before me came the individual who executed the preceding instrument, to me
personally known, and, being by me duly sworn, said that he /she is the therein described and authorized officer of St. Paul Fire and Marine Insurance
Company; that the seal affixed to said instrument is the Corporate Seal of Said Company; that the said Corporate Seal and his /her signature were duly affixed
by order of the Board of Directors of said Company.
IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day
and year first above written. r
MARY C. CLANCY, Notary Public, Ramsey County, MN
r My Commission Expires November 1, 1990
w /pST)I'AUL'FIRE AND MARINE INSURANCE COMPANY, : ' 1 ' ! 1• CERTIFICATEIOF
l'1 . 1+
; I j }`385 Washington Street, St. Paul, Minnesota 55102 ', +'; .y ' f AUTHORITY NO.
For verification of theauthendcity of this Power of Attorney, you may telephone toll free800.328 -2189 and ask for - •' , 6 9 5 .L.'_
'3 the Power of Attorney Clerk. Please refer to the Certificate of,AuthorityNo. and the named individual(s). A '� ;, •
% 1 ( i t ,GENERAL POWER O ATTORNEY -'CERT t : ;+ n : U! :;'• ; t
TIFIED COPY `
• 1
'(( t!` 1 +i - y;•• t'.,t '•s;;•JIs, +P` t,:,,:' ,):•.•;•� i ;..;•.:.,.; t', -., •. t : ; i , 'a Pa`� • it ?:i� `:}
KN ALVMEN BY THESE PRESENTS: That,Str Paul Fire and Marine Insurance Company, ti corporation organized and existin under,he laws of•tlie'
I 'StateofMioncsota'havi itsprincipaloft ice,in'the City of hereby constitute and appoint• ,• }s ' - ti'a -
Nit il i` ' "•,I° `,- •••'V)•' 1
111 l) 1 ) ' r ' . ! , ;�r ( I'• r!!I1.:' p :. i ' . i 'fi '/55 ` r " t; t)!, •. r , ifi j . !,,.
1 • ! ; Y1 .. ,. .,, G s. "B.` '`!rl +" `ij;;i! ' i . t iI ;`j r (! ; i !. •t .(,�' e S iddons ,. her 1 t f � ( , 1)( :' t
1 yr t„ '.l!
tl i ts ;12. t " : ` Sid + dons „)1Jr,: , }'Steve t't5 Robert •lC. 'S
,i ddons; ••rat :Li •,
f i ll 'ir;'!; ‘f Betty L Turner ; " • ' C: ` , ' Fxicke; -• Jeann Jense`nit :..........
1111 { t Elaine ' Windom;(• individually ,';'Austin, i' f;
, ; .t ti,+ , i•,' ,, 1t,• i • ' , r ; `:` ; 3 : '. „ •ri:.': . ,
its true and lawful attorney(s) -in -fact to execute, s and del for and on its behalf a surety, any and all bonds and undertakings, recogn contracts of
!indemnity and other writings obligatory in the natu thereof, which are or may be allowed required or permitted by law, statute, rule, regulation, contract or
otherwise, .• - ••'
1
1
1
1
r , ((!;1!i;;, �((;!(?: r;i1� r t : ! ( l y+'litf(Onginal on Elle at Home Office of Company See Certification)
,NOT TO EXCEED' IN PENALTY •THE SUM OP ,TWENTY MILLION
I `' :..' i' :.($25,000,000) EACH ; •
anti the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said Si. Paul Fire and Marine Insurance Company, as fully,
and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office.
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,- Section 6(C), of the By -Laws
I
adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January, 1970,
of which the following is a true transcript of said Section 6(C):
A
• •• "The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority
(1) To appoint Attorneys•in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of she Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
• (2) To appoint special Attorneys-in-fact, oho are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this
section and /or any of the By -Laws of the Company, and
(3) -'To remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him.”
I Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly
called and held on the 6th day of May, 1959, of which the following is a true excerpt: •
"Now therefore the signatures of such 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."
4 tsFtRE in 6WW,,, IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its
•_ corporate seal to be affixed by its authorized officer, this 1st day of March, A.D. 1984.
Tit
n}
_� County of Ramsey ss.
i O
k yrb � V n A I NC � .• ' ' Vice President
On this 10th day of February ,1986 , before me came the individual who executed the preceding instrument, to me
I personally known, and, being by me duly sworn, said that he /she is the therein described and authorized officer of St. Paul Fire and Marine Insurance
Company; that the seal affixed to said instrument is the Corporate Seal of Said Company; that the said Corporate Seal and his /her signature were duly affixed
by order of the Board of Directors of said Company. -
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day
and year first above written.
CERTIFICATION : i. t '� . , .. i `
I - •r;.r: � l `;Fj 'i' ;; ' ii { �•.•1.` , 1
• 1, the undersigned officer of St. Paul Fire and Mitring Insurance Company, do hereby certify that l haveeompared the foregoing copy of the Power of Attorney
and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGNAtS ON FILE IN THE
HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of
mi Attorney has not been revoked and is now in full force,and effect f ; - ' , 's ; , ,+,• ,; , , ; , •
I l' ' ai e s IN TESTIMONYWHEREOF, I ,• •' y �! `� �N '^ '���,
'� 1 ha hereunto et s my hnd this a n c �,�.
r 'ff 1•1 �',/ 1 (1 ; (• • °i i tt i,. ! t t,i (.:4i9r.! u!,(y. ' nt t +: q, 1' �q f t� 4 , `G.,;0 l,. t : a!' "I ! t l• tl) � 1 � I trt'iisi. ' i ,', , , f Iii)
.l , • #J` ,r ! J t, I r�,, i 1 1 r r r i it , • )I:I .r• h�
1 ( ' t ( !(t��+ t ` ���� r da 'l �,� P ri.l'l9 ��, � 9('i4 f jt; y';.. 1 i1;:'� ! ( Secretary
it' l .X. )^iMv.:1 j11. i !! j)= .!2).!:1 "ilY,�ii)1'p,lli!••, tijl) .. ; l , :it ,, , iy � };• ' i t i ` ; 1 ` : 1T- vro
.Only a certified copy of Power of Attorney;beanng t he Certificate o f,Authority No. printed in red on the upper right corner is binding. Photocopies, carbon
• copies or Other reproductions of this document are invalidandnot the Com;
Company.; Iiy')•••i�li +:•� „ i •i 1'` I
I t� yt :: , °• ( ,il.; �,; 1,.• ,; . ' f, tr, :., p,,. j ji �,ri ; Al
( {Irt t { ic!(, Lr, -i tr,t(r(t,;tl. -i t:,,:' • r t ,(;;,- ..(, { u..,., id• -; hd;it tyitiit.p,t,,lr,( i'•:
a?, •e;l {f ! ( t t ' .1 1 ; . .
NX INSTRUMENT ISSUED IN EXCESS OFSTHETENAL7Y AMOUNT STATED ABOVE IS TOTALLY')POID AND W ITHOUT ANY VALIDIT ' Z J
r 1 , r• ,i(r (' t •r, • ■ i.i Ntit ir( n ! tt '''C'1' t , ` E'JI + t 4 ( "t !' 1 r „ �,
i 1'. S i' y' i '•:i 'JI I t s) •,t•
29550ReV.3 =84 Printed in U.S.A` �\� tly�� ";1'I � ,;Ii� }� ( l� I ' � ��It -il;, �'pl tr tyj• a t'C`I `'� i•.l• : Ol
' tu t ' i i e�r 11 1 j1 ,r J, ' Ij �I I r 1 t '•f!', ' itt , :,I r f t
I •.1-,1((r '({ ;((! 1f r 1 f1 :,., •irl!; 7 1: ( ! 1 11 .,: s `t'1) ,(4 111 i 1. . "; rt i riy, ((
ti �s,ihil:sle t { ta(idltla.(((t ( tl(l(Pr.l.( „sin„�„SG t: . ( t, ( ly S(_ sl,(, t. 1i( 1, 5G 1. ±,'t,(S1(•.:. l
•r ., . ,, ,
MARY C. CLANCY, Notary Public, Ramsey County, MN
;•;!j •' ,r My Commission Expires November I, 1990
• 1;,
I SEMI
' IUb
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
ST. PAUL, MINNESOTA
A CAPITAL STOCK COMPANY
KNOW ALL MEN BY THESE PRESENTS:
Bond No.
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED. (McGREGOR ACT — PUBLIC WORKS)
(Penalty of this bond must be 100% of Contract amount)
That P. A. Stark 4vnsxrU. iaa.. 327.. Fliu t... RA. ck. xid.,_,... Attst. in .,._xz,,..782.38......_.....
(hereinafter called the Principal), as Principal, and ST. PAUL FIRE AND MARINE INSURANCE
COMPANY, a corporation organized and existing under the laws of the State of Minnesota, with its princi-
pal office in the City of St. Paul, Minnesota, (hereinafter called the Surety), as Surety, are held and firmly
bound unto City of Round Rock, 214 E. Main Street., RpgrI. Tx. 78664
(hereinafter called the Obligee), in the amount ofQne_.Mil1ipzr..11.ine teen ..xhoisand..Eight_..Hundred..
Ninety Nine & 10 /100 - Dollars ($ 1,019,899.10 ),
for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
day of 19
to Gattis School Road, Phase 2, Street and Drainage Improvements
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 faithfully perform the work in accordance with the plans, specifications and contract docu-
ments, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the
Revised Civil Statutes of Texas as amended, and all liabilities on this bond shall be determined in accordance
with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
3rd day of July 19
WITNESS: (SEAL)
(IF INDIVIDUAL OR FIRM) (SEAL)
ATTEST: P. A. Stark C , , Inc. (SEAL)
14576 Ed. 7 -62 Printed in U.S.A.
(SEAL)
(IF CORPORATION) I Principal
ST. PAUL FIRE :. D MARINE INSURANCE OMPANY
Surety
Jean e Jensen atty -in -fact
' S
1 Bond No.
ST. PAUL FIRE AND MARINE INSURANCE COMPANY .
tw,arce ST. PAUL, MINNESOTA
A CAPITAL STOCK COMPANY
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED. (McGREGOR ACT — PUBLIC WORKS)
(Penalty of this bond must be 100% of Contract amount)
KNOW ALL MEN BY THESE PRESENTS:
That, P. A. Stark Construction, Inc.
I (hereinafter called the Principal), as Principal, and ST. PAUL FIRE AND MARINE INSURANCE
COMPANY, a corporation organized and existing under the laws of the State of Minnesota, with its princi-
pal office in the City of St. Paul, Minnesota, (hereinafter called the Surety), as Surety, are held and firmly
1 bound unto City. Af: Round Rock
(hereinafter called the Obligee), in the amount of.One..13i]11un.11. ineteen._ThvussSnd. flight Hundred
Ninety Nine & 10/100 Dollars ($ 1,019,899.00)
for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
t 3rs1 day of July 19 86
to Gattis School Road, Phase 2, Street and Drainage Improvements
1
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 prosecution
of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force
and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the
Revised Civil Statutes of Texas as amended,'and all liabilities on this bond to all such claimants shall be de-
' termined in accordance with the provisions of said Article to the same extent as if it were copied at length
herein. ti
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
3rd day of July 19 86
WITNESS:
ATTEST:
(IF INDIVIDUAL OR FIRM)
(IF CORPORATION)
14575 Ed. 7.62 Printed In U.S.A.
(SEAL)
(SEAL)
P. A Co!sty�lct J inc. (SEAL)
(SEAL)
rincipal
ST. PAUL FIRE AND MARINE INSURANCE C +MPANY
ely
Jeannie Jensen atty -in -fact
SIibul
stac>;r
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
385 Washington Street, St. Paul, Minnesota 55102
For venfication of the authenticity of this Power of Attorney, you may telephone toll free 800-32&2189 and ask for
the Power of Attorney Clerk. Please refer to the Certificate of Authority No and the named individual(s)
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
(Original on File at Home Office of Company. See Certification.)
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws of the
State of Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint:
R. F. Siddons, Jr., Steve Siddons, Robert C. Siddons,
Betty Turner, Robert C. Fricke, Jeannie Jensen,
Elaine Windom, individually, Austin, Texas
its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or
otherwise,
NOT TO EXCEED IN PENALTY THE SUM OF TWENTY FIVE MILLION
($25,000,000) EACH
and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully
and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Arncle V,- Section 6(C), of the By -Laws
adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January, 1970,
of which the following is a true transcript of said Section 6(C).
"The President or any Vice President, Assistant Vice President, Secretary of Resident Secretary shall have power and authority
(1) To appoint Attorneys -m -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
(2) To appoint special Attorneys -in -fact, who are hereby authorized to certify to copies of any power -of- attorney issued in pursuance of this
section and /or any of the By -Laws of the Company, and
(3) To remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him."
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly
called and held on the 6th day of May, 1959, of which the following is a true excerpt:
"Now therefore the signatures of such 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 "
On this 10th day of F eb r vary , 1986 , before me came the individual who executed the preceding instrument, to me
personally known, and, being by me duly sworn, said that he /she is the therein described and authorized officer of St. Paul Fire and Marine Insurance
Company; that the seal affixed to said instrument is the Corporate Seal of Said Company, that the said Corporate Seal and his /her signature were duly affixed
by order of the Board of Directors of said Company
CERTIFICATION
I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that 1 have compared the foregoing copy of the Power of Attorney
and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGNALS ON FILE IN THE
HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of
Attorney has not been revoked and is now in full force and effect.
29550 Rev. 3 -84 Printed in U S.A
IN TESTIMONY WHEREOF, SL Paul Fire and Marine Insurance Company has caused this instrument to be signed and us
corporate seal to be affixed by its authorized officer, this 1st day of March, A.D 1984
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
STATE OF MINNESOTAI
County of Ramsey I
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day
and year first above written.
IN TESTIMONY WHEREO have hereunto set my hand this
day o
CERTIFICATE OF
AUTHORITY NO.
969574
C. 2ia4
Vice President
MARY C CLANCY, Notary Public, Ramsey County, MN
My Commission Expires November I, 1990
Secretary
Only a certified copy of Power of Attorney bearing the Certificate of Authority No . in red on the upper right corner is binding. Photocopies, carbon
copies or other reproductions of this document are invalid and not binding upon the Co •any.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.
THE STATE OF TEXAS
COUNTY OF
MAINTENANCE BOND
§
KNOW ALL MEN BY THESE PRESENTS. that we
as Principal, and a
Corporation duly organized under the laws of the State of
as Surety, are held and firmly bound unto
to which payment will and truly to be made we do bind ourselves. our and
each of our heirs, executors, administrators, successors and assigns
jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed
Bond No.
as Obligee. in the penal sum of
MB -1
(s )
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1-
1
1
1
WHEREAS. said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of one year after approval by
against all defects in workmanship and
materials which may become apparent during said period;
NOW. THEREFORE, THE CONDITION OF THE OBLIGATION IS SUCH, that if said
Principal shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship which become
apparent during the period of one year from and after date of acceptance by
the Owner. then this obligation s hall be void. otherwise to remain in full
force and effect.
IN WITNESS WHEREOF. the said principal and Surety have signed and sealed
this instrument this
Principal ' Surety
day of . 1986.
• By By
Title Title
MB -2
Address Address
The name and address of the Resident Agent of Surety is:
MB -3
,_.._ ,.., —, . ;E ,F> . t 5,f. f t3.I+s3.
Of ® :CERTIFICATE kOF . : 1N$t�AN CE`� ` 4 .,
'a"v ?Cr x•: . ' �J iT R-k 6 ISSUE DATE (MM DD /v
; ,. t 6 -27 -86
PRODUCER
(�.
STOKES & SEARCEY AGENCY INC.
4: 2520 IH 35 SOUTH
AUSTIN , TX 78704
r
INSURED
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS f
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY A .'
LETTER FIDELITY & GUARANTY
COMPANY
LETTER B USF &G
1 '
ry P. A. STARK CONSTRUCTION, INC.
16327 FLINT ROCK ROAD
AUSTIN, TEXAS 78734
'
COVERAGES ; -. . _ r. ..`
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
TIONS OF SUCH POLICIES.
COMPANY
LETTER C T:lTfs'
COMPANY D oitT
LETTER
COMPANY
LETTER E
�? ......;,1..,,s..4,:..4`,.. :,..i.,;....,..... .. aww1«,t.` wp',:- , N g
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED .`,
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI.
R
TYPE OF INSURANCE
POLICY NUMBER
POLICY EF OM
PATE (MOM
P ATE LICY EXPIRATION
PO (MUM (MUM
i LIABI LITY
'kti,. "
LIMITS IN THOUSANDS
RRENCE
OCCURRENCE
AGGREGATE
GENERAL LIABILITY
—
COMPREHENSNE FORM
PREMISES/OPERATIONS
UNDERGROUND
.X_. EXPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CO
CONTRACTUAL
•' INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
TMP055266750
5-10 -84
5 -10 -87
BODILY
INJURY
$
MU"
'
$ a
BIa oD
^.
CDMe0D'
1000
$ 1000
PERSONAL INJURY
$ 1000
xxxk
UTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV PISS)
ALL OWNED AUTOS /OTHER THAN)
l PRIV PASS /
HIRED AUTOS
NONEOWNED AUTOS
GARAGE LIABILITY
OTC 039150980R
5 - 10 - 86
5 - 10 - 87
BO
''''
,,,F,
IR; i '
$
PROPERTY
DAMAGE
$
11 1 '0
COMBINED
$10 00
EXCESS
X
LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA CORM
TO BE DETERMINED
5 - 10 - 86
5 - 10 - 87
&I ED
$1000
n•
$ 1000
i
WORKERS COMPENSATION
AND
EMPLOYERS' LIABILITY
STAIUTURY.'A"'
pst.A
` :'v$
�Eic
FACH ACCIDE •
5 iDISEASE POLICY LIMIT) FY
` $ ■DISEASE EACH EMPLOYEE)
OTHER
• �•I I. DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS
RE: GATTIS SCHOOL ROAD, PHASE II, STREET & DRAINAGE
IMPROVEMENTS
CITY OF ROUND ROCK
214 E. MAIN
ROUND ROCK, TEXAS 78664
c
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX
PIRATIOa ,PATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL _4-IL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
}i. LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND PON THE Cpp TS AGENTS OP :PRESENTATIVES
AUTHORIZ RESENTATIVE r
�... / � L,/ ��`�.
TYPE OF POLICY
CERT. EXP DATE
POLICY NUMBER
LIMITS OF LIABILITY
WORKERS'
COMPENSATION
5-10-87
WC1- 191 - 066409 -016
COVERAGE AFFORDED UNDER W.0
LAW OF THE FOLLOWING STATES
TEXAS
COV B
BODILY INJURY BY ACCIDENT
s 100,000 EA ACCIDENT
BODILY INJURY BY DISEASE
5100,000 EA PERSON
BODILY INJURY BY DISEASE
S 500,000 POLICY LIMIT
}
m
Q
C7 =
❑ r C O O R MPREHENSIVE
El SCHEDULE FORM
PRO DUCTS C
❑ IETED OPERATIONS
❑
INDEPENDENT CON.
❑ TRACTORS/CONTRAC
TORS PROTECTIVE
CONTRACTUAL
❑ LIABILITY
BODILY INJURY
PROPERTY DAMAGE
EACH
$ OCCURRENCE
$ AGGREGATE
EACH
$ OCCURRENCE
$ AGGREGATE
COMBINED SINGLE LIMIT
BODILY INJURY AND PROPERTY DAMAGE
$ EACH OCCURRENCE
$ AGGREGATE
I M A II M 1 70 -1
LIABILITY
❑ OWNED
❑ NON - OWNED
❑ HIRED
$ EACH ACCIDENT - SINGLE LIMIT -B,1. AND P,D. COMBINED
$ EACH PERSON
EACH ACCIDENT
$ OR OCCURRENCE
EACH ACCIDENT
$ OR OCCURRENCE
OTHER
LOCATION(5) OF OPERATIONS & JOB R (If Appinoble)
P roject: Gattis School Road -
Street & Drainage Imtrovements
Phase II
DESCRIPTION OF OPERATIONS
1
1
1
Certificate of Insurance
HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER THIS CERTIFICATE IS NOT AN INSURANCE
POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
This is to Certify that
P.A. Stark Construction
16327 Flint Rock Rd.
Austin, TX 78738
L the Issue dote of thls cernlnate, Insured by the Company under the poltcy(les) listed below..7he Insoronce afforded by the listed pollcy(les) Is sublecl to all
rhea terms, excfusions and condn,ons and is not altered by any requirement, term or conddlon of any contract or other document with respect to which this cerllflcote
may be issued
'NUTS You will NOT be na1d,04 annoolIy of die cominuobon of Ibis coveroge You will be nabbed it Ihn cover ge is terminoled or Induced
'NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR
REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS
DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN
'MAILED TO
City of Round Rock
214 E. Main Street
CERTIFICATE Round Rock, TX 78664
HOLDER-4
L
J
LIBERTY
Name and
address of MUTUAL
Insured ea.e.lwaw n�
NTATIVE
6/27/86
DATE ISSUED
AUTHORIZED REP
Austin 994
'this cerNaole n executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such msuronce as n afforded by Thal Company, d n executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY os
respects such msuronce os n alladed by Ihol Company, d n execomd by LIBERTY INSURANCE CORPORATION as Iespocts such ins4rance as n allwded by Thal Company
OFFICE
BS 745 RI
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 °
1
1
1
(1) Name
The low bidder is required to supply the following information.
Additional sheets may be attached if necessary.
(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
(7) Number of years experience
•
(6) List the names and address of all members of the firm or names and
titles of all officers of the corporation:
(8) List a least` three (3) projects completed as of recent date:
Contract Amount /Class of Work /Date Completed /Name and Address of
Owner
(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 comprehensive to permit an appraisal of his
current financial conditions.
Page 1 of 1
GENERAL CONDITIONS OF AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
1. DEFINITIONS 1
2. GENERAL PROVISIONS 2
2.01 Engineer's Status and Authority 2
2.02 Right of engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 3
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses. Permits, and Certificates 4
2.08 Royalties and Patents 4
2.09 Keeping of Plans and Specifications
Accessible 4
2.10 Discrepancies and Omissions 4
2.11 Contractor's Understanding 5
2.12 Extra Work 5
2.13 Payment for Extra Work 5
2.14 Assignment and Subletting 6
2.15 Subcontractors 6
2.16 Owner's Status 7
2.17 Completed Portions of Work 7
2.18 Materials 7
2.19 Receiving and Storage of Materials 7
2.20 "Or Equal" Clause 7
2.21 Completed Work 7
2.22 Materials Furnished by the Owner 7
2.23 Protection of Property 8
2.24 Shelters for Workmen and Materials 8
2.25 Sanitary Facilities 8
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 8
3.01 Labor, Equipment, Materials and
Construction Plant 8
3.02 Performance and Payment Bonds 8
3.03 Contractor's Ability to Perform 9
3.04 Superintendence and Inspection - 9
3.05 Character of Employees 9
3.06 Contractor's Duty to Protect Persons
and Property 10
3.07 Safety Codes 10
3.08 Barricades 10
3.09 Minimum Wages 10
3.10 Unsuitable Work or Materials 10
3.11 No Waiver of Contractor's Obligation 11
3.12 Site Clean Up 11
3.13 Guarantee 11
(CONTENTS CONTINUED) Page
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 12
4.01 Lines and Grades 12
4.02 Right of Entry 12
4.03 Owner's Inspectors 12
4.04 Collateral Work 12
4.05 Right -of -Way 13
4.06 Adequacy of Design 13
5. SCHEDULING AND PROGRESS OF WORK 13
5.01 Order and Prosecution of the Work 13
5.02 Rate of Progress 13
5.03 Sunday, Holiday. and Night Work 13
5.04 Hindrances and Delays 14
5.05 Extensions of Time 14
5.06 Liquidated Damages for Failure to
Complete on Time 14
6. INDEMNITY 15
6.01 Contractor's Indemnity Provision 15
6.02 Workmen's Compensation Insurance 15
6.03 Comprehensive General Liability Insurance 16
6.04 Owner's Protective Insurance 16
6.05 Comprehensive Automobile Liability
Insurance 16
6.06 Insurance Certificate ' 16
7. TERMINATION OF CONTRACT 17
7.01 Right of Owner to Terminate 17
7.02 Right of Contractor to Terminate 17
7.03 Removal of Equipment 17
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 17 •
8.01 Notification of Contractor 17
8.02 Retention of Contractor's Equipment
and Materials by Owner 17
8.03 Methods of Completing the Work 18
8.04 Final Acceptance 19
8.05 Disposition of Contractor's Equipment 19
9. MEASUREMENT AND PAYMENT 19
9.01 Character of Measurements 19
9.02 Estimated vs. Actual Quantities 19
9.03 Payment 20
9.04 Monthly Estimates and Payments 20
9.05 Certificates of Completion 21
9.06 Final Estimate and Payment 21
9.07 Notarized Affidavit 21
9.08 Release of Liability 21
9.09 Contractor's Obligation 22
9.10 Payments Withheld 22
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
1.01 Calendar Day. A calendar day shall be the 24 hour period from one
midnight to the next consecutive midnight.
1.02 Contract Documents. The Contract Documents shall consist of the
Notice to Contractors; Advertisement; the Instructions to Bidders;
the Proposal; the Signed Agreement; the Performance and Payment
Bonds; the General Conditions of the Agreement; the Special
Conditions of the Agreement; the Specifications; the Plans; the
Standard Drawings; Addenda; and duly authorized Change Orders. The
Contract Documents are complementary, 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: Signed 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 organization 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 representatives.
1.04 Engineer. "Engineer" shall mean Haynie & Mailman, Inc., or such
other Engineer. supervisor, or inspector who has been designated,
appointed, or otherwise employed or delegated by the Owner for this
work, or their duly authorized agents, such agents acting within
the scope of the particular duties entrusted to them in each case.
1.05 Extra Work. The term "extra work" as used in this contract shall
be understood to mean and include all work that may be required by
the Engineer or Owner to be done by the Contractor to accomplish
any change, alteration, or addition to the work shown on the Plans,
or reasonably implied by the Specifications, and not covered by the
Contractor's Proposal, except as provided under "Changes and
Alterations ". herein.
1.06 Owner. "Owner" shall mean The City of Round Rock, named and
designated in the Agreement as the "Party of the First Part" acting
through its duly authorized officers and agents.
1.07 Plans. "Plans" shall mean and include (a) all drawings prepared by
the Owner as a basis for proposal. (b) all supplementary drawings
furnished by the Engineer 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 Contractor to the
Owner when and as approved by the Engineer.
GC -1
1.08 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner as a
basis for proposals, (b) all supplementary 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, however, include
one who merely furnishes material not so worked.
1.10 Substantially Completed. The term "substantially completed" shall
mean that the structure or facility has been made suitable for use
is in condition to serve its intended purpose, but still may
require minor miscellaneous work and adjustments.
1.11 Work. "Work" shall mean the work to be done and the equipment,
supplies, material, and services to be furnished 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 principal 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.
1.13 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 delivered 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 litigation
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 Contract; that he shall determine all questions in
GC -2
relation 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 findings 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, however, 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 contractor are found to be
unsafe or inadequate to secure the quality of the work or the rate
of progress required 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.
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 alterations 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
contract; otherwise such work shall be paid for as provided 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 preparation for the work as originally
planned.
GC -3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 °
1
1
1
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 arising out of the
nature of the work to be done or from the action of the elements or
from any unforeseen circumstances in the prosecution of the work or
from unusual obstructions or difficulties which may be encountered
in the prosectuion of the work shall be sustained 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 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 employees or his subcontractors and their
employees.
2.07 Licenses, Permits and Certificates. Except as hereinafter
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
required 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 invention used by him in
connection with the work done or material furnished under this
Contract; provided, however, that if any patented material.
machinery, appliance, or invention is clearly specified in this
Contract, 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 expense 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
GC -4
must be furnished in accordance with the generally accepted
practice, and in the event of any discrepancies between the
separate contract documents, the priority of interpretation defined
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, Specifications 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 examination, satisfied himself as to the
nature and location of the work, the conformation of the ground,
the character, quality and quantity of the materials to be
encountered, 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
conversation with any officer, agent, or employee of the Owner,
either before or after the execution of this Contract, shall affect
or modify any of the terms or obligations 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 Specifications 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 compensation to be
paid the Contractor for performing extra work shall be determined
by one or more of the following methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
GC -5
1
1
1
1
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. craftsmen. 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)
transporation charges necessarily 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 expenses; (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 premiums
for construction bonds, workmen's compensation. public liability
and property damage, and other insurance 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 specify 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 equipment
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
superintendence.
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 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 responsible 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 written notice from the Owner.
GC -6
2.16 Owner's Status. Nothing contained in this Contract shall create
any contractual relation between any subcontractor 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
completed in accordance with the Contract Documents. If the
Engineer determines that taking possession of and using partially
completed work substantially increases the cost of or delays
-construction, the Contractor shall be entitled to extra
compensation or extension of time or both as determined by the
Engineer.
2.18 Materials. All materials furnished by the Contractor shall be as
required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of materials
which he is to furnish until the Engineer has approved the source
of supply of such materials.
2.19 Receiving and Storage of Materials. The contractor shall make
arrangements for receiving and storing materials. The Owner will
not sign for or receive shipments of materials consigned to the
Contractor. The Owner will not furnish storage space for materials
except where the written permission of the Engineer is given.
2.20 "Or Equal" Clause. Whenever a material, product, or article is
specified or shown on the Plans by using the name of the
proprietary product or of a particular manufacturer or vendor and
is followed by the term "or equal" the Contractor may submit a
written request to 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 Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous adequate
safeguards to protect all completed work from damage. loss, or the
intrusion of foreign elements.
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. The provision shall extend to
the taking of all necessary sanitary precautions to avoid
contamination of such materials that must be maintained and
incorporated into the work in a sanitary condition.
GC -7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 utilities.
The Contractor shall satisfactorily shore. support. and protect any
and all structures. and all pipes. sewers, drains, conduits. and
other facilities belonging to the Owner. and he shall be
responsible for any damage resulting thereto. The Contractor shall
not be entitled to any damages or extra pay as a result of any
postponement, interference, or delay caused by any such structures
and facilities being on the line of the work whether they are shown
on the Plans or not.
2.24 Shelters for Workmen and Materials. The building or structures for
housing men or the erection of tents or other forms of protection
for workmen or materials will be permitted only as the Engineer
shall authorize or direct. The sanitary conditions of the grounds
in or about such structures shall at all times be maintained in a
manner satisfactory to the Engineer.
2.25 Sanitary Facilities. Necessary sanitary toilet facilities for the
use of all employees on the work shall be of a type complying with
State and local sanitary regulations and shall be properly secluded
from public observation. These facilities shall be constructed and
maintained by the Contractor in such manner and at such points as
shall be approved by the Engineer. Their use shall be strictly
enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor. Equipment, Materials and Construction Plant. The Contractor
shall provide all labor, tools, equipment, 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 protection of any material,
tools, or machinery on any part of the work until it is finally
completed and accepted. 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 the Contract that ,. the Contractor will execute separate
• performance and payment bonds, each in the sum of 100% of the total
Contract price in standard forms for this purpose. guaranteeing
GC -8
faithful performance of the work and the fulfillment of any
guarantees required and further guaranteeing payment to all persons
supplying labor and materials or furnishing him any equipment in
the execution of the Contract. 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 performance and
payment bonds shall be acceptable according to the latest list of
companies holding certificates 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.
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 inventory and records showing the satisfactory
completion 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 Contract", 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 competent superintendent and any
necessary assistants, all of whom are satisfactory to the Engineer,
on the work continuously during its progress. The superintendent
shall represent the Contractor in his absence, and all directions
given to him by the Owner's representative shall be as binding as
if given to the Contractor.
In the event that the Contractor and the superintendent 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
supervision 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 employ 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 - standard character by reason of
carelessness, incompetence, or inexperience on the part of the
GC -9
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1-
1
1
1
workers the installation of such work shall be immediately
suspended 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 reasonable precaution to
safeguard persons from death or bodily injury and to safeguard
property of any nature whatsoever from damage. Where any dangerous
condition or nuisance exists in and around construction sites,
equipment and supply storage areas, and other areas in anyway
connected with the performance of this Contract, the Contractor
shall not create excavations, obstructions, or any dangerous
condition or nuisance of any nature whatsoever in connection with
the performance of this contract unless necessary to its
performance, and in that event the Contractor shall provide 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 nondelegable, and the Contractor's compliance with the
specific recommendations and requirements of the Owner as to the
means of warning shall not excuse the Contractor 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 Municipal 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
except where incompatible with Federal, State, or Municipal 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 prevailing wage scale for
work of a similar character in this locality. A scale of
prevailing wages is included in the Special Conditions of these
Contract Documents. 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
GC -10
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, 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 deducted 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 accepted by the Engineer, supervisor. or
inspector such acceptance shall be binding on the Owner unless it
can be clearly shown that such material furnished was not as
represented and does not meet with the specifications for the
work. Any questioned work may be ordered taken up or removed for
re- examination by the Engineer prior to final acceptance, and if
found not in accordance with the specifications for said work. all
expense of removing, re- examination, and replacement shall be borne
by the Contractor; otherwise the expense 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 • period. 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 conduits, shall tear down and remove all
temporary structures built by him, shall remove all rubbish of
every 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
GC-11
of defective workmanship or materials, or both, which in the
judgement 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 Contractor's
expense: provided, however, that in case of an emergency where, in
the judgement 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 necessary, 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 Contractor, and in case of careless destruction or
removal 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 location on which the work
herein contracted is being constructed or installed for the purpose
of supervising and inspecting the work or for the purpose of
constructing 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, supervisors, or inspectors as the said
Owner may deem necessary to inspect the material furnished and the
work done under this Contract, to see that the said material 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 instructions 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 provide all labor
and material essential to the completion of work that is not
included in this Contract either by a separate contract or
otherwise. Any collateral work shall be prosecuted in such a
manner that it will not damage the Contractor nor delay the
progress of the work being accomplished under this Contract. The
respective rights of and operations of the various interests
involved shall be established and coordinated by the Engineer.
GC -12
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, sufficiency of the
Contract Documents, the safety of the structure and practicability
of the operations of the completed project; provided the Contractor
has complied with the requirements of the said Contract Documents;
all approved modifications thereof, and additions 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
complied with the said requirements of the Contract Documents,
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 seasons in such order of precedence and in such manner as shall
be most conducive to economy of construction; provided however.
that the order and time of prosecution shall be such that the work
shall be 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 of 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 elements or to
coordinate with other work being done for or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engineer 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 increase or improve his facilities or methods, and
the Contractor shall promptly comply with such orders; but neither
compliance with such orders; failure to comply will result in
placing Contractor in abandonment per Section 8 "Abandonment of
Contract by Contractor "; but neither compliance with such orders
nor failure of the Engineer to issue such orders shall release the
Contractor 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
GC -13
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
Engineer.
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
complying with the plans and specifications or the intent thereof.
the Contractor shall have no claim for damages. 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 judgement of the
Engineer occurred as a result of the work stoppage.
Should delays repeatedly occur due to the Contractor's failure to
provide adequate plant. equipment, or personnel. or where the
Engineer determines that unreasonable inconvenience to the public
is due to such failure. the Contractor's operations shall be
suspended until he shall have provided adequate plant, equipment,
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 neglect of the Owner or
Engineer, or of any employee of either, or by any other contractor
employed by the Owner, or by strikes, fire or other cause or causes
outside of and beyond the control of the Contractor and which the
Engineer determines could have been neither anticipated nor
avoided, then an extension of time sufficient to compensate for the
delay as determined by the Engineer shall be granted by the Owner;
provided. however, that the Contractor shall give the Owner prompt
notice in writing of the cause of delay in each case. Extensions
of time will not be granted for delays caused by unfavorable
weather, unsuitable ground conditions or inadequate construction
force.
5.06 Liquidated Damages for Failure to Complete on Time. The Contractor
agrees that time is of the essence of this Contract and that the
definite value of damages which would result from delay would be
incapable of ascertainment and uncertain, so that for each day of
delay beyond the number of days herein agreed upon for the
completion of the work herein specified and contracted for, after
due allowance for such extension of time as is provided for under
the provisions of the preceding paragraph, the Owner may withhold
permanently from the Contractor's total compensation, not as a
penalty but as liquidated damages. the sum per day given in the
following schedule:
GC -14
Amount of Liquidated
Amount of Contract Damages Per Day
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
2,000,001.00 to 5,000,000.00
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 Contract, the Contractor shall indemnify and
save harmless the Owner and the Owner's agents and employees from
all losses. damages, judgements, decrees, and expenses or costs of
any nature whatsoever arising out of or in any way 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 allegedly caused. by
any willful acts, negligence, nuisance, or breach of any term or
condition of this Contract by the Contractor, his agents, servants,
subcontractors, or employees. The Contractor shall furthermore
indemnify and save harmless the Owner and the Owner's agents and
employees from all demands of subcontractors, workers, material
persons, or suppliers of machinery and parts thereof, equipment.
power tools, and supplies incurred in connection with work to be
performed under this Contract. Property of any description,
including property of the Owner. which shall be damaged in the
performance of this Contract by the Contractor, his agents.
employees, subcontractors or their employees and subcontractors
shall be restored to its condition prior to damage by the
Contractor 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
employees from and against any and all liabilities by reason of
accidental injury, disease or death" sustained by subcontractor's
employees. The Contractor shall furnish the Owner with a
certificate from the Industrial Accident Board evidencing the
Contractor's and subcontractor's compliance with said statute.
GC -15
$
30.00
35.00
40.00
50.00
70.00
200.00
300.00
400.00
500.00
1
' 6.03 Comprehensive General Liability Insurance. The Contractor 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 Comprehensive General Liability insurance policy, said
policy and the issuing carrier approved by the Owner, which
specifically insures the contractual liability of the Contractor
assumed under Paragraph 6.01 above entitled "Contractor's Indemnity
Provision ". The liability coverage under this policy shall cover
Independent Contractors. Liability limits for the Comprehensive
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 completed and accepted by the Owner, an
Owner's and Contractor'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 Liability 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 Contract 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, whether they are owned, non - owned, or
hired by the Contractor, in which shall specifically insure
contractual liability of the Contractor assumed under the above
Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The
liability limits for the Comprehensive Automobile Liability
insurance coverage shall not be less than the following:
Bodily Injury $100,000 each person
$300.000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insurance 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
' w
insurance. Said certificate shall state that the Owner shall be
given 10 days advance written notice before any provisions of the
policies are changed or in the event said policies shall be
1
GC-16
1
cancelled. This Certificate of Insurance shall be provided to the
Owner prior to starting any construction work in connection with
this Contract.
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
resources 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 appliances thereon and may finish the work in accordance
with the provisions of Section 8 "Abandonment of Contract 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 substantially fail to perform the provisions of the Contract
with regard to Owner's obligations to the Contractor, then the
Contractor may upon ten (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 ten (10) days after receipt of the notice. Should he fail
to do so within ten (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.
GC -17
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should abandon and
fail to refuse to resume work within ten (10) 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 having abandoned
the Contract. In such event the Surety on the bond shall be
notified in writing and directed to complete the work, and a copy
of said notice shall be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by Owner. After
receiving said notice of abandonment the Contractor shall not
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 -
1
1
1
remove from the work any machinery. 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 performance bond or
another contractor in completion of the work; and the Contractor
shall not receive any rental or credit therefor except when used in
connection 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 settlement.
8.03 Methods of Completing the Work. If the Surety should fail to
commence compliance with the notice for completion hereinbefore
provided within ten (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 workers and use
such machinery, equipment, tools, materials, and supplies as
said Owner may deem necessary to complete the work and charge
the expense of such labor, machinery, equipment, tools,
materials, and supplies to said Contractor, and the expense
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 Contractor 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 Contractor shall
receive the difference. In case such expense is greater than
the sum which would have been payable under this Contract if
the same 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 fourteen (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 Contractor or
his Surety shall be credited therewith.
GC -18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 -
1
1
1
8.04 Final Acceptance. When the work has been completed, the Contractor
and his Surety shall be so notified and a contract Completion
Certificate as hereinafter provided 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 Contractor, his Surety
or the Owner, as the case may be, shall pay the balance due as
reflected by said statement within fifteen (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 complete 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 machinery. equipment. tools,
materials, or supplies left on the site of the work shall be turned
over to the Contractor 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 remains any machinery. equipment.
tools, materials, or supplies on the site of the work, notice
thereof together 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 Contract; provided.
however, that actual written notice given in any manner will
satisfy this condition. 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 fifteen
(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 public or private
sale, with or without notice, as the Owner may elect. The Owner
shall release any machinery, 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 specifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimated 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
GC -19
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 quantity 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 estimated 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 the work above or below 25 percent of the estimated quantity
prior to initiating work or furnishing materials for the overrun or
underrun quantities. Such revised consideration shall be
determined by agreement between the parties or otherwise by the
terms of this Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all the necessary
labor, equipment, and material and the completion of all work by
the Contractor, and on the completion of all work and the delivery
of all material 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 approximate 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 Contractor 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 recommendation of the Engineer. pay a reasonable and
equitable portion of the retained percentage to the Contractor.
GC -20
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
accordance with the plans, specifications and Contract. If so, the
Engineer shall issue a Contract Completion Certificate to the Owner
and the Contractor. Such certificate when issued shall constitute
final acceptance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Completion
Certificate has been issued. the Engineer shall proceed to make
final measurements and to prepare a final estimate of the work done
and materials furnished under this Contract and the value thereof.
The Engineer shall certify the Final Estimate and submit it to the
Owner within five (5)'days from the date of the Contract Completion
Certificate.
The Owner shall pay the Contractor within fifteen (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
understood 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 entitled "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 consents to final payment to the Contractor being
made by the Owner.
9.08 Release of Liability. The acceptance by the Contractor 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 person
relating to or affecting the work.
GC -21
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the final payment nor any provision in the Contract
Documents shall relieve the Contractor of the obligation for
fulfillment of any warranty which may be required in the Contract
Documents.
9.10 Payments Withheld. The Owner may. on account of subsequently
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 properly 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 -22
SPECIAL CONDITIONS OF AGREEMENT
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 °
1
1
1
1. CROSSING UTILITIES
SPECIAL CONDITIONS OF THE AGREEMENT
Every attempt has been made to locate existing utility lines.
However. prior to commencing construction. it shall be the
contractor's responsibility to make arrangements with the Owners of
such utility companies to uncover their particular utility lines or
otherwise confirm their location. Certain utility companies
perform 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 completion of the Project and
prior to final acceptance and payment, the Contractor shall deliver
this correctly 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 relocated, or grade and alignment of pipe
changed. Where necessary to move services, poles, guy wires,
pipelines, 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 progress 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 previously approved in this contract shall be used to delete
or add work per change order.
5. CONSTRUCTION INSPECTION
The Owner shall provide an inspector to review the quality of
materials and workmanship.
SC -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 °
1
1
1
COORDINATION WITH UTILITY COMPANIES
The Contractor shall be responsible for contacting the appropriate
utility company when working in the vicinity of its facilities to
ensure safety and guard against damage. The following are names
and phone number 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
Al Wille. Inspector.
Jim Nuse, Director of Public Works
7. LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to complete 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 Engineer.
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) sets 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.
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.
SC -2
10. BLASTING
When the use or storage of explosives or other hazardous materials
or equipment is necessary for the execution 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 conform 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 Certificate 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 practices.
5. The Engineer or his representative shall have the right to
limit the use of explosives and /or blasting methods which in
his opinion are dangerous to the public or nearby property of
any kind.
6. The Contractor, at his expense, shall promptly repair or
replace all items known to be damaged as a result of
blasting. (The Contractor is fully responsible for all
claims resulting from his blasting 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 the
SC -3
Contractor. except damage or loss attributable solely to faulty
Drawings or Specifications or solely to the acts or omissions of
the Owner or Engineer or anyone 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 was 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
responsibility 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 be
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 provided for the
Engineer.
Each Contractor shall be fully responsible for verifying the
existence of all property corners before commencing work. Any
missing property pins shall be replaced by the Engineer at the
expense of the previous Contractor.
12 MONTHLY PAYMENT ESTIMATES
Owner shall pay for 90% of materials on hand when properly stored
on the jobsite. When payment for materials on hand has been paid
by the Owner to the Contractor, the Contractor shall furnish
evidence the following month that he has paid for those materials
prior to the following month's monthly estimate being approved for
payment.
13. LIQUIDATED DAMAGES
Refer to the GENERAL CONDITIONS OF THE AGREEMENT. Paragraph 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 $500.00.
SC -4
14. MAINTENANCE BOND
Per City of Round Rock Ordinance. a two (2) year Maintenance Bond
naming the Owner and the City of Round Rock as dual obligee will be
required for public streets constructed without lime stabilization
of subgrade material when the Plasticity Index of the subgrade in
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.
SC -5
TECHNICAL SPECIFICATIONS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
The current City of Austin Standard Construction Specifications of Water
and Wastewater Department and Engineering Department are incorporated into
this project by reference and they shall be applied to this project except
as modified in these specifications and on the plans. Whenever the term
"City of Austin" is used in the Austin specifications, it shall be
construed to mean the City of Round Rock.
STREET
NOTES FOR REFERENCING CITY OF AUSTIN SPECIFICATIONS
FOR WORK WITHIN 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. Pavement surface shall be Type "D" hot - mix, hot - lay asphaltic
concrete with a minimum asphalt content of 5 %.
5. Backfill behind curbs shall be compacted to obtain a minimum of 95%
of maximum density. Material used for curb backfill shall be
primarily granular (clay materials with higher P.I. than 35 are
prohibited) and free from boulders and clods larger than 6" in
their greatest dimension. Refer to Standard Detail No. 1 - "Pipe
Bedding" for backfill procedures.
6. For Item No. 203 in Austin Specifications, substitute Item No. 203
attached.
7. For Item No. 210 in Austin Specifications. substitute Item No. 210
attached.
WATER
1. Water mains shall be PVC or asbestos cement pipe. The type, size
and class of pipe shall be shown on the plans.
2. PVC pipe used for water mains shall conform to AWWA C -900.
N -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3. Valves shall be Mueller iron -body gate valve with ends as shown on
plans.
4. Service material shall be type "K" copper tubing or 160 psi
polyethylene tubing conforming to ASTM D2737, SDR 9 with brass
fittings.
5. Fire hydrants shall be 3 -way Mueller. improved AWWA type with pump
nozzle for 4 -1/2" fire hose. A 6" gate valve and valve box shall
be provided on each fire hydrant.
6. Compact trench backfill to obtain a minimum of 95% of maximum
density. Density of backfill trenches under pavement shall be
tested by an independent laboratory. Such testing will be paid for
by the Owner, and an authorized representative of the City of Round
Rock shall be present when such tests are made.
7. All testing of pipe shall be done under the supervision of the
City, and the Contractor shall perform such tests as required and
furnish all equipment and material for same.
8. Sterilization of mains shall be done under the supervision of the
City, and the Contractor shall perform such sterilization and
furnish all material and equipment for same. The City will be
responsible for bacteriological tests.
SEWER
1. Sewer pipe shall be PVC or vitrified clay pipe.
2. The type and size of pipe shall be shown on the plans.
3. The type of manhole shall be shown on the plans.
4. Compact trench backfill to obtain a minimum of 95% of maximum
density. Density of backfill trenches under pavement shall be
tested by an independent laboratory. Such testing will be paid for
by the Owner, and an authorized representative of the City shall be
present when such tests are made.
5. All testing of pipe shall be done under the supervision of the
City, and the Contractor shall perform such tests as required and
furnish all material and equipment for same.
N -2
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 pavement 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 specified in the
State Department of Highways and Public Transportation, 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 subgrade soil,
subbase or existing base which is to be lime stabilized, be substantially
free of organic matter such as concentrations of weeds, grass, leaves,
rotting wood and other such organic matter deleterious to all kinds of
soil stabilization, be removed, wasted and not included in the pavement
sections or in the secondary subgrade.
203.3 Equipment
CITY OF ROUND ROCK
Item No. 203
Lime Treatment for Materials in Place
1. The machinery, tools and equipment necessary for proper
prosecution of the work shall be on the project and approved by the
Engineer prior to the beginning of construction operations.
-1-
All machinery. tools and equipment used shall be maintained in a
satisfactory and workmanlike manner.
2. Hydrated lime shall be stored and handled in closed
weatherproof containers until immediately before distribution on the
street. If storage bins are used they shall be completely enclosed.
Hydrated lime in bags shall be stored in weatherproof buildings with
adequate protection from ground dampness.
3. If lime is furnished in trucks, each truck shall have the
weight of lime certified on public scales or the contractor shall place a
set of standard platform truck scales or hopper scales at a location
approved by the Engineer.
4. If lime is furnished in bags, each bag shall bear the
manufacturer's certified weight. Bags varying more than 5 percent from
the weight may be rejected and the average weight of bags in any shipment.
as shown by weighing 50 bags taken at random, shall not be less than the
manufacturer's certified weight.
203.4 Construction Methods
1. General — It is the primary requirement of this specification
to secure a completed course of treated material containing a uniform lime
mixture free from loose or segregated areas, of uniform deniity 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 regulate 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 conform to
the typical sections, lines and grades as shown on the plane 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 scarified 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 established
by the Engineer. The moisture content of the compacted subgrade at the
time of compaction shall not be more than two percentage 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 percent of its compaction moisture content until covered by
subsequent layers of material unless otherwise approved by the Engineer.
—2—
Should wet or unstable areas develop in the secondary subgrade immediately
prior to lime treatment of subgrade layers. the unstable materials below
the secondary subgrade shall be corrected, 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 inches. 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
lessening 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 cutting 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 Placing" 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 minimum. Lime shall not
be applied when wind conditions, in the opinion of the Engineer, are such
that blowing lime becomes objectionable 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.
(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 moisture 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—
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 mixture
contains clods, they shall be reduced in size by raking, blading, discing,
harrowing, scarifying or the use of other approved pulverization methods
so that when all nonslaking aggregates 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
immediately after final mixing and in no case later than 3 calendar days
after final mixing, unless approval is obtained from the 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 underlying material. -
The course shall be sprinkled as required and compacted to
the extent necessary to provide the density specified below as determined
by the use of the compaction ratio method:
-4-
Description Density, Percent
For lime treated subgrade, existing
subbase or existing base that will
receive subsequent subbase or base
courses.
For lime treated existing subbase
or existing base that will receive
surface courses.
The testing will be as outlined in SDHPT Test Method
Tex -113 -E or other approved methods. In addition to the requirements
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 -
moisture - density tests to determine the new density requirements 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 contractor.
203.5 Finishing, Curing and Preparation of Surfacing
Not less than 95 except
when otherwise shown on
the plans.
Not less than 98 except
when otherwise shown on
the plans.
After the final layer or course of the lime treated subgrade,
subbase or base has been compacted, it shall be brought to the required
lines and grades in accordance with the typical sections. The completed
sections shall then be finished by rolling as directed with pneumatic tire
or other suitable roller sufficiently light to prevent hairline cracking.
Where continued reshaping 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 additonal lime slurry and
retain the material. In any case. there shall be no final reduction in
section thickness due to any blading off of retempered material. The
completed section shall be moist -cured for a minimum 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 prevent 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.
-5--
203.6 Measurement
Lime treatment of the eubgrade, existing subbase, and existing base
shell not be measured separately but shall be considered as a subsidiary
item to Alternate Bid Item lA — (8" Flexible Base and 6" Lime
Stabilization in lieu of 15" Flexible Base), or Alternate Bid Item 2A —
(6" Flexible Base and 6" Lime Stabilization in lieu of 11" and 8 - 1/2"
Flexible Bases).
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 furnishing 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.
—6—
•
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 specified in one or more
courses in conformity with the typical sections shown on the plans and to
the lines and grades as established by the Engineer.
210.2 Material
CITY OF ROUND ROCK
Item No. 210
Flexible Base
(Crushed Stone)
The material shall be crushed or uncrushed as necessary to meet the
requirements hereinafter specified, and shall consist of durable stone or
gravel, crushed and /or screened to the required particle size, with or
without other approved fine sized material. The material shall be from
approved sources.
210.3 Grades ,
It is the intent of this specification that unless otherwise
indicated on the plans, the final course of the base material shall
consist of Grade 1, and other base course or subbase materials may consist
of Grades 1 or 2. The final base courses shall be defined as the design
or plan thickness of flexible base, exclusive 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
tabulation.
Testing of flexible base materials shall be in accordance with the
following Texas Highway Department standard laboratory test procedures:
1) Preparation for Soil Constants
and Sieve Analysis Tex -101 -E
2) Liquid Limit Tex -104 -E
3) Plastic Limit Tex -105-E
4) Plasticity Index Tex -106 -E
5) Sieve Analysis Tex -110 -E
6) Wet Ball Mill Tex -116 -E
7) Triaxial Test Tex -117 -E (Part II)
—1—
Unless otherwise specified on the plans. job - control samples for
testing the materials for Soil Constants, Gradation and Wet Ball Mill
shall be taken prior to the compaction operations.
Unless otherwise specified on the plans. all base material will be
stockpiled after crushing; tested by the testing agency designated by the
City of Round Rock; and approved by the City of Round Rock prior to being
hauled to the project site.
The material shall be well graded and when properly tested, shall
meet the following requirements:
210.4 Tolerances
PHYSICAL REQUIREMENTS FOR FLEXIBLE BASE MATERIALS
Crushed or Broken Aggregate
GRADES
Grade 1 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 designated on the plans.
*Unless otherwise shown on the plans, the maximum increase in
material passing the number 40 sieve resulting from the Wet Ball Mill Test
shall not exceed 20. The WBM test is not required on flexible base
consisting of crushed siliceous gravel.
The limits established reasonably close conformity with the
specified gradation and plasticity index are defined by the following:
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.
-2-
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 subgrade clay soil shall be
scarified to 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 established' by the Engineer. The
moisture content of the compacted subgrade at the time of compaction shall
not be more than two percentage 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.
The moisture content of clay subgrade soils in the compacted
subgrade shall be maintained within + 4 percent of its compaction moisture
content until covered by subsequent layers of material 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 maintain this condition until covered by
subsequent materials. Should wet or unstable areas develop in the
subgrade just prior to placement 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 satisfactory
prosecution of the work. Material excavated in the preparation 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 centerline, quarter points and curb lines at intervals not
exceeding 50 feet. .
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
-3-
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 segragated 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 Engineer. Such binder material shall be
carefully and evenly incorporated 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 loosening, 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. reshaping 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.
3. Succeeding Courses — Construction methods shall be the same as
prescribed for the first course." Slue 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 compacted to
not less than 100 percent density when tested in accordance with THD Test
Method TEX-113 —E. Field density determination shall be made in accordance
with approved methods.
—4—
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.
—5—
BASIS OF MEASUREMENT AND PAYMENT
1. TECHNICAL SPECIFICATIONS
2. ITEM 101 & 102
4. ITEM 130 & 132
5. ITEM 201'
6. ITEM 210
BASIS OF MEASUREMENT AND PAYMENT
STREET & DRAINAGE IMPROVEMENTS
The following items from the City of Austin Standard Specifications
for Public Works Construction are modified as related to
measurement and payment.
This item will be considered subsidiary to Item 110, Street
Excavation, which price shall be full compensation for work herein
specified, including the furnishing of all materials, equipment,
tools, labor and incidentals necessary to complete the work.
3. ITEM 110
All acceptable street excavation will be measured by the square
yard as the area for the entire width of the roadway plus 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 measurement method as
included in the proposal, which price shall be full compensation
for all work herein specified, including subgrade preparation.
unless specified otherwise and the furnishing of all materials.
equipment, tools, labor and incidentals necessary to complete the
work.
This item will be considered subsidiary to Item 110. Street
Excavation, which price shall be full compensation for work herein
specified, including the furnishing of all materials, equipment,
tools, labor and incidentals necessary to complete the work.
This item will be considered subsidiarry to Item No. 110 Street
Excavation, which price shall be full compensation for all work
herein specified, including the furnishing of all materials,
equipment, tools, labor and incidentals necessary to complete the
work.
"Flexible Base" will be measured by the square yard at depths
specified in the proposal for the area of street between the gutter
lips.
MP -1
This item will be paid for at the contract unit price bid for
"Compacted 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.
7. ITEMS 230, 232, 234 & 236
No additional compensation will be made for materials. equipment or
labor required by this item, but shall be considered subsidiary to
the various items included in the Contract.
8. ITEMS 301. 306 & 307
This item shall be measured and paid for subsidiary to Item 340,
"Hot Mix Asphaltic Concrete Pavement ", which contract unit price
bid shall be full compensation for work herein specified, including
the furnishing of all materials, equipment, tools, labor and
incidentals necessary to complete the work.
9. ITEM 340
Asphaltic concrete pavement will be measured by the square yard of
the specified thickness of the type actually used in the completed
and accepted work in accordance with "Street and Drainage Standard
Detail No. 1 ", attached herein.
10. ITEMS 430 & 431
Accepted work as prescribed by this item will be measured by the
linear foot of concrete curb and gutter, complete in place.
The work performed as prescribed by this item will be paid for at
the unit price bid per linear foot for "Concrete 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
1
PAVEMENT THICKNESS DESIGNS REPORT
GEOTECHNICAL INVESTIGATION
FOR
PAVEMENT DESIGN ANALYSIS
GATTIS SCHOOL ROAD IMPROVEMENTS
ROUND ROCK, TEXAS
REPORT NO. H- 5 -A199
R E P O R T
to
HAYNIE & KALLM N, INC.
ROUND ROCK, TEXAS
by
MAXIM ENGINEERS, INC.
GEOTECHNICAL /MATERIALS TESTING /CONSULTANTS
AUSTIN, TEXAS
January 14, 1986
Maxim Engineers Inc.
Mr. Gary Tuttle
Project Manager
Haynie a Kallman, Inc.
1106 South Mays
Round Rock, Texas 78664
Dear Mr. Tuttle:
Maxim Engineers, Inc.
Geotechnical
Materials Testing
Consultants
January 14, 1986
Re: Report No. H- 5 -A199
Geotechnical Investigation
Pavement Design Analysis
Gattis School Road Improvements
Round Rock, Texas
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,
and 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,
MAXIM ENGINEERS, INC.
1(
Doyle L. Smith, Jr., P.E.
Vice President
DLS /sc
11601 N. Lamar
Austin, Texas 78753
(512) 837 -8851
Introduction 1
Project Location and Description 2
Subsurface Soil Description 2
Subsurface Water Conditions 2
Analysis and Recommendations 3 -8
Field and Laboratory Investigations Al
Lime Stabilization Recommendations 93
Plan of Borings
Logs of Borings
Unified Soil Classification System
Symbols and Terms Used on Boring Logs
Maxim Engineers Inc
TABLE OF CONTENTS
APPENDIX
GEOTECHNICAL INVESTIGATION
FOR
PAVEMENT DESIGN ANALYSIS
GATTIS SCHOOL ROAD IMPROVEMENTS
ROUND ROCK, TEXAS
REPORT NO. H- 5 -A199
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 street improvements.
Specifically the study was planned to determine the following:
1. Subsurface stratigraphy within the limits of four-
teen (14) exploratory borings;
2. Generalized pavement section recommendation for
Gattis School Road; and
3. Construction guidelines for each roadway course.
Mr. Gary Tuttle with Haynie S Kallman, Inc. in Round Rock, Texas.
This study was performed in accordance with the request of
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
fourteen (19) exploratory test borings. Samples obtained from the
exploratory borings were logged, packaged, and sealed to maintain
in situ moisture conditions and returned to the laboratory for
testing. Soil mechanics laboratory tests were then performed on
Maxim Engineers Inc
fi
f1
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 Gattis School
Road from Magnolia Drive to approximately 700 feet east of South
Creek Drive in Round Rock, Texas. Present plans indicate that
Gattis School Road will be widened over the previously discussed
length.
III. SUBSURFACE SOIL DESCRIPTION
The near surface soil encountered beneath the existing pavement
consisted of 5.0 to 10.0+ feet (except in boring B5) of dark
brown, brown, yellowish brown, and gray clays, and silty clays,
underlain by limestone in various stages of weathering. The
limestone strata was not encountered within the explored depths
at boring locations B2, B3, and B10 through B14. The clays
encountered beneath the existing pavement section exhibited
plasticity indices ranging from 17 to 67.
IV. SUBSURFACE WATER CONDITIONS
At the time this investigation was performed, groundwater was
not encountered within the depth of exploration at the borehole
Maxim Engineers Inc
3
locations. The subsurface water regime is subject to change with
variations in climatic conditions. Future construction activities
may also alter the surface and subsurface drainage characteristics
of this site. Therefore, the depth to groundwater should be
verified just prior to construction. If there is " a noticeable
change from the conditions reported herein, Maxim Engineers, Inc.
should be notified immediately to review the effect it may have on
the design recommendations. It is not possible to accurately
predict the magnitude of subsurface water fluctuations that might
occur based upon short -term observations.
V. ANALYSIS AND RECOMMENDATIONS
The professional services which have been performed, the findings
obtained and the recommendations prepared were accomplished in
accordance with currently accepted gentechnical engineering prin-
ciples and practices. The possibility always exists that the sub-
surface conditions' at the site may vary . somewhat from those
encountered in the boreholes. The number of test 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 significantly from those described herein,
Maxim Engineers, Inc. should be notified to review the effects on
the performance of the designed pavement section. The recommen-
dations given in this report were prepared exclusively for the use
of Haynie and Kallman, Inc. or their consultants. The information
supplied herein is applicable only for the design of the previous-
ly described pavement section to be constructed at locations
Maxim Engineers Inc.
1
y
r,
rip
r
4
indicated at this site and should not be used for any other
structures, locations or for any other purpose. This firm is not
responsible for the conclusions, opinions, or recommendations made
by others based on the information submitted, herein.
Maxim Engineers Inc
1. THD Triaxial Subgrade Classifications
Texas Triaxial Classifications for the clay subgrade
encountered at this site were estimated from Chester
McDowell's Flexible Pavement Design 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-
tion of the subgrade soil using the above referenced
method as opposed to conducting the tests, was performed
due to the limited time available for project completion.
Rased on the results of tha 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 5.7 is recommended for design purposes.
2. Pavement Design Considerations
The pavement section recommended in this report was
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:'
l'
C1
1
Maxim Engineers Inc.
TABLE A - STREET TRAFFIC CLASSIFICATION
Gattis School Road
18 -kip Single Axle Load
Applications 150,000
Load Frequency Design Factor 0.90
Design Wheel Load (kips) 8
5
Using Table A and the subgrade triaxial classification
results, the following pavement thickness (Table B) was
developed using Chester McDowell's Flexible Pavement
Design Guide:
TABLE B - PAVEMENT THICKNESS RECOMMENDATIONS
Asphaltic Concrete
Thickness (inches)
Crushed Limestone Base
Thickness (inches)
Gattis School Road
2.00
15.00
The pavement section 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 2.00 inches for
collector streets. The addition of hydrated lime to the
Maxim Engineers Inc.
6
upper six (6) inches of roadway subgrade may reduce the
required thickness of crushed limestone base material by
four (4) inches. The amount of hydrated lime needed to
adequately stabilize the subgrade soil should be deter-
mined prior to construction.
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.
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 T) 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 optimum and
5 percent above optimum and each lift compacted to
M..Im Engineerslnc
7
between 95 and 105 percent of the maximum dry density as
defined by ASTM D 698. 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 95 percent of the Modified
Proctor Density, ASTM D 1557 at a moisture content within
three (3) percent of the optimum moisture value. Each
lift should be inspected and tested by a qualified
engineering technician, supervised by a Geotechnical
Engineer before another lift is added.
4. Secondary Design Considerations
The followine 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
Maxim Engineers Inc
8
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.
FIELD AND LABORATORY INVESTIGATIONS
GATTIS SCHOOL ROAD IMPROVEMENTS
ROUND ROCK, TEXAS
REPORT NO. H- 5 -A199
Al
I. Field Investigation
Soil conditions at the project site were determined by fourteen
(14) intermittent sample borings which were drilled during
December, 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 D 1587). The soil specimens
were extruded from the tube in the field, logged, sealed and
packaged to maintain in situ" conditions. Double tube core
barrels and hard formation drilling bits were used to sample the
primary formation. These samples were also removed from the
sampler, logged and sealed for transport to the laboratory.
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.
Maxim Engineers Inc.
1
A2
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.
Unconfined Compressive Strength tests were performed on selected
undisturbed soil and limestone samples to determine the ultimate
unconfined compressive strength of the different subsurface strata
encountered. The results of all the laboratory and field tests
are tabulated on the Log of Boring's presented in the Appendix.
Maxim Engineers Inc.
LIME STABILIZATION RECOMMENDATIONS
GATTIS SCHOOL ROAD IMPROVEMENTS
ROUND ROCK, TEXAS
REPORT NO. H- 5 -A199
A3
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.
Maxim Englneers Inc.
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. The
amount of hydrated lime needed to adequately stabilize the
subgrade soil should be verified prior to construction. 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.
A4
II. MIXING
The material and hydrated lime should be thoroughly mixed by a
rotary mixer or other device to obtain a homogeneous, friable mix-
ture 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 for a 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
L,
LI
A5
provide the optimum moisture. Compaction should begin at the
bottom and continue until the entire depth of the mixture is uni-
formly compacted. All irregularities, depressions, or weak spots
which develop must be corrected immediately by scarifying the
areas affected, adding or removing material, and reshaping and
recompacting by sprinkling and rolling. The surface should be
maintained in a smooth condition, free from undulations and ruts.
The subgrade should be compacted to a minimum of 95 percent of the
maximum dry density as defined by ASTM D 698, at a moisture con-
tent between the optimum moisture value and 5 percent above opti-
mum. After the required compaction is reached, the subgrade
should be brought to the required lines and grades and finished by
rolling with a pneumatic tire or other suitable roller sufficient-
ly light to prevent hair cracking.
The compacted section should be moist -cured for a minimum of 3
days. To prevent objectionable damage from traffic, the completed
section should not be opened to traffic for 2 days after comple-
tion.
Maxim Engineers Inc.
1.•
NrIal, CY
. VS,e0
• 7
\ s " e " 8
, •
* r 181
tier
SNCE1 10
514E1 t.
bnCE1 ;41
•
StitLI -do-
2'
Log of Boring Number Bi Location See Plan of Borings
Pmoct
'posed Gattis School Road Improvements Round Rock, Texas
IogeuS
seldw
wed 41
Penetrometer
Biows/Foot or
Tons/Sq. Ft.
Try Intermittent Sampling
ODU
.GanooaU wag
Moisture Content
Unit Dry Weight
Lbs ✓Cu. Ft.
burr pinbll
11.1 unsaid
plestlelty Index
eeelS OOL'°N
Bussed %
Unconfined
Compression
LbslSq. Ft.
Surface Elevation
Unknown
STRATUM DESCRIPTION
0.5 inches ASPHALT
1• 11.0 inches LIMESTONE BASE
DARK BROWN CLAY
4.0' CH
19
■
39
20
19
■
■
■
■
■
■■
30
88
70
30
40
■
5,830
—
5.0' YELLOWISH BROWN CLAY (CL
■■
■■■■
—•?__-
6 TAN WEATHERED LIMESTONE
■
■
■
■
■■
x
_
■■■■
■■_
_
■m■■
■■■■■■
_
■■
■■■■
■
■
■
■
■■
■
■
..
■■
■
■
■■■
20
■
■
■
■■
■■
■■■
25
■
■
■
■
■■
Completion Depth Date Water Observations
6.0' 12/19/85 None encountered
Maxim Engineers
Lo of Boring " °mom` Loca11on
Log 9 B2 See Plan of Borings
Project
oposed Gattis School Road Improvements Round
isgwAS
eel
teed bide°
Penetrometer
Blows/Foot or
Tons/Sq. Fl.
Type Intermittent Sampling
°Otl
h e
Moisture Content
Unit Dry Weight
LbsJCu. Ft.
Ilwll Plnbll
llwil olleeld
Plasticity Index
ene1S 00Z '
Biassed %
I 14 'BSimil
uoissaudmo3
PeulluoDull
El
Surface Elevation Unknown
STRATUM DESCRIPTION
0.5' LIMESTONE BASE
2.0' DARK BROWN CLAY (CH)
30
90
62
23
39
YELLOWISH BROWN CLAY
7.5' • (CL)
18
106
5
21
YELLOWISH BROWN AND
GRAY CLAY
10.0' (CH)
36
86
97
30
67
10
-
15—
20—
—
—
e. —
.
—
25—
—
—
Completion Dep h Date water Observations
10.0' 12/19/85 None encountered
I1
Maxim Engineers
Log of Boring 'Number 63 Location See Plan of Borings
Pwiset Proposed Gattis School Road Improvements Round Rock, Texas
Depth Feet
Samples
Symbol
Penetrometer
--- -
Blows/Footor
Tons/Sq. Ft.
Type Intermittent Sampling
oou
Nencoay woo
Moisture Content
Unit Dry Weight
tbsJCu. Ft.
li wil pinbil
tbWll ollssid
Plasticity Index I
I eselS 00Z' °N
Buiasad %
Unconfined
Compression
LbsJSq. FL
Surface Elevation
Unknown
STRATUM DESCRIPTION
- '
1.0' ` LIMESTONE BASE
•
1.5' DARK BROWN CLAY (CH)
27
92
57
20
37
BROWN CLAY with
calcareous nodules
3.5' (CL)
18
106
4,165
YELLOWISH BROWN AND
GRAY CLAY with
calcareous nodules
10.0' - (CL -CH)
5-
—
24
102
49
17
32
10-
21
103
15-
20-
25 -
Completion Depth Date Water Observations
10.0' 12/19/85 None encountered,
Maxim Engineers
Log of Boring 'Number B4 Loutlon See Plan of Borings
Project
Proposed Gattis School Road Improvements Round Rock, Texas
NgwAS
se1GwGS
lead LOGO
Penetrometer
Blows/Foot or
Tons/Sq. Ft.
Type Intermittent Sampling
. x
tia may QJOO
Moisture Content
TA 11 01 6 .11
W OIeM NC llufl
llWll Plnbll
LWII o11GGld
repot NIOOGeid
G•eIS 00Z 'ON
Oulssed %
'IA'bSlsgl
uolsse dwop
p ulluooufl
Surface Elevation Unknown
STRATUM DESCRIPTION
1.0' LIMESTONE BASE
2.0' DARK BROWN CLAY
(CH)
26
93
YELLOWISH BROWN AND
GRAY CLAY with
calcareous nodules
8.0' (CH)
31
90
5 —
38
78
82
32
50
9 O , TAN WEATHERED LIMESTONE
10-
15-
20-
25—
Completion Dap h Date
9.0' 12/19/85
Water Observations
None encountered
1
Maxim Engineers
Lo of Boring Number Location
Log 9 B5 See Plan of Borings
Protect
Proposed Gattis School Road Improvements Round Rock, Texas
IPM 4ldecj
Io9wMS
salchows
Penetrometer
Blows/Foot or
Tons/Sq. Ft.
Type Intermittent Sampling
§ae
NaW79y emo
Moisture Content
Unit Dry Weight
LbsJCu. Ft.
I mnbm I
itwl� ellsald
■elwI 410132eld
ele1S 00Z 15 N
O %
1 'Li 'OS/50 1
uolssaMwoj
peuguooun
Surface Elevation
Unknown
STRATUM DESCRIPTION
IA , LIMESTONE BASE
— 1 --- -
2.0' TAN WEATHERED LIMESTONE
-
5 —
10-
15-
20-
25—
Completion Depth Date
2.0' 12/19/85
Water Observations
None encountered
•
L 1
Maxim Enplmron -
Log of Boring Number B6 Location See Plan of Borings
Project
oposed Gattis School Road Improvements Round
ogwAS
soidwes
load Lagoa
Penetrometer
Blows/Foot or
Tons/Sq. FL
Tye Intermittent Sampling
P,e
Se
Moisture Content
Unit Dry Weight
Lbs.Cu. FI.
titan Plnbn
IIWII 3 11etrid
■opal Alloitccid
aelS OOL'oN
Oulesed %
Unconfined
Compression
Lbs./Sq. Ft.
Surface Elevation
Unknown
STRATUM DESCRIPTION
0 5 4 inches LIMESTONE BASE
`
DARK BROWN CLAY
5.5' (CH)
24
97
53
24
29
27
93
5—
��
6.5' TAN WEATHERED LIMESTONE
10-
15-
20 —
25—
Completion Depth Date
6.5' 12/19/85
Water Observations
None encountered
Maxim Engineers
Log of Boring Number B7 LOC11on See Plan of Borings
Project
oposed Gattis School Road Improvements Round
togwntS
geldings
to4U gideC
Penetrometer
Blowe/FOOI or
Tons/Sq. FL
Type Intermittent and Core Sampli
COU
�'. iuoluoo elnletoW
Unit Dry Weight
LbslCu. FI.
Liquid Limit
IIwnn oilseed
genie Arachnid
•eeIS 00Z '
Seined %
Unconfined
Compression
LbsJSq. Ft.
Surface Elevation
Unknown
STRATUM DESCRIPTION
0.5' 6 inches LIMESTONE BASE
YELLOWISH BROWN CLAY
with limestone fragments
3.0' (fill) (CL)
12
DARK BROWN CLAY
5.5' (CH)
21
92
56
20
36
5-
7.-Z-:-
TAN WEATHERED LIMESTONE
with clay seams
10.0'
—_
10—
= =
_=
TAN WEATHERED LIMESTONE
with reddish brown clay
layers and small voids
13.0'
4
151
482,100
—
= _=
TAN LIMESTONE
15.0'
6
137
326,285
15 —
4
154
687,345
20-
25 —
Completion Dep h Date
15.0' 12/19/85
Water Observations
None encountered
Maxim Engineers
Log of Boring Nomeer B8 1Locatlon See Plan of Borings
Project
Proposed Gattis School Road Improvements Round Rock, Texas
IOQwAS
SWIMS
lead tddeJ
'IS'bS/sUOj
w loud/ o19
IelewWlauad
Type Intermittent Sampling
Le
Sae
Moisture Content
'Id'norscn
14 MO IIUn
liWn pinbn
awn ollsaId
Plasticity Index
eseIS OOZ'ON
Wleeed %
I Id '.STGO
uoisseoluion
paullUOOUn
Surface evation Unknown
STRATUM DESCRIPTION
0.5' 5 inches LIMESTONE BASE
DARR BROWN CLAY
with calcareous nodules
6.0' (CH)
24
97
59
23
36
7,940
24
97
5-
—
— _
7.0' TAN WEATHERED LIMESTONE
10=
15-
20 —
25—
Completion Dep h Date
7.0' 12/19/85
Water Obaereat orr
None encountered
Maxim Engineers
Log of Boring Number B9 Location See Plan of Borings
Project
Proposed Cattle School Road Improvements Round Rock, Texas
rows
-wes
We! 41da0
1:1 bS/nuol
Jo
1
JaltW10J160ed
Type Intermittent Sampling
Sat
Lemony woo
Molaluro Content
'Id 11 3full
14O1eM LO nun
Ilwn Plnbll
11
0 P Ano11.
twigs OOZ
6ulttnd %
'M •bslugl
uoliten:Iwo°
Peull0Oaun
Surface Elevation
Unknown
STRATUM DESCRIPTION
—'`
1.0' 10 inches LIMESTONE BASE
\
DARK BROWN CLAY
with calcareous nodules
6.5' (CH)
33
85
59
21
38
29
92
5=
7.5 TAN WEATHERED LIMESTONE
10-
15-
20 —
25 —
Completion Dap h Date
7.5' 12/19/85
Water Observations
None encountered
Max Enp
Log of Boring Number B10 'Location See Plan of Borings
Project
Proposed Gattis School Road Improvements Round Rock Texas
logwAS
celdWVS
lea 41d
'Id 'bS/tuol
to looNaolt3
leleWGlleued
� Ype Intermittent Sampling
lat
tWboey eloD
Moisture Content
Unit Dry Weight
Use/Cu. Ft.
Liquid Limit
11 3 11C 1 fld
Plasticity Index
I eAaISOOZ dN
Dulseed %
Unconfined
Compression
Lbs./Sq. Ft.
Surface Elevation
Unknown
STRATUM DESCRIPTION
0.5' LIMESTONE BASE
DARK BROWN CLAY
with calcareous nodules
4.0' (22'
.
YELLOWISH BROWN AND
GRAY CLAY with
calcareous nodules
10.0' - (CL)
28
94
5,590
—
25
101
57
23
34
5
21
101
45
17
28
10
15-
20 —
25—
Completion Depth Date Water Observations
10.0' 12/19/85 None encountered
Maxim Engineers
Log of Boring Number Bll I LOcahon See Plan of Borings
Probct
Proposed Gattis School Road Improvements Round Rock,
ItWwAS
seldwas
Itej video
'14 . bS/eual
/o lood/W+
ielewaleued
Type Intermittent Sampling
¢ 0
,4enooey woo
Moisture Content
Unit Dry Weight
Lbs.Cu. Ft.
ilwll mobil
Ilwll °Ileeld
Plasticity Index
I en$JS DOZ'°N
Dimmed %
ld'DS /
uolmoodwoo
• PeuUmoun
Surface Elevation
Unknown
STRATUM DESCRIPTION
1
0.5' 4 inches LIMESTONE BASE
DARK BROWN CLAY
3.0' (CH)
29
92
27
94
51
22
29
YELLOWISH BROWN CLAY
5.0' (CL —CH
5
YELLOWISH BROWN AND
GRAY CLAY
10.0' (CH)
27
97
51
19
32
10
15-
20 —
25—
Completion Depth Date
10.0' 12/19/85
Water Observations
None encountered
Maxim Engineers
Lo of Boring N umber L oc ation
Log 9 B12 See Plan of Borings
" Proposed Gattis School Road Improvements Rout - Rock, Texas
IogwAs
whims
teed gide0
Penetrometer
Blows/Foot or
Tons/Sq. Ft.
Type Intermittent Sampling
§x
tae
Moisture Content
16 J
'Id'npregl
4I IeM tid 11�f1
win Pints],
Plastic Limit
seem A4I td
GAINS 00Z '
Euissed %
Unconfined
Compression
Lbs. /Sq. Ft.
Surface Eleret,on
Unknown
STRATUM DESCRIPTION
0.5 2.5 inches LIMESTONE BASE
DARK BROWN CLAY ,
5.5' (CH)
32
56
25
31
3
88
4,450
5-
YELLOWISH BROWN CLAY
10.0' (CL)
16
107
30
13
17
10
15—
20
25—
Completion Depth Date
10.0' 12/19/85
Water Observations
None encountered .
Maxim Engineers
Log of Boring Number B13 Location See Plan of Borings
Project
Proposed Gattis School Road Improvements Round
W9u+RS
eeidwvS
wed plea
Penetrometer
Blows/Foot or
Tons/Sq. Ft.
Type Intermittent Sampling
§ae
Se
Moisture Content
Unit Dry Weight
Lbs.Cu. Ft.
Ilwil Plnbll l
Ilu�ll olleeId
xepul Rilolleeld
wets OOZ'ON
tlulwed %
'Id't5leQl
uoleeardwoa
peulluooun
Surface Elevation
Unknown
STRATUM DESCRIPTION
0.5' 4 inches LIMESTONE BASE
DARK BROWN CLAY
with calcareous nodules
6.0' (CH)
15
100
20
99
51
23
28
5-
YELLOWISH BROWN CLAY
with calcareous nodules
10.0' (CL)
16
112
35
16
19
10
15-
20-
25—
Completion Depth Date
10.0' 12/19/85
Water Observations
None encountered
Maxim Engineers
Log of Boring INUmber B14 LocatiO° See Plan of Borings
Prefect
Proposed Gattis School Road Improvements Rot
IogwAS
se -Ewes
lead tgde0
Penetrometer
Blows/Foot or
Tons/Sq. Ft.
TYpe Intermittent Sampling
8*
Se
Moisture Content
Unit Dry Weight
Lbs./Cu. Ft.
tlwn pinbn
IIWII olleeld
xepuI Nloeeeld
GAS 000 ON
Outased %
Unconfined
Compression
Lbs./Sq. Ft.
Surface Elevation
Unknown ,
STRATUM DESCRIPTION
0.5' 4 inches LIMESTONE BASE
1.5' DARK BROWN CLAY (CH)
18
94
48
19
29
YELLOWISH BROWN CLAY
5.0' (CL)
17
103
10,990
5
YELLOWISH BROWN AND
GRAY CLAY
10.0' (CH)
24
100
10
28
94
68
19
39
15—
.
20-
25 —
Completion Depth _ Dale I Water Observations
10.0' 12/19/85 None encountered
1
Maxim Engineers
'' ,....= C
GRAVEL
ORGANIC
:•
SANDSTONE
•
SAND
SANDY
iv
{ _-
SHALE
r
SILT
SILTY
LIMESTONE
CLAY
\\
\ \ \�
\ \\
CLAYEY
CONGLOMERATE
Shelby
Tube
Ro
Core ck
Spoon Split
Auger
Recove No
ry
Symbols and Terms Used on Boring Logs
Soil or Rock Types
Consistency of Cohesive Soils
DESCRIPTIVE TERM
Very Soft
Soft
Firm
Stiff
Very Stiff
Hard
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°h
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 alternate layers of different soil types
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 fingernail.
MODERATELY HARD Can be scratched easily with knife: Cannot be scratched with fingernail.
HARD Difficult to scratch with knife.
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.
Physical Properties of Rock Degree of Weathering
UNWEATHERED Rock in Its natural state before being exposed to atmospheric agents.
SLIGHTLY WEATHERED Noted predominantly by color change with no disintegrated zones.
WEATHERED Complete color change with zones of slightly decomposed rock.
EXTREMELY WEATHERED Complete color change with consistency, texture, and general appearance approaching soil.
Maxim Engineers Inc.
Sampler Types
UNCONFINED COMPRESSIVESTRENGTH (TON /SQ FOOT)
Less than 0.25
0.25-0 50
0.50 -1.00
1.00 -2 00
2.00-0.00
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
Poorly 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 floes.
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)
M L
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.
SILTSANDCLAVS '
(Liquid limit GREATER than 50)
M H
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
combinations of group symbols.
Maxim Engineers Inc