R-87-1028 - 8/13/1987TEXAS
(N
ATTEST:
411 //
E LAND, City Secretary
, RESOLUTION NO. /NW?,
WHEREAS, the City has duly advertised for bids for street
improvements to East Main Street; and
WHEREAS, X T,CJDDd , submitted the lowest
responsible bid; and
WHE REAS, the Council wishes to accept the bid of ta,
the necessary documents; Now Therefore
Street.
RESOLVED this day of
, and to authorize the execution of
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
That the bid of 2.0. W is hereby
accepted as the lowest responsible bid, and the Mayor is autho-
rized and directed to enter into an agreement with Z .04
for the street improvements to East Main
, 1987.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
DATE: August 11, 1987
SUBJECT: Council Agenda, August 13, 1987
ITEM: 13A - Consider a resolution authorizing the
Mayor to enter into a contract for the
East Main Street CDBG Project.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION: Award the contract to W.L. Wood Excavation
Company for $391,975.25.
BACKGROUND: It is the opinion of Public Works and Haynie, Kallman,
& Gray, Inc. that a project of this magnitude will stretch the
equipment and personnel resources of the company.
While Virginia Drive is their first reconstruction project and they
have experienced difficulties in working around existing utilities,
their references have been generally very good. We feel that by
implementing bi- weekly construction meetings to monitor progress
and construction techniques, W. L. Wood can successfully complete
the job within the alloted time frame and budget.
June 19, 1987
Mr. James R. Nuse, P.E.
City of Round Rock
300 S. Blair
Round Rock, Texas 78664
RE: 1985 Community Development
Main Street - Circle Drive Street and Drainage Improvements
Engineer's Recommendations
Dear Jim:
Bids were opened at 2 :00 p.m., Tuesday, June 16, 1987, for
construction of Main Street - Circle Drive Street and Drainage
Improvements. A total of eight (8) bids were received, the lowest
bidder being W.L. Wood Excavating, in the amount of $391,975.25. A
complete bid tabulation is enclosed.
Based on a review of the bids received, it is our recommendation that
the contract for construction of the Main Street - Circle Drive Street
and Drainage Improvements be awarded to W.L. Wood Excavating in the
bid amount of $391,975.25.
Please advise as to the decision of the City Council so that we may
proceed with execution of the contract documents. Should you have
any questions, please feel free to call.
Sincerely,
HAYNIE KALLMAN & GRAY, INC.
bit
103 - 1517 -38
HaYnie ray Inc.
A. William Waeltz
Project Manager
AWW /jln
Enclosure
cc: Mr. Stephen K. Collins, P.E.; Haynie Hallman & Gray, Inc.
Mr. James Domel; Haynie Hallman & Gray, Inc.
12303 Technology Blvd., Suite Austin, Texas 78727 (512) 250 -8811
Civil Engineering Consultants Municipal Engineering Land Planning Surveying
RECEIVED JUN 2 4 1917
205 Greenridge Drive
Hutto, Texas 78634
(512) 251 -5020
June 19, 1987
Mr. Bill Waeltz
Haynie, Kaltman & Gray
12303 Technology Blvd.
Austin, Texas 78727
Re: Main Street, Round Rock, Texas
Dear Mr. Waeltz:
W. L. Wood Excavation has been operating under the aforesaid
name for seventeen (17) years. The permnament address is 205 Green -
ridge Drive, Hutto, Texas 78634 and the phone number for the business
office is 512- 251 -5020 and the phone number for the office trailer
is 512- 335 -7442. W. L. Wood Excavation is a sole owned company by
Mr. W. L. Wood. Bank credit available and financial questions can
be answered by Mr. Denny Holt with Allied Bank North Austin, 10400
Reasearch Blvd. Austin, Texas 78759, 512- 346 -0660. W. L. Wood
Excavations management team is made up of the following personnel
having a combined experience of 94 + years:
Mr. W. L. Wood, owner
Mr. David Wood, Superintendent
Mr. Mark Wccd, Superintendent
Mr. Robert Jordan, Estimator
Mr. David Wagner, Proj. Manager
A financial statement can be obtained if the job requires one.
Also Credit references and work references will be supplied upon
request. If you need any other information please contact me at
your convience.
Sin rely;
/
Owne
evcao )C8 CceE
LOYD WOOD, OWNER
As of June 19, 1987:
PROJECT:
Northwest Crossing Phase
Northwest Crossing Phase
William Cannon Extension
Vista Oaks Channel A
Virginia Drive, Street &
CURRP WORK LOAD
1, Water & Wastewater 6 -30 -87
Phase 1, Street & Drainage 7 -15 -87
7 -31 -87
Drainage 8 -15 -87
RECE 4ED c if 1 "d6
EST. COMPLETION DAT'E
1, Street & Drainage 6 -30 -87
E35D, 000
!
rt Z oo
Zoe a
It 7j mm0
EQUIPMENT LIST
1 621 Pale Wheel Scraper
2 TS14 Terex Scrapers
1 Komatsu D75S '_rack Loader
1 Komatsu D57S Track Loader
1 Cat. 950 Rubber Tired Loader
1 Dresser 540 Rubber Tired Loader
1 Cat. D8K Ripper Dozer
1 TD15E Dozer
1 Komatsu 605 Maintainer
1 Cat. 140 Maintainer
1 Komatsu PC 400 Excavator
1 Komatsu PC 150 Excavator
1 John Deere 410 Backhoe
1 800 Veneer Rock Saw
1 642 Bobcat
1 3 Axle Fold Down Goose Neck Lowboy
1 Kenworth Tractor With Winch
1 2 Axle Hobbs Trailer Dump
1 18 Yard Ford Dump Truck
2 2000 Gallon Water Trucks
1 8 x 20 Office Trailer
3 Transits
2 Grade Levels
2 Pipe Lazers
Misc. Pimps, Blowers, Compressors, & Small Tools
RECEIVE :0 JUN w 4 I9f37
06,'12727 HAYNIE KALLMAN 4 GRAY, INC. - BID TABULATIONS
PROJECT: 1985 COG MAIN STREET - CIRCLE DRIVE
DESCRIPTION: STREET AND DRAINAGE IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
708 NUMBER: 103 - 1517 - 38
FILE: 82:1985CD0
000 DATE: JUNE 16, 1987 a 2:00 F.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
N0.
DESCRIPTION
RECEI1i.E0 Jun a 4 l C7
M.L. MOOD EXCAVATION J.C. EVAN5 EXCAVATION CAPITAL EXCAVATION
UNIT UNIT UNIT
UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1 . 8' WATER MAIN L.F. 8,365 €16.00 €133,840.00 115.00 €125,475.00 €16.50 €138.022.50
2 . 6' WATER MAIN - L.F. 110 313.00 11,430.00 $13.00 €1,430.00 $13.00 €1,470.00
2' SERVICE LINE L.F. 135 $9.00 31,215.00 012.00 $1,620.00 $12.50 €1,68, 50
4 . 1' SERVICE LINE L.F. 828 86.00 $4,968.00 $11.50 39,522.00 $10.40 18,611.
5 . 3/4' SERVICE LINE L.F. 12 $55.00 $660.00 111.25 €135.00 $11.00 $132.00
6 . 8' TAPPING SLEEVE AND VALVE EA. 1 $925.00 $925.00 81,625.00 $1,625.00 €1,500.00 31,500.00
7 . 6' TAPPING SLEEVE AND VALVE EA. 4 $400.00 €1,600.00 31,425.00 $5,700.00 31,250.00 35,000.00
8 . 8' BATE VALVE EA. 18 $575.00 110,350.00 $500.00 19,000.00 €490.00 38,820.00
9 . 6' BATE VALVE EA. 16 €450.00 17,200.00 $450.00 €7,200.00 $410.00 $6,560.00
10 . 4' GATE VALVE EA. 1 $325.00 $325.00 $400.00 $400.00 $310.00 €310.00
11 . 2' VALVES EA. 3 $125.00 $375.00 $350.00 31,050.00 $260.00 €780.00
12 . 5 -1/4" FIRE HYDRANT EA. 10 1950.00 $9,500.00 11,065.00 110 650.00 $970.00 $9,700.00
13 . FIRE HYDRANT V.F. It $200.00 $2,200.00 $200.00 $2,200.00 $260.00 €2,660.00
14 . WATER VALVE BOXES TO BE ADJUSTED EA. 6 €100.00 0600.00 $60,00 $360,00 11005.00 0630.00
15 . RELOCATE WATER METER. £A. 1 €260.00 0260.00 $200.00 0200.00 0160.00 1160.00
16 . CAST IRON FITTINGS 10, 5.1215 €2,100.00 310,755.15 02,600,00 513,315.90 02,700.00 413,828.05
17 . 6' WASTEWATER LINE L.F. 235 $10.00 $2350.00 $17.00 33,995.00 119.50 14,582,10
18 . WASTEWATER MANHOLE EA. 1 $1,000.00 $1,000.00 $1,100.00 $1,100.00 $1,250.00 01,250.00
19 . EXISTING MANHOLE TO 8E ADJUSTED EA. 1 8475.00 €475.00 $300.00 €300.00 1310.00 $310.00
20 . 18' RCP L.F. 630 $18.00 111,340.00 $16.50 $10,395.00 €24.70 115,561.10
21 13' X 22° 2508 L.F. 108 $14.75 11,593.00 $15.00 $1,620.00 115.00 $1,620.00
22 . 12' CMP L.F. 1,187 811.25 €13,353.75 $16.00 318,992.00 0100.00 411,870.00
23 . EX5T. 18" RCP REMOVED 0 REPLACED L.F. 35 $16.00 8560.00 $18.00 $630.00 $16.00 $560.00
24 . CONCRETE RIP -RAP HEADWALL EA. 3 $725.00 02,175.00 $420.00 $1,260.00 1190.00 0577.00
25 . PILOT CHANNEL L.F. 1,695 $9.00 015,255.00 $6.65 $11,271.75 $7.00 311,665.00
26 . SPECIAL DROP INLETS EA. 3 $1,400.00 $4,200.00 $765.00 02,295.00 1490.00 31,470.000
27 . STANDARD STORM SEWER MANHOLES EA. 1 $1,000.00 $1,000.00 $1.180.00 $1,180.000 €1,030.00 51,030.00
28 . GRADE AND RESHAPE DITCH L.F. 250 $2.00 $500.00 $1.50 3375.00 35.00 81,250,00
29 . 2-1/2' ASPHALT S.Y. 10,540 $4.40 146,376.00 $4.20 144,268.00 $4.00 $42.160.00
30 . 1 -1 /2' ASPHALT S.Y. 5,278 43.20 $16,889.60 $3,00 $15,834.00 € $21,619.80
31 . 10-1/2' BASE S.Y. 10,540 14.00 $42,160.00 $3.60 137,944.00 13.50 136,090.00
32 . UNCLASSIFIED STREET EXCAVATION S.Y, 12,157 11.00 $12,157.00 33.25 $39,510.25 $2.90 135,255.30
STANDARD CURD L.F. 985 €6.00 $5,910.00 $4.80 44,728.00 $4.25 €4,186.25
34 . HEADER CURB L.F. 909 $5.75 35,226.75 $4.10 01,726.90 $4.25 $7.063.25
35 . 910EWALO S.Y. 466 518.00 48,188.00 $17.65 18,224.90 115.40 07,176.40
36 , HANDICAP 00885 EA. 6 $200.00 01,200.00 €190.00 01,140.00 1215.00 $1,290.10
37 . 3' GRAVEL SHOULDER S.Y. 1,008 $2.00 02,016.00 $4.10 $4,132.80 $5.00 15,040.00
30 . ASPHALT 0AVMNT. 8090001 0 REPLAC, L.F. 185 $3.50 $647.50 $3.30 $610.50 $3.50 $647.50
39 . GRAVEL DR. REMOVAL 0 REPLACEMENT L.F. 201 01.00 $201.00 $3.10 3623.10 €3.50 1703.50
40 . SIDEWALK REMOVAL S.Y. 51 $1.00 351.00 $3.00 $15:.00 $10.20 3510.00
41 . CONCRETE DRIVE S.Y. 106 $30.00 11,180.00 026.75 12,835.50 422.00 32,332.00
42 . FENCE REPAIR L.F. 40 112.00 $480.00 $5.00 $200.00 $9.00 1360.90
43 . SIGN TO BE RELOCATED EA. 1 860.00 460.00 5100.:30 $100.00 0157.::0 $15.00
44 . ASH. DRVMAY. INC. BASE 0 GRADING 5.Y. 917 37.00 87,027.50 $5,17 $4,778. 10 :5 48,66
TOTAL ESTIMATE 00 2081 $3q1,975.25
4412,106.30 €452..041.00
FADS 1
061
PROJECT: 1985 CDB MAIN STFfET-CIRCLE DRIVE
DESCRIPTION: STREET AND DRAINAGE IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103-1517-38
FILE: 82:1985CDG
BID DATE: JUNE 16. 1987 8 2:30 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
NO.
DESCRIPTION
RECEIYtUU n 2 4 198?
HAYNIE KALLMAN 4 GRAY, INC. - BID TABULATIONS PAGE 2
AUSTIN ENGINEERING CO. SMITH EXCAVATING 4 PAVING PAT CANTON EXCAVATING
UNI7 UNIT UNIT
UNIT QUANTITY PRICE .AMOUNT PRICE AMOUNT PRICE AMOUNT
1 . 8' WATER MAIN L.F. 8,365 014.40 $120,456.00 418.00 $150,570.00 $18.00 $150,570.00
6' WATER MAIN L.F. 110 $12.00 $1,320.00 $15.50 $1,705.00 $15 .00 31,650.00
" .3ERVICE LINE L.F. 135 $9.00 $1,215.00 $15.00 $2,025.00 812.00 £1.620.00
4 . 1° SERVICE LINE L.P. 828 $8.00 86,624.00 810.00 48,200.00 $12.00 85,936.00
5 . 3!4" SERVICE LINE L.F. 12 $7.50 $90.00 $7.00 $84.00 $20.00 5240.00
6 . 8° TAPPING SLEEVE AND VALVE EA. 1 $1,400.00 81.400.00 $1,500.00 $1,500.00 82,000.00 32,000.E00
7 . 6' TAPPING SLEEVE AND VALVE EA. 4 $1,200.00 $4,800.00 $1,200 .00 $4,800.00 $1,800.00 $7,200.00
8 . 8' GATE VALVE EA. 18 $520.00 $9,360.00 $500.00 $9,000.00 $800.00 $14,400.04'
9 . 6' GATE 'VALVE EA. 16 $400.00 $6,400.00 8350.00 $5,600.00 $600.00 89,600.00
10 . 4' GATE VALVE EA. 1 $330.00 $330.00 $350.00 $350.00 $400.00 $400.00
21 . 2' VALVES EA. 3 $240.00 $720.00 $180.00 $540.00 4200.00 $600.00
12 . 5 -114° FIRE HYDRANT .E4. 10 $1,060.00 $10,600.00 41,250.00 812,500.00 $1,000.00 810,000.00
13 . FIRE HYDRANT V.F. 11 80.00 $0.00 $100.00 $1,100.00 $240.00 $2,640.00
14 • WATER VALVE BOXES TO BE ADJUSTED ER. 6 $200.00 $1,200.00 $150.00 $900.00 8150.00 $900.00
15 • RELOCATE WATER. METER EA. 1 $200.00 $200.00 81,500.00 $0,500.00 $600.00 $600,00
16 . CAST IRON FITTINGS TN. 5.1215 $2,000.00 $10,243.00 $1,500.00 $7,682.25 42,000.00 $10.243.00
17 . 6' WASTEWATER LINE L.F. 235 434.00 $7,990.00 $13.00 $3,055.00 $20.00 $4,700.00
18 • WASTEWATER MANHOLE EA. 1 $1,200.00 $1,200.00 82,000.00 $2,000.00 $1,500.00 41,500,00
19 • EXISTING MANHOLE TO BE ADJUSTED EA. 1 $400.00 $400.00 40.200.00 $1,200.00 8250.00 $250.00
20 • 18' RCP L.F. 630 $32.00 $20,160.40 $21.30 813,419.00 $20.00 $12,600.00
21 • 13' X 22' CHAP L.F. 108 810,00 $3,240.00 818.00 $1,944.00 $13.010 41,404.00
2 2 . 12' CMP L.F. 1,187 $22.00 $26,114.00 $18.00 421,366,00 $12.00 414,244,00
23 . EXST. 18' RCP REMOVED 6 REPLACED L.F. 35 $76.00 81,260.00 $42.00 $1,470.00 $25.00 $875.00
24 . CONCRETE RIP -RAP HEADWALL EA. 3 5800.00 $2,400.00 $1,500.00 $4,500.00 81,000.00 83,000.00
25 . PILOT CHANNEL L.F. 1,695 $6.00 810,170.00 $5.00 $8,475.00 $5.00 $8,475.00
26 . SPECIAL DROP INLETS EA. 3 81,030.00 43,090.00 $1,500.00 $4.500.00 $1,000.00 73,000.00
27 , STANDARD STORM SEWER MANHOLES EA. 1 $1,200.00 81.200.110 $1,750.00 $1,750.00 81,200.00 $1,200.00
28 . GRADE AND RESHAPE DITCH L.F. 250 $5.00 $1,250.00 $3.00 8750.00 $10.00 $2,500.00
29 . 2-112' ASPHALT S.Y. 10.540 04,40 $46,376.00 $4.90 451,646.00 $4.00 $42,160.00
30 . 1 -112' ASPHALT S.Y. 5,278 $4.15 $21,903.70 $3.00 115,834.00 $3,00 $15,834.00
31 . 10-1/2' BASE ... 00,540 $5.50 357,970.00 $4.95 $52,173.00 $5.00 052,700.00
'2
. UNCLASSIFIED STREET EXCAVATION S.Y. 12,157 83.25 $39,510.25 $2.25 $27,353.25 85.00 860,785.00
33 . STANDARD CURB L.F. 485 $6.25 $6,156.25 $5.50 85,417.50 $0,00 57,880.00
34 . HEADER CURB L,F. 909 85.65 $5,135.55 $5.00 54,545.00 £6,00 $5,454,00
75 . SIDEWALK S.Y. 466 418.65 58,600,90 $18.50 18,021.00 $16.00 $7,456,00
36 . HANDICAP 04005 EA. 6 $230.00 81,380.00 8200.00 $1,200.00 $250.00 51,500.00
37 , 3' GRAVEL SHOULDER S.Y. 1,008 02.50 $2,520.00 $4.57 $4,606.56 $5.00 $5,040.00
38 . ASPHALT PAVMNT. REMOVAL A REPLAC. L.F. 185 48.00 $1,480.00 $12.00 $2,220.00 $10.00 41,850.00
39 . GRAVEL DR. REMOVAL 1 REPLACEMENT L.F. 201 $1.50 $301.50 $15.00 $3.015.00 $8.00 $1,608.00
40 . SIDEWALK. REMOVAL 5.0, 51 $7.50 8302.50 $9.00 8459.00 $10.00 $510.00
41 . CONCRETE DRIVE S.Y. 106 $30.50 $3,233.00 $27.00 $2,862.00 $27.00 $2,862.00
42 . FENCE REPAIR L.F. 40 $10.00 $400,00 $5.50 $220.00 $10.00 $400.00
43 . SIGN TO BE RELOCATED EA. 5100.00 8000.00 $75.00 875.00 4500.00 $500,
44 . ASH. DRuNAY. INC. 0400 1 SPADING 0,Y. 927 $6.10 55,622.00 $10.00 $9,370.00 $10.00 $9,370.60
TOTAL ESTIMATE OF COST
$454,503•95 4462,182.56 8402,2256.00
06/18/07 HAYNIE KALLMAN & GRAY, INC. - BID TABULATIONJS
PROJECT: 1995 C54 MAIN STREET-CIRCLE DRIVE
DESCRIPTION: STREET AND DRAINAGE IMPROVEMENTS
OWNER, CITY OF ROUND ROCK
J09 NUMBER: 103-1517 -38
FILE: 82:1985106
BID DATE: JUNE 16, 1987 8 2:00 F.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
NO.
TOTAL ESTIMATE OF COST
DESCRIPTION
6AREY CONSTRUCTION CO. LEWIS CONTRACTORS
UNIT UNIT
UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT
1 . 8' MATER MAIN L.F. 8,365 $19.99 $156,379.85 $23.10 5193,231. 50
2 . 6' WATER MAIN L.F. 110 $11.000 $1,210,00 $20.30 $2,233.00
3 . 2' SERVICE LINE L.P. 135 $6.00 $810.00 $15.95 $2,153.25
4 . 1' SERVICE LINE L.F. 828 55.00 54,140.00 $15.15 $12,544.20
5 . 3/4' SERVICE LINE L.F. 12 $5.00 $60.001 614.55 5175.80
6 . 8' TAPPING SLEEVE AND VALVE EA. 1 $1,200.00 91,200.000 $1,200.00 $1,200.00
7 . 6' TAPPING SLEEVE AND VALVE EA. 4 $1,000,00 $4,000.00 $984.85 $3,939.40
8 . B' GATE VALVE EA. 1B $500.00 $9,000,00 8588,00 510,584.00
9 . 6' GATE 'VALVE EA. 16 9400,00 $6,400.00
$465.50 #7,448.00
10 . 4' GATE 'VALVE EA. 1 $200.!70 $300.00 $406.50 $406,50
11 . 2' VALVES EA. 3 9200.00 $600.60 8257.00 $771.00
12 . 5 -1/4' FIRE HYDRANT EA. 10 $1,000.00 $10,000,00 $1,238.30 $12,383.00
13 . FIRE HYDRANT V.F. 11 $225.00 $2,475.00 $276.30 $3,039.30
14 . WATER VALVE BOXES TO OE ADJUSTED EA. 6 $175.00 $1,050.00 $195.00 $1,170.00
15 . RELOCATE MATER METER EA. t 8300.00 8300.00 $364,60 $364,60
16 . CAST IRON FITTINGS TN. 5.1215 81,500.00 $7,682.25 $2,148.50 $11,003.54
17 . 6' WASTEWATER LINE L.P. 235 $14.50 $3,407.50 $24.05 $5,651.75
18 . WASTEWATER MANHOLE EA. 1 *1,000.00 $1,000,00 81,501.15 51,50 1.15
19 . EXISTING MANHOLE TO BE ADJUSTED EA. 1 $175.000 *175.01/! $32$.40 *329,40
20 . 18' RCP L.F. 630 $18.00 $11,340.00 $23.70 $14,931.00
21 . 13' 0 22' CHAP L.F. 108 $15.00 81,620.00 #30.50 *3,294.00
22 . 12' CMP L.F. 1,187 *12.00 $14,244.00 $19.20 922,790.40
23 . EXST. 18' RCP REMOVED 4 REPLACED L.P. 35 $20.00 $700.00 #32.00 #1,120.00
24 . CONCRETE 419-409 HEADWALL EA. 3 $900.00 52,700.00 5270.30 $834.90
25 . PILOT CHANNEL L.F. 1,695 $4.00 86,780.00 $4.70 $7,966,50
26 . SPECIAL DROP INLETS EA. 3 $2,000.00 $6,000.00 $1,614.15 $4,842,45
27 . STANDARD STORM SEWER MANHOLES EA. 1 $1,000.00 $1,000.00 $1,225.00 $1,221,00
28 . GRADE AND RESHAPE ➢ITCH L.F. 250 $4.00 34000,$10 $1.65 $412,50
29 . 2 -1/2' ASPHALT S.Y. 10,540 $4,25 $44,795.00 $4.35 $45.849,00
30 . 1-I /2" ASPHALT 5.9, 5,278 $4.000 $21,112,00 $3.15 $16,625.70
31 . 10 -1/2' BASE S.Y. 10.540 $5.75 $60,605.00 $5.15 $54,281,00
32 . UNCLASSIFIED STREET EXCAVATION S.Y. 12,157 $5.75 569,402,75 $4.20 $51,059.40
33 . STANDARD CURB L.F. 985 $6.00 $5,410.00 $4,80 $4,728,00
34 . HEADER CURB L.F. 909 $6.00 $5,454.00 $4.45 $4,045.05
35 . SIDEWALK S.Y. 466 518.00 $8,388,00 $16,50 $7,689.00
36 . HANDICAP RAMPS EA. 6 $300.00 $1,800.00 8111.30 4667.80
37 . 3' GRAVEL SHOULDER S.Y. 1,008 $5,45 $5,493,60 $2.40 $2,419.20
3B . ASPHALT PAVMNT. REMOVAL 5 REPLAC. L.F. 185 $12.50 $2,312.50 $5,60 $1,036,00
39 . BRAVEL 0R. REMOVAL 0 REPLACEMENT • L.F. 201 $5,00 51,005.00 $7,85 $1,577,85
40 . SIDEWALK REMOVAL S.Y. 51 $10.00 5510.00 $2.65 5135.15
41 . CONCRETE DRIVE S.Y. 106 $29,25 83, 1110.50 $29.00 $3,074,00
42 . FENCE REPAIR L.F. 40 $10.00 $400.00 $1.35 *134.00
43 . SIGN TO BE RELOCATED EA. 1 $309.00 f3 +Jl1.10 Yi!,00 $0.00
44 . A5PH. DRVWAY. INC. BASE 4 GRADING S.Y. $12 00 $01,244,1 $7,65 47,160.05
*507,903. 1524,031,"
E :'v'.: ,
PAGE 3
Haynie Kallman& Gray, Inc.
Consulting Engineers
10l2
THE CITY OF ROUND ROCK
1985 COMMUNITY DEVELOPMENT GRANT,
ND. 5705480
MAIN MEM- CIRCLE DRIVE
STREET AND DRAINAGE IMPROVEMENTS
C NTRACT DOCUMENTS AND SPECIFICATIONSS
BR &G JOB ND. 103 -1517
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 16, 1987
Specification No.
Haynie m 6 neers , Inc. Eng
Austin, Texas
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
� ng rs v>r.
JUNE 11, 1987
ADDENDUM NO. 1
1985 COMMUNITY DEVELOPMENT GRANT
NO. S705480
MAIN STREET - CIRCLE DRIVE
STREET AND DRAINAGE IMPROVEMENTS
Addendum No. 1 to the Plans, Specifications and Contract
Documents for the "Main Street - Circle Drive Street and Drainage
Improvements" project for the City of Round Rock.
1. Replace pages SC24, SC25, SC26, and SC27 in the specifications
with the attached updated wage determinations.
2. All bidders shall acknowledge receipt of Addendum No. 1 on Page 2
of 10 of the Proposal.
ADDENDUM NO. 1 - 1/1
12303 Technology Blvd., Suite] Austin, Texas 78727 (512) 250 -8611
Civil Engineering Consultants Municipal Engineering land Planning Surveying
REQUEST TO t FORWARDED TO:
Texas Department of Community Affairs
Community Development & Housing Division
Labor Standards Specialist
ATTENTION: Texas Community Development Program
8317 Cross Park Drive
Austin, Texas 78754 -5124
6 -38
- SC - 24
ATTACHMENT 6 -8
TCDP WAGE RATE DETERMINATION REQUEST
7 tDCA CONTRACT NURSER S705480 R7NASE X DR PARCEL
-,LOCATION Main Street cm Round Rock COUNTY Williamson
ESTIMATED COST Or CONSTRUCTION /REMODELING $710 250.00 -
DESCRIPTION or PROGRAM ACTIVITY; MOUSING /REHAB MODERNIZATION
PUBLIC FACILITIES X ECONOMIC DEVELOPMENT OTHER
IF mso DER m on DECISION NUMBER. TX85 -4039 DATE. Nay 1986
DESCRIPTIO or sOIBC:Amic sreciric) Water and sewer facilities. street improvements
and flood and drainage facilities
TYPE Or CONBT UCT1ON /BUILDING: cOStRCIAL RESIDENTIAL HEAVY X
HIGHWAY X
TYPE OF MATERIAL IN CONSTRUCTION: FRAME MASONRY . OTRER asphalt
NUMBER OF STORIES: NA NISSER OF (.NITS: NA
ELEVATOR REQUIRED? no
IF DEMOLITION STATE WHETHER: IES I DENT I AL COMMERCIAL NO. OF STORIES
PARKING AREA NA ND. OF SPACES PAVING REQUIRED
EXCAVATION ye4 LAND CLEARING nn LANDSCAPING yes
COMMENTS: nnnp
EST. ADVERTISING DATE April 1987 EST. START or CONSTRUCTION June 1987
APPROXIMATE DATE CONTRACT TO SE AWARDED may 1987
PERSON REQUESTING DETERMINATION Gi15nn Westbrook TELEPHONE 214/489 -2220
AGENCY Gilson Westbrook & Associates
ADDRESS P.O. Box 2087
Malakoff. TX 75148
DATE 2/27/87
I-, s-
!;;•,R 3 1937 •
TELEPHONE, 512- 834 -6030
NOTE: Request for a wage determination or a record of a wage decision must be
ordered 60 to 90 days prior to start of construction or the award of the
contract.
U.S. Department of Labor
APPROVED:
Vol. 11
GENERAL WAGE DECISION NO. TXB7 -43
Supercedes General Wage Decision No. TX86 -43
State: TEXAS
County(ies): Hays. Travis & Williamson* Counties
Construction
Type Heavy & Highway
Construction
Description: Heavy (excluding tunnels & dams) and Highway Projects
(does not include building structures in rest area projects). *NOT TO
BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT /PUMP
STATIONS IN WILLIAMSON COUNTY.
Modification Record:
No. Publication Date Page No.(s)
NOTE: THE ATTACHED WAGE RATES ARE APPLICABLE TO THE CITY OF ROUND ROCK WATER MAINS,
STREET RECONSTRUCTION, CONCRETE DRAINAGE CHANNELL AND RELATED APPURTENANCES
CONSTRUCTION CONTRACT WORK * * * **
FUNDED UNDER THE TEXAS COMMUNITY DEVELOPMENT PROGRAM, TDCA CONTRACT
. s ��
44_4 , .._ms
ANNE • 1TH =•R STANDARDS
SPECIALIST, TOCA, CITY AND COUNTY
ASSISTANCE DIVISION
1049
SC -25
MARCH 25, 1987
DATE
NUMBER 8705480
(1 OF 3)
Vol. II
ASPHALT HEATER OPERATOR
ASPHALT RAKER
CARPENTER
CARPENTER HELPER
CONCRETE FINISHER (PAVING)
CONCRETE FINISHER HELPER (PAVING)
CONCRETE FINISHER (STRUCTURES)
CONCRETE FINISHER HELPER (STRUCTURES)
FORM BUILDER (STRUCTURES)
FORM BUILDER HELPER (STRUCTURES)
FORM SETTER (PAVING & CURB)
FORM SETTER (STRUCTURES)
FORM SETTER HELPER (STRUCTURES)
LABORER. COMMON
LABORER, UTILITY
MECHANIC
MECHANIC HELPER
PAINTER (STRUCTURES)
PAINTER HELPER (STRUCTURES)
PIPELAYER
PIPELAYER HELPER
BLASTER
BLASTER HELPER
REINFORCING STEEL SETTER (STRUCTURES)
REINFORCING STEEL SETTER HELPER
STEEL WORKER (STRUCTURAL)
SPREADER BOX MAN
POWER EQUIPMENT OPERATORS:
Asphalt Distributor
Asphalt Paving Machine
Broom or Sweeper Operator
Bulldozer 150 HP & Less
Bulldozer over 150 HP
Crane, Clamshell, Backhoe, Derrick,
Dragllne, Shovel (less than 1 1/2 CY)
Crane, Clamshell, Backhoe, Derrick.
Dragline, Shovel (1 1/2 CY & Over)
Form Loader
Foundation Drill Operator (Crawler
Mounted)
Foundation Drill Operator (Truck
Mounted)
Front End Loader (2 -1/2 CY & less)
Front End Loader (Over 2 1/2 CY)
Mixer (16 CF & Less)
Motor Grader Operator, Fine Grade
Motor Grader Operator
Roller. Steel Wheel (Plant -Mix Pave-
ment)
Roller, Steel Wheel (Other -Flat Wheel
or Tamping)
Roller, Pneumatic (Self - Propelled)
1050
SC -26
Basic
Hourly
Rates
5.40
6.80
7.70
6.10
7.95
6.50
7.60
5.90
6.40
5.30
6.00
7.00
5.80
5.30
6.20
9.25
6.80
12.50
7.45
6.00
5.30
8.00
5.75
8.45
5.95
15.00
6.35
6.70
7.65
6.25
7.25
8.40
8.40
9.50
6.20
9.50
9.45
7.00
7.40
8.50
10.15
8.90
6.80
5.95
5.90
(2 OF 3)
NOTE: THE ABOVE WAGE RATES ARE APPLICABLE TO THE CITY OF ROUND ROCK - WATER MATHS,
STREET RECONSTRUCTION, CONCRETE DRAINAGE CHANNELL AND RFT,4TFT) APPTTRTFNANCFS
CONSTRUCTION CONTRACT WORK * * * * * * * * **.
FUNDED UNDER THE TEXAS COMMUNITY DEVELOPMENT PROGRAM, TDCA CONTRACT NUMBER S709480
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
U.S. Department of Labor
V01. II
T)(87 -43
Scrapers (17 CV & Less)
Side Boom
Tractor (Crawler Type) 150 HP & Less
Tractor (Crawler Type) Over 150 HP
Tractor (Pneumatic) BO HP & Less
Wagon Drill, Boring Machine or Post
Hole Driller Operator
TRUCK DRIVERS:
Single Axle, Light
Single Axle, Heavy
Tandem Axle or Semi - trailer
WELDER
10 51
SC -27
6.40
7.10
7.00
7.40
7.75
6.00
5.95
6.10
6.30
9.50
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided to the labor standards contract clauses (29 CFR, 5.5 (a) (1)
(11)).
NOTE: THE ABOVE WAGE RATES ARE APPLICABLE TO THE CITY OF ROUND ROCK WATER MAINS,
STREET RECONSTRUCTION, CONCRETE DRAINAGE CHANNELL AND RELATED APPURTENANCES
CONSTRUCTION CONTRACT WORK * * * * * **
FUNDED UNDER THE TEXAS COMMUNITY DEVELOPMENT PROGRAM. TDCA CONTRACT NUMBER S705480
(3 OF 3)
INDEX OONPRACT DOCUMENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
PGREESEST
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
CERTIFICATE OF INSURANCE
INFORMATION REQUIRED OF LOW BIDDER
GENERAL CONDITIONS OF AGREDIENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
BASIS OF MEASUREMENT AND PAYMENT
GEOTE LAICAL INVESTIGATION
NDIICE TO CONTRACTORS
FROM THE CITY WUWIL OF
THE CITY OF ROUND ROCK, TEXAS
1985 CO[M7UN1PY DEVELOPMENT GRANT, ND. S705480
MAIN STREET - CIRCLE DRIVE
STREET ADD DRAINAGE IMPI()VE4ENTS
Sealed bids, in envelopes addressed to The City of Rotund Rock, 214 E.
Main Street, Round Rock, Texas 78664 will be received at the above
mentioned address until 2:00 p.m., Tuesday, June 16, 1987, and then
publicly opened and read, for furnishing all labor, material and equipment
and performing all work required for the construction of Main Street -
Circle Drive - Street and Drainage Improvements, 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 Main
Street - Circle Drive - Street and Drainage Improvements to be opened at
2:00 p.m., Tuesday, June 16, 1987."
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 fran 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 retaining 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 canpany
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.
Attention is called to the fact that not less than the federally
determined prevailing wage rate, as issued by the Texas Department of
Community Affairs and as set forth in the Contract Documents, must be paid
an this project,' and that the Contractor must ensure that employees and
applicants for employment are not discriminated against because of their
race, color, religion, sex, or national origin.
Page 1 of 2
In addition, if the prime contractor is not a minority -owned business,
the prime contractor shall ensure that at least fifteen percent (15%) of
the funds subcontracted under this contract are awarded to minority
businesses. In the event that the prime contractor does not subcontract
any portion of the construction work funded under this contract, the prime
contractor shall ensure that at least fifteen percent (15%) of the work
force employed by such prime contractor is composed of minority group
members.
For the purpose of definition, the following words and terms shall
have the following meanings:
1. "Minority Business" means a corporation, partnership, sole
proprietorship, or other legal entity formed for the purpose of making
a profit, if at least 50% of the business is owned by minority group
members or, in the case of a corporation, at least 51% of its shares
are owned by minority group members.
2. "Minority Group Members" are Black Americans, Mexican Americans and
other Americans of Hispanic origin, Asian Americans, American Indians,
Pacific Islanders, and Alaskan Natives.
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.
Plans, specifications and bidding documents may be secured from the
office of the Engineer, Haynie Rallman & Gray, Inc., after June 4, 1987,
for a non - refundable fee of fifty dollars ($50.00) per set.
Plans and specifications may be examined at the office of the
Engineer, Haynie Rallman & Gray, Inc., 12303,) Technology Boulevard,
Austin, 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 Rallman & Gray, Inc.,
and obtain clarification prior to submitting any bid. Prequalification
Require:ents: 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 180 calendar days after
Notice to Proceed from the Owner.
Page 2 of 2
INSTRUCTIONS TO BIDDERS
ENIMAL
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to:
The City of Round Rock
214 East Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR 1985 CDG #5705480 - MAIN STREET /CIRCLE DRIVE - STREET AND
DRAINAGE IMPROVF2lENTS to be opened at 2:00 P.m., June 16, 1987."
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.
pISOUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership, corporation
or association under the same or different names, will not be considered.
Reasonable grounds for believing that any bidder is interested in more
than one proposal for the work contemplated will cause the rejection of
all 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.
FETURN 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. A11 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 within ten (10) days of the
written Notice of the Award. 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
The bid must be accompanied by a Bid guaranty which shall not be less than
five percent (5 %) of the amount of the Bid. At the option of the Bidder.
the guaranty may be a certified check, bank draft, negotiable U.S.
Government Bonds (at par value), or a bid bond in the form attached. The
Bid bond shall be secured by a guaranty or a surety company listed in the
latest issue of U.S. Treasury Circular 570. The amount of such Bid bond
shall be within the maximum amount specified for such Company in said
Circular 570. No Bid will be considered unless it is accompanied by the
required guaranty. Certified check or bank draft must be made payable to
the order of City of Round Rock. Cash deposits will not be accepted. The
Bid guaranty shall insure the execution of the Agreement and the
furnishing of the surety bond or bonds by the successful Bidder, all as
required by the Contract Documents. 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
the bidder for the performance of the work covered by the proposal. To
this end each proposal must 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 bide 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.
WAGES AND SALARIES
a. Attention of Bidders is particularly called to the requirements
concerning the payment of not less than the prevailing wage and salary
rates specified in the Contract Documents and the conditions of employment
with respect to certain categories and classifications of employees. See
GENERAL CONDITIONS, PART II.
b. The rates of pay set forth under GENERAL CONDITIONS, PART II, are
the minimums to be paid during the life of the Contract. It is therefore
the responsibility of Bidders to inform themselves as to local labor
conditions, such as the length of work day and work week, overtime
compensation, health and welfare contributions, labor supply and
prospective changes or adjustments of rates.
EQUAL EMPLOYMENT OPPORTUNITY
Attention of Bidders is particularly called to the requirements for
ensuring that employees and applicants for employment are not
discriminated against because of their race, color, religion, sex or
national origin.
Page 3 of 3
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
1985 CDG 45705480, MAIN STREET - CIRCLE DRIVE
STREET AND DRAINAGE IMPROVEMENTS
IN ROUND ROCK, TEXAS
The undersigned, as bidder, declares that the only person or parties
interested in this proposal as principals are those named herein, that
this proposal is made without collusion with any other person, firm or
corporation; that he has 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 be done at unit
prices are approximate only, and are intended principally to serve as a
guide in evaluating bids.
It is further agreed that the quantities of work to be done at unit prices
and materials to be furnished may be increased or diminished as may be
considered necessary, in the opinion of the Engineer, to complete the work
fully as planned and contemplated, and that all quantities of work,
whether increased or decreased are to be performed at the unit prices set
forth below except as 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
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 one hundred eighty (180) 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
1 June 11, 1987
Page 2 of 10
1
PROPOSAL BIDDING SHEET
'ONTRACT: 1985 C.D.G. STREET AND DRAINAGE IMPROVEMENTS
'FOB NAME: MAIN STREET - CIRCLE DRIVE
JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
I NNER: CITY OF ROUND ROCK
It ursuant to the foregoing Notice to Contractors and Instructions to
idders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary superintendence, labor, machinery, equipment, tools,
IE aterials, insurance and miscellaneous items, to complete all the work on
hich he bids as provided by the attached supplemental specifications, and
s shown on the plans for the construction of 1985 C.D.G. Street and
Drainage Improvements - Main Street /Circle Drive and binds himself on
I cceptance of this proposal to execute a contract and bond for completing
aid project within the time stated for the following unit prices, to -wit:
BASE BID
I id Item Description Unit
tem Quantity Unit and Written Unit Price Price Amount
1 8,365 L.F. 8" Water Main, complete in place,
I per linear foot
for Sixteen Dollars
and No Cents $ 16.00 $133,840.00
1
1
2
1
1
3
1
1
1
1
1
110 L.F. 6" Water Main, complete in place,
per linear foot
for Thirteen Dollars
and No Cents $ 13.00 $ 1,430.00
135 L.F. 2" Service Line, complete in place,
per linear foot
for Nine Dollars
and No Cents $ 9.00 $ 1,215.00
Page 4 of 10
1
!lid Item Description Unit
Item Quantity Unit and Written Unit Price Price
I 4
1
1 5
1
6
1
1 7
1
1 8
1
1 9
10
1
11
1
1
1
1
828 L.F. 1" Service Line, complete in place,
per linear foot
for Six Dollars
and No Cents $
12 L.F. 3/4" Service Line, complete in place,
per linear foot
for
and
for
and
Fifty -Five
No
1 EA. 8" Tapping Sleeve and Valve, complete
in place, per each
for Nine Hundred Twenty -Five Dollars
and No Cents $ 925.00 $ 925.00
4 EA. 6" Tapping Sleeve and Valve, complete
in place, per each
Four Hundred
No
18 EA. 8" Gate Valve, complete in place,
per each
for Five Hundred Seventy -Five Dollars
and No Cents $ 575.00 $ 10,350.00
16 EA. 6" Gate Valve, complete in place,
per each
for Four Hundred Fifty Dollars
and No Cents $ 450.00 $ 7,200.00
1 EA. 4" Gate Valve, complete in place,
per each
for Three Hundred Twenty -Five Dollars
and No Cents $ 325.00 $ 325.O0
3 EA. 2" Valves, complete in place,
per each
for One Hundred Twenty -Five Dollars
and No Cents $ 125.00 $ 375.0C
Page 5 of 10
Amount
6.00 $ 4,968.00
Dollars
Cents $ 55.00 $ 660.00
Dollars
Cents $ 400.00 $ 1,600.00
1
l id Item Description Unit
Item Ouantity Unit and Written Unit Price Price
1
1 7
1.
1
1 9
1
1
1
1
10 EA. 5 - 1/4" Fire Hydrant, complete in place,
per each
for Nine Hundred Fifty Dollars
and No Cents $ 950.00 $ 9,500.00
11 V.F. Fire Hydrant Extension, complete in
place, per vertical foot
for
and
for
and
for
and
Two Hundred
No
6 EA. Water Valve Boxes to be Adjusted,
complete in place, per each
One Hundred
No
115
1
5.1215 TN Cast Iron Fittings, complete in place,
per ton
1 EA Relocate Water Meter, complete in place,
per each
for Two Hundred Sixty Dollars
for Twenty One Hundred Dollars
235 L.F. 6" Wastewater Line, complete in place,
per linear foot
1 EA Wastewater Manhole, complete in place,
per each
One Thousand
No
1 EA. Existing Manhole to be Adjusted, complete
in place, per each
Page 6 of 10
Amount
Dollars
Cents $ 200.00 $ 2,200.00
Dollars
Cents $ 100.00 $ 600.00
and No Cents $ 260.00 $ 260.00
and No Cents $ 2,100.00 $ 10,755.15
for Ten Dollars
and No Cents $ 10.00 $ 2,350.00
Dollars
Cents $ 1,000.00 $ 1,000.00
for Four Hundred Seventy -Five Dollars
and No Cents $ 475.00 $ 475.00
1
l id Item Description Unit
Item Quantity Unit and Written Unit Price Price
11 0 630 L.F. 18" R.C.P., complete in place,
per linear foot
1
1 1
1 2
1
13
1 5
1
1 26
1 ,7
1
1
1
1
for Eighteen Dollars
and No Cents $ 18.00 $ 11,340.00
108 L.F 13" x 22" CMAP, complete in place,
per linear foot
for Fourteen Dollars
and Seventy -Five Cents $ 14.75 $ 1,593.00
1,187 L.F. 12" CMP, complete in place,
per linear foot
for Eleven Dollars
and Twenty -Five Cents $ 11.25 $ 13,353.75
35 L.F. Existing 18" R.C.P. to be removed and
replaced, complete in place, per linear
foot
for Sixteen Dollars
Amount
and No Cents $ 16.00 $ 560.00
3 EA Concrete Rip -Rap Headwall, complete
in place, per each
for Seven Hundred Twenty -Five Dollars
and No Cents $ 725.00 $ 2,175.00
1,695 L.F. Pilot Channel, complete in place,
per linear foot
for Nine Dollars
and No Cents $ 9.00 $ 15,255.00
3 EA. Special Drop Inlets, complete in place,
per each
for
and
Fourteen Hundred
No
1 EA. Standard Storm Sewer Manholes, complete
in place, per each
for One Thousand
and No
Page 7 of 10
Dollars
Cents $ 1,400.00 $ 4,200.00
Dollars
Cents $ 1,000.00 $ 1,000.00
1
1
11
1
130
1
31
1
Ii2
1
1 3
1
1 34
1
1
1
1
1
R id Item Description Unit
i tem Quantity Unit and Written Unit Price Price
8 250 L.F. Grade and Reshape Ditch, complete in
place, per linear foot
for Two Dollars
and No Cents $ 2.00 $ 500.00
10,540 S.Y. 2 -1/2" Asphalt, complete in place,
per square yard
for Four Dollars
and Forty Cents $ 4.40 $ 46.376.00
5,278 S.Y. 1 -1/2" Asphalt, complete in place,
per square yard
for Three Dollars
and Twenty Cents $
10,540 S.Y. 10 -1/2" Base, complete in place,
per square yard
12,157 S.Y. Unclassified Street Excavation,
complete in place, per square yard
985 L.F. Standard Curb, complete in place,
per linear foot
909 L.F. Header Curb, complete in place,
per linear foot
Page 8 of 10
Amount
3.20 $ 16.889.60
for Four Dollars
and No Cents $ 4.00 $ 42,160.00
for One Dollars
and No Cents $ 1.00 $ 12,157.00
for Six Dollars
and No Cents $ 6.00 $ 5.910.00
for Five Dollars
and Seventv -Five Cents $ 5.75 $ 5.226.75
1
l id Item Description
Item Quantity Unit and Written Unit Price
■ 5 466 S.Y. Sidewalk, complete in place, per
square yard
1
1
Ii
1 8
1
�9 201 L.F. Gravel Drive Removal and Replacement,
1 complete in place, per linear foot
1
r l
1
1
1
1
1
for Eighteen Dollars
and No Cents $ 18.00 $ 8,388.00
6 EA. Handicap Ramps, complete in place,
per each
for
and
Two Hundred
No
1,008 S.Y. 3' Gravel Shoulder, complete in place,
per square yard
for Two Dollars
and No Cents $ 2.00 $ 2,016.00
185 L.F. Asphalt Pavement Removal and
Replacement, complete in place, per
linear foot
for Three Dollars
and Fifty Cents $ 3.50 $ 647.50
for One Dollars
and No Cents $
51 S.Y. Sidewalk Removal, complete in place,
per square yard
for One Dollars
106 S.Y. Concrete Drive, complete in place,
per square yard
for Thirty Dollars
Page 9 of 10
Unit
Price
Amount
Dollars
Cents $ 200.00 $ 1,200.00
1.00 $ 201.00
and No Cents $ 1.00 $ 51.00
and No Cents $ 30.00 $ 3,180.00
1
1
1
1
1
1
1
AGREEMENT
THE STATE OF TEXAS 5
1 COUNTY OF WILLIAMSON 5 /
I TH.6 AGREEMENT, made and entered into this / 0 day
of /,/ vh l , 1987, A.D. by and between The City
of Round R ck of the City of Round Rock, the County of Williamson, and the
State of Texas, Party of the First Part, hereinafter termed OWNER, and
I
W.L. Wood Excavation, of the City of Hutto, County of Williamson, and
State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements
III 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
I 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:
1985 C.D.G. #5705480, MAIN STREET - CIRCLE DRIVE
STREET AND DRAINAGE IMPROVEMENTS
' further described as the work covered by this specification consists of
furnishing all labor, equipment, appliances, and materials, and performing
I 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
I 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
I 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
I explanatory matter thereof, and the Specifications and addenda therefor,
as prepared by HAYNIE KALLMAN & GRAY, INC., 12303 -J Technology Boulevard,
Austin, Texas 78727, herein entitled the ENGINEER, each of which had been
I 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
1
l id Item Description Unit
Item Quantity Unit and Written Unit Price Price
1 2
1
1
44
1
1
1
1
1
1
1
1
1
1
1
1
1
40 L.F. Fence Repair, complete in place,
per linear foot
for Twelve Dollars
and No Cents $ 12.00 $ 480.00
1 EA. Sign to be relocated, complete in
place, per each
for Sixty Dollars
and No Cents $ 60.00 $ 60.00
937 S.Y. Asphalt Driveway including base and
grading, complete in place, per square
yard
for Seven Dollars
and Fifty Cents $
TOTAL ESTIMATE OF COST $391,975.25
Page 10 of 10
Amount
7,50 $ 7,027.50
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 One Hundred Eighty (180) calendar days after the
date of the written notice to commence work, subject to such extensions of
time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the
contract.
IN WITNESS WHEREOF, the parties to these presents have executed this
Agreement in seven (7) original copies on the day and year first above
written.
THE CITY OF ROUND ROCK W.L. WOOD EXCAVATION
Party of the First Part Party of the Second Part
(OWNER) (CONTRACTOR)
By: ` ` i "`" By:aJ
Mike Robinson, Mayor Walter L. Wood, Mi , y
ATTEST:
ATTEST:
e following to be executed if the Contractor is a Corporation).
I� , certify that I am
the Secretary of the Corporation named as Contractor herein;
that , who signed
this Contract on behalf of the Contractor was then
(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 powers.
(Corporate Seal)
Page 2 of 2
Signed:
THE STATE OF TEXAS S
COUNTY OF WILLIAMSON
County of
PERFORMANCE BOND
S
KNOW ALL MEN BY THESE PRESENTS, THAT W.L. WOOD EXCAVATION
of the City of
HUTTO
WILLIAMSON , and State of TEXAS
as principal, and NATIONAL SURETY CORPORATION
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto
THE CITY OF ROUND ROCK (OWNER), in the penal sum
of THREE HUNDRED NINETY ONE THOUSAND NINE HUNDRED SEVENTY FIVE AND 25 /100 - -- Dollars
($ 391,975.25
for the payment whereof, the said Principal and
Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner dated the day of , 19 ,
to which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the
covenants, conditions and agreements in and by said contract agreed and
covenanted by the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans and
Specifications thereto annexed, then this obligation shall be void;
otherwise to remain in full force and effect;
PB -1
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions
of Article 5160 of the Revised Civil Statutes of Texas as amended and all
liabilities on this bond shall be determined in accordance with the
provisions of said Article to the same extent as if it were copied at
length herein.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the term of the contract, or
to the work performed thereunder, or the plans, specifications, or
drawings accompanying the same, shall in anywise affect its obligation on
this bond, and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the contract, or to the
work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
this instrument this the 2ND day of SEPTEMBER
19_L.
W T. won') FxCAVATTnN
Principal
Address 205 GREENRIDGE DRIVE
HUTTO, TX 78634
Title JEANNIE JE`+SEN
Address P.O. BOX 28187
The name and address of the Resident Agent of Surety is:
FRANK SIDDONS INSURANCE
r. u. UUX L1L
AUSTIN, TEXAS 78768
PB -2
NATIONAL SURETY CORPORATION
SAN ANTONIO, TX 78232
ATTY -1N -FACT
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
PAYMENT BOND
s
KNOW ALL MEN BY THESE PRESENTS, THAT W.L. WOOD EXCAVATION
, of the City of HUTTO
County of WILLIAMSON , and State of TEXAS
as principal, and NA(IONAL SURELY CORPORATION
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto
THE CITY OF ROUND ROCK ((MNER), in the penal sum of THREE HUNDRED
NINETY ONE THOUSAND NINE HUNDRED SEVENTY
FIVE AND 25/100 Dollars ($ 391,975.25 ) for the
payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the day of , 19_,
to which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the 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 shall be determined in accordance with the
provisions of said Article to the same extent as if it were copied at
length herein.
PB -3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder, or the plans, specifications or drawings
accompanying the same, shall in anywise affect its obligation on this
bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract, or to the work
to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
19
this instrument this 2 ND day of SEPTEMBER
Principal ety
W.L. WOOD EXCAVATION
Titl
Address 205 GREENRIDGE DRIVE
RUTTO, TX 78634
�LJ
AUSTIN, TEXAS 78768
NATIONAL SURETY CORPORATION
Title JEANNIE JENSEN ATTY -IN -FACT
PB -4
Address P.o. Box 28187
SAN ANTONIO. TX 78232
The name and address of the Resident Agent of Surety is:
FRANK SIDXNS INSURANCE
0 - lM(v
1
1
' Bond No. 524 35 02
1
1
1
1
MAINTENANCE BOND
AMOUNT $ 391,975.25
• THE STATE OF TEXAS S
▪ COUNTY OF WTTT.TAMSON S
1 KNOW ALL MEN BY THESE PRESENTS, that we W.L. WOOD EXCAVATION
(hereinafter called the "pr,inc,pa. as Principal, and the
II of the City of CHICAGO , a corporation duly organized under
the laws of the State of ITJ,TNOTS , and duly licensed to
transact business in the State of TRXAS , (hereinafter
I called the "Surety "), as Surety, are held and firmly bound unto the CITY OF
ROUND ROCK, TEXAS, (hereinafter called the "Obligee "), in the sum of THREE HUNDRED
NTNFTY ONE THOUSAND NTNR HUNDRED SEVENTY FTVE AND 25 /100 - -- Dollars ($391.975.25 ),
▪ for the payment of which sum well and truly to be made, we, the said
▪ Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by
I these presents.
SEALED with our seals and dated this ?ND day of SEPTEMBER
• A.D., 19 87 .
▪ WHEREAS, the said Principal has heretofore entered into a contract with _
THE CITY OF ROUND ROCK
1 dated , 19 , for the construction of 19115
CDG #5705480, MAIN STREET - CIRCLE DRIVE. STREET k DRATNA(:F TMPROVFMFNTS
I WHEREAS, the said Principal is required to guarantee the construction of
street improvements installed under said contract, against defects in
materials or workmanship, which may develop during the period of two (2)
years from the date of acceptance of the project above described, by the
il Owner, the CITY OF ROUND ROCK, TEXAS.
NOW, THEREFORE, THE CONDITION OF THE OBLIGATION IS SUCH, that if said
I Principal shall faithfully carry out and perform the said guarantee, and
shall, on due notice, repair and make good at its own expense any and all
defects in materials or workmanship in the said work which may develop
1 during the period of two (2) years from the date of acceptance of the
project above described by the Owner, the CITY OF ROUND ROCK, TEXAS, or
MB -1
1
1 shall pay over, make good and reimburse to the said Obligee all loss and
damage which said Obligee may sustain by reason of failure or default of
said Principal so to do, then this obligation shall be null and void;
otherwise shall remain in full force and effect.
W.L. WOOD EXCAVATION
Principal
B I�Af1UNAl 5
By
1 ATTY- IN-FACT
1
1
1
1
1
1
1
1
1
1
1
MB -2
JEANNIE JENSEN
GENERAL
POWER OF
ATTORNEY NATIONAL SURETY CORPORATION
KNOW ALL MEN BY THESE PRESENTS: That NATIONAL SURETY CORPORATION. a Corporation duly organized and existing under the laws of
the State of Illinois. and having its Home Office in the City of Chicago, Illinois. has made. constituted and appointed. and does by these presents make.
constitute and a int
R. F. SID JR. ROBERT C. SIDDONS, STEVEN B. SIDDONS, ROBERT C. FRICKE, BETTY TURNER,
PHILIP C. FALETTO and JEANNIE JENSEN
AUSTIN,'TX jointly or severally
its true and lawful Attorney(s)-in-Fact. with full power and authority hereby conferred in its name. place and stead. to execute. seal. acknowledge and
deliver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such ponds were signed by the President. sealed with the corporate seal of the
Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorncytsl-in -Fact may do in the premises.
This power of attorney is granted pursuant to Article VIII. Section 29 and 30 of By -laws of NATIONAL SURETY CORPORATION now in full force
and effect.
"Article VIII, Appointment and Authority Assistant secretaries, and Attorne•in -Fact and Agents to accept Legal Process and Make Appearances.
Section 29, Appointment. The Chairman of the Board of Directors. the President, any Vice-President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice - President, may, from time to time, appoint Resident Assistant Secretaries
and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on'
behalf of the Corporation.
Section 30. Authority. The Authority of such Resident Assistant Secretaries. Attorneys -in -Fact, and Agents shall be as prescribed in the instrument
evidencing her appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by
any person empowered to make such appointment."
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of NATIONAL
SURETY CORPORATION at a meeting duly called and held on the 7th day of September. 1972. and said Resolution has not been amended or
repealed:
"RESOLVED. that the signature of any Vice - President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney. or on any certificate relating thereto. hs
facsimile. and any power of attorney. any revocation of any power of attorney. or certificate hearing such facsimile signature or facsimile seal shall he
valid and binding upon the Corporation.
IN WITNESS WHEREOF. NATIONAL SURETY CORPORATION has caused these presents to he signed by its Vice - President.
and its corporate seal to be hereunto affixed this 29th dac of April 19 85
•annunimumun m
n mauanaai
7 OFFICIAL SEAL ■
SUSIE K. GILBERT
NOTARY PUIUC - CADPORRU =
Pnnrgaf Office in Marin County !
My Commission Expires Iles. 17. 1988 S
daaammm um nnaannamW
' 360711 -NS -5.81
STATE OF CALIFORNIA
COUNTY OF MARIN
STATE OF CALIFORNIA
COUNTY OF MARDI
On this 29th day of April 19 85
before mepersnn:,us came Richard Williams
to me known, who. being by me duly sworn. did depose and say: that he is Vice •President of NATIONAL SURETY CORPORATION. the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal alliscd to the said instrument n such
corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto M like order.
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal. the day and year herein first a ho \e w riven.
w
NATIONAL, SURETY CORPORATION
By
L \ \
CERTIFICATE:
\„v�Pr..iavn�
I. the undersigned, Resident Assistant Secretary of NATIONAL SURETY CORPORATION, an ILLINOIS Corporation, DO HEREBY CERTIFY that
the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked: and furthermore That Article Vitt, Sections 29
and 30 of the By •laws of the Corporation. and the Resolution of the Board of Directors. set forth in the Power of Attorney. are non in force.
Signed and sealed at the County of Maria. Dated the 2ND day of SEPTEMBER
e
Rvs \ ti,rrtar■
19 87
TO: The City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
TYPE OF POLICY
INSURANCE NO.
Workman's TC821819909 8 - 01 - 87
Compensation
Comprehensive GL 28809418 10 - 04 - 86 10 - 04 - 87
General
Liability
Includes
Contractual
I( Liability
Covers
Independent
x Contractors
X iTMRRRT.T.A FORM ITR 61799382
Owner's
Protective
Comprehensive GLM 19370733 6 - 21 - 87
Automobile
Liability
Owned
x Vehicles
Hired
x Vehicles
Non -owned
y _Vehicles
Includes
Contractual
Liability
CERTIFICATE OF INSURANCE
Page 1 of 2
Date: SEPTEMBER 2, 1987
Description of Work:19R5
CT)C ft57054R0 MATN STRFFT - CTRCT.F DRIVE
STREET & DRAINAGE IMPROVEMENTS
THIS IS TO CERTIFY THAT w T. WOOD Fxr.AVATTON is, at the date
of this certificate, insured by this company with respect to the business
operations hereinafter describe, for the types of insurance and in
accordance with the provisions of the standard policies used by this
company, and further hereinafter described. Exceptions to standard
policies are noted on the reverse side hereof.
EFFECTIVE EXPIRATION
DATE DATE LIMITS OF LIABILITY
8 - 01 - 88 Statutory, State of
Texas, $ 500.000
Employer's Liability
Bodily Injury
$ ea person
$ ea accident
$500,000 COMBINED SINGLE LIMIT
6 - 21 - 88 Bodily Injury
$ ea person
$ ea accident
Property Damage
$ ea accident
$500,000 COMBINED SINGLE LIMIT
Property Damage
$ ea accident
$ aggregate
6 - 79 - R7 10 - 04 - R7 $5 000,J)OD rfMRTNFTI cTNrIF T IMI
Bodily Injury
$ ea person
$ ea accident
Property Damage
$ ea accident
$ aggregate
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The above policies either in the body thereof or by appropriate
endorsement provide that they may not be changed or cancelled by the
insurer in less than ten days after the insured has received written
notice of such change or cancellation.
This Certificate of Insurance neither affirmatively or negatively
amends, extends, or alters the coverage afforded by policy or policies
indicated by this certificate.
AMERICAN CFNEPAT. INSURANCE COMPANY
(Name of Insurer)
By: ox•�
Title:
Address P O Rng 7175
AUSTIN TY 7R7AR
Page 2 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INFORMATION REQUIRED OF LOW BIDDER
The low bidder is required to supply the following information.
Additional sheets may be attached if necessary.
(1) Name
(2) Address
(3) Phone Number
(4) Type of,firm:
( ) Individual. ( ) Partnership. ( ) Corporation
(5) Corporation organized under the laws of the State of
(6) List the names and address of all members of the firm or names and
titles of all officers of the corporation:
(7) Number of years experience
(8) List at 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
(CONTENTS CONTINUED) Pag
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 ve. 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, - Kallman & Gray, 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 lines. 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
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 prosecttion 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) seta 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 obligtions 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
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 previus 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, firma, 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
persona 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 lose 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
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
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
provisiion 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 Onwer. 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 presecute 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
$ 30.00
35.00
40.00
50.00
70.00
200.00
300.00
400.00
500.00
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 anyway connected with
any claims or actions at law or in equity brought against the Owner
and the Owner's agents and employees for the death or injury to
persons or for damage to property caused, or 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
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
Property Damage
$100,000 each person
$300,000 each accident
$ 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
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
GC -16
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 be 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.
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
GC-17
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
hia 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
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-
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 materiels 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
SPECIAL CONDITIONS OF THE AGREEMENT
1. CROSSING UTILITIES
Every attempt has been made to locate existing utility lines.
However. prior to commencing construction, it shall be the
contractor's responsibility to make 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
6. 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 b 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 mate 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. Monthly pay estimates shall be submitted to the Engineer
on the 25th day of each month.
13. LIQUIDATED DAMAGES
Refer to the GENERAL CONDITIONS OF THE AGREEMENT, Paragraph 5.06 -
Liquidatdd Damages for Failure to Complete on Time.
Delete the schedule of "Amount of Liquidated Damages Per Day" and
substitute the following: The amount of liquidated damages per day
shall be $300.00.
SC-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 is
above 25. Maintenance Bond shall remain in effect for two (2)
years from date of City of Round Rock acceptance of improvements.
A one (1) year Maintenance Bond will be required for all other
improvements.
15. CHANGE ORDERS
Refer to GENERAL CONDITIONS OF THE AGREEMENT. Section 2.12 - Extra
Work - Paragraph No. 2.
Add "Additionally, all such Change Orders must be approved by the
City of Round Rock and the Texas Department of Community Affairs ".
16. COMPLIANCE WITH AIR AND WATER ACTS
In compliance with the Clean Air Act. as amended. 42 U.S.C. 1857
et. seq., the Federal Water Pollution Control Act, as amended, 33
U.S.C. 1251 et. seq.. and the regulations of the Environmental
Protection Agency with respect thereto the contractor agrees that:
1) Any facility to be utilized in the performance of this contract
or any subcontract shall not be a facility listed on the EPA List
of Violating Facilities pursuant to 40 CFR 15.20.
2) He will comply with all requirements of Section 114 of the
Clean Air Act. as amended. (42 USC 1857c -8) and Section 308 of the
Federal Water Pollution Control Act, as amended, (33 USC 1251)
relating to inspection monitoring. entry. reports, and information.
as well as all other requirements specified in said Section 114 and
Section 308, and all regulations & guidelines issued thereunder.
3) He will promptly notify the owner of any notification received
from the Director. Office of Federal Activities. EPA, indicating
that a facility utilized or to be utilized for the contract is
under consideration to be listed on the EPA List of Violating
Facilities.
SC -5
(4) He will include or cause to be included the pro-
visions of paragraph (1) through (4) of this section
in every nonexempt subcontract and that he will take
such action as the Government may direct as a means
of enforcing such provisions.
134. EQUAL EMPLOYMENT OPPORTUNITY
1) If the contract amount is $10,000 or less, the following
conditions shall apply:
During the performance of this contract the Contractor agrees
as follows:
a. The Contractor will not discriminate against any
employee or the applicant for employment because of
race, color, religion, sex,or national origin. The
Contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated
during employment, without regard to their race, color,
religion, sex, or national origin. Such action shall
include, but not be limited to the following: employment
upgrading, demotion, or transfer; recruitment or
recruitment advertising; lay off or termination;
rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The
Contractor agrees to post in conspicuous places,
available to employees and applicants for employment,
notices to be provided by the owner setting forth the
provisions of this nondiscrimination clause.
b. The Contractor will, in all solicitations or advertise-
ments for employees placed by or on behalf of the
Contractor, state that all qualified applicants will
receive consideration for employment without regard to
race, color, religion, sex, or national origin.
c. The Contractor will cause the foregoing provisions to
be inserted in all subcontracts for any work covered by
this contract so that such provisions will be binding
upon each subcontractor, provided that the foregoing
provisions shall not apply to contracts or subcontracts
for standard commercial supplies or raw materials.
2) Notice of Requirement for Affirmative Action to Ensure
EquaI Ioymentopportunity xecutive br Tei 112 T. (Applicable
to contractsTbcontracts exceeding $10,000.)
a. The Offeror's or Bidder's attention is called to
the "Equal Opportunity Clause" and the "Standard Federal
Equal Employment Opportunity Construction Contract
Specifications" set forth herein.
b. The goals and timetables for minority and female
participation, expressed in percentage terms for the
Contractor's aggregate workforce in each trace on all
construction work in the covered area, are as follows
from the Octoaer 3, 1980 Federal Register.
SC6
1
1
1
1
1
1
1
1
1
1�
1 I
I
1
1 I
1
1
Coals for
Timetables minority
participation
for each trade
15%
These goals are applicable to all the Contractor's
construction work (whether or not it is Federal or
federally assisted) performed in the covered area.
The Contractor's compliance with the Executive Order
and the regulations in 41 CFR Part 60 -4 shall be
based on its implementation of the Equal Opportunity
Clause, specific affirmative action obligations
required by the specifications set forth in 41 CFR
60 -4.3 (a), and its efforts to meet the goals established
for the geographical area where the contract resulting
from this solicitation is to be performed. The hours
of minority and female employment and training must be
substantially uniform throughout the length of the
contract, and in each trade, and the contractor shall
make a good faith effort to employ minorities and women
evenly on each of its projects. The transfer of
minority or female employees or trainees from Contractor
to Contractor or from project to project for the sole
purpose of meeting the Contractor's goals shall be a
violation of the contract, the Executive Order and
the regulations in 41 CFR Part 60 -4. Compliance with
the goals will be measured against the total work
hours performed.
c. The Contractor shall provide written notification to
the Director of the Office of Federal Contract Compliance
Programs within 10 working days of award of any construc-
tion subcontract in excess of $10,000 at any tier for
construction work under the contract resulting from
this solicitation. The notification shall list the
name, address, and telephone number of the sub-
contractor; employer identification number; estimated
dollar amount of the subcontract; estimated starting
and completion dates of the subcontract; and the geo-
graphical area in which the contract is to be performed.
d. As used in this Notice, and in the contract resulting
from this solicitation, the "covered area" is (insert
description of the geographical areas where the
contract is to be performed giving the state, county,
and city, if any).
SC7
Goals for female
participation in
each trade
6.9%
3) Minority Participation Requirements
a. Contractor shall ensure that at least percent
( 15 %) of the funds subcontracted under this contract
are awarded to minority businesses. In the event Con-
tractor's prime contractor does not subcontract any
portion of the construction work funded under this con-
tract, Contractor shall ensure that at least
percent (15 %) of the work force employed by such prime
contractor is composed of minority group members.
b. For the purpose of this requirement, the following words
and terms shall have the following meanings:
i. "Minority Business" means a corporation, partnership,
sole proprietorship, or other legal entity formed for
the purpose of making a profit, if at least 50 percent
of the business is owned by minority group members or,
in the case of a corporation, at least 51 percent of
its shares are owned by minority group members.
ii. "Minority Group Members" are Black Americans, Mexican
Americans and other Americans of Hispanic origin,
Asian Americans, American Indians, Pacific Islanders,
and Alaskan Natives.
iii. "Administrative Services" include management con-
sultants, engineers, architects, appraisers, auditors,
attorneys, accountants, and other professionals. '
c. None of the requirements of this Section 21 shall apply
if the percentage of the total population of Contractor's
jurisdiction composed of minority group members is less
than five percent (5%).
d. The Contractor shall implement the specific affirma-
tive action standards provided in paragraphs 3a
through p of these specifications. The goals set
forth in the solicitation from which this contract
resulted are expressed as percentages of the total
hours of employment and training of minority and
female utilization the Contractor should reasonably
be able to achieve in each construction trade in which
it has employees in the covered area. The Contractor
is expected to make substantially uniform progress
toward its goals in each craft during the period
specified.
SC8
e. Neither the provisions of any collective bargaining
agreement, nor the failure by a union with whom the
Contractor has a collective bargaining agreement, to
refer either minorities or women shall excuse the
Contractor's obligations under these specifications,
Executive Order 11246, or the regulations promulgated
pursuant thereto.
f. In order for the nonworking training hours of apprentices
and trainees to be counted in meeting the goals, such
apprentices and trainees must be employed by the
Contractor during the training period, and the Contractor
must have made a commitment to employ the apprentices
and trainees at the completion of their training, sub-
ject to the availability of employment opportunities.
Trainees must be trained pursuant to training programs
approved by the U.S. Department of Labor.
The Contractor shall take specific affirmative actions
to ensure equal employment opportunity. The evaluation
of the Contractor's compliance with these specifications
shall be based upon its effort to achieve maximum
results from its actions. The Contractor shall docu-
ment these efforts fully, and shall implement affirma-
tive action steps at least as extensive as the
following:
i. Ensure and maintain a working environment free
of harassment, intimidation, and coercion at all
sites, and in all facilities at which the Contrac-
tor's employees are assigned to work. The Contractor,
where possible, will assign two or more women to
each construction project. The Contractor shall
specifically ensure that all foremen, superin-
tendents, and other on -site supervisory per-
sonnel are aware of and carry out the Contractor's
obligation to maintain such a working environment.
with specific attention to minority or female
individuals working at such sites or in such
facilities.
ii. Establish and maintain a current list of
minority and female recruitment sources, provide
written notification to minority and female
recruitment sources and to community organizations
when the Contractor or its unions have employment
opportunities available, and maintain a record of
the organizations' responses.
iii. Maintain a current file of the names, addresses,
and telephone numbers of each minority and female
off - the - street applicant and minority or female
referral from a union, a recruitment source or
community organization and of what action was taken
g•
SC9
with respect to each such individual. If such
individual was sent to the union hiring hall for
referral and was not referred back to the Contractor
by the union or, if referred, not employed by the
Contractor, this shall be documented in the file
with the reason therefore, along with whatever addi-
tional actions the Contractor may have taken.
iv. Provide immediate written notification to the
Director when the union or unions with which
the Contractor has a collective bargaining
agreement has not referred to'the Contractor a
minority person or woman sent by the Contractor,
or when the Contractor has other information that
the union referral process has impeded the Contrac-
tor's efforts to meet its obligations.
v. Develop on- the -job training opportunities and /or
participate in training programs for the area which
expressly include minorities and women, including
upgrading programs and apprenticeship and trainee •
programs relevant to the Contractor's employment
needs, especially those programs funded or approved
by the Department of Labor. The Contractor shall
provide notice of these programs to the sources
compiled under 3b above.
vi. Disseminate the Contractor's EEO policy by providing
notice of the policy to•unions and training programs
and requesting their cooperation in assisting the
Contractor in meeting its EEO obligations; by
including it in any policy manual and collective
bargaining agreement; by publicizing it in the
company newspaper, annual report, etc.; by specific
review of the policy with all management personnel
and with all minority and female employees at least
once a year; and by posting the company EEO
policy on bulletin boards accessible to all
employees at each location where construction work
is performed.
vii. Review, at least annually, the company's EEO
policy and affirmative action obligations under
these specifications with all employees having any
responsibility for hiring, assignment, layoff,
termination, or other employment decisions including
specific review of these items with onsite
supervisory personnel such as Superintendents,
General Foremen, etc., prior to the initiation of
construction work at any job site. A written
record shall be made and maintained identifying the
time and place of these meetings, persons attending,
subject matter discussed, and disposition of the
subject matter.
SC10
viii. Disseminate the Contractor's EEO policy externally
by including it in any advertising in the news
media, and providing written notification to and
discussing the Contractor's EEO policy with other
Contractors and Subcontractors with whom the
Contractor does or anticipates doing business.
ix. Direct its recruitment efforts, both oral and
written, to minority, female and community
organizations, to schools with minority and female
students and to minority and female recruitment
and training organizations serving the Contractor's
recruitment area and employment needs. Not later
than one month prior to the date for the acceptance
of applications for apprenticeship or other training
by any recruitment source, the Contractor shall
send written notification to organizations such as
the above, describing the openings, screening
procedures, and tests to be used in the selection
process.
x. Encourage present minority and female employees to
recruit other minority persons and women and,
where reasonable, provide after school, summer, and
vacation employment to minority and female youth
both on the site and in other areas of a Contractor's
work force.
xi. Validate all tests and other selection requirements
where there is an obligation to do so under 41 CFR
Part 60 -3.
xii. Conduct, at least annually, an inventory and
evaluation at least of all minority and female
personnel for promotional opportunities and
encourage these employees to seek or to prepare
for, through appropriate training, etc., such
opportunities.
xiii. Ensure that seniority practices, job classifications.
work assignments, and other personnel practices,
do not have a discriminatory effect by continually
monitoring all personnel and employment related
activities to ensure that the EEO policy and the
Contractor's obligations under these specifications
are being carried out.
xiv. Ensure that all facilities and company activities
are nonsegregated except that separate or single -
user toilet and necessary changing facilities shall
be provided to assure privacy between the sexes.
SC11
xvi. Conduct a review, at least annually, of all
supervisors' adherence to and performance under
the Contractor's EEO policies and affirmative
action obligations.
h. Contractors are encouraged to participate in voluntary
associations which assist in fulfilling one or more
of their affirmative action obligations (3a through p).
The efforts of a contractor association, joint con-
tractor- union, contractor - community, or other similar
group of which the contractor is a member and partici-
pant, may be asserted as fulfilling any one or more of
its obligations under 3a through p of these Specifica-
tions provided that the contractor actively participates
in the group, makes every effort to assure that the
group has a positive impact on the employment of
minorities and women in the industry, ensures that the
concrete benefits of the program are reflected in
the Contractor's minority and female workforce
participation, makes a good faith effort to meet its
individual goals and timetables, and can provide access
to documentation which demonstrates the effectiveness
of actions taken on behalf of the Contractor. The
obligation shall not be a defense for the Contractor's
non - compliance.
i. A single goal for minorities and a separate single
goal for women have been established. The Contractor,
however, is required to provide equal employment
opportunity and to take affirmative action for all
minority groups, both male and female, and all women,
both minority and non- minokity. Consequently, the
Contractor may be in violation of the Executive Order
if a particular group is employed in a substantially
disparate manner (for example, even though the
Contractor has achieved its goals for women generally,
the Contractor may be in violation of the Executive
Order if a specific minority group of women is under-
utilized).
The Contractor shall not use the goals and timetables
or affirmative action standards to discriminate against
any person because of race, color, religion, sex, or
national origin.
•
xv. Document and maintain a record of all solicitations
of offers for subcontracts from minority and female
construction contractors and suppliers, including
circulation of solicitations to minority and female
contractor associations and other business associa-
tions.
SC12
k. The Contractor shall not enter into any Subcontract
with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
1. The Contractor shall carry out such sanctions and
penalties for violation of these specifications
and of the Equal Opportunity Clause, including
suspension, termination and cancellation of existing
subcontracts as may be imposed or ordered pursuant to
Executive Order 11246, as amended, and its implementing
regulations. by the Office of Federal Contract Compli-
ance Programs. Any Contractor who fails to carry out
such sanctions and penalties shall be in violation of
these specifications and Executive Order 11246, as
amended.
m. The Contractor, in fulfilling its obligations under
these specifications, shall implement specific
affirmative action steps. at least as extensive as
those standards prescribed in paragraph 3 of these
specifications, so as to achieve maximum results from
its efforts to ensure equal employment opportunity.
If the Contractor fails to comply with the requirements
of the Executive Order, the implementing regulations,
or these specifications, the Director shall proceed
in accordance with 41 CFR 60 -4.8.
n. The Contractor shall designate a responsible official
to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to
submit reports relating to the provisions hereof as
may be required by the Government and to keep records.
Records shall at least include for each employee the
name, address, telephone numbers, construction trade,
union affiliation if any, employee identification
number when assigned, social security number, race,
sex, status (e.g., mechanic, apprentice trainee,
helper, or laborer), dates of changes in status,
hours worked per week in the indicated trade, rate of
pay, and locations at which the work was performed.
Records shall be maintained in an easily understandable
and retrievable form; however, to the degree that
existing records satisfy this requirement, contractors
shall not be required to maintain separate records.
o. Nothing herein provided shall be construed as a limita-
tion upon the application of other laws which establish
different standards of compliance or upon the appli-
cation of requirements for the hiring of local or
other area residents (e.g., those under the Public
Works Employment Act of 1977 and the Community
Development Block Grant Program).
SC13
135. Section 503 Handicapped (if $2,500 or Over)
Affirmative Action for Handicapped Workers
1. The contractor will not discriminate against any
employee or applicant for employment because of physical
or mental handicap in regard to any position for which
the employee or applicant for employment is qualified.
The contractor agrees to take affirmative action to
employ, advance in employment and otherwise treat
qualified handicapped individuals without discrimina-
tion based upon their physical or mental handicap in all
employment practices such as the following: Employment,
upgrading, demotion or transfer, recruitment,
advertising, layoff or termination, rates of pay or
other forms of compensation, and selection for training,
including apprenticeship.
2. In the event of the contractor's noncompliance with the
requirements of this clause, actions for noncompliance
may be taken in accordance with the rules, regulations,
and relevant orders of the Secretary of Labor issued
pursuant to the Act.
3. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment,
notices in a form to be prescribed by the Director,
provided by or through the contracting officer. Such
notices shall state the contractor's obligation under
the law to take affirmative action to employ and
advance in employment qualified handicapped employees
and applicants for employment, and the rights of appli-
cants and employees.
4. The contractor will notify each labor union or
representative of workers with which it has a collective
bargaining agreement or other contract understanding,
that the contractor is bound by the terms of section
503 of the Rehabilitation Act of 1973, and is committed
to take affirmative action to employ and advance in
employment physically and mentally handicapped
individuals.
5. The contractor will include the provisions of this
clause in every subcontract or purchase order of
$2,500 or more unless exempted by rules, regulations,
or orders of the Secretary issued pursuant to Section
503 of the Act, so that such provisions will be binding
upon each subcontractor or vendor. The contractor
will take such action with respect to any subcontract
or purchase order as the Director of the Office of
Federal Contract Compliance Programs may direct to
enforce such provisions, including action for non-
compliance.
SC14
4. The reports required by paragraph (2) of this clause
shall include, but not be limited to, periodic reports
which shall be filed at least quarterly with the
appropriate local office or where the contractor has
more than one hiring location in a State, with the
central office of that State employment service.
Such reports shall indicate for each hiring location
(1) the number of individuals hired during the reporting
period, (2) the number of nondisabled veterans of the
Vietnam era hired, (3) the number of disabled veterans
of the Vietnam era hired, and (4) the total number of
disabled veterans hired. The reports should include
covered veterans hired for on- the -job training under
38 U.S.C. 1787. The contractor shall submit a report
within 30 days after the end of each reporting period
wherein any performance is made on this contract "
identifying data for each hiring location. The
contractor shall maintain at each hiring location copies
of the reports submitted until the expiration of one
year after final payment under the contract. during,
which time these reports and related documentation shall
be made available, upon request. for examination by
any authorized representatives of the contracting officer
or of the Secretary of Labor. Documentation would
include personnel records respecting job openings,
recruitment, and placement.
5. Whenever the contractor becomes contractually bound to
the listing provisions of this clause, it shall
advise the employment service system in each State
where it has establishments of the name and location
of each hiring location in the State. As long as the
contractor is contractually bound to these provisions
and has so advised the State system, there is no need
to advise the State system of subsequent contracts.
The contractor may advise the State system when it
is no longer bound by this contract clause.
6. This clause does not apply to the listing of employment
openings which occur and are filled outside of the 50
States, the District of Columbia, Puerto Rico, Guam,
and the Virgin Islands.
7. The contractor agrees to comply with the rules,
regulations, and relevant orders of the Secretary of
Labor issued pursuant to the act.
8. In the event of the contractor's noncompliance with the
requirements of this clause, actions for noncompliance
may be taken in accordance with the rules, regulations,
and relevant orders of the Secretary of Labor issued
pursuant to the act.
9. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment,
notices in a form to be prescribed by the Director,
5015
1
1
136. Section 402 Veterans of the Vietnam Era (if $10,000 or
Over)
Affirmative Action for Disabled Veterans and Veterans
of the Vietnam Era
1. The contractor will not discriminate against any
employee or applicant for employment because he or she
is a disabled veteran or veteran of the Vietnam era
in regard to any position for which the employee
or applicant for employment is qualified. The
contractor agrees to take affirmative action to employ,
advance in employment and otherwise treat qualified
disabled veterans and veterans of the Vietnam era
without discrimination based upon their disabflity
or veteran status in all employment practices such as
the following: employment upgrading, demotion or
transfer, recruitment, advertising, layoff or
termination, rates of pay or other forms of compensa-
tion, and selection for training, including apprentice-
ship.
•
2. The contractor agrees that all suitable employment
openings of the contractor which exist at the time of
the execution of this contract and those which occur
during the performance of this contract, including those '
not generated by this contract and including those
occurring at an establishment of the contractor other
than the one wherein the contract is being performed
but excluding those of independently operated corporate '
affiliates, shall be listed at an appropriate local
office of the State employment service system wherein
the opening occurs. The contractor further agrees to
provide such reports to such local office regarding
employment openings and hires as may be required.
State and local government agencies holding Federal
contracts of $10,000 or more shall also list all their
suitable openings with the appropriate office of
the State employment service, but are not required to
provide those reports set forth in paragraphs (4) and
(5).
3. Listing of employment openings with the employment 1
service system pursuant to this clause shall be made
at least concurrently with the use of any other recruit-
Ment source or effort and shall involve the normal
obligations which attach to the placing of a bona fide ,
job order, including the acceptance of referrals of
veterans and nonveterans. The listing of employment
openings does not require the hiring of any particular
job applicant or from any particular group of job
applicant s, and nothing herein is intended to relieve
the contractor from any requirements in Executive
Orders or regulations regarding nondiscrimination in
employment.
5C16
1
1
1
1
1
1
provided by or through the contracting officer.
Such notice shall state the contractor's obligation
under the law to take affirmative action to employ and
advance in employment qualified disabled veterans
and veterans of the Vietnam era for employment, and
the rights of applicants and employees.
10. The contractor will notify each labor union or
representative of workers with which it has a collective
bargaining agreement or other contract understanding,
that the contractor is bound by the terms of the Vietnam
Era Veterans Readjustment Assistance Act, and is
committed to take affirmative action to employ
and advance in employment qualified disabled veterans
and veterans of the Vietnam Era.
11. The contractor will include the provisions of this
clause in every subcontract or purchase order of $10,000
or more unless exempted by rules, regulation, or orders
of the Secretary issued pursuant to the Act, so that
such provisions will be binding upon each subcontractor
or vendor. The contractor will take such action with
respect to any subcontract or purchase order as the
Director of the Office of Federal Contract Compliance
Programs may direct to enforce such provisions, including
action for noncompliance.
137. Section 109 of the Housing and Community Development Act
of 1974
1. No person in the United States shall on the ground of
race, color, national origin, or sex be excluded from
participation in, be denied the benefits of, or be
subjected to discrimination under any program or
activity funded in whole or in part with funds made
available under this title.
138. "Section 3" Compliance in the Provision of Training,
Employment,and Business Opportunities
1. The work to be performed under this contract is on
a project assisted under a program providing direct
Federal financial assistance from the Department of
Housing and Urban Development and is subject to the
requirements of Section 3 of the Housing and Urban
Development Act of 1968, as amended, 12 U.S.C. 1701u.
Section 3 requires that to the greatest extent
feasible opportunities for training and employment
be given lower income residents of the project area
and contracts for work in connection with the project
be awarded to business concerns which are located in,
or owned in substantial part by persons residing
in the area of the project.
2. The parties to this contract will comply with the
provisions of said Section 3 and the regulations issued
SC17
pursuant thereto by the Secretary of Housing and
Urban Development set forth in 24 CFR Part 135,
and all applicable rules and orders of the
Department issued thereunder prior to the execution
of this contract. The parties to this contract certify
and agree that they are under no contractual or other
disability which would prevent them from complying
with these requirements.
3. The contractor will send to each labor organization
or representative of workers with which he has a
collective bargaining agreement or other contract or
understanding, if any, a notice advising the said
labor organization or workers' representative of his
commitments under this Section 3 clause and shall .
post copies of the notice in conspicuous places
available to employees and applicants for employment
or training.
4. The contractor will include this Section 3 clause
in every subcontract for work in connection with the
project and will, at the direction of the applicant
for or recipient of Federal financial assistance,
take appropriate action pursuant to the subcontract
upon a finding that the subcontractor is in violation
of regulations issued by the Secretary of Housing
and Urban Development, 24 CFR Part 135. The contractor
will not subcontract with any subcontractor where it
has notice or knowledge that the latter has been
found in violation of regulations under 24 CFR Part 135
and will not let any subcontract unless the sub-
contractor has first provided it with a preliminary
statement of ability to comply with the requirements
of these regulations.
5. Compliance with the provisions of Section 3, the
regulations set forth in 24 CFR Part 135, and all
applicable rules and orders of the Department issued
hereunder prior to the execution of the contract,
shall be a condition of the federal financial assistance
provided to the project, binding upon the applicant or
recipient for such assistance, its successors and assigns.
Failure to fulfill these requirements shall subject
the applicant or recipient, its contractors and sub-
contractors, its successors and assigns to those
sanctions specified by the grant or loan agreement or
contract through which federal assistance is provided,
and to such sanctions as are specified by 24 CFR Part 135
139. NONSEGREGATED FACILITIES
1. The Contractor certifies that he does not maintain or
provide for his employees any segregated facilities at
any of his establishments, and that he does not permit
his employees any segregated facilities at any of his
establishments, and that he does not permit his employees
to perform their serAces at any location, under his
.1
1
1
1
1
. 1
1
1
1
1
1
1
1
1
1
1
1
1
control, where segregated facilities are maintained.
The Contractor covenants that he will not maintain or
provide for his employees any segregated facilities at
.any of his establishments, and that he will not permit
his employees to perform their services at any location,
under his control, where segregated facilities are
maintained. As used in this paragraph the term
"segregated facilities" means any waiting rooms, work
areas, restrooms and washrooms, restaurants and other
eating areas, timeclocks, locker rooms and other
storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, trans-
portation, and housing facilities provided for employees
which are segregated by explicit directive or are in
fact segregated on the basis of race, creed, color,
or national origin, because of habit, local custom,
or otherwise. The Contractor agrees that prior to
award of subcontracts exceeding $10,000 which are not
exempt from the provisions of the Equal Opportunity
Clause, that he will retain such certifications in
his files.
140. INTEREST OF CERTAIN FEDERAL AND OTHER OFFICIALS
1. No member of or delegate to the Congress of the United
States and no Resident Commissioner shall be admitted
to any share or part of this Contract or to any benefit
to-arise from same: Provided, that the foregoing pro-
vision of this section shall not be construed to
extend to this Contract if made with a corporation
for its general benefit.
2. No member, officer, or employee of the Grantee, or its
designees or agents, no member of the governing body
of the locality in which the Project is located, and
no other public official of such locality or localities
who exercises any functions or responsibilities in
connection with the Project during his tenure or for
one year thereafter, shall have any interest, direct
or indirect, in any Contract or Subcontract, or the
proceeds thereof, for work to be performed under this
Contract.
The Contractor will include the provisions of paragraphs
(1) and (2) in every Subcontract so that with provisions
will be binding upon each Subcontractor.
$C19
.
GENERAL COtmIT1 OHS • PART 1
Federal Labor Standards Provisions U.S. Department or Housing
and Urban Development - /
TEXAS DEPARTMENT OF -i r
COMMUNITY APPAIRR ■ ■ ■■
: MWicab iy
!he I0oiect or Program to which the construction work hovered by this HUD or its designee Shall refer the questions.
rorr:rect pertains 5 being ssisted the United States of America and the gn q ore H UD o r the sig of all
9 by kllereBled Perfies end the recorru
0 Federal Labor Standards Provisions are included in this Contract matron of HUD r its uth onee, tome
Pursuam to me provisions applicable to such F Admrnialralor ton data minalinn. The Administrator, or re authorized repre-
tentative, will issue a
:02 A. 1. Minimum Wages. All laborers and Federal assistance.
(ollowir alarm nmion rattan 30 days of receipt and so advise
(r) m echanics employed or work- HUD or its designee or will nerdy HUD or its desi n
rug upon the site of the work (Or under the United States Housing Acl of period that additional time is necessa rY e g by (h the 30
703 or under the Housing Ad th
0( 1949 in the construction or development apemen! and Budge) antler Correa: r the e hin 2 , 4
) o o! M arr •
n ,
of the project). will be paid unconditionally and not less often than once a (d adi Correa: W N where 14
week, and without subsequent deduction or rebate on any account (except determined ) The wage rate (including fringe benefits where appropriate)
the minimum wage
such payroll deductions as are permitted by regulations issued by the pursuant m subparagraphs n be classification l (s io pu nder I h shell
Se retary of Labor under the Copeland Acl (29 CFR Pan 3), the lull amount f ho to hll hest workers on whi ing o m Ilre reed n the c under ti co
o n-
et wages and bona tide binge benefits (or cash each 7(7) When the lie slfrsy on which wink IS performed in Me classification.
( or p
( ,
Mss than 1�oae contained in me
'r O al
emu nI payment computed el rates not (III) ever rare urge ed in the contract f
w ;e detr:Imrnahon of the Secretary of Lebo: which is attached hereto and class of laborers a mechanics r0rcluhes a fringe benefit which b not
hereof. regardless Many contracture' relationship n,:ele n part esprrss 11 as an hourly role the funk 7711 pay shall either pay the benehl as
hn alleged b exist Iholw•ee h which ma staled in the wage dehvmin:dron or shat pay another bona tide fringe '
n the contreclor and such laborers and benefit Or an hour) (Ash t,• heraleii
eaerranics. Cnntributrons made or costs reasonably anticipated for bona Y I nmrrol
foie range benefits under Bannon 1 fbN2) of the Davis -Bacon Acl on behalf (iv) p the contractor dais nth crake laymen's to 0 trustee or omen thud
nl a len or mechanics are considered wages person, the 0 a,nuu may wnselai as part o' the wages of any laborer c r
mechanics, subject W the 0 paid l such laborers or mechanic the amount of au) nests reasonably anticipated in ,
M previsions 0129 CFR also, regular bona fide lunge benelds under plan m providing
the
eonlehultnns made or costs Incurred for more men a weekly penod (but l p ogrom, provided, That the
col Tess Olden Man OUererly) antler plans. lands, or r Secretary of Leber nes form anon me ',mien request of the conlraclor,
the, l eniculer weekly programs. which cover mat the applicable smertael. of rim Dams -Becun Act have been met The
y perod. are deemed to be constructively made Or Secretary r may regime me c,. Marto- to set aside in a se petale
of Labor
r .m.., red during such weekly period, '
r Snch laborers and me('han.cs shall be account assets me teeming el obligations under Inc plan or program.
paid the appropriate wave rate (Approved by the Office of Management and Budget under OMB Control
ail fringe benefits on the wage determination tom the classification oI work 9�
achrally performed. without regard to skill, except as Number di0740.)
Pad 5 5(a7(4). Laborers or mechanics performing wool in more Than 0110 i 20 3 o• With eques hhololding. o a0 HUD M a. 0: I:., uth rue, : l -fr rdesignee
pre snap upon ere Department own action or upon '
1 Iassrb Y be compensated al the rate ralion may wrtten rt f t h e coo of th specified br each classifier.- wn se hhpltl or cau to Ire withheld from the COntraclOr under This eOn r
i,act racl or
amp for the time actually worked therein: Provided. That the employer's pay- any other Federal contact wdl the same prime contractor, or any other
pen rrrnrds accurately set forth the time spent in each Classification to
vrvth work is performed. The wage determination (including any additional requirements, e re si d , is held subject to Da ws •Bacon prevailing tor so wage
cl •vtdrealion and wage rates Conformed under 29 CFR Part 5.5(a)(1)(0) d p Iyr wMCo is held ce she may prime Considered nee much pay
the '
'r r Limas-Bacon and accrued prymenls or advances as nay be considered necessary to pay
poster NVH -1321) shall be posted at all ernes by to con - laborers and mechanics, including apprentices, trainees and helpers,
n1.1nr and Its subcontractors at the site of the work a a prominent and
arressible place where it can be easily seen by the workers. employed by the contract In Of any subcontractor the lull amount 01 wages '
Gil (a) Any class of laborers or mechanics which is net listed in the required by the contract In the even' 01 failure to pay any laborer or
w .rte determination and which is a be employed under Inc contreci shall mechanic, including any apprentice, Iramee or Stales I-( r, employed or working
he - :Inssified in conformance with Inc wage determination. HUD shall on the site of the work for 1949 wide, Ihe Untied Sales 0r Housing Act of 1937 or
a1 an additional classification and wage rale and fringe benefits
under ), 8 Housmg 7 I of 1949 in the red by Ilion or development of the
Iherelme only when the following criteria have been met PrOjeda, all or pan of the wages requued by the ;brawl, HUD or its desig• ,
nee may, idler welter, notice to the a,y •
70 5lor, sponsor, or. a ppkoanl, or owner,
M (1) Inc work to be performed by the classification requested not lake such scion as may be necessary to cause the suspension Of any
perlonned by a classification in the wage delerminalion', and further payment advance, 01 guarantee of funds until such violations have
(2) The classification is utilized in the area by the construction ceased, HUD or es designee '
md•rsrry; and gnee may, alter wnten notice 10 the contractor, dis-
burse such amounts walaheld I0r and on account 0f the conlraclor Or sub -
(3) The proposed wage rate including any bona fide fringe bene- contractor no the respective employees to whom they are due. The Comp -
Ids. bears a reasonable relationship to the wage rates contained In the
amp- determmahon. Oay,s General shall make such disbursements in me case of direct
(hi t the contractx and the taborets and mechanics Ill be employed Oav ( •Bacon Act contracts.
e i err ciessdreaeou (i1 known), or their represenaeves. and HUD or its 201 (1) Payrolls and basic records. payrolls sue basic records relating
.(..s� thereto shall be maintained by the csntiacaor during the course of the work
9nee agree on the classification and wage rate (including the amount preserved for a penod of three years mereaher for all laborers and
derogreded (m fringe beneas where appropriate), a report of the action mechanics working al the see of the work (or under the United Sates
taken shall be sent by HUD or its designee to the Administrator of the Wage Housing Act of 1937, or under the Horsing Act 01 1949, in the construction '
and 110th Division. Empoymenl Standards Administration, U.S Department or development of the proles'). Such records shall contain the name,
of Labor. Washington, D.C. 20210 The Administrator, or an authorized address. and vocal security number of each such worker. his or her coo
reuresentalive, will approve, modiy, Fr disapprove every additional dassf0 reel classification, hourly rates of w:,ges paid (including rates of conlribu-
calre r action within 30 days of receipt and se advise HUD or its designee tons or doses nnhcipaled for bona fide fringe benefits or cash equivalents
cr will notify HUD or its designee within the 30 -day period that additional thereof of the types described in Section 1(b)(2)(13) of the Davis -bTcon AcU.
hme is necessary. (Approved by the Office of Management and Budget
under OMB control number 1215. 0140.) daily and weekly number of flours worked, deductions made and actual
n and wage pe
(c) In the event the contractor,
the taborets or mechanics 70 be wages paid. Whenever the any (abo ry of Labor has found under 29 CFR 5.5
employed in the claudication or their representatives, and HUD or is (a)(1)( that 50 wages of any laborer or mechanic include the amount of Secreta
Designee do not spree on the proposed ulassitiealloa any cosh reasonably antidrpaletl in providing benefit under a plan or pro -
designee the amount designated for hinge benefits, where a gram descntred in Sechon 1 130209 01 the Davis -Bacon Act. the contractor
PDroWIsfe), shag maintain records which show that the commitment 10 provide such ,
Pervious Edition 3 Obsolete • . • • SC2U
1 GEMERAL COI ITIONS • PART 11
` Federal Labor Standards Provisions
1.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Appficab00y
The Projector Program to which the construction work covered by this HUD or Its designee shall refer the questions, Mcluding the views of an
contract pertains is being assisted by the United States of America and the Interested parties and the recommendsaon of HUD or its designee. to the
following Federal Labor Standards Provisions are Included in this Contract Administrator for determination, The Administrator, or an authorized ewe-
pursuant to the provisions applicable to such Federal assistance. tentative, will issue a determination within 30 days of receipt and so advise
a 0 2 ,. (I) alinhrlum Wages. All laborers and mechanics employed Or work- HUD or its designee or will rustily HUD or its designee within the 30 -day
Ina upon the site o(Ore work (or under the United States Housing Ad of period that additional lime is necessary. (Approved by the Office of Man -
1937 or under the Housing Act of 1049 in the construction or development agement and Budges under OMB Control Number 1215 - 0140.1
of the project), will be paid unconditionally and not bas often than once a (d) The wage rate (Including fringe benefits where appropriate)
week, and without subsequent deduction or rebate on any account (except determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall
such payroll deductions as ire permitted by regulations issued by the be paid to all workers performing work in the classification under this con.
Secretary of Labor under the Copeland Act (29 CFR Pan 3), the lull amount tract horn Oro first day on which work 1s performed in the classification.
of wages and bona 1 fringe benefits (or cash equivalents thereof) due a1 011) Whenever the minimum wage rate prescribed in the contract (or a
time of payment computed at rates not bas ten those contained in the class of laborers or mechanics includes a fringe benefit which is not
wage determination of the Secretary of Labor which is attached hereto and expressed as en hourly rate, the contractor shall either pay the benefit as
made a pan hereof. regardless of any contractures relationship which may stated in the wage determination or shall pay another bona fide cringe
be alleged to axial between the contractor and such laborers end benefit or an hourly cash equivalent thereof.
mechanics. Contributions made Or Costs reasonably anticipated for bona (iv) If the contractor does not make payments to a trustee or other third
Ode hinge benefits under Section 184(21E4 the Davis -Bacon Act on behalf person, the contractor may consider as part of the wages of any laborer 1.1
Of laborers or mechanics are Considered wages paid to such laborers or mechanic the ansourd of any costs reasonably anticipated in providing
mechanics, subject to the provisions o129 CFR5.5(a(1 thy); also, regular bona fide hinge benefits under a plan or program, Provided. That the
contributions made or costs Incurred for more than a weekly period (but Secretary O( Labor has sound, upon the written request of the contractor.
not less often Oran quenerly) under plans, kinds. or programs, which cover that the applicable standards 01 the Davis -Bacon Ad have been met. The
the particular weekly period, are deemed to be eonstructivey made 0 Secretary o1 Labor may require the contractor to set aside in a separate
incurred during such weekly period. account assets for the meeting of obligations under the plan or program
Such laborers and mechanics shall be paid the appropriate wage rate (Approved by the Mee of Management and Budget under OMB Contra!
and hinge benefits on the wage determination tor the classOlcation of work Number 1215- 0140.)
actually performed. without regard to skill, except as provided in 29 CFR 2 03 WlmhoMing. HUD Or its designee shall upon its own action or upon
Pan 5.5(x(4). Laborers or mechanics perlorming work In more than one written request of an authorized representative 01 the Department of Labor
classification may be compensated at the rale specified for each classilica- withhold or Cause to be withheld irons the contractor under this contract or
lion for the time actually worked t erein:.Provlded. That the employers pay- any other Federal contract with the same prime contactor. Or any other
roll records accurately set tenth the time spent in each classification in Federally - assisted contract subject to Davis- Bacor. prevailing wage
which work is performed. The wage determination (including any additional requirements. which is held by the same prime contractor so much or the
classification and wage rates Conformed under 29 CFR Pan 5.5(aRI(ii) and accrued payments or advances es may be considered necessary to pay
the Davis -Bacon poster (WH -1321) shall be posted at all times by the con - laborers and mechanics, including apprentices. trainees and helpers
tractor and its subcontractors al the she of the work in a prominent and employed by the contractor or any subcontractor the full amount of wages
accessible, place where it can be easily seen by the workers requires' by the contract In the event of failure to pay any laborer or
(0) (a) Any class of laborers or mechanics which is nol fisted to the mechanic, including any apprentice. trainee or helper. employee or working
wage determination and which is t0 be employed under the contract shall on the site Of the work (or under the United Stales Housing ACI 01 1937 Or
be classified In conformance with the wage determination. HUD shalt under the Housing Act of 1949 In the construction or development 01 the
approve an additional classification and wage rate and hinge benefits project), all or part of the wages required by the contract HUD of its desig•
therefore only when the (allowing Criteria have been met nee may. after written notice 10 the contractor. sponsor. applicant. or awnei.
(1) The work lobe performed by me classification requested is not take such action es may be necessary t0 cause the suspension 01 any
performed by a classification in the wage determination; and further payment, advance, or guarantee of funds until such wolali0ns ha +e
(2) The classification is utilized in the area by the construction ceased. HUD or its designee may, after written notice to the contractor. ois-
industry, and burse such amounts withheld for and on account of the contractor or sub.
(3) The proposed wage rate, including any bona fide fringe bene- contractor to the respective employees t0 whom they are due The Cornc-
fits. bears a reasonable relationship to the wage rates contained in the troller General shall make such disbursements in the rase Ot drrecl
wage determination, - Davis -Bacon Act contracts.
(b) II the contractor and the laborers and mechanics to be employed 204 (I) Payrolls and basic records. Payrolls and basic records relating
In the classification (d known), or their representatives. end HUD or its thereto shall be maintained by the contractor during the course of the work
designee agree on the classification and wage rale (including the amount preserved lot a period of three years thereafter for all taperers and
designated for fringe benefits where appropriate), a report of the action mechanics working at the site of the work (or under the United States
taken shall be sent by HUD or Its designee to the Administrator of the Wage Housing Act o1 1937. or under the Housing Act of 1949, in the construction
and Hour Division. Employment Standards Administration, U.S. Department or development of the project). Such records shall contain the name.
of Labor. Washington. D.C. 20210. The Administrator. Or In authorized address. and sodat security number of each such worker. his or her cor-
representative. wit approve, modify. or disapprove every additional classili• rect classification, hourly rates 01 wages paid (including rates of centre,
cation action within 30 days of receipt and so advise HUD or is designee tons or costs anticipated tut bona tide fringe benefits or cash equivalents
or wan notdy HUD or its designee within the 30-day period that additional
time Is necessary. IAPProved by the Office ol Management and Budget
under OMB control number 1215 - 0140.)
(c) In the event the contractor, the laborers or mechanics to be
employed in the classification or their representatives, and HUD or its
designee 0o not agree on the proposed classification and wage rare
(including the amount designated for hinge benefits, where appropriate).
Previous Edition 11 Obsolete
U.S. Department of Housing
and Urban Development
SC21
ihereol of me types described in Section 1(b)(2)(13101 me Davrs - b. 00r Art
daily and weekly number of hours worked. deductions made and actJa
wages pad. Whenever the Secretary of Labor has lound under 29 CFR 55
(a(1(iv) that the wages of any laborer or mechanic include the amount of
any costs reasonably anticipated to providing benefits under a plan or pro.
pram described in Section 1(b)(2)(BI of the Davis -Bacon Act, the 00ntiact0'
shall maintain records which show mat the commitment to provide such
HUD-4010 12 -841
1(61344.11
benefits b-antoroeable. that the plan or program is financially responsible. apprentice. The allowable ratio of apprentices to journeymen on the job site
and thee the plan pr program has been communicated in writing to the in any craft classification shall not be greater than the ratio permitted lo the
albaere or mechanics 'reacted, end records which show the touts antler- contractor 83 to to enere work force under the registered program. Any '
Paled or phe actual cost incurred in providing ugh benefits Contractors worker listed On • payroll al an apprentice wage rate, who is not registered
nploying epprenypa or trainees under approved programs shall maintain or otherwiss employed as stated above shall be paid not less than ea
written evidence of the registreliOn'ol apprenticeship programs and certlfi- applicable wage nee on the wage determination for the classification of
Cation ot trainee programs, the registration of the apprentices and trainees, work actually pertained. In addition, any apprentice pertorming work on ,
and the relics and wage rates prescribed In the applicable programs. the job site In eoQ s5 of the ratio permitted under the registered program
(Approved by the Office: of Management and Budget under DMB Control shall be paid not less than the applicable wage rate on the wage determi-
Numbers 1215 -0140 and 1215-0017.) nation for the work actually performed. Where a contractor Is performing
(I) (a) Tire contractor shall submit wieldy for each week In which any construction on • pro)eet M • locality Other than that in which its program is
Contract work is performed • copy of all payrolls to HUD or Its designee O registered, she ales and wage ales (expressed in percentages of the jour -
tra agency h a parry to the Contract but I the agency Is not stet • party. neyman s hourly rate) specified in the contractors or subcontractor's regrs-
the contractor will submit the payrolls to the applicant, sponsor or miner. bred program shall be observed. Every apprenctiee must be paid at not
es the case may be, for transmission to HUD or lb designer The payrolls less than the retie specified In the registered program for the apprentice's '
submitted shall set out accurately and completely all of the information level d progress, expressed as • percentage 01 the Journeymen hourly rate
required to be maintained under 29 CFR Pad 5$(a)(3)(1). TN* Information specified In determination. the applicable wage determination. Apprentices shall be paid
may be submitted In any form desired. Optional Form WH-347 is available finge benefits In accordance with the provisions of the apprenticeship
for this purpose and may be purchased ream the Superintendent of Docu- program. It the apprenticeship program does not specify hinge benefits, '
fonts (Federal Stock Number 029- 005-00014 -1), U.S. Government Printing apprentices must be paid the full amount of hinge benefits listed on the
Office Washington. DC. 20402. The prime contractor le responsible for tie wage determination for the applicable classification. If the Administrator
submiasi0n of copies of payrolls by aWoubccn3actora (Approved by the determines theta different practice prevails for the appheable apprentice
Office al Management and Budget under OMB Control Number classification. fringes shall be paid in accordance with that determination. In '
1215 -0149.) the event the Bureau of Apprenticeship and Training. or a State Appren
(b) Each payroll submltled shall be accompanied by a "Statement of tr0eship Agency recognized by the Bureau. withdraws approval of an
Compliance," signed by the contractor or subcontractor or his or her agent apprenticeship program. the contractor will no longer be permitted to utilize
who pays or supervises the payment of the persons employed under the apprentices at less than the applicable predetermined rate for the work '
contract and shall certify the hollowing performed until an acceptable program is approved.
(l) That the payroll for the payroll period contains the information 69 Trainees. Except as provided in 29 CFR 516 trainees will 'Vibe
required to be maintained under 29 CFR Pan 5.5 (a)(3)() and that such permitted to work el less than the predetermined rate for me work per.
information Is correct and complete; formed unless they are employed pursuant 10 and individually' registered in
(2) That each tsbmer or mechanic (including each helper. • program which has received prior approval. evidenced by lormal cert.li• ,
apprentice, and trainee) employed on the Contract during the payroll period cation by the V.S. Deparbnent of labor. Employment and Training Admin
has been paid the full weekly wages earned. wilhOul rebate. tether directly stration. The ratio of trainees to journeymen on the job site shall not be
or indirectly. and that no deductions have been made either directly or Indi• greater than permitted under the Wan approved by the Employment end
rectly from the full wages earned. other than permissable deductions as set Training Administration. Every trainee must be paid at not less than the rate '
forth in 29 CFR Pan 3, specified in the flowered program for me trainee's level 01 progress.
(3) That each laborer or mechanic has been paid not less than the expressed es a percentage of the journeyman hourly rale specified re the
applicable wage rates end fringe benefits or cash equivalents for the clas- applicable wage determination. Trainees shall be paid hinge benefits in
sication of work performed. as specified in the applicable wage determine accordance with the provisions of the trainee program. If the trainee pro '
eon incorporated Into the contract prom does not mention fringe benefits, 1,auhees shall be paid the her
(c) The weekly submission of a properly executed certification set am0unl of hinge benefits listed on the wage determination unless the
'forth on the reverse side Of Optional Form WH -347 shall satiety the Administrator of the Wage and Hour Diwsron determines that (here is an
requirement for submission of the "Statement of Compliance" required by apprenticeship program associated with the corresponding journeyman ,
paragraph A.3.06(b) ol this section. wage rote On me wage determination which provides for less than LA
(9) The lalslaca3on of any of the above certifications may subject the M th
nge benefits for apprentices. Any employee listed on e payroll et e
contractor or subcontractor to civil or criminal prosecution under Section trainee rate who is not registered and participating in 0 Veining plan
1001 of Title 16 and Section 231 of Title 31 of the United Stales Code. approved by the Employment and Training Administration shall be paid no' '
(al) The contractor or subcontractor shall make the records required less m m
an the applicable wage rate on e wage determination for the wog•
under paragraph &3.9) of this section available for inspection. copying. Or actually performed. In addition, any trainee penorming work on the job site
transcription by authorized representatives of HUD or its designee or the in excess 01 the ratio permitted under the registered program shall Dr pare
Department of labor, end shall permit such representatives to interview not less than the appIrcable wage rate on the wage determination Ir' the ,
employees during working hours On me job. If the contractor or subcon- wok actually performed. In the event the Employment and Training Admir.
5adtor tails to submit the required records or to make them available. HUD tstralion withdraws approval of a training program, me contractor win "c
or 06 designee may, Mer written notice to the Contractor. sponsor, appli- longer be permitted to utilize trainees at less than the applicable prede'.e•-
cant or owner. take such action as may be necessary to Cause the sus- mined rate for the work performed until an acceptable program is ,
pension of any hider payment advance, or guarantee of hinds. Further - approved.
more, failure 10 submit the required records upon request or to make such 2 06 Equal employment opportunity. The utilization o1 apprentice`
records available may be grounds for debarment action pursuant to 211 trainees and journeymen under this pen shall be in conformity with ir,0
CFR Pan 5.12. equal employment opportunity requirements of Executive Order 1124E as '
2 0 6 (I) Apprentices and Trainees. Apprentices. Apprentices will be per- amended, and 29 CFR Pad 30.
mined to work et less than the predetermined rate for the work they per- 2 0 7 - 6. Compliance with Copeland AM requlrenhena. The contractor she"
formed when they are employed pursuant to and individually registered Ina comply with the requirements 0129 CFR Pen 3 which ere Incorporated b,
bona fide apprenticeship program registered with the U.S. Department of reference in this contract '
Labor. Employment and Training Administration, Bureau or ApprenbceshIp209 - 6. Subcontracts. The contractor or subcontractor will insert in any sub.
and Training. or with a Stale Apprenticeship Agency recognized by the contracts the clauses contained in 29 CFR 5.51a)(1) through (10) and suet.
Bureau. car If e person is employed In his or her first 90 days of probationery other clauses as HUD or its designee may by appropriate instructions
employment as an apprentice in suds an apprenticeship program, who Is require, and also a clause requirinc eye subcomrecters In Include these
not morviduelly registered in the program. but who has been certified by the clauses in any lower tier subcontracts The prime contactor she!' be ,
Bureau of Apprenticeship and Training or a State Appreneceship Agency responsible for the compliance by any subcontractor or tower tier subcor•
(where appropriate) to be eligible tor probetioary employment as an tractor wen all the Conee01 clauses in 29 CFR Pan 5.5.
SC22 HuD .401012 -94 '
1
1
1
1
1
• • s 7. ICenireds le debarment debamnt A breach of to contract douses M
29 CFR 5.5 Maybe grounds for serminetion of to contract and for debar-
ment oils eonbaClor and • subcontractor is provided M 29 CFR 5.12.
.1 0 - 9. Compliance with Darta -Bacon and Related Ad RequkImwnb. All rul-
ings end Mterpr8tati008 of to Davb and Related Acts contained in
29 CFR Parts 1, 3. and 5 are herein Incorporated by reference in this
contract
.1 0 - 9. Disputes wueanMg labor standards. Disputes arising out of the labor
Wandards pW Worts of this contract shell not be subject 10 the general
I disputes clause Of the cOntrecl. Such disputes shell be resolved M accor-
dance with to procedures of the Department of labor set loin M 29 CFR
Pars 5, 6, and 7. Disputes within the meaning d IS clause Include dis-
putes between the contractor (or any of as subcontractors) and HUD or to
designee. the US. Department of labor. or the employees or their
representatives.
.1 1 - 10. m Certification el EGgIblety. By entering into this contract the con-
tractor certifies that-neither t (nor he or she) nor any person or firm who
has an interest Mthe contractor's firm is ■ person or fern ineligible to be
awarded Government Conea0ta by Whit of Section 3(e) of the Davis -
Bacon Actor 29 CFR 5.120)(1) or to be awarded HUD 0ontrads or partici-
pate in HUD programa pursuant 10 24 CFR Part 24.
P9 NO pan of this contract shall be subrnntrscted lo any person or firm
Ineligible for award el a Government concoct by virtue or Section 3(8) 01
the Davis -Bacon Ad or 29 CFR 5.12(@)(1) or to be awarded HUD contracts
or participate In HUD programs pursuant to 24 CFR Pan 24.
(111) The penalty for shaking false statements Is prescribed M the U.S.
Criminal Code. 16 U.S.C. 1001. Additionally, U.S. Crimnal Code. Section
1010. Tee 18 , U.S.C. 'Federal Housing Administration transactions ". pro-
vides M part 'Whoever, for the purpose of. ..Mfiuendng M any way the
action of such Administration... makes, utters or publishes any statement
'
knowing the some to be terse... @hall be fined not more than 95.000 or
Imprisoned not more than two years. or both. -
2 12 . CanptaMta, Proceedings, or Testimony by Employees. No laborer or
mechanic to whom the wage. salary, or other labor standards provisions of
' this Contract are applicable stall be discharged or In any other manner
discriminated against by the Contractor or any subcontractor because such
employee has filed any complaint or Instituted or caused to be instituted
. any proceeding or has testified or is about to testify M any proceeding
under or reeling IO the tabor standards applicable under this Contract to
his employer.
2 1 3 . Contract Week Hours and Safety Standerds Act. As used in this para-
graph the terms "laborers" and "meChanice Mdude watchmen and
guards.
(1) Oman* requirements. No contractor or subcontractor contracting
for any pan of the contract work which may require or Mvdve the employ-
ment of laborers el mechanics shalt require or permit any such laborer or
mechanic In any workweek In which he or she is employed on such work
to work In excess of eight hours M any calendar day or In excess of lorry
hours in such workweek unless such laborer or mechanic receives com-
1
1
1
1
1
pentetion at a rate not less than one end one -Ntt times the basic rate o1
pay for all hours worked In excess of eight hours M any calendar day or In
excess of forty hours M such workweek whichever b grealer.
(2) Vlel.9on; Mobility for unpaid wages; liquidated damages. In the
event of any violation of the clause eel loin M subparagraph (1) of this
paragraph, the contractor and any eubcOntredor responsible therefor shall
be liable for the unpaid wages. M addition. such contractor and subcon-
tractor shall be liable to the United Metes tin the ease of work done under
contract for the District of Columbia or • territory. to such District or to such
territory), for Liquidated damages. Such liquidated damages shall te com-
puted with respect lo each individual laborer or mechanic, including
watchmen end guards. employed In violation al the douse set IoM in sub-
paragraph (1) of this paragraph. M the sum 01 910 for each calendar day on
which such Individual was required or permitted to work in excess d eight
hours or M excess of the standard workweek of lorry hours without pay-
ment of the overtime wages required by the clause set fonh In subpara-
graph (1) of this paragraph.
(3) Withholding for unpaid wages and IquldNed damages. HUD or its
designee shall upon as own action of upon written request of an autho-
rized representative of the Departrnent of tabor withhold or cause to be
withheld. from any moneys payable on .00080(4 work performed by the
b0ntractor or subcontractor under any such Canted or any other Federal
Contract with the same prime contract or any other Federally- assisted con -
trad subject to the Contract Work Hours and Safety Standards Act, which
is held by the same prime contractor such sums as may be determined to
be necessary to satisfy any liabilities of such contractor or subcontractor
for unpaid wages end liquldel d damages as provided in the clause net
IoM in subparagraph (2) of this paragraph.
(4) Subcontracts. The contractor or subcontractor shall insert in any
aubcOntracts ore clauses set IoM in WbperagraPh (1) through (4) of this
paragraph end also a Clause requiring the subcontractors to Include these
clauses In any lower tier subcontracts. The prime contractor Shall be
responsible for compliance by any subcontractor or lower tier subcontrac-
tor with the clauses set IoM M subparagraphs (1) through (4) of this
paragraph.
214 Health end Safety
(1) No laborer or mechanic shall be required to work in surroundings
or under working conditions which are unsanitary, hazardous. or flange, -
0us to his health and safety as determined under construction safety and
health standards promulgated by the Secretary o1 labor by regulation.
(2) The Contractor shall Comply with ell regulations issued by the
Secretary of labor pursuant to Title 29 Pan 1926 (formerly par 1518) and
failure to comply may resua In Imposition of sanctions pursuant to the Cen-
tred Work Hours and Safety Standards Act (Public taw 91.54, 83 Stet 961
(3) The Contactor shall include the provisions of this Article in every
Subcontract so that such provisions will be binding on each subcontractor
The Contractor shell take such action with respect to any subcontract as
the Secretary ot Housing end Urban Development or the Secretary of Leb•
shall direct as a means 01 enforcing such provisions
EFFECTIVE JANUARY t, 1966. THE CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENT
THAT CONTRACTORS PAY EMPLOYEES TIME AND ONE -HALF THEIR BASIC RATE OF PAY FOR FOURS WORKED
IN EXCESS OF 0 HOURS PER DAY WAS ELIMINATED FROM THE ACT. OVERTIME COMPENSATION FOR HOURS
WORKED IN EXCESS OF 40 HOURS PER REEK CONTINUES TO BE REQU I RED ( EMPHASIS ADDED)
5023
HUD4010 12.041
AITACtwltNI b -11 117 ,," Fl
TCDP WAGE RATE DETERMINATION REQUEST '�L � I rn4iv ` '
TOGA CONTRACT NuMDER 5705480 PHASE X OR PARCEL l'
LOCATION Main Street c,TY Round Rock COUNTY Williamson
II
ESTIMATED COST OF CONSTRUCTION /REMODELING $710,250.00
DESCRIPTION OF PROGRAM ACTIVITY; HOUSING /REHAB MODERNIZATION
II
PUBLIC FACILITIES X . ECONOMIC DEVELOPMENT OTHER
IF REORDER PRIOR DECISION NUMBER: DATE'
DESCRIPTION or vom .( BE SPECIFIC) Water and Sewer Facilities. Street improve-
ments and Flood and Drainar_e Facilities '
TYPE OF CONSTRUCTION /BUILDING: COI.O•ERCIAL RESIDENTIAL HEAVY X
HIGHWAY X pipe
TYPE of MATERIAL IN CONSTRUCTION: FRAME MASONRY OTHER asphalt
NUMBER OF STORIES NA NUMBER OF UNITS: NA
ELEVATOR REQUIRED? 110
NO. OF STORIES ,
IF DEMOLITION STATE WHETHER: RESIDENTIAL COMMERCIAL
PARKING AREA NA NO. OF SPACES PAVING REQUIRED ves
EXCAVATION LAND LT
yes LAND no LANDSCAPING yes
COMMENTS: none
EST. ADVERTISING DATE posy 1986 EST. START OF CONSTRUCTION .Telly 1986
APPROXIMATE DATE CONTRACT TO BE AWARDED .T11ne 12, 1986 '
pEnsoN REQUESTING DETERMINATION Gilwnn Waathrnnk TELEPHONE 214/489 -7720
AGENCY Gilson Westbrook A• Associate
ADDRESS P.O. Box 2087
Malakoff. Texas 75148 '
DATE 9/P4/86
REQUEST TO BE FORWARDED TO: •
Texas Department of Connnunity Affairs
Community Development 8 Housing Division
Labor Standards Specialist
ATTENTION: Texas Community Development Program
8317 Cross Park Drive
Austin, Texas 78754 -5124
5C24
TELEPIOI.EI 512-834-6030
NOTE: Request for a wage determination or a record of a wage decision must be
ordered 60 to 90 days prior to start of construction or the award of the
contract.
1
1
1
1
1
1
1
1
1
1
1
GENERAL WAGE DECISION NO. TX86
Supersedes General Wage Decision No. TX85 -4038
State: _ TEXAS
COUnty(1ea): ZONE 1 - .Slorado.aFayette.1 Caldwell.
Gillespie. Gonzales.
Co Lee.
Llano & Mason,
* * ** ZONE 2 - Hays. Travis 61-111-1-111A1161-111-1-11161-111-1-111A1122131-1' I
I111eao
ZONE 3 - Burleson. Grimes. Leon.. Madison.
Milam•.RObertson•. Walker & Washington
ZONE 4 - Brazos
Construction
Type: Heavy & Highway
Construction
Description: Heavy (excluding tunnels & dams) and Highway Projects
(does not include building structures in rest area projects). .NOT TO
BE USED FOR WORK
ON SEWAGE OR
TREATMENT LIFT/PUMP
COUNTIES.
Modification Record:
NO.
****zoNE 2 IS APPLICABLE TO THE
CONCRETE DRAINAGE CHANNELL AND RE
FUNDED UNDER THE TEXAS COMMUNITY DEVELOPME
APPROVED BY:
OFFICER, TDCA,
Publication Date Page No.(s)
CITY OF ROUND ROCK WATER MAINS, STREET RECONSTRUCTION
11 OF 31
SC25
DATE ISSUED
* ** *ZONE 2 IS APPLICABLE TO THE CITY OF ROUND ROCK WATER MAINS. STREET RECONSTRUCTION
CONCRETE LINAGE CHANNELL AND RELATED CONSTRUCTION CONTRACT WORK * * * * * **
Basic Basic
Hourly Hourly
Rates Rates
(ZONES 1 (ZONES 3
& 2 ) & 4 )
* * **
ASPHALT HEATER OPERATOR 5.25 5.15
ASPHALT RAKER 6.10 5.55
BATTERBOARD SETTER - 5.50
CARPENTER 7.00 8.30
CARPENTER HELPER 5.90 -
CONCRETE FINISHER (PAVING) 8.00 6.75
CONCRETE FINISHER HELPER (PAVING) 6.65 6.00
CONCRETE FINISHER (STRUCTURES) 6.80 7.90
CONCRETE FINISHER HELPER (STRUCTURES) 5.25 7.00
CONCPETE RUBBER 6.50 -
ELECTRICIAN 8.90 14.00
ELECTRICIAN HELPER - 9.25
FORM BUILDER (STRUCTURES) 7.00 6.85
FORM BUILDER HELPER (STRUCTURES) 6.25 6.00
FORM SETTER (PAVING & CURB) '- 6.75
FORM SETTER HELPER (PAVING & CURB) - 6.35
FORM SETTER (STRUCTURES) 6.85 8.05
FORM SETTER HELPER (STRUCTURES) 6.05 6.05
LABORER. COMMON 5.25 4.95
LABORER, UTILITY 5.85 5.75
MECHANIC 7.80 8.50
MECHANIC HELPER 6.20 7.00
OILER - 6.35
SERVICER 6.10 7.00
PAINTER (STRUCTURES) 8.00 10.00
PIPELAYER - 5.50
REINFORCING STEEL SETTER (PAVING) 7.00 6.60
REINFORCING STEEL SETTER (STRUCTURES) 7.25 7.25
REINFORCING STEEL SETTER HELPER 5.65 5.75
SPREADER BOX MAN 6.65 6.15
POWER EOUIPMENT OPERATORS:
Asphalt Distributor 6.75 6.80
Asphalt Paving Machine 7.05 6.70
Broom or Sweeper Operator 5.40 4.95
Bulldozer 150 HP & Less 7.05 6.75
Bulldozer over 150 HP 7.85 7.85
Concrete Paving Joint Sealer - 6.50
Crane, Clamshell, Backhoe, Derrick.
Dragllne, Shovel (less than 1 1/2 CY) 7.60 7.00
Crane, Clamshell, Backhoe. Derrick,
Dragllne. Shovel (1 1/2 CY & Over) 8.00 9.50
Front End Loader (2 1/2 CY & less) 6.60 6.35
Front End Loader (Over 2 1/2 CY) 7.50 7.45
Motor Grader Operator. Fine Grade 8.75 8.90
Motor Grader Operator 7.95 7.70
Roller. Steel Wheel (Plant -Mix Pave-
ment) 6.10 5.40
Roller. Steel Wheel (Other -Flat Wheel
or Tamping) 5.70 5.95
Roller. Pneumatic (Self- Propelled) 5.90 5.50
FUNDED UNDER THE TEXAS COMMUNITY DEVELOPMENT PROGRAM. TDCA CONTRACT NUMBER 5705480
SC26
1
1
1
1
1
1
1 �
1
1
1
1
1
1
1
1
1
1
1
1
* * **
Scrapers (17 CY & Less) 6.35 6.40
Scrapers (Over 17 CY) 6.80 7.45
Side Boom 5.80 -
Tractor (Crawler Type) 150 HP & Less 6.35 - -
Tractor (Crawler Type) over 150 HP 7.35 -
Tractor tP'hsumatic) over 80 HP 6.35 -
Traveling Mixer - 5.25
Wagon Drill. Boring Machine or Post
Hole Driller Operator 5.25
TRUCK DRIVERS:
Single Axle, Light 5.45 5.75
Single Axle. Heavy 6.30 6.25
Tandem Axle or Semitrailer 5.95 6.45
Lowboy -Float 6.25 -
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards Contract clauses (29 CFR, 5.5 (e) (1)
(11)).
* ** * ZONE 2 IS APPLICABLE TO THE CITY OF ROUND ROCK WATER MAINS, STREET RECONSTRUCTION,
CONCRETE DRAINAGE CHANNELL AND RELATED CONSTRUCTION CONTRACT WORK * * * * * * * **
FUNDED UNDER THE TEXAS COMMUNITY DEVELOPMENT PROGRAM, TDCA CONTRACT NUMBER 5705480
(D OF 3)
SC27
Tx86 -38
TEXAS COMMUNITY DEVELOPMENT PROGRAM
REPORT OF ADDITIONAL CLASSIFICATION AND RATE
(SEE INSTRUCTIONS • ON REVERSe)
DATE OF REPORT
To: DIRECTOR, COMMUNITY DEVELOPMENT PROGRAM
TEXAS DEPARTMENT OF COMMUNITY AFFAIRS
8317 CROSS PARK DRIVE
AUSTIN, TEXAS 78754 -5124
FROIJ:(NAME AND ADORES. CONTRACT CITY/COUNTY)
OF PROJECT
PROJECT NUMBER
( NAME
OF PROJECT (CITY, COUNTY AND STATE)
LOCATION
DESCRIPTION OF WORK
IN ORDER TO COMPLETE THE PROJECT, IT IS NECESSARY TO ESTABLISH WAGE RATE FOR THE FOLLOR-
ING CLASSIFICATIONS NOT INCLUDED IN THE U.S. DEPARTMENTD OF LABOR WAGE DETERMINATION
NO
DECISION
CLASSIFICATION(S) (LIST)
BASIC HOURLY RATE(S)
FRINGE BENEFIT PAYMENTS
NAME,ADDRESS AND ZIP CODE OF LABOR ORGANI-
ZAT ION
NAME,ADDRESS AND ZIP CODE OF CONTRACTOR
TITLE OF LABOR ORGANIZATION'S REPRESENTA
T1VE
TITLE OF CONTRACTOR'S REPRESENTATIVE
O SUPPORTING DOCUMENTS ATTACHED.
D THE INTERESTED PARTIES, INCLUDING THE EMPLOYEES OR THEIR AUTHORIZED REPRESENTATIVES
AGREE ON THE CLASSIFICATION AND WAGE RATE.
D THE INTERESTED PARTIES, INCLUDING THE EMPLOYEES OR THEIR AUTHORIZED REPRESENTATIVES
CANNOT AGREE ON THE PROPER CLASSIFICATION AND WAGE RATE. A DETERMINATION OF THE
QUESTION BY THE SECRETARY OF LABOR IS THEREFORE REQUESTED AVAILABLE INFORMATION
AND RECOMdENDAT 1 ONS ARE ATTACHED.
o APPROVED (PENDING ACCEPTANCE AND FINAL APPROVAL BY U S DEPARTMENT OF LABOR(
ELIZABETH A KEITH LABOR STANDARDS OFFICER DATE
-
TEXAS COMMON(
TCDP /FRIG.423OA 14.73)
SC28
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INSTRUCTIONS - SUPPLEMENTAL CLASSIFICATIONS •
The Regulations of the Secretary of Labor, 29 CFR, Part 5 Section 5.5(a) (1) (ii)
provide that the contracting officer shall require that any class of laborers or
mechanics which is not listed in the wage determination and which is to be employed
under the contract, shall be classified or reclassified conformably to the wage
determination. A report of the action taken shall be sent by the State Agency
to the Department of Labor. .This is mandatory.
Important points to be considered are as follows:
1. The wage determination should be reviewed to see if there is a
classification that can be used to cover the work to be performed.
2. If there is no appropriate classification in the schedule, determine
whether the classification requested is generally used in the
construction industry and the rate requested is prevailing locally.
3. The wage rates and fringe benefits should be not less than those
prevailing on the date of the applicable wage determination decision.
The rates of pay will be established as follows:
1. Signed statements with respect to prevailing rates listing the
classification of labor to be employed and the prevailing minimum
wage rate for each will be obtained from the secretaries of the
Associated General Contractors (AGC) and the Building Trades
Council (BTC) having jurisdiction, where possible.
2. If statements from the Secretaries of the AGC and the BTC are not
applicable, or impossible to obtain, the following procedure will
be used:
Secure letters from at least three (3) contractors who normally
work in the area of the project indicating what they pay
employees in the needed classifications. These statements and
any other material will form the basis of the minimum prevailing
rates to be established.
The interested parties, including the employees or their authorized
representative, must agree on the classification and wage rate.
In the event the interested parties, including the employees who are
not represented by organized labor, cannot reach agreement as to the
proper classification or reclassification, the matter shall be referred
to the Texas Community Development Program (for forwarding to the
Department of Labor for final determination).
This report should not be utilized to add the classification and rate
for Helpers and other such subclassifications. These classifications
are included in the wage determination decisions when the information
available to the Department of Labor indicates that a practice of using
such subclassifications prevails in the area.
This form is intended to be self - explanatory. All pertinent information
must be reported and supporting data attached. Each supplemental classifi-
cation action must be approved by the Texas Community Development Program
Labor Standards Officer and sent to the Employment Standards Administration,
U.S. Department of Labor, Washington, D.C.
SC29
• TEXAS COMMUNITY DEVELOPMENT PROGRAM
REPORT OF ADDITIONAL CLASSIFICATION AND RATE
(BEE INSTRUCTIONS ON REVERSE)
DATE OF REPORT
To: DIRECTOR, COMMUNITY DEVELOPMENT PROGRAM
TEXAS DEPARTMENT OF COMMUNITY AFFAIRS
8317 CROSS PARK DRIVE
AUSTIN, TEXAS 78754 -5124
FROM:INANE AND
ITV /COUNTY)
IFROJCCT NUMBER
NAME OP PROJECT
LOCATION OF PROJECT (CITY, COUNTY AND STATE)
DESCRIPTION OF WORK
IN ORDER TO COMPLETE THE PROJECTS IT IS !Bpi WAGE RATE FOR THE FOLLOW-
ING CLASSIFICATIONS NOT INCLUDED IN THE U.S. LABOR WAGE DETERMINATION
DECISION NO DATED
CLASSIFICATION(S) (LIST) F
BASIC HOURLY RATES)
FRINGE BENEFIT PAYMENTS
NAME, ADDRESS AND ZIP CODE OF LABOR ORGANI•
Z.AT 1 ON
NAME,ADDRESS AND ZIP CODE OF CONTRACTOR
TITLE OF LABOR ORGANIZATION`S REPREBENTA
T1VE
TITLE OF CONTRACTOR'S REPRESENTATIVE
O SUPPORTING DOCUMENTS ATTACHED.
0 THE INTERESTED PARTIES, INCLUDING THE EMPLOYEES OR THEIR AUTHORIZED REPRESENTATIVES
AGREE ON THE CLASSIFICATION AND WAGE RATE.
0 THE INTERESTED PARTIES. INCLUDING THE EMPLOYEES OR THEIR AUTHORIZED REPRESENTATIVES,
CANNOT AGREE ON THE PROPER CLASSIFICATION AND WAGE RATE. A DETERMINATION OF THE
QUESTION BY THE SECRETARY OF LABOR 1S THEREFORE REQUESTED. AVAILABLE INFORMATION
AND RECOMMENDATIONS ARE ATTACHED.
0 APPROVED(PENDING ACCEPTANCE AND FINAL APPROVAL BY U B DEPARTMENT OF LABOR)
■
ELIZABETH A KEITH LABOR STANDARDS OFFICER DATE
TEXAS COMMUNITY DEVELOPMENT PROGRAM
TCDP /MUD• 423GA (A.73)
SC3O
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INSTRUCTIONS - SUPPLEMENTAL CLASSIFICATIONS
The Regulations of the Secretary of Labor, 29 CFR, Part 5 Section 5.5(a) (1) (ii)
provide that the contracting officer shall require that any class of laborers or
mechanics which is not listed in the wage determination and which is to be employed
under the contract, shall be classified or reclassified conformably to the wage
determination. A report of the action taken shall be sent by the State Agency
to the Department of Labor. This is mandatory.
Important points to be considered are as follows:
1. The wage determination should be reviewed to see if there is a
classification that can be used to cover the work to be performed.
• 2. If there is no appropriate classification in the schedule, determine
whether the classification requested is generally used in the
construction industry and the rate requested is prevailing locally.
3. The wage rates and fringe benefits should be not less than those
prevailing on the date of the applicable wage determination decision.
The rates of pay will be established as follows:
1. Signed statements with respect to prevailing rates listing the
classification of labor to be employed and the prevailing minimum
wage rate for each will be obtained from the secretaries of the
Associated General Contractors (AGC) and the Building Trades
Council (BTC) having jurisdiction, where possible.
2. If statements from the Secretaries of the AGC and the BTC are not
applicable, or impossible to obtain, the following procedure will
be used:
Secure letters from at least three (3) contractors who normally
work in the area of the project indicating what they pay
employees in the needed classifications. These statements and
any other material will form the basis of the minimum prevailing
rates to be established.
The interested parties, including the employees or their authorized
representative, must agree on the classification and wage rate.
In the event the Interested parties, including the employees who are
not represented by organized labor, cannot reach agreement as to the
proper classification or reclassification, the matter shall be referred
to the Texas Community Development Program (for forwarding to the
Department of Labor for final determination).
This report should not be utilized to add the classification and rate
for Helpers and other such subclassifications. These classifications
are included in the wage determination decisions when the information
available to the Department of Labor indicates that a practice of using
such subclassifications prevails in the area.
This form is intended to be self - explanatory. All pertinent information
must be reported and supporting data attached. Each supplemental classifi-
cation action must be approved by the Texas Community Development Program
Labor Standards Officer and sent to the Employment Standards Administration,
U.S. Department of Labor, Washington, D.C.
SC31
NOTE: FEDERAL LABOR STANDARDS PROVISIONS AMENDMENT
ATTACHED FEDERAL LABOR STANDARDS PROVISIONS CONTAIN AN
AMENDMENT AFFECTING REQUIREMENTS UNDER THE 'CONTRACT
WORM HOURS AND SAFETY STANDARDS ACT'. PLEASE REFER TO
PAGE 3(OR 462) FOR THE NOTATION AMENDING SECTION 213.
ALL CONSTRUCTION CONTRACTS PERFORMING 11DRK UNDER A TDCA
COMMUNITY DEVELOPMENT PROGRAM FUNDED PROJECT AND AWARDED
AFTER JANUARY 1. 1666 SHOULD CONTAIN THE AMENDED PROVISIONS.
SC32 "
INTRODUCTION
Davis -Bacon and related Acts (DBRA)
The Davis -Bacon Act, as•amended, requires that each contract over
62,000 to which the United States or the District of Columbia is
a party for the construction, alteration, or repair of public
buildings or public works contain a clause setting forth the
minimum wages to be paid to various classes of lhborers and
mechanics employed under the contract. Under the provisions oseos
the Act, contractors or their subcontractors are to pay
employed directly upon the site of the work no less than the
locally prevailing wages and fringe benefits paid on projects of
a similar character. The Davis -Bacon Act directs the Secretary
of Labor to determine such local prevailing wage rates.
In addition to the Davis -Bacon Act itself, Congress has added
prevailing wage provisions to approximately 60 statutes which
assist guarantees, andtinsurance. Theseu'relateds loans,
Acts " involve
construction in such areas as health, housing, air and water
pollution and transportation. If a construction project is
funded or assisted under more than one Federal statute, th e ect
Davis -Bacon prevailing wage provisions may apply to pro
if any of the applicable statutes requires payment of ea
wage rates.
The geographic scope of the Davis -Bacon Act is limited, by its
terms, to the 50 states and the District of Columbia. By the
same token, the scope of each of the related Acts is determined
by the terms of the particular statute under which the Federal
assistance is provided. For example, Davis -Bacon prevailing wage
provisions would apply to a construction contract located in Guam
or the Virgin Islands funded under the Housing and Community
Development Act of 1974, even though the Davis -Bacon Act itself
would not apply.
SC33
Wage Determinations
A "wage determination" is the listing of wage rates and fringe
benefit rates for each classification of laborers and mechanics
which the Administrator of the Wage and Hour Division of the
Department of Labor has determined to be prevailing in a given
area for a particular tkpe of construction (e.g., building,
heavy, highway, or residential). The Wage and Hour Division (the
Division), issues two types of wage determinations: general
determinations, also known as area determinations, and project
determinations. The term "wage determination" is defined as
including not Only original decision but any subsequent
decisions modifying, superseding, correcting, or otherwise
changing the rates and scope of the original decision.
DE -MA /al Wage Determinations reflect those rates determined by the
Division to be prevailing in a specific geographic area for the
type of construction described. The general wage decisions
contain no expiration date and remain in effect until modified,
superseded, or withdrawn. General wage determinations are
usually issued whenever the wage patterns for a given location,
for a particular type of construction, are well settled and it
appears there will be a recurring need for determined rates. If
a contracting agency has a proposed construction project to which
a general determination would be applicable, the published
determination may be used by the contracting agency without
consulting the Department of Labor.
As of 1985, about one -half of the counties in the United States
were covered by general wage determinations for building
construction.. General determinations for highway construction
applied to nearly all areas, and approximately three - quarters of
the counties were encompassed by general wage determinations for
heavy construction. Few general determinations are issued for
residential construction.
.Zoiect-Hage DeterminationS. These are issued at the specific
request of a contracting agency; are applicable to the named
project only; and expire 180 calendar days from the date of
issuance unless an extension of the expiration date is requested
by an agency and approved by the Division. If such a
- determination is not used in the period of its effectiveness, it
is void. Project determinations are issued in response to
contracting agencies submitting to the Division a ¶tandard Form
308 requesting a wage determination.
Modifications of general and project wage determinations are
issued to update certain data in the original determination. If
publication occurs less than 10 days prior to bid opening, and
the agency finds that there is not sufficient time still
available before bid opening to notify bidders of the
modification, it may be disregarded. If a contracting officer
chooses to disregard a modification, a report of this action
5C34
shall be inserted in the contract file and made available to the
Division upon request.
If a contract has not been awarded within 90 days after bid
opening, or in case of projects under the National Housing Act,
construction has not begun 90 days after initial endorsement or
the signing of the agreement to enter into a housing assistance
payments contract, any modifications published to a general wage
determination prior to award of the contract or beginning of
construction, as appropriate, shall be effective with respect to
that contract unless the agency requests and obtains an extension
of the 90 -day period from the Division.
Nt p date d the provisions of Determinations are Supersedea up
s
decisions affecting general determinations are effective under
the same circumstances as "modifications ". However, the
difference between modification and supersedeas is that the
modification allows an existing wage decision to remain active,
as modified, whereas the latter supersedes an existing wage
decision and, therefore replaces it.
General wage determination decisions of the Secretary of Labor
are issued in accordance with applicable law and are based on the
information obtained by the Department of Labor from its study of
local wage conditions and data made available from other sources.
They specify the basic hourly wage rates and fringe benefits
which are determined to be prevailing for the described classes
of laborers and mechanics employed on construction projects of a
similar character and in the localities specified therein.
The determinations in these decisions of prevailing rates and
fringe benefits have been made by authority of the Secretary of
Labor 3, the Stat. 1494, as amended, 40n of March
U.S.C. U.S.C.276a)
and of other Federal statutes referred to in 29 CFR Part 1,
Appendix, as well as such additional statutes as may from time to
time be enacted containing provisions for the payment of wages
Legal Basis And Application
Minimum Wages for Federal and
Federally Assisted Construction;
General Wage Determination Decisions
SC35
.determined to be prevailing by the Secretary of Labor n
accordance with the Davis -Bacon Act and pursuant to th
provisions of 29 CFR Part 1. The prevailing rates and fringe
benefits determined in these decisions shall, in accordance with
the provisions of the foregoing statutes, constitute the minimum
wages payable on Federal and federally assisted construction
projects to laborers and mechanics of the specified classes
engaged on contract work of the character and in the localities
described therein.
General wage determination decisions contain no'expiration dates
and are effective from their date of notice in the Federal
ReaistaI, or on the date written notice is received by the
agency, whichever is earlier. These decisions are to be used in
accordance with the provisions of 29 CFR Parts 1 and 5..
Accordingly, the applicable decision, together with any
modifications issued, must be made a part of every contract for
performance of the described work within the geographic area
indicated as required by an applicable DBRA Federal prevailing
wage law and 29 CFR Part 5. The wage rates contained herein must
be the minimum paid by contractors and subcontractors to laborers
and mechanics.
•
Modifications and Supersedeas Decisions
to General Wage Determinations
Modifications and supersedeas decisions to general wage
determination decisions are based upon information obtained
concerning changes in prevailing hourly wage rates and fringe
benefit payments since the decisions were issued.
Such decisions contain no expiration date and are effective from
the date that notice of such decisions is published in the
f'ederAl_Reaister, or on the date written notice is received by
the agency, whichever is earlier. These decisions are to be used
in accordance with the provisions of 29 CFR Parts 1 and 5.
Any person, "organization,:or governmental agency having an
interest in the rates determined as prevailing is encouraged to
submit wage rate and fringe benefit information for consideration
by the Department. Further information and self- explanatory
forms for the purpose of submitting this data may be obtained by
writing to the U.S. Department of Labor, Employment Standards
Administration, Wage and Hour Division, Division of Wage
Determinations, 200 Constitution Avenue, N.W. - Room S -3502,
Washington, D.C. 20210.
SC36
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246 (30 F. R. 12319 -25). The implementing
rules and regulations provide that any bidder or prospective contractor. or any of their proposed subcon-
tractors. shall state as an initial part of the bid or negotiations of the contract whether it has participated in
any previous contract or subcontract subject to the equal opportunity clause: and. if so. whether it has filed
all compliance reports due under applicable instructions.
Where the certification indicates that the bidder has not filed a compliance report due under applicable in-
structions. such bidder shall be required to submit a compliance report within seven calendar days after bid
opening. No contract shall be 'awarded unless such report is submitted.
CERTIFICATION BY BIDDER
NAME AND ADDRESS OF BIDDER fMtrpat Ill Coact
t. Bidder has participated in a previous contract or subcontract Subject to the Equal Opportunity Clause.
❑ Yes ❑ No
2. Compliance reporu were required to be filed in connection with Such contract or Subcontract.
❑ Yet ❑ No
3. Bidder has filed all compliance reports due under applicable instructions, including SF -1O0.
❑ Yes ❑ No ❑ None Required
4. Have you ever been or are you being considered for ion due to violation of Executive Order 11246, as amended?
Yes Q No
NAME AND TITLE or SIGNER Meese typal
SIGNATURE
DATE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CONTRACTOR CERTIFICATIONS
so mos Fcum NUD.'73a eA•M it 08,01•1.
SC37
NUD.950.1 111181
TO (Amer'" . Aery:•Or
d•
. 2. N. certifies 1M1•
A. N• c.rtlli•r that:
(e) 1M 1q•1 tom •ad 1k Mtlama eddies. •114. .sY•isi 4•J ore.
(11 11. .d.•ip0d it:
111 a
•[NI Or •••••G .rD
(IMMUNITY Oer4LO••INI \LOGS 41•
.. CONTRACTOR
CONCERNING LAROR STANDAEDS AND PREVAILING 1YAGE REQUIREMENTS
IRO •
• more n. .•
IN •
SC38
••0111C• 441 .an 01 ..ii
•••IsCT .••e
E. UV .ad•..Ip•l, h..h. ••••1.4 s malted .Nh
fa IM
ruction of U• :bone-Identified h•)•n, 1cMw1•d4os diet:
(a) TM Labor Standard. pmeietons are Included In the •1.4.4•14 coshes% 1
(b) C.ndi•..1 say Inlnclf•n• of the .I.,.4•W cendi0••u. hrel.dieg Sanctions 17 !•y of his •ek•Mresta s and
••M lwor tier sek•nlr•el40. is his resps••Ibllily:
1.) Neither he oar *ay 1Y.. partnership or i•tls. 4. which he 4.s subst•nll•1 Inten•1 is desipM.4 as an
41.11 4i►Ie contractor ►714. Co.proile. General el the United 3u1es p.r•wnl 4. Section 1.6(b) of rho ResulWena
.1 iM' Seentary it Leis% P.. S (:F f:l 6. N. SJa. p.n .4nt M 1.41140 3(•) of the Danis-Baum AM..*
..ended (40 U.S.C. 776. -7(•A.
(4) N• pr1 .l the •foreweMiaed coolie., bra bus or .i11 be se►canlrac1.4 1• any arbcontrectot If sett srb-
e.n4.4lor or my Ue.. ea.pentien. pnnership or •as•cI•11e. In which sect srbe•nlnner bra • seb•t••ttal
lemmas le died paled .4 s• ineligible esnbsels. prsnet Is ray of the •or•.e•11sosd regulatory or statutory
pcs.tal•ne.
S. lie •p .4• to •Male *ad leeward 1e the al..sensitised recipient within ten drys after the eseeelfon of eny s.bc.nlncl.
Melding those ed by his sekwlncbu end any Men tier sekwlncl.n, • Srksnlnd•r'• Ceetllieeln•
C.e•nint lib Stsderds and Prevailing 0.. Requirements .4.4.led by the ss►contrscton.
1. •ne.•,saT,ur /O...r.dd
(e) The new., lid. •.d .44...r •11he ••■•, nn.... or •Ilia... •1 the .s4.ni4•.J 1'•:
tars .
•
10N • 1•• or Emit sea.t•.
TITL e •
• •..0151
NUO•tllr 1143)
u
111 1L. ...w ..1 ..w•...• .I .11 r1er ..•..w., 111111...•.1 w/ ...i.e., ►...n • wLe•eN•.I r.we.r .w 11.e ..I r...
0.114. ..r....11L. eaten s. rr it /r.... •• r.
•••■
SC39
By
« .u«c.. •«. u..,:
1.1 1F. •..n, do .♦ .d• .I..0. •.... .1.11.r1w ►u.U:., maser" w swew rs m •I a M. .•••■•••• M.
..u►v.. l u•...•• .w.. •n •1.r k
«•.. se...ul .w.o. c.•■••.e•nn.
trammING
11.1 C•w..•l C.N. N11... .e10. Tel. 1e. V. /.G. V•.1... 1. •..e • wheeew .... ..... ..
.••..11.11 ......w. We .w. N 4 1•rw y.. e. 1111 / M 1111• Won $S..00 w ..wN..t.11.. .11. w . - •.v.•. w .
Signature
SAMPLE
CERTIFICATION OF PROPOSED CONTRACTOR REGARDING
SECTION 3 AND SEGREGATED FACILITIES
Name of Contractor Project Name and Number
The undersigned hereby certifies that:
(a) Section 3 provisions are included in the Contract.
(b) A written Section 3 plan was prepared and submitted as part of
the bid proceedings (if bid equals or exceeds $10,000).
(c) No segregated facilities will be maintained as required by Title
VI of the Civil Rights Act of 1964.
Name and Iltle of Signer ilype or Print)
SC40
L ate
State of )
County of ) ss.
being first duly sworn, deposes and says
that:
NONCOLLUSION AFFIDAVIT OF PRIME BIDDER
(1) He is of .
the Bidder that has submitted the attached Bid; r
(2) He is fully informed respecting the preparation and contents of
the attached Bid and of all pertinent circumstances respecting such
Bid;
(3) Such Bid is genuine and is not 4 collusive or sham Bid;
(4) Neither the said Bidder nor any of its officers, partners, owners,
agents, representatives, employees or parties in interest, including
this affiant, has in any way colluded, conspired. connived or agreed,
directly or indirectly with another Bidder. firm or person to submit
a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted or to refrain from bidding in connection
with such Contract, or has in any manner, directly or indirectly, sought
by agreement or collusion or coomunication or conference with any other
Bidder, firm or person to fix the price or prices in the attached Bid
or of any other Bidder, or to fix an overhead, profit or cost element
of the Bid price or the Bid price of any other Bidder, or to secure
through any collusion, conspiracy, connivance or unlawful agreement
any advantage against the (Local Public Agency)
or any person interested in the proposed Contract; and
(5) The price or prices quoted in the attached Bid are fair and proper
and are not tainted by any collusion, conspiracy, connivance or unlawful
agreement on the part of the Bidder or any of its agents, representatives,
owners, employees. or parties in interest, including this affiant.
Subscribed and sworn to me this
day of , 19
By:
Notary Public
My commission expires
(Signed)
Title
SC41
SAMPLE
CONTRACTOR'S SECTION 3 PLAN
(Name of Contractor) agrees to implement the following specific
affirmative action steps directed at increasing the utilization of lower income
residents and businesses within the City of
A. To ascertain from the locality's CDBG program official the exact boundaries
of the Section 3 covered project.area and where advantageous, seek the
assistance of local officials in preparing and implementing the affirmative
action plan.
B. To attempt to recruit from with the city the necessary number of lower income
residents through: local advertising media, signs placed at the proposed site
for the project, and community organizations and public or private institutions
operating within And servicing the project area such as Service Employment and
Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League,
Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service.
C. To maintain a list of all lower income residents who have applied either on
their own or on referral from any source, and to employ such persons, if
otherwise eligible and if a vacancy exists.
D. To insert this Section 3 plan in all bid documents and to require all bidders
on subcontracts to submit a Section 3 affirmative action plan including
utilization goals and the specific steps planned to accomplish these goals.
E. To insure that subcontracts (greater than $10,000) which are typically let
on a negotiated rather than a bid basis in areas other than the Section 3
covered project areas are also let on a negotiated basis, whenever feasible,
will let in a Section 3 covered project area.
F. To formally contact unions, subcontractors, and trade associations to secure
their cooperation in this effort.
G. To insure that all appropriate project area business concerns are notified of
pending subcontractual opportunities.
H. To maintain records, including copies of correspondence, memoranda, etc.,
which document that all of the above affirmative action steps have been taken.
I. To appoint or recruit an executive official of the company or agency as
Equal Opportunity Officer to coordinate the implementation of this Section
3 plan.
J. To maintain records concerning the amount and number of contracts, subcontracts,
and purchases which contribute to Section 3 objectives.
SC42
Contractor's Section 3 Plan
Page Two
K. To maintain records of all projected workforce needs for all phases of the
project by occupation, trade, skill level, and number of positions and to
update these projections based on the extent to which hiring meets Section
3 objectives.
As officers and representatives of (name of com.an')
We the undersigned have read and fully agree to the ectUon'3 Affirmative Action
Plan, and become a party to the full implementation of the program and its provisions.
Signature
Title Date
Signature
'title
SC43
Date
TECHNICAL SPECIFICATIONS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
NOTES FOR REFERENCING CITY OF AUSTIN SPECIFICATIONS
FOR WORK WITHIN THE CITY OF ROUND ROCK
The current City of Austin Standard Construction 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
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. The top 3" of backfill material shall be
approved topsoil. free of rocks. with clods no larger than 1 -1/2 ",
and capable of sustaining healthy plant life.
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.
8. Contractor shall verify exact depth and location of all utilities
prior to beginning construction. Any damage to existing utilities,
driveways, pavement. curb and gutter. sidewalks, etc.. shall be
repaired by the Contractor at his own expense.
9. Utility service lines shall be replaced within 24 hours after
removal at the unit price bid in the contract.
10. Contact Jim Nuse. Director of Public works. City of Round Rock
(255- 3612). 48 hours prior to connection to existing water lines.
TS-1
11. Existing manhole frames and covers and water valves within the
street shall be raised to finished pavement grade at the Owner's
expense prior to final paving construction.
12. All fill areas shall be compacted to 95% standard Proctor density
prior to construction.
13. Access shall be provided for all residences and businesses. When
it becomes necessary to stop or restrict access.-the Contractor
shall notify said parties at least 24 hours prior to closing.
14. Sidewalks shall be field located as directed by the Engineer and
approved by the Owner.
15. Driveways shall be reconstructed as per detail.
16. Existing asphalt or concrete structures, driveways, and pavement
sections to be tied into shall be saw cut to smooth, neat lines.
17. Grading between the edge of pavement and R.O.W. and the filling of
roadside ditches shall be as directed by the Engineer. Material
used for final grading shall be free of lumps, rocks. clods. broken
concrete. roots, or any deleterious material.
18. All utility trenches underneath street paving shall be compacted
with a vibrating tamper in 6" lifts. Density of backfilled
trenches under pavement shall be tested by an independent testing
laboratory. Such testing will be paid for by the owner. and an
authorized representative of the City of Round rock shall be
present when such tests are made.
19. All excess excavated material and debris shall be disposed of by
the Contractor. This is subsidiary to the excavation items.
20. All R.C.P. used for drainage purposes shall be ASTM —C76. Class III.
Wall B. All joints shall be sealed with "Ram —Neck" joint filler.
or approved equal. unless stated otherwise on the drawings.
21. At no time shall more than 800 feet of Main Street be closed to
traffic unless approved by the Engineer. Access for emergency
vehicles shall be maintained at all times.
22. Dust control measures provided by the Contractor at the discretion
of the City Inspector.
23. Sanitary sewer lines cut during construction shall be repaired with
PVC pipe. SDR 35. of equivalent size and FERNCO flexible couplings.
Series 1002. or equivalent.
24. Service material shall be Type "K" copper tubing or 160 psi
polyethylene tubing conforming to ASTM D2737. SDR 9, with brass
fittings.
TS -2
25. The "Measurement and Payment" procedures shall be as included in
these specifications. Bid items in the Proposal are for specific
items noted on the Plans. Any items shown on the Plans but not
included as a separate pay item in the Proposal shall be considered
a subsidiary item and not additional payment shall be made for such
work.
26. All areas exposed during construction shall be revegetated as
directed by the Engineer. Revegetation of all exposed areas shall
consist of sodding, seeding or hydrenulching, at Contractor's
option. Acceptability shall consist of a minimum 1 -1/2" growth
over 85% of the area, with individual exposed areas not to exceed
10 square feet.
27. All pipe and fittings, at thrust blocks, shall be wrapped with
8-mil (minimum) polyethylene film meeting ANSI AWWA C105 current,
with all edges and lapss taped securely to provide a continuous and
watertight wrap.
28. water mains shall be asbestos cement pipe, Class 200, ductile iron,
Class 50, poly- wrapped, 8-mil minimum,, or P.V.C. (C -900).
29. Sterilization of mains shall be done under the supervision of the
City, and the Contractor shall perform such sterilization and
furnish additional flushing valves and test connections as
necessary to perform tests and sterilization. The City will be
responsible for bacteriological tests. If such bacteriological
tests fail, the Contractor shall be responsible for
re- sterilization of the mains. Samples will not be taken from fire
hydrants.
30. All revegetation shall be performed by the Contractor at his sole
expense. This item shall be considered a subsidiary item and no
additional compensation will be due the Contractor.
TS-3
203.2 Materials
CITY OF ROUND ROCK
Item No. 203
Lime Treatment for Materials in Place
203.1 Description
This item shall consist of treating the subgrade, existing subbase
or existing base by the pulverizing. addition of lime, mixing and
compacting the mixed material to the required density. This item applies
to natural ground. embankment. or existing 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.
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 teats 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
1. The machinery, tools and equipment necessary for proper
prosecution of the work shall be on the project and approved by the
Engineer prior to the beginning of construction operations.
TS -4
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 denisty 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 plans or as
established by the Engineer. The material, either before or after lime is
added. shall be excavated to the secondary grade (proposed bottom of lime
treatment) and removed or windrowed to expose the secondary grade. The
secondary grade shall be 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 95Z 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.
TS -5
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.
TS -6
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:
TS-7
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.
Not less than 95 except
when otherwise shown on
the plans.
Not less than 98 except
when otherwise shown on
the plans.
The testing will be as outlined in SDHPT Test Method
Tex -113 -E or other approved methods. In addition to the 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 -E
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
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.
TS -8
203.6 Measurement
Lime treatment of the subgrade, existing subbase. and existing base
shall 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.
203.7 Tolerances
The Engineer may elect to accept the work. provided that not more
than 20% of the density tests performed each day are outside the specified
density requirement. from SDHPT Test Method Tex -113 -E testing, by no more
than 2 pounds per cubic foot and where no two consecutive tests on
continuous work are outside the specified limits. Density tests shall be
determined by SDHPT Test Method Tex -115 -E or by other methods approved by
the Engineer.
It shall be the responsibility of the Contractor as set forth under
"Description" and "Construction Methods" above. to construct in accordance
with the specifications herein to the typical sections. lines and grades
shown on the plans or as established by the Engineer. Depth tests shall
be made for total thickness prior to final acceptance of the work.
Thicknesses which are within 1/4 inch of plan thicknesses shall be
construed as meeting plan thicknesses. Thicknesses deficient by more than
1/4 inch but less than 1/2 inch may be accepted by the Engineer provided
not more than 300 linear feet of continuous work is found to be deficient
in thickness. When pavement is found to be over 1/2 inch deficient in
thickness. the contractor shall bring the section found to be deficient.
to the correct thickness by laying hot -mix. hot -lay surfacing at his sole
expense.
Coring - Thickness determinations shall be made in accordance with
SDHPT Test Method Tex -424 -A or other methods approved by the Engineer.
203.8 Payment
Work performed and materials furnished as prescribed by this item
and measured as provided under "Measurement" will be paid for as follows:
TS -9
Lime will be paid for at the unit price bid per ton of 2.000 pound
for "Lime ".
"Lime Treated Subgrade". "Lime Treated Existing Subbase". and "Lime
Treated Existing Base ". will be paid for at the unit price bid per square
yard.
The unit prices bid shall each be full compensation for preparing
the roadbed; for furnishing all materials; for all freight involved; for
public scales weighing charges or for furnishing scales and labor involved
in weighing the material; for loosening, miming. 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.
Payment will be made under:
Pay Item No. 203 —A: Lime treated subgrade — per square yard.
Pay Item No. 203 —B: Lime treated existing subbase — per
square yard.
Pay Item No. 203 —C: Lime treated existing base — per square yard.
Pay Item No. 203 —D: Lime, per ton.
TS -10
CITY OF ROUND ROCK
Item No. 210
Flexible Base
(Crushed Stone)
210.1 Description
"Flexible Base" shall consist of a foundation course for surfacing,
pavement or other base courses; shall be composed of crushed stone or
gravel. and shall be constructed as herein 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
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 Tem -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)
TS -11
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:
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.
210.4 Tolerances
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.
TS -12
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 Teat 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
TS -13
amount of specified material shall be delivered in each 100 -foot station.
Material deposited upon the subgrade shall be spread and shaped the same
day unless otherwise directed by the Engineer in writing. In the event
inclement weather or other unforeseen circumstances render impractical the
spreading of the material during the first 24 -hour period. the material
shall be scarified and spread as directed by the Engineer. The material
shall be sprinkled. if directed, and shall then be bladed, dragged and
shaped to conform to typical sections as shown on the plans. All areas
and "nests" of segregated course or fine material shall be corrected or
removed and replaced with well graded material, as directed by the
Engineer. If additional binder is considered desirable or necessary after
the material is spread and shaped. it shall be furnished and applied in
the amount directed by the 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. Blue tops shall be set by the contractor
for finished base grade on center -line and intermediate points not
exceeding 11 feet between points at 50 foot intervals.
4. Density - Each course of flexible base shall be compacted to
not less than 100 percent density when tested in accordance with TED Test
Method TER- 113 -E. Field density determination shall be made in accordance
with approved methods.
TS -14
210.6 Measurement
"Flexible Base" will be measured by the square yard at depths
specified in the proposal for the area of street as shown on the typical
sections of the plans or otherwise provided for in the contract documents,
complete in place; by the cubic yard, loose vehicle measurement: or, by
the cubic yard, complete in place, as indicated in the proposal.
210.7 Payment
This item will be paid for at the contract unit price bid for
"Flexible Base" which price shall be full compensation for all work herein
specified, including the furnishing, hauling, and placing of all
materials, for all water required and for all equipment, tools, labor and
incidentals necessary to complete the work.
Payment will be made under:
Pay Item No. 210 —A: Flexible Base (complete in place),
per square yard
Pay Item No. 210 —B: Flexible Base (loose vehicle measurement),
per cubic yard
Pay Item No. 210 —C: Flexible Base (complete in place),
per cubic yard
TS -15
BASIS OF MEASUREMENT AND PAYMENT
1. TECHNICAL SPECIFICATIONS
2. ITEM 101 & 102
3. ITEM 110
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.
Al.]. 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
1
1
1
1
1 ,
1
1
1
11
1
Mr. A. William Waeltz
Project Manager
Haynie 8 Kaltman, Inc.
1106 South Mays
Round Rock, Texas 78664
Dear Mr. Waeltz:
DLS /sc
=
Maxim Engineers, Inc.
Geotechnical
Materials Testing
Consultants
April 28, 1986
Re: Report No. H- 6 -Al25
Geotechnical Investigation
Pavement Design Analysis
East Main Avenue
Improvements, Phase II
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,
but economical design criteria.
We appreciate the opportunity to provide you with our professional
services and we would be pleased to assist you with quality control
materials testing and inspection services during the construction phases
of this project.
If you have any questions, please do not hesitate to contact us.
Respectfully submitted.
MAXIM ENGINEERS, INC.
Doyle L. Smith, Jr, F.E.
Vice President
11601 N. Lamar
Austin, Texas 78753
(512) 837-8851
1
1
1
1
1
1
1
I
1
I
1
M.elm Engin.. Inc
TABLE OF CONTENTS
Introduction 1
Project Location and Description 2
Existing Pavement Section and
Subsurface Soil Description 2
Subsurface Water Conditions 3
Analysis and Recommendations 3 -8
APPENDIX
Field and Laboratory Investigations
Plan of Borings
Logs of Borings
Unified Soil Classification System
Symbols and Terms Used on Boring Logs
Al
Y.lm Enpinwn Inc
GEOTECHNICAL INVESTIGATION
FOR
PAVEMENT DESIGN ANALYSIS
EAST MAIN AVENUE IMPROVEMENTS, PHASE II
ROUND ROCK, TEXAS
REPORT NO. 11- 6 -Al25
I. INTRODUCTION
This report transmits the findings of a limited geotechnical
investigation performed at the project site. The purpose of this
investigation was to define and evaluate the general subsurface
conditions in the vicinity of the East Main Avenue Improvements,
Phase II. Specifically, the study was planned to determine the
following :
1. Subsurface stratigraphy within the limits of five
(5) exploratory borings;
2. Generalized pavement section recommendations for
the streets; and
3. Construction guidelines for each roadway course.
This study was performed in accordance with the request of
Mr. A. William Waeltz with Haynie 5 Kallman, Inc. in Round
Rock, Texas.
To accomplish the intended purposes of this investigation, a three
phase study program was conducted which included: a) a field
investigation; b) a laboratory testing program; and c) an engi-
neering analysis. The field investigation consisted of drilling
five (5) exploratory test borings. Samples obtained from the
2
exploratory borings were logged, packaged, sealed to maintain in
situ moisture conditions and returned to the laboratory for
testing. Soil mechanics laboratory tests were then performed on
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.
I1. PROJECT LOCATION AND DESCRIPTION
The site of this investigation was located along East Main Avenue
between College Street and Greenlawn Boulevard in Round Rock,
Texas. Present plans indicate that pavement improvements are
proposed for the above referenced roadway.
III. EXISTING PAVEMENT SECTION AND SUBSURFACE SOIL DESCRIPTION
The existing pavement section encountered during the field
investigation consisted of approximately 1.00 inch of asphalt,
underlain by 6 to 12 inches of crushed limestone base. The near
surface soil encountered beneath the pavement consisted of 1.0 to
10.0+ feet of dark brown and yellowish brown clays, underlain by
limestone in various stages of weathering (limestone was not
encountered in boring B4). The clays encountered beneath the
existing pavement sections exhibited plasticity indices ranging
from 2 to 35.
Maxim Engin.," Inc.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
V. ANALYSES AND RECOMMENDATIONS
The professional services which have been performed, the findings
obtained and the recommendations prepared were accomplished in
accordance with currently accepted geotechnical engineering
principles and practices. The possibility always exists that the
subsurface conditions at the site may vary somewhat from those
encountered in the boreholes. The number and spacing of test
borings were chosen in such a manner as to decrease the possibil
ity 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 foundation. The recommendations
3
IV. SUBSURFACE WATER CONDITIONS
At the time this investigation was performed, groundwater was not
encountered within the depth of exploration at the boring
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.
Meelm Engineers Inc
6
The pavement sections recommended in Table B represent
the thickness of hot mix asphaltic concrete and crushed
limestone base material necessary to satisfy the design
parameters utilized. The minimum recommended thickness
for hot mix asphaltic concrete (HMAC) is 1.50 inches for
residential streets.
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 390 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 D 698 (Standard Proctor Test)
at a moisture content between the optimum moisture value
and 5 percent above optimum. The site may then be filled
to grade using a suitable fill material. free from dele-
terious matter. Fill materials other than the base
course should be placed in six (8) to eight (8) inch
Maxim Engin.. Inc
1
1
1
1
1
1
1
1
7
loose lifts at moisture contents between the optimum and
5 percent above optimum and each lift compacted to
between 95 and 105 percent of the maximum dry density as
defined in ASTM D698. Crushed limestone base material
should be compacted to a minimum of 98 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, and supervised by a
Geotechnical Engineer before another lift is added.
4. Secondary Design Considerations
The following information has been assimilated after
examination of numerous problems dealing with similar
projects throughout the area. It is presented here for
your convenience. If these features are incorporated in
the overall design of the project, the performance of the
pavement system will be improved.
Backfill for utility lines should be carefully placed so
that they will be stable. If the backfill consists of
clay and is placed too dense or too dry, swelling may
form a mound along the ditch line. If the backfill is
too loose or too wet, settlement may occur and form a
sink along the ditch line. Either case is undesirable
since several inches of movement is possible and pavement
distress is likely to result. The backfill soils should
be processed using the previously discussed compaction
criteria.
M”lm Enginwn Inc
Maxim Engineers Inc
8
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 should extend a
distance of eighteen (18) inches behind the back of the
curb.
1
1
1
1
1
1
1
1
1
�1
1
1
1
1
1
1
1
f i
1
1
1
1
1
1
FIELD AND LABORATORY INVESTIGATIONS
EAST MAIN AVENUE IMPROVEMENTS, PHASE II
ROUND ROCK, TEXAS
REPORT NO. H- 6 -Al25
1. Field Investigation
Soil conditions at the project site were determined by five (5)
intermittent sample borings which were drilled during April, 1986.
Maxim Engin.. Inc
Al
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.
II. Laboratory Soils Tests
Laboratory soil tests were performed on samples recovered from the
borings to verify visual classification and determine the perti-
nent engineering properties of the soils encountered.
Atterberg Limits, Moisture Content, and Unit Dry Weight tests were
performed on representative samples in order to classify them
according to the Unified Soil Classification System.
Malden Englnners Inc
A2
Unconfined Compressive Strength tests were performed on selected
undisturbed soli samples to determine the ultimate unconfined
compressive strength of the different subsurface strata encoun-
tered. The results of all the laboratory and field tests are
tabulated on the Log of Borings presented in the Appendix.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I !1
1
1
1
1
1
1
1
Plan of Borings
East Main Avenue Improvements Phase II
Round Rock, Texas
sale
Not to scale
Date
April 1986
Crow Di
Maxim Engineers
N umber Location
Log of Boring Bl See Plan of Borings
project East Main Avenue Improvements Phase II Round Rock, Texas -
8
- a
A A
Type
Continuous Sampling
L.
-
3 u.
-
-
E
i
=
E
s
i
Z
i
E
si
o -
n
gas"
-b .
S LL
Surface Ele
Unknown
I.
8m
S TRATUM DESCRIPTION
1.0' ASPHALT AND CRUSHED LIMESTONE
1.5' BROWN CLAY (CL)
23
21
2
-
2 0' TAN WEATHERED LIMESTONE
I
5-
10-
15-
20-
25
-
1
Completion Depth
Oete water Observations 2.0' 4/24/86 1 None Encountered
1
1
1
1
1
1
1
•
1]
11
11
1
i
1
1
1
1
1
Log of Boring Number Lo Lion
B2 I See Plan of Borings
Protect East Main Avenue Improvements Phase II Round Rock, Texas
1
8
3
4 ..
Type Continuous Sampling
r
E
n
i,F
'c
; LL
ZO
DO
;g
€
>
g
j
Y
>e
s
g
s
e
&
°�
§
eZ
o It
ti
Iog
§c19
t3
8 i.
r 9i
Sunace Elevation Unknown
am
S TRATUM DESCRIPTION
0.5' ASPHAT AND CRIISHRD 1
20
50
23
27
1.0' DARK BROWN CLAY w/ limestone fragments
-
2.0' CRUSHED LIMESTONE
•
2 ' B 0
3.5' TAN WEATHERED LIMESTONE
1
5-
10-
15-
20 —
25
—
1
Completion Dap h Date Water Observations
3.5' 4/24/86 None Encountered
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Number Location
Log of Boring I B3 See Plan of Borings
prolent East Main Avenue Improvements Phase II Round Rock, Texas
g
$
Type
Continuous Sampling
E
ie
E
; � `
O U
-
E
y
4
Y
I.
^
s
e
' "
#z
° a LL
€ n € r
n!:
P g
Surface Elevation Unknown
8
a
€
A"
e u.
8m.
STRATUM DESCRIPTION
0.5' ASPHALT AND CRUSHED LIMESTONE
6
1.0' DARK BROWN riAY (CH)
2.0' TAN WEATHERED LIMESTONE
I
5-
,
10—
15-
20
25—
1
ComptePon Depth Date Water Observations
2.0' 4/24/86 None Encountered
1
1
1
1
1
Log _ f Boring
Number B4
Location See Plan
East Main Avenue Improvements Phase II Round Rock, Texas
'Id 'I nRool
,o 10045. 0 18
Type Continuous Sampling
% N
111Y1u00 wnlc101M
'Id 'no /cm co
1461oM N0 Nun
I L1QUld OM
Ilwfl ollctld I I
•
u'1
xefxll Allollssld
...IS 00Z 'ON
6ulsssd %
u1
0D
rn
'Id - DS /'sVl i+l
uolsiWOwo'j
Osulluoaufl
Suriece Elevation Unknown
STRATUM DESCRIPTION
1.0' ASPHALT AND CRUSHED LIMESTONE
DARK BROWN CLAY
with calcareous nodules
4.0' (CH)
22
100
51
18
33
6,040
5 1`
I ` `
,``
10 ( ``
13
36
18
18
YELLOWISH BROWN SILTY CLAY
with calcareous nodules
14
1
113
11
10.0' (CL)
15-
20-
25—
i t
Completion Depth Date
10.0 4/24/8E
Wow Ob,arvatlons
None Encountered
j
1
aemenp
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
N umber Loc tiOn
Log of Boring BS See Plan of Borings
Pf.° East Main Avenue Improvements Phase II Round Rock, Texas
LL
8
.
€ 8
Typo
Continuous Sampling
`
o
it
1,°.,
r u
31
1
3
5
t
a
s
g
g N
,_
O _
8 i LL
1'8
LL Surtaea
Elevation Unknown
STRATUM DESCRIPTION
ASPHALT AND CRUSHED LIMESTONE
r 4.0'
DARK BROWN CLAY
with calcareous nodules
3.0'
24
98
57
24
33
10,175
(CH)
21
112
55
25
30
5,520
=.
4.0' TAN WEATHERED LIMESTONE
1
5
.
10=
15-
20
25
t
—
Com Depth Date Waror ODeervatlona
4.0 4/ None Encountered
1
1
1
1
1
1
1
1
1
Log of Boring
Number B6 Location See F' of Borings
sed East Main and South Blair Street Improvements* Round Rock, Texas
Io9wAS
saldwaS
l.. j 97
Type
Continuous Sampling
.,
IualuoO wnI Or
'IA - norm'
18! M•40 Nun
Il•m olnbn
uwn .hand
sapid AIlo!ISald
ana!S OOZ'oN
Bulssed 9
a 'bslwl
uolssaidu OO
oewwooun
11 - OS
) wodn
amocu
Sw.ce Elevation Unknown
STRATUM DESCRIPTION
See Note
.■■■■
17
'
50
22
28
,■
_
11411141
2.0'
Dark brown clay
(CH)
1111
III
III Yellowish
10.0'
brown silty clay
with calcareous nodules
(CL)
14
■■■■■_
10
8
28
15
13
III \
8
1111■
III
Note: 1.50 inches asphalt
6.00 inches limestone base
* This log is from Maxim Engineer's
report no. H- 5 -A136 drilled in
May, 1985.
1
IIPI
III
•
■■■.■■_
■■■■■■_
III
III
■■■■.■_
■■■■■■_
III
Ir.
IC
III
■■■■■■_
III
l
Completion Depth We Water Observations
10.0' 5/29/85 None encountered
0
elm Enpinoon
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Number Location
Log of Boring 1 B7 See Plan of Borings
Project
Proposed East Main and South Blair Street Improvements Round Rock, Texas
g
It
E r3�,
b
TYpe
Continuous Sampling
t
is
a
3 LL
o�
;9
3
g
P
1-
y
i
S
Z
Il
F
e
Bp
e l
t-4
E
:".1
1L-
y
IV
§e,s"
2 o
Surface Eleretion
Unknown
amg
8th.
STRATUM DESCRIPTION
See Note
Dark brown silty clay
3.0' (CL)
20
105
38
16
22
2240
5
Yellowish brown and gray clay
10.0' (CH)
15
118
19
53
20
33
21
103
25
10
Note: 1.00 inch asphalt
2.00 inches limestone base
* This log is from Maxim Engineer's
report no. H- 5 -A136 drilled in
May, 1985.
1
-_
-
15-
2 0 -
-
25-
1
-
Completion Depth Date Water Obeerratioru
10.0' 5/29/85 None encountered
1
1
1
1
1
1
SOIL CLASSIFICATION SYSTEM
MAJOR DIVISIONS
BVM-
TYPICAL NAMES
COARSE
GRAINED
SOILS
(More than 60% 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
GW
Well graded gravels, gravel -sand mixtures,
little or no fines.
GRAVELS
(Little or no final
GP
Poorly graded gravels or gravel • sand
mistime, little or no fines.
GRAVELS
WITH FINES
(Appreciable amt.
of fines)
GM
Silty gravels, grovel -sand • silt mixtures.
GC
Clayey gravels, gravel - sand - clay mixtures.
SANDS
(More than 50% of
coarse fraction is
SMALLER than the
No. 4 sieve sloe)
CLEAN SANDS
(Little or no floes)
S
Well graded sands, gravelly sands, little
or no fines.
SP
Poorly graded sands or gravelly sands,
little or no fines.
SANDS
WITH FINES
(Appreciable amt.
of fines)
SM
Silty sands, sand -silt mixtures.
SC
Clayey sands, sand -clay mixtures.
FINE
GRAINED
SOILS
(More than 5096 of
material is
SMALLER than
No. 200 sieve
size)
•
SILTS AND CLAYS
(Liquid limit LESS than 501
ML
Inorganic silts and very fine sands, rock flour,
silty or clayey fine sands or clayey silts with
slight plasticity.
CL
Inorganic clays of low to medium plasticity,
gravelly clays, sandy clays, silty clays,
lean clew,
OL
Organic silts and organic silty clays of
low plasticity.
SILTS AND CLAYS
(Liquid limit GREATER than 501
MH
Inorganic silts, micaceous or diatomaceous
fine sandy or silty soils, elastic silts.
CH
Inorganic clays of high plasticity, fat clays.
014
Organic clays of medium to high plasticity,
organic silts.
HIGHLY ORGANIC SOILS
PT
Peat and other highly c sank soils.
BOUNDARY CLASSIFICATIONS: Soils possessing characteristics of two groups are designated by
combinations of group symbols.
1
1
1�
1
1
r
I
1
1
Maxim Engineers Inc
-` o
;AA.. G
GRAVEL O
: S
SANDSTONE T
T .
ORGANIC :
SAND ;
;' �'� S
SANDY I
IV S
SHALE
III' S
SILT S
SILTY _
_r
LIMESTONE
1 S
CLAY �
� CLAYEY C
CONGLOMERATE T
Shelby R
Rock S
Split A
Au er N
No
11
Symbols and Terms Used on Boring Logs
Soil or Rock Types
Consistency of Cohesive Soils
DESCRIPTIVE TERM
Very Soft
Soh
Firm
Stiff
Very Stiff
Hard
Relative Density of Cohesionless Soils
Sampler Types
UNCONFINED COMPRESSIVE STRENGTH (TON/SO. FOOT)
Less than 0.25
0.25-0.50
0.50 -1.00
1.00 -2.00
2.00 -4.00
More than 4.00
STD. PENETRATION RESISTANCE BLOWS/FOOT DESCRIPTIVE TERM RELATIVE DENSITY
0-10 Loose 0 TO 40%
10-30 Medium Dense 40 TO 70%
30-50 Dense . 70 TO 90%
OVER 50 Very Dense 90 TO 100%
Soil Structure
CALCAREOUS
SLICKENSIDED
LAMINATED
FISSURED
INTERBEDDED
VERY SOFT OR PLASTIC
SOFT
MODERATELY HARD
HARD
VERY HARD
POORLY CEMENTED OR FRIABLE
CEMENTED
Containing deposits of calcium carbonate: generally nodular
Having Inclined planes of weakness that are slick and glossy In appearance.
Composed of thin layers of varying color and texture.
Containing shrinkage cracks frequently filled with fine sand or slit. Usually more or
less vertical.
Composed of alternate layers of different soil types.
Physical Properties of Rock Hardness and Degree of Cementation
Can be remolded In hand: corresponds in consistency up to very stiff In soils.
Can be scratched with fingernail.
Can be scratched easily with knife: Cannot be scratched with fingernail.
Difficult to scratch with knife.
Cannot be scratched with knife.
Easily crumbled.
Bound together by chemically precipitated material occurring In the Interstices between
ellogenic 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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1