R-87-942 - 1/8/1987of
TEXAS
ATTEST:
WHEREAS, the
That the bid of
ne Land, City Secretary
RESOLUTION NO 9 ` `
WHEREAS, the City has duly advertised for bids for
improvements to Bowman Road, L and
WHEREAS, /IG�CIV G�� submitted the lowest and
best bid, and
Council
wishes to accept the bid
execution of the necessary documents, Now Therefore,
, and to authorize the
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
is hereby
accepted as the lowest and best bid, and the Mayor is authorized
and directed to enter into an agreement for improvements to
Bowman Road. / c`
RESOLVED this �/ xl day of
MIKE ROBINSON, Mayor
City of Round Rock, Texas
DATE: January 6, 1987
SUBJECT: Council Agenda, January 8, 1987
ITEM: 13A - Consider a resolution authorizing the Mayor
to enter into a contract for improvements
to Bowman Road.
Enclosed please find a copy of the contractors qualifications,
the Engineers recommendation, and the bid tab. Public Works concurs
with the request to award the contrac to River City Excavating.
The public is invited to attend a meeting with City Staff, Engineers,
and the Contractor on January 20th at Robertson Elementary School
at 7:00 P.M.
MEMORANDUM
TO: Jim Nuse, Director of Public Works
FROM: Bill Waeltz, Haynie & Kallman, Inc.
DATE: December 31, 1986
RE: Bowman Road Improvements - Bid Letting Dec. 16, 1986 (103 -718)
Low Bid Submitted By: River City Excavating
River City Excavating & Paving, Inc.
P. 0. Box 186
Cedar Park, Texas 78613
512/258 -8677
Sole owner: Mr. & Mrs. Edward R. Coleman
Total assets: $1,256,833*
Total liabilities: $969,634*
*information supplied by the contractor.
Bid Bond for 5% of bid price from Chilton Ins. Co. According to Texas Highway
Dept. policies, Chilton's bonding limit set at $202,725. Talked with Mr. Jack
Wagner, insurance agent for contractor, when performance and payment bonds are
delivered they will be co- signed by Fairmont Insurance Company as co- surety.
Fairmont has bonding capacity (according to Highway Dept.) of $3,195,499. The
Highway Dept.'s limits on bonding companies are calculated as 10% of the
capital, guaranty fund or statutory deposit added to the surplus.
River City Excavating is primarily an excavation and paving company. They have
completed jobs for Travis County, The Fields Group, Trammel Crow and Olguin
Land Company.
Contacted the following:
- Chuck Fields of The Fields Group - they did basically the road and parking
lot construction for a project on Spicewood Springs in Austin. Some
reconstruction of Spicewood Springs required. River City was a subcontractor
on project. River City did a pretty good job - nothing on project completed on
time - not necessarily River City's fault. Did not experience overabundance of
change orders.
- Randy Hagman with Trammel Crow - River City has not performed much street
work for them. Last time he worked with them was three years ago. Mostly
excavation, site clearing and site work,has been satisfied with quality of
work. Experienced manpower problems and couldn't meet time schedule. Said
Rick Coleman (owner) is an honest person and very above board.
Page 2
December 31. 1986
- Brian Dudley with Travis County - River City did several jobs for them,
mostly reconstruction work. Did primarily subgrade type work. In general, did
good job, no trouble getting it done right. At times River City was
overextended - pulled off job and hard time getting them back. Projects as a
subcontractor ran over time schedule, liquidated damages assessed. Project as
prime contractor completed on time. Pretty cooperative - not much in change
orders.
- J.C. Wood - City of Austin - hasn't worked with River City himself. He
checked with his inspectors and they all said basically the same thing. Not
too bad to work with but need to be kept on schedule, sometimes had lack of
good superintendents.
In general, most everyone I talked to said they could do a good job but had a
tendency to fall behind schedule. I don't believe there is sufficient cause to
reject the bid, but do suggest we make it clear to River city before starting
project that liquidated damages clause will be enforced. This project, I
believe, will require close supervision by the City of Round Rock and Haynie &
Kallman, Inc.
If you have any questions or comments, please let me know.
Bill Waeltz
Project Manager
BW /jg
Enclosures
P.S. I have enclosed a copy of River City's and Rick Coleman's financial
statement and a copy of the Texas Highway Dept.'s memo on bonding limitations.
cc: Mr. Rick Coleman
River city Excavation
ov
CURRENT ASSETS
Cash
Accounts receivable:
Estimates
Retainage
Martin ConEtruction
4ELDurcLE rer:eivable rE)atEd oartiEE
21 Land Lattle
kiCi= CCaEMF t_FoAnD,
Eomar,t CAttlE
Deferred incomE tax
DieseJ TUP1 Inventory
P,ohalt or-Ime ]nventory
Dart Inventory
FTYJT:.MENT 8 LEP87HDL2
eulpmen
OffE EoulomEt
- ranonT:rtal -, lon Eoulpment
Contruction equipment
Leaseoold imr,7
LeaseC epuiDment
Leas accumulated deErecri.aLf.on
OTHER ASSETS
Land hold for investment
Depo.,lits
UNAUDITED - FOR INTERNAL USE ONLY
RIVER CITY EXCAVATING & PAVING, INC,
BALANCE SHEET
NOVEMBER 30, 1986
ASSETS
TOTP! CUFiRENT 8S775
TCiT4L F017I29NT & LEASEHND Pv,r=POVEMNTq
TOTAL OTHER ASSETS
TOTAL ASSETS
149418.00
528249.18
208215.40
1000.0.0
17685.04
- • „
:1755i 57. 181
130722.12
61646,16
25448. 88
-2403067.6'1
4772.64
1160-00
5932.84
1322735.54
CURRENT LIABILITIES
Accounts payable - Shareholder
Accounts payable - 620 Industrial Park
Accounts payable - trade
Note payable in less than one year
Fir7.t. City Dank
Tic
qer),)dl:ET:nk AunAin
Current m - 1 ru term rFbt
LONG TERM DEBT
RemublicPe.nk 4Utin
Credit Alliancp
PVCD
Palo-An c,7kplta1
Hetained E-arnInns
RIVER CITY EXCAVATING & PAVING, INC.
BALANCE SHEET
NOVEMBER 30, 1986
LIABILITIES & EQUITY
TOTAL CURRENT LJOBTLITIES
TOTAL EQUITY
TOTAL. L'SABILITIES & EQUITY
UNAUDITED - FOR INTERNnL USE 11111 LY
6971.01
27E4.05
408564.61
46000.00
70.71, 71
E2E87.0E
49E\76. '111
021101. 10
752072-03
-tiO4620E2
397458.40
1 5257211.
------------
REVENUES
Construction/contractinp
Equipment rental income
CuNSIRLuITON COSTS
Jon coltF.
TOTP:. CO5TS
PitarrY1 - (L.01 , 35)
CORPORATE 4 GENERAL ADMINISTRATIVE COSTS
Bank changes
Depreciation
Dues- 4 subscriptions
Inters
4 r-
Cen!:BES 4 Perm t
- .JE1
EiBjaries - en7Jneer
Salaries - officers
1-.7uppl1eF -- engineerinD
SLIpplies - office
Telenhone
Utilities
OTHER INCOME
Gain on sale of asset
UNAUDITED - FOR INTERNAL USE ONLY
RIVER CITY EXCAVATING 4 PAVING, INC.
STATEMENT OF INCOME
FOR THE THREE MONTHS ENDING
NOVEMBER 30, 1984
TOTAL REVENUE 202970.85
TOTAL (TEI\IER4L & ADNIKjSTRATIVE
INCOME BEFORE INC00' TAX
TOTAL OTHER INCOME
NET PROFIT
YEAR-TO-DATE
198220.85
4750.00
1.717:09.95
230. 44
61•7„ O. 91
20E. 00
1144. 55
9E93. 90
6911. 511
199.119
1
4422.50
3951.44
3114.111
34.31
1216.4
717.96
9 6
-45534. 94
21949,84
21949.84
-43585.10
• PFI.L. T;i:
NOVEMBER 30, 3 98E.
ASSETS
MR. & MRS. EDWARD R. COLEMAN
INDIVIDUALS
STATEMENT OF ASSETS & LIABILITIES
NOVEMBER 30, 1986
Cash in banks
Cash surrender value - life insurance
Investment in common stock of closely
held companies - Note C
Investment in real estate - substantialiv
m as collateral for notes
payable - Note 5 1 Note 5
PerEonal Dffect!7, Furniture, fixtur'e.e,
LIABILITIES & INDIVIDUALS' EDUITY
Liabilities:
Notes payanle Note F
TOTAL LIABILITIES
individuals' equity
TOTAL LIABILITES & INDIVIDUALS' EDUITY
See notes to Statement of Assets 8. Liabilities
internally prepared - For internal use only
HISTORICAL ESTIMATED
VALUE VALUE
$40, 000. $40,000.
12,500. 12,500.
231,066. 1, 535, 510,
2,600,625.
Investment in pas welle 8E, 000. I L,, 2100.
Note receivable - 11.1.. V00.
nvest Tent nt Vent
Villa C h Eolor c. 555, 521.1.
Tnvestment - 12 share=i, =rost 500.
Investment -- AutomolDiles partiaA)y
morteaped as collatera:i for
notes payable mozo. 5-D,000.
Investment - horse, . hupples
Investment - two (2) Catere 977
track loaders - mertear:ed
co1. latera2 fo note DayE.ble 321.2.000.
irvestmert - ase. •
1.n PS551 'H:iz! 1.17.267.
*4,75C.,697.
Accounts payable - related compaies - Ncte D 153,937.
Federal income taxee payable in tuture
years upon realation of Individuals'
stated value - Note F
4.649,401.
$10,496,310.
, n re,irp
4115 Edwards vount.ai.n Drive,
Austin, Tr avis Co., Texas
Investment in 9.24 acre=_., office
buildings. and shcr. buildinc.s,
Highway 620. Travis County, Texas
Investment in 10.15 acres. and .-.ix
commercial buildings, Highway 520,
Travis County, Texas
Investrnent in 5.33 acres, Highway
1431, Travis County, Texas
Interest of 11.25% in Cherry Creek
Shopping Center, Stassney Lane,
Austin, Travis County, Texas
NOTES TO STATEMENT OF ASSETS & LIABILITIES
MR. & MRS. EDWARD R. COLEMAN
INDIVIDUALS
NOVEMBER 30, 1986
NOTE A - BASIS OF FINANCIAL STATEMENTS
The accompanying statement of assets and liabilities was compiled from
information furnished by the individuals, and in their- opinion constitutes
a complete list of the personal assets and liabilities of Edward 4. end
Henrietta Coleman on the basis as stated.
Substantially all the assets and liabilities on the accompanying statement
are community pr"oper•ty. and ri at', mot has been made to a.E e at ry the
community interest of - 'Ierr:mn±ta 1..c7.erilan..
NOTE B - .1NVEETMEN IN Stl _ 555
_.. .. .. an E,,r vS-:
,,o, r.iir.ir. ..
and real e t a te lnvestnrmni;s '. f Mr. awl 5r -'rU.. d R. Coleman nic h
substantially mortgaged as collateral for notes payable:
Investment in condorain :um, Spicewood
Borings Road, Austin, Travis Cc•unty,
Texas.
PS .STATED 5{ .. _
FIT EST
Ur:1S i 4ALI
$180,000. S330.000.
71,000.
91,000. 2 0151' .
100, 00x1. 1, 5135 ;1170. 1.
733, 000. 2, 369, 000. 1, 635. 000,
Investrnent in 57 acres, Highway 1431,
Travis County, Texas 860, 375. 2, 100, 000. 1.235. F-.25.
150, 000. 150, 000. i?l.
506, 250. 607, 000. 100,750.
NOTE C - INVESTMENTS IN COMMON STOCK OF CLOSELY HELD COR;'ORATIONS
Mr. & Mrs. Edward R. Coleman own stack in three closely held corporations.
The cost basis of these investments is stated as the original cost adjusted
for accumulated undistributed earnings since acquisition,. The estimated
value basis reflects Mr. Coleman's estimate of the fair market. value of the
net assets of these companies. These investments consist of tPn fr:llowinn:
Current liabilities
Lon❑ term debt
Total liabilities
) -- Q R I Y
Rick Coleman
River City Equipment Rick Celernan
Excavation & L.eas nn & Land & C a t t l e
Paving, Inc. Sale=_, Inc. Company, Inc.
Statement date 8- -31-86 8-31-SE
Per • r -er:t of ownership 100%
Current a °c -,
13
! \I f' machinery RP,
t n_ - . ?i � . :�;'•. �_. YI ,. IL'. =�.
Other assets r:. `.i' -)' =i : ._i, 7f.• =!.
149, 307. 231,490
9e - ;5, 634.
428,1:!9.
Ne: t-;,n'k ' ,e of eer 287. I`1 - 8 L._ l�r _ �i6 :•i ::
I.
, drs,. Edward R. Coleman are 'F- _ c. *e owner7 of t
c:.r- ,..ra.ti. r,e: River City E:xc_av, ?.ti.n❑ & pra•.r._rlc. Inc,. Rick :Ec, r.r.._,r, E: 1L - • ,
Le sine a Sales, inc., and Rick Coleman Land & Cattle Company, _ 'ne
office, shoo, and yard occupied by the three corporation are cc by Mr.
_ _
t Mrs. Edward R. Coleman. The facilities -�e rented for a _ +. 'n. "i. monthly
consideration of V- 45. The corpor-ationd odlie tted to
e: c...ory costs such as in. ,nce, maintenance. an,.'. ;. .�n c?
..-r - e :r y. leased
Pt Aua-dust 31. 1986, Edward R. Coleman , -,as indebted to F ::•! - :. . -ten .. ...and S.
Cattle Company, Inc:'. in the amount of $160.53O, Inc ,i Cole .n EL ipmept
Bales & Leaning was indebted to Edward R. Coleman in the amount of
NOTE E - FEDERAL_ INCOME TAXES PAYABLE IN FUTURE YEARS
- ES -3 :•.. - 8c
1005
Total
. '1 3. °.E;.
5S,219. 'cn7. 4•'I :: E_..
56,219. ,LAC 972.
The provision for federal income taxes payable in future years represents
an estimated tax at capital gains rates on gains from cao.i.tal asssets; which
would be payable if the individuals' stated values were realized.
NOTE F - NOTES PAYABLE
The composition of notes Payable at Aupust 31, 1986, follows:
Note payable to Earlton Smith, due $5, 259 semi-annually,
principal and interest at 10%, collateralized by ligbway
620 property
Note payable to University Savings, due $1,649 monthly,
principal and interest at 9-7/8%, collateralized by .
indivicuals' personal residence
Nc,t(a payable to Interfirs 13r-. Nrthly„
principal and int 'eE11 1 1 collaterali oc1 by 1.967
rceff-e-
Note payanle to Texas Pmerican Flank, due a•
orincipal and interest at 134 collatera1 i2ed by
10.15 acres Hichway 620 pr<Doerty
Note payable to Texas 6F110- 0110 ForIo principa] and
interest at orime 27'1, c7olJateraliaec' !ny *. 21e0
on q.24 acres, HI 0011- 620 pnooerty
Note payale to Teyas
11211 ,
Note payable to Texas Prnerl.c,rin Bank, operainf,
collateralized by $10,000. C.D.
Note payable to Bank of the Hills, principal and
interest at Prime + 13/4, collateralized by oodominium,
Soicewood Sorinns Road
Note Payable to LeaEdnr, ServIrle Corporation, due
$7.623.11 monthly, principal and i.nterest,
collateralized by two caterpillar 973 track. (:or-.
Balance at
08-31-86
$49,382.
135,638.
Note payable to RepublicBank, collateralized by
10.15 acres, Hiuhway 620 635,000.
Note payable to Fort Stockton Savings & Loan,
collateralized by condominiums, Panadero, Coloraoo 550,000.
Note payable to Frank W. Allen on 1431 property,
semi-annual payments of interest only for 1 years,
the principal and interest et 103/4 for 6 years
with balloon payment
Note payable on Cherry Creek Shopping Center,
11.25% interest
Note payable to Bank of the Hills, collateralized by
5.33 acres, Highway 1431
505,678.
506,250.
150.000.
Note payable to Bank of the Hills, collateralized by
57 acres, Highway 1431 470,000.
Note payable to W. Delware, collateralized by 1.43
acres, Hiphway 1431
Note payable to Frost Bark, collateralized by
trucks
Note payable to Banrfirst Westlake, collateralized
by trucks
Note payable to Lakeway National Bank, collateralized
by car & truck
Note onyable to Holt Eouipment, collateralized by 2nd
lien. 5.33 acres, Highway 1431
Nfl ERSIS OF 620 PROE4Y
144,000.
12.500.
20,000.
25,000.
150,000,
The value of the HIpnway 620 L' was deterrnlee bv eY
E feet, p11' 4338. or . the imorov, on the
ineustrial Park and $225,000 for the improvements on tl)e Hy
anove mentionee closely held corporations-
TRAMMELL CROW COMPANY
AUSTIN. TEXAS 76768
2431 RUTLAND DRIVE 18121 837.8800
February 5, 1982
Mr. Edward R. Coleman
River City Excavating & Paving, Inc.
P. O. Box 186
Cedar Park, Texas 78613
Dear Rick:
I would like to take this opportunity to thank you for the incredible
responsiveness and initiative that you and the people of your organiza-
tion continually demonstrate. It is a most refreshing change from what
we usually encounter. Regrettably, outstanding performance normally
goes unheralded, but your performance on these jobs should not go
unrecognized. Southpark 'E' and 'F' and the Jimmy Carmichael Subdivision
are all very much on or ahead of schedule due to your efforts.
Again, we do very much recognize and appreciate these types of efforts
and will continue to use contractors that demonstrate this type of
performance.
Best regards,
John E. Hodges
TRAMMELL CROW COMPANY
JEH /njm
cc: Sandy Gottesman
F■rv, 4a3 -B
TO: All District Engineers
FROM: Frank J. Smith
SUBJECT: Limitations on Companies Executing Department's
Contract Bonds
Attached is a revised TABULATION SHOWING BY COMPANIES THE MAXIMUM CONTRACT
BONDS THAT WILL BE ACCEPTED BY THE DEPARTMENT FOR ANY ONE RISK. This list
supersedes the one attached to our memorandum dated September 9, 1985.
This tabulation contains those companies authorized to execute surety
bonds as shown by the "List of,Insurance Companies under the Supervision
of the State Board of Insurance State of Texas - 1986 ", and the
established maximum risk that any one company can write on any one risk.
The established maximum is basically ten (10) percent of the capital,
guaranty fund or statutory deposit added to the surplus.
In the event the sum of the proposed contract bonds is greater than the
established maximum limitation of a company, then the contract bonds, to
be acceptable to the department, must be cosigned (without divided liabi-
lities) by two or more companies. The combined established maximum limi-
tations of the surety companies signing the contract bonds must be equal
to or greater than the required sum of the proposed contract bonds.
This tabulation is to remain in effect until reissued by this department,
except for such changes as may be deemed necessary based upon certificates
furnished this department from the State Board of Insurance.
Attachment
INTEROFFICE MEMORANDUM
a0
l� U
Date September 25, 1986
Responsible
Desk ._ .D,3 /Contr.acts /_END
RECEIVED
DEC 2 31980
I alr!^ £"i I(3" Ct ^n Ir-.
Rome of Companies
TABULATION SHOWING BY COMPANIES THE M.X MM CONTRACT BONDS THAT WELL BE ACCEPTED BY
THE STATE IEMINENT OF HIQM4YS AND PUBLIC TRANSPORTATION !CRANE CRE RISK.
THE CONTRACT BONES CONSIST OF A PERFORMANCE BOND AND A PAYhENT BOND.
A. 1. Lloyds Insurance Company
Abba Indemnity Canpany
Abeille -F2ix General Insurance
Caupany
Aberdeen Insurance Company
Aetna Casualty 6 Surety Company
of Illinois
The Aetna Casualty and Surety
Concany
Aetna Fire Underwriters Insurance
Company
Aetna Insurance Company
Aetna Reinsurance Company
Affiliated F. M. Insurance Company
AGF Reinsurance Corporation of
the U.S.
Agricultural Insurance Company
AIU Insurance Canpany
Alaska National Insurance Company
Albany Insurance Company
Alexander Hamilton Insurance
Company of America
All America Insurance Company
All West Insurance Canpany
Allegheny Mutual Casualty Company
Allendale Mutual Insurance Company
Allianz Insurance Company
Allied Mutual Insurance Company
Allstate Indemnity Company
Allstate Insurance Company
Alec Indemnity Corporation
American Agricultural Insurance
Company
American Alliance Insurance cbrgany
American and Foreign Insurance
Company
American Automobile Insurance
Company
American Automobile Insurance
Company of Illinois
American Bankers Insurance
CYmpany of Florida
American Bonding Canpany
American Casualty Company of
Reading, Pennsylvania
American Centennial Insurance
Company
American Continental Insurance
Canpany
American Contractors Insurance
Canpany
American Credit Indemity
Coopany of New York
Maximum
136,007
37,718
937,376
199,702
26,916,902
152,360,244
2,118,322
38,600,791
3,221,294
3,772,108
1,688,331
396,391
5,115,976
1,023,413
2,171,519
1,261,583
801,745
856,551
307,083
25,950,914
5,171,242
10,288,497
2,348,282
367,652,311
12,317,484
6,120,674
618,663
3,910,124
8,447,345
1,132,651
6,897,896
424,681
7,534,373
7,163,162
2,155,132
4,836,100
5,717,000
Page 1 of 8
Name of Companies
Maximus
American Econonry Insurance Canpany 11,963,998
American Empire Insurance Company 652,100
American Employers' Insurance
Company 7,740,712
American Excel Insurance Company 372,970
American Fidelity Insurance Cmpany 1,285,730
American Fire and Casualty Company 4,248,380
American Fire and Indemnity Company 544,028
American General Fire and
Casualty Campany 2,928,099
American Guarantee and Liability
Insurance Company 3,367,283
American. Hallmark Insurance
Gaapany of Texas 129,326
American Hardware Mutual Insurance
company 5,874,436
American Home Assurance Company 29,530,843
American Indemnity Canpany 4,303,057
American Indemnity Lloyds 37,533
American Independent Reinsurance
Company - 2,324,210
American Industries Fire Insurance
Company 57,497
The American Insurance Company 27,154,400
American Lloyds Insurance Company 258,337
American Manufacturers Mutual
Insurance Company 10,583,009
American Modern Lloyd's Insurance
Company 38,226
American hbtorists Insurance Company 18,725,6+9
The American Mutual Fire Insurance
Company of Charleston, S. C. 2,333,115
American Mutual Insurance
Company of Boston 1,247,356
American Mutual Liability
Insurance Canpany 7,479,423
American National Fire Insurance
Company 1,092,621
American Protection Insurance Company 286,031,800
American Re- Insurance Company 28,88
American Reliable Insurance Company 654,905
The American Rind Insurance Conpany 25.645,922
American Security Insurance Canpany 6,831,679
American Standard Lloyd's Insurance
Company 32,000
American States Insurance Company 38,241,109
American States Insurance Company
of Texas 7 9S,168
American States Lloyds Insurance
Carpany 55,407
American Zurich Insurance Company 1,511,391
Amerisure Insurance Company 4,032,288
Anwest Surety Insurance Company 781,796
Name pf Companies
.Anderson Lloyds Insurance Company
Angelina Casualty Company
Anvil Insurance Company
Apex Lloyds Insurance Company
Argonaut Insurance Company
Argonaut - Midwest Insurance Company
Argonaut - Southwest Insurance Company
Arkwright- Boston Manufacturers
Mutual Insurance Cmpany
Associated Indemnity Corporation
Association Casualty Insurance
Company
Assurance Company of America
Athena Assurance C upany
Atlanta International Insurance
Company
Atlantic Insurance Company
Atlantic Lloyd's Insurance
Company of Texas
Atlantic Mutual Insurance Company
Atlas Assurance Company of America
Auto-Cwners Insurance Company
Automated Financial Indemity
Company
The Automobile Insurance Company of
Hartford, Connecticut
Balboa Insurance Company
The Baloise Insurance Company
of America
Bankers and Shippers Insurance
Company of New York
Bankers Multiple Line Insurance
Company
Bankers Standard Fire and
Marine Cmpany
Bankers Standard Insurance Company
Beacon National Insurance Company
Belgian General Insurance Company
Bellefonte Underwriters Insurance
Company
Best Lloyds Insurance Company
Bituminous Casualty Corporation
Bituminous Fire and Marine
Insurance Company
Bond Investors Guaranty Insurance
Company
Boston Old Olony Insurance Company
British American Insurance Company
Buffalo Reinsurance Company
Cadillac Insurance Company
California Mutual Insurance Ohnpany
Calvert Insurance Company
The Canadian Indemnity Company
Capital Assurance Company, Inc.
Capitol Indemnity Corporation
Carolina Casualty Insurance Company
Casualty Indemnity Exchange
Casualty Reciprocal Exchange
The Celina Mutual Insurance Company
Maximum
Name of Companies Maximum
33,007 0enguard Insurance Corporation 736,858
2,767,349 Centaur Insurance Company 722,958
582,736 Centennial Insurance Company 4,131,516
59,755 Central Mutual Insurance Company 3,860,315
19,938,618 The Central Nlational Insurance
9,004,433 Company of Omaha 6,232,473
517,532 Central Plains Insurance Company, Inc. 1,718,794
Century Indemnity Company 750,901
38,491,548 The Charter Oak Fire Insurance Company 6,997,116
3,953,513 Chase Lloyds Insurance Company 33,488
Chicago Insurance Company 1,983,878
395,638 Chilton Insurance Company 202,725
1, 296,084 Christiania General Insurance
737,203 Corporation of New York 2,772,554
Chrysler Insurance Company 4,633,217
531,488 Chubb Lloyds Insurance Company
1,210,418 of Texas 154,167
The Church Insurance Company 2,451,137
58,119 Churdi Mutual Insurance Company 2,665,092
15,798,836 Cigna Insurance Company 10,145,549
3,490,445 CIM Insurance Corporation 2,569,351
34,579,185 Cimarron Insurance Company, Inc. 549,075
The Cincinnati Insurance 0mpany 25,910,183
1,075,990 Citadel Insurance Company 423,914
Citizens National Assurance Company 93,156
3,139,311 City Insurance Cmpany 3,013,143
7,924,701 Clarendon National Insurance Company 11,235,870
Classic Insurance Company 784,526
736,734 Classified Insurance Corporation 1,149,075
(MI Lloyds 81,142
1,099,662 CNA Lloyd's of Taxis 37,802
Colonial Insurance Company 1,583,165
1, 907,014 Colonial Casualty Insurance Cmpany 30,679
Colonial Penn Franklin
640,096 Insurance Company 4,162,540
1,420,184 Colonial Penn Insurance Company 13,192,995
639, 574 Columbia Insurance Company 39,513,426
900,271 Columbia Lloyds Insurance Company 32,617
Camco Insurance Company 741,009
345,364 Commerce and Industry Insurance
36,137 C Pang
4,467,648 Commercial Insurance Company
of Newark, New Jersey 4,323,504
1,717,876 Commercial Union Insurance Company 21,749,419
Commercial Union Reinsurance Company 378,692
Camodore Insurance Company 1,034,503
Commonwealth Lloyd's Insurance Company 38,540
The Connecticut Indemnity Company 1,667,915
Consolidated American Insurance
Company 1,324,145
Consolidated Lloyds 129,581
Constitution Reinsurance Corporation 7,887,768
Continental Casualty Company 132,13,113
The Continental Insurance Company 25,547,617
Continental Reinsurance Corporation 9,488,603
(bhtractors Bonding and Insurance
Company 395,478
Contractors Insurance Fxchange of Texas 50,818
10,388,276
1,990,562
338,894
10,160,112
626,737
1,935,420
765,223
432,969
1,209,104
508,432
1,537,360
501,695
1,014,257
659,058
Page 2 of 8
8 ,438, 2 06
None of Companies
The Copenhagen Reinsurance Company
of America
Coronet Insurance Company
CU Lloyd's of Texas
Qmis Insurance Society, Inc.
Deiryland Insurance Company
Delta Lloyds Insurance Company
of Houston, Texas
Dependable Insurance Company, Inc.
Dexter Lloyd's Insurance Company
Dorinco Reinsurance Company
Eagle Insurance Company
Eagle Star Insurance Company
of America
Electric Mutual Liability
Insurance Canpany
EMC Reinsurance Company
Emrasco Insurance Company
D,m.o Insurance Company
FLmco Lloyds Insurance Company
Empire Fire and Marine Insurance
Company
Employers Casualty Company
The Ftployers' Fire Insurance Company
Employers Indeatity Company
Employers Insurance of Wausau
A Mutual Company
Employers Ritual Casualty Company
Employers of Texas Lloyd's
Employers Reinsurance Corporation.
Encon Insurance Company
Ensign Insurance Company
Enterprise Fire and Casualty Company
Equitable Casualty Insurance Company
Equitable General Insurance Company
of Oklahoma
Equity Mutual Insurance Canpany
Fairmont Insurance Company
Farmers Alliance Mutual
Insurance Company
Farmers Insurance Exchange
Farmland Insurance Company
Farmland Mutual Insurance Company
Federal Insurance Company
Federal Koper Insurance Company
Federated Lloyds of Texas
Federated Mutual Insurance Company
Federated Rural Electric
Insurance Corp.
The Fidelity and Casualty Company
of New York
Fidelity and Deposit Company
Fidelity and Deposit Company
of Maryland
Fidelity and Guaranty Insurance
039
Fidelity and Guaranty Insurance
Underwriters, Inc.
Maximum
Name of Companies
Maximum
Financial Guaranty Insurance Capny 20,700,917
1,416,336 Financial Indemnity Company 1,808,053
2, 422,534 Financial Reinsurance Corporation 132,153
78,392 Fire and Casualty Insurance
4,203,223 Company of Connecticut 683,100
5,557,292 Fireman's and Insurance Company 117,190,983
Firemen's Fund Insurance Company
197,498 of Is 662,563
2,603,811 Fireman's Fund Insurance Canny
45,420 of Wisconsin 532,277
6,941,771 Fireman's Insurance Company
56,083 of Newark, New Jersey 26,629,000
First Employees Insurance Company 35,991
3,316,904 First Excess and Reinsurance
Corporation 1,300,144
13,372,429 First Financial Insurance Company 485 ,108
1,514,828 First General Insurance Company 2,839,751
763,782 First Horizon Insurance Company 1,353,587
1,535,674 First National Indemnity Company 170,912
40,724 First National Insurance Company
of America 2,854,569
1,335,340 First Preferred Insurance Cam>pany 303,337
17,833,921 First Southern Insurance Company 448,870
3,543,793 Florists' Mutual Insurance Canny 2,232,780
179,317 Folksanerica Reinsurance Copany 1,598,424
Fbod Industry Insurance Exchange - 36,111
37,716,616 Foremost Insurance Capony 12,254,570
9,818,088 Fbremnst Lloyds of Texas 74,074
57,771 Fort Worth Lloyds 608,745
53,975,383 Forum Insurance Company 2,820,081.
75,034 Frankona Reinsurance Company 772,580
47,230 Fremont Indemnity Company 10,142,118
34,271 Frontier Insurance Company of
7,103,928 New York 636,925
Gamin Reinsurance Company 2,502,585
4,156,262 Gan Anglo - American Insurance Company 683,276
749,027 Geico General Insurance Company 1,967,034
3,195,499 General Accident Insurance
Company of America 75,517,582
2,380,481 General American Fidelity
95,526,725 and O aranty Corporation 42,463
768,761 General Electric Equity Insurance
1,819,010 Corporation 249,786
70,950,987 General Electric Residential Mortgage
1, 952,979 Reinsurance Corporation 2,154,545
40,891 General Indemuty Insurance Company 39,242
23,258,294 General Insurance Company
of America 18,186,363
778,080 The General Insurance Company
of Trieste & Venice 2,129,880
9, 746,138 General Reinsurance Corporation 100,977,393
317,603 Georgia Casualty & Surety Company 1,695,248
Gerling America Insurance Company 1 ,028,34
15,691,280 Geraenia Fire & Casualty Company 88,611
Germania Insurance Company 457,682
The Glens Falls Insurance Company 1,625,398
Globe Indemnity Company 13,121,051
Grain Dealers Mutual Insurance Canpany 2,382,220
953,012
4,492,358
Page 3 of 8
Nam Of Canpanies
Gramercy Insurance Canpany
Granite State Insurance Company
Graphic Arts Kauai Insurance
Canpany
The Gray Insurance Company
Great American Insurance Canny
Great American Lloyd's Insurance
Canpany
Great Central Insurance Company
The Great Lakes Reinsurance Company
Great Northern Insurance Canpany
Great Plains Insurance Co., Inc.
Great Southern Fire and Casualty
Insurance Company
Great West Casualty Company
Greater New York Mutual
Insurance Canpany
Glerantee Insurance Company
Gulf Group Lloyds
Gulf Insurance Company
The Hanover Insurance Ctapany
Hanover Lloyd's Insurance Canpany
Hansa Reinsurance Company of
Arica
Harbor Insurance Company
Harco National Insurance Company
Harleysville Mutual Insurance
Con any
Hartford Accident and Indemnity
Canpany
Hartford Casualty Insurance Company
Hartford Fire Insurance Company
Hartford Insurance Company of
the Midwest
Hartford Lloyd's Insurance Cerny
Hawkeye- Security Insurance Company
Heritage Mutual Insurance Company
Highlands Casualty Canpany
Highlands Insurance Company
Highlands Lloyds
Highlands Underwriters Insurance
Canpany
Hochheim Prairie Casualty Insurance
Ckgany
Horne and Autarobile Insurance Company
The Hare Irdennity Company
The Hare Insurance Company
Hare Insurance Caapany of Indiana
Hare Lloyd's Insurance Company of
Texas
The Ham Reinsurance Company
Horace Mann Insurance Company
Houston Casualty Company
Houston General Insurance Company
Houston General Lloyds
I N A of Texas
Illinois Employers Insurance
of Wausau
Maximum
230,000
813,110
947,636
456,437
51,205,204
60,826
1,199,907
2,078,543
2,421,570
131,690
135,465
2,667,482
6,106,659
702,700
185,710
9,413,317
23,543,771
66,649
2,058,753
9,566,808
1,731,142
12,418,304
78,072,106
6,701,698
211,025,280
1,145,720
1,257,906
2,167,634
2,488,332
142,922
21,476,583
56,708
1,566,028
80,166
1,897,812
7,696,929
75,494,636
2,937,885
188,352
4,909,446
6,926,869
700,706
3,710,411
326,471
960,778
1,315,880
Page 4 of 8
Nam of Companies
Company
Maximum
1,561,780
Illinois National Insurance Co.
Imperial Casualty and Indermity
Canpany 5,150,262
Imperial Insurance Canpany 361,308
Indemnity Insurance Company of
North America 10,032,724
Indemnity Underwriters Lloyds 55,244
Independent Lloyds Insurance Canpany 30,179
Indiana Lumbermens Mutual Insurance
780,466
Industrial Indenity Company 15,232,394
Industrial Underwriters Insurance
Oarpany 612,385
Insurance Company of Evanston 2,208,590
Insurance Canpany of North Amrica 62,776,681
The Insurance Company of the State of
Pennsylvania 9,522,535
Insurance Canpany of the West 1,940,381
Insurance Corporation of Annrica 1,049,859
Insurance Corporation of Hannover 1,827,963
Insured Lloyds 471,834
Insurors Indemnity Company 36,870
Integon Indemnity Corporation 847,101
Integral Insurance Company 887,242
Integrity Insurance Company - 2,051,376
Intercontinental Insurance Company 1,441,514
International Business & Mercantile
Reassurance Canpany 2,548,718
International Fidelity Insurance
Company 442,903
International Indemnity Company 924,490
International Insurance Company 4,489,574
The International Insurance Company
of 'taken Park, Maryland 1,621,242
International Lloyds Insurance Company 58,333
International Service Insurance
Company 721,758
International Underwriters Insurance
Company 214,773
ITT Lyndon Property Insurance Cerny 3,032,752
J. C. Penney Casualty Insurance
Company 16,726,005
Jefferson -Pilot Fire & Casualty
Company 3,362,891
Jewelers Mutual Insurance Canpany 644,834
John Deere Insurance Company 8,1 4,613
John Hancock Property and Casualty
Insurance Canpany 1,378,340
John Hancock Reinsurance Cagony 2,418,151
Kansas City Fire and Marine
Insurance Canpany 750,499
Kemper Lloyds Insurance Company 5■,711
!l Insurance Canpeny 450,925
Lawyers Surety Corporation 420,796
Legion Casualty Company 378,751
Legion Insurance Canpany 430,956
Liberty Mutual Insurance Corpanv 147,822,02D
tame of Companies
Maximum
Lincoln National Health & Casualty
Insurance Company 3,383,436
Lincoln National Reinsurance
Company
Lloyd's U.S.
Lloyds of National Amrican
Lloyds Texas
London Guarantee & Accident
Company of New York 3,553,032
Lunbermen Mutual Casualty Company 94,673,244
The Lumbermen Mutual Insurance
company 537,013
Lumbermen Underwriting Alliance 4,990,850
Lutheran Benevolent Insurance Exchange 281,708
Maryland Casualty Company 71,851,198
Massachusetts Bay Insurance Company 825,788
Mead Reinsurance Corporation 2,344,064
Medical Indemnity of America, Inc. 2,601,916
Members Insurance Caapany 758,678
Mavbers Service Insurance 0mpany 628 ,498
Merchants Bonding Canpany (Mutual) 420,848
Meritplan Insurance Cazgany 1,401,063
Metropolitan Property and Liability
Insurance Company 16,577,850
Metropolitan Reinsurance Company 5,193,487
MA Insurance Canpany, Inc. 82,211
MIC General Insurance Corporation 1,839,421
MIC Property and Casualty Insurance
Corporation 3,112,504
Michigan Millers Mutual Insurance
Company 5,350,146
Michigan Mutual Insurance Company 16,531,846
Mid - America Preferred Insurance
Catpeny 683,974
Mid - Century Insurance Company 1,955,975
Mid - Continent Casualty Caupany 4,147,971
Middlesex Insurance Company 1,913,349
Midwest Mutual Insurance Company 950,528
The Millers Casualty Insurance
Company of 'Texas 657,488
The Millers Mutual Fire Insurance
Canpany of Texas 4,142,649
Millers Mutual Insurance Company 1,500,833
Millers National Insurance Company 505,806
Minnehana Insurance Company 1,961,150
Minnesota Mutual Fire & Casualty
Canpany 1,052,311
Mission Anerican Insurance Company 3,310,096
Modern Service Insurance Company 815,027
The Monarch Insurance Company of Chic 2,939,684
Montfort Insurance Company 32,779
Montgomery Ward Insurance Company 9,934,018
!Sony Reinsurance Corporation 3,688,527
Motor Club of America Insurance
Cmpany 2,720, 518
Motor Vehicle Casualty Company 981,606
Motors Insurance Corporation 57,043,407
Mt. Airy Insurance Camgcany 799,682
1,175,845
908,668
30,000
30,337
Page 5 of 8
Nacre of Companies
Maximum
6,207,478
Munich Aaerican Reinsurance Company
National American Insurance
Comany of California 1,277,248
National American Insurance
Oazpany of New York 440,000
National Automobile and Casualty
Insurance Co. 531,788
National Bonding and Accident
Insurance Company 428,771
National Casualty Company 4,418,057
National Excess Insurance Ompany 634,941
National Farmers Union Property
and Casualty Company 2,959,844
National Farmers Union Standard
Insurance Company 725,145
National Fire Insurance Company
of Hartford 15,164,002
National Indemnity Company 81,200,623
National Lloyds Insurance Company 312,464
National Reinsurance Corporation 12,102,355
National Standard Insurance Company 1,000,060
National Surety Corporation 7,907,913
National Union Fire Insurance
Company of Pittsburgh, Pa. 36,234,935
National Unity Insurance Company _ 131,591
Nationwide Mutual Fire Insurance
Company
Nationwide Mutual Insurance Company 151,910,249
Nationwide Property and Casualty
Insurance Ckanlrany 783,395
Navigators Insurance Company 1,215,759
New Hanpshire Insurance Company 26,512,516
New Security Casualty Co. 73,033
Na w South Insurance Company 561,866
New York Underwriters Insurance
Company 7,445,764
Newark Insurance Company 3,325,569
Niagara Fire Insurance Company 1,839,743
Nichido Fire and Marine Insurance
Company, Ltd. 871,951
The Nippon Fire & Marine Insurance
0D., Ltd. 830,307
Nobel Lloyd's Insurance Company 125,317
Nordic Union Reinsurance Corporation 1,483,355
North American Company for Property
and Casualty Insurance 7,396,644
North American Reinsurance Corporation 8,4x0,489
North American Specialty Insurance
Company 549,283
North Atlantic Casualty and Surety
Insurance Company Inc. 985,432
The North River Insurance 0onpany - 15,037,154
Northbrook Indemnity Cozzpany 949,704
Northbrook National Insurance
Company 906,691
Northbrook Property and Casualty
Insurance Company 9,027,620
25,314,772
Name of Companies
The Northern Assurance Company
of America
Northern Insurance Company
of New York
Northland Insurance Company
Northwestern National Casualty Canpany
Northwestern Rational Insurance
Company
Northwestern National Lloyds
Insurance Company
Northwestern Pacific Indemnity
Canpany
P7dNL Reinsurance Concany
Occidental Fire & Casualty Company
of North Carolina
The G io Casualty Insurance Company
Ohio Farmers Insurance Company
Ohio Reinsurance Corporation
Chia Republic Mutual Insurance
Company
Oklahoma Surety ()asany
Old Reliable Casualty Company
Old Republic Insurance Company
Old United Casualty Company
C2mha Property and Casualty Insurance
Ckmpany
Oxford Property and Casualty Company
Pacific Employers Insurance Canpany
Pacific Indemnity Company
Pacific International Insurance
Company
Pacific Marine Insurance Company
Parklane Insurance Company
Peerless Insurance Canpany
Pennsylvania General Insurance
Company
Pennsylvania Manufacturers'
Association Insurance Company
Pennsylvania National Mutual
Casualty Insurance Company
Petroleum Casualty Company
Petrolia Insurance Company
Phoenix Assurance Company of
New York
The Fhoenix Insurance Canpany
Plains Insurance Company
Planet Insurance Company
PMI Insurance Co.
Potomac Insurance Canpany of
Illinois
Preferred Employers Insurance Canpany
Preferred Risk Mutual Insurance
Company
The Preserver Assurance Canpany
Progressive Casualty Insurance
Company Preferred Insurance
Company
Protection Mutual Insurance Company
Protective Insurance Company
Providence Lloyds
3,648,285 Providence Washington Insurance
4,389,626 Company
518,224 Provident General Insurance Company
Prudential Commercial Insurance
6,149,544 Company 879,709
Prudential General Insurance Company 863,064
71,363 Prudential Property and Casualty
Insurance Company 50,136,123
1, 313,403 Prudential Reinsurance Company 26,372,024
1,959,773 Puritan Insurance C2amany 4,020,221
Queen City Indemnity Company 1,381 ,812
2,067,252 Ramsey Insurance Company 726,851
38,064,377 Ranger Insurance Company 4,323,776
19,066,536 Redwood Fire and Casualty
665,930 Insurance Company 3,538,551
Reinsurance Company of America, Inc. 1,460,638
383,442 The Reinsurance Corporation
412,475 of New York 4,246,016
285,526 Reliance Insurance Company 58 ,867,777
21, 698, 768 Renaissance Insurance Company 70,325
70,560 Republic Insurance Company 1
Republic- Vanguard Reinsurance
666,095 Company 15,513,630
5, 178,246 Resolute Reinsurance Company 2,036,859
7,945,534 RLI Insurance Company 3,703,711
11,669,488 Rockwood Insurance Company 4,542,946
Royal Exchange Assurance of
30,391 America, Inc. 926,206
2,136,175 Royal Indemnity Company 8,777,172
555,144 Royal Insurance Company of Anerica 20,691,998
5,939,556 Royal Lloyd's of Texas 32,777
S I R Lloyd's Insurance Company 33,509
15,761,666 Safeco Insurance Company of Anrrica 22,201,956
Safeco Insurance Company of Illinois 2,816,067
16,289,156 Safeco Lloyds Insurance Company 46 ,665
Safeguard Insurance Company 5,605,748
7, 835,405 SAI -Industrial Assurance Company 677,438
715,799 San Antonio Reinsurance Company 67,079
87,508 San Francisco Reinsurance Goapany 3,283,280
Scor Reinsurance Company 3,241,531
6,816,133 Scor Reinsurance Company of New York 3,241,531
46,393,170 Seaboard Surety Company 5,266,632
400,108 Secured Insurance Corporation 50,682
611,169 Security Capital Lloyd's 174,028
2,039,852 Security Insurance Company of Hartford 9,307,591
Security Lloyds Insurance Company 40,816
2,146,346 Security National Insurance Company 723,150
64,856 Security Reinsurance Company 1,951,422
Select Insurance Company 2.777,469
Selective Insurance Company of America 11,213,290
Selective Insurance Canpany of the
Southeast 1,157,918
Sentry Indemnity Company 936,275
Sentry Insurance A Mutual Company 21,116,795
Sentry Lloyds of Texas 41,403
8,530,213
6,34+,283
725,321
22,809,054
640,834
Page 6 of 8
Name of Companies
Maximum
16,987,683
4,284,619
30,000
5,077,622
1,618,444
Namme,of Companies
Service Lloyds Insurance Company
Shelter Mutual Insurance Company
Signet Reinsurance Company
Sirius Reinsurance Corporation
Solar States Lloyd's Insurance
Company
South Carolina Insurance Company
Southern Farm Bureau Casualty
Insurance Company
Southern Fire & Casualty Company
Southern Insurance Company
Southwest International Reinsurance
Company
Southwest International Reinsurance
Company of New York
Specialty Lloyds Insurance Company
St. Paul Fire and Marine Insurance
Company
St. Paul Guardian Insurance Company
The St. Paul Insurance Company
St. Paul Lloyds
St. Paul Mercury Insurance Company
Standard Casualty Company
The Standard Fire Insurance Company
State Automobile and Casualty
Underwriters
State Farm Fire and Casualty Company
State Farm General Insurance Company
State Farm Lloyds
State National Insurance Company, Inc.
Stonewall Insurance Company
The Sumitomo Marine & Fire Insurance
Company, Limited
Sun Insurance Cat any of New York
Sun Insurance Office, Ltd.
Surplus Underwriters Casualty
Insurance Ctmlaany
WS Lloyd's Insurance Company
Technology Insurance Company
Texas Employers Indemnity Company
Texas Farm Bureau Mutual Insurance
Company
Texas Farmers Insurance Company
Texas Hospital Insurance Exchange
Texas Insurance Company
Texas National Insurance Company
Texas Pacific Indemnity Company
Tnamas Jefferson Insurance Company
Thurston Fire and Casualty
Insurance Company
Ticor Indemnity Company
The Toa -Re Insurance Company
of America
The Tokio Marine and Fire
Insurance Company, Ltd.
Traders 6 General Insurance Company
Transamerica Indemnity Company
Transammerica Insurance Company
Maximum
319,386
18,817,527
2,705,056
1,761,064
36,704
7,153,740
21,943,272
222,998
508,525
847,977
825,401
30,000
82,500,536
1,334,884
1,245,932
186,448
2,548,405
521,228
11,784,192
105,477
166,465,558
1,371,690
120,000
52,484
5,523,016
738,777
3,693,493
4,349,267
92,969
28,294
36,257
536,325
1,830,358
1,383,781
111,196
48,175
36,889
506,799
1,011,988
399,997
516,083
2,373,706
6,668,292
526,466
1,060,326
38,439,595
Page 7 of 8
Name of Companies
Transamerica Insurance Company
of Texas
Transamerica Lloyds Insurance Company
Transamerica Premier Insurance Company
Transcontinental Insurance Company
Transport Insurance Company
Transportation Insurance Company
The Travelers Indemnity Company
The Travelers Indemnity Company
of America
The Travelers Indemnity Company
of Illinois
The Travelers Indemnity Company
of Rhode Island
The Travelers Lloyds Insurance
Company
Trerwick America Reinsurance
Corporation
Tri -State Insurance Company
Trinity Lloyds Insurance Company
Trinity Universal Insurance Company
Trinity Universal Insurance Company
of Kansas, Inc.
Truck Insurance Exchange
Thin Qty Fire Insurance Company
LAIC Insurance Company
Ulico Casualty Company
Underwood Neuhaus Insurance Company
Underwriters Indemnity Company
Unicare Insurance Company
Unigard Insurance Company
Unigard Lloyd's of Texas
Unigard Security Insurance Company
Union Insurance Company
Union Mutual Insurance Company
of Providence
Union Pacific Insurance Co parry
Union Standard Insurance Cony
Unison Standard Lloyds
Unione Italian Reinsurance Company
of America, Inc.
United Equitable Insurance Company
United Fire & Casualty Company
Uhited General Insurance Company
United Lloyd's Insurance Company
United Pacific Insurance Company
United Reinsurance Corporation
of New York
United Services Automobile
Association
United States Fidelity and Gharanty
Company
United States Fire Insurance Cola
Universal Surety of America
Universal Underwriters Insurance
Company
Universal Underwriters of Texas
USAA Casualty Insurance Company
Maximo-3
272,267
40,152
3,274,655
4,858,332
4,766,508
1,839,113
131,041,982
4,447,801
1,361,972
14,952,365
159,180
4,631,079
2,605,501
32,400
47,794,858
450,027
14,093,983
4,284,620
987,090
789,421
35,421
119,421
1,015,286
1,145,549
53,933
10,193,103
3,833,799
300,916
627,080
758,976
32,482
1,950,912
1,295,870
2,380,567
41,880
41,886
5,783,840
1,318,736
148,740,582
91,327,849
34,328,374
2 ,355,460
10,780,256
99,144
13,878,781
Nave of Companies Maximum Name of Companies Maximum
..Utica Lloyd's of Texas 77,709
Utica Mutual Insurance Company 10,615,785
Utica National Insurance Company
of Texas 121,448
Valiant Insurance Ca pony 1,618,483
Valley Forge Insurance Company 4,154,413
Vanguard Insurance Company 1,394,359
Victoria Lloyds Insurance O.zopany 248,456
The Victory Reinsurance Cnnpany
of America, Inc. 987,684
Vigilant Insurance any 7,848,016
Virginia Surety Company, Incorporated 6,131,187
Washington International Insurance
Company 491,734
Wausau Lloyds 56,276
Wausau Underwriters Insurance
Company 1,973,829
West American Insurance C mpany 37,038,034
Westchester Fire Insurance Company 15,036,794
Western Alliance Insurance Company 1,108,345
The Western Casualty and Surety
luny 15,453,122
Western Employers Insurance Company 5,572,442
Western Employers Insurance Company
of America 843,385
The Western Fire Insurance Company 13,033,289
Western Lloyds Insurance Company 106,834
Western Surety C apany 3,274,966
Westfield Insurance Company 7,209,057
Winterthur Swiss Insurance Ccropany 10,082,740
The Yasuda Fire & Marine Insurance
Company of America 2,395,489
Yosemite Insurance Company 2,484,689
Yukon Indemnity Company 240,525
Zale Indemnity Company 329,332
Zenith Insurance Company 12,911,283
Zurich American Lloyds 59,094
Zurich Insurance Company 25,521,025
Zurich Reinsurance Cao any
of New York 2,035,245
Page 8 of 8
IX Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
Mr. James R. Nuse
Director of Public Works
214 E. Main Street
Round Rock, Texas 78664
RE: Bowman Road Phase II - Job No. 103 -718
Dear Jim:
AWW /jg
Encl.
1106 South Mays • Round Rock, Texas 78664 • (512) 255 - 7861
December 31, 1986
As you are aware, bids were received December 16, 1986, for the Bowman Road
Improvements. Fourteen (14) bids were received with River City Excavating and
Paving, Inc. of Cedar Park. Texas, submitting the lowest bid of $596,462.12.
Please find enclosed twelve (12) copies of the bid tabulations for your use.
River City Excavating and Paving, Inc. has not, to my knowledge. performed
any work in or for the City of Round Rock. We have, however, made a thorough
check of their experience record and performance. Based on the results of our
investigation and submission of the lowest and best bid, we recommend award of
this project to River City Excavating and Paving, Inc. in the amount of
$596,462.12.
If you have any questions or comments. please advise.
Very truly yours,
HAYNIE & KALLMAN, INC.
illiam Waeltz
Project Manager
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
January 13, 1987
TO: Mr. Edward R. Coleman
River City Excavating & Paving, Inc.
P. 0. Box 186
Cedar Park, Texas 78613
PROJECT Description: Bowman Road, Phase II — Street and Drainage Improvements
The OWNER has considered the BID submitted by you for the above described
WORK in response to its Advertisement for Bids.
The OWNER intends to construct said improvements therefore. you are hereby
notified that your BID has been accepted for items in the amount of
$596,462.12.
You are required by the Information for Bidders to execute the Agreement
and furnish the required CONTRACTOR'S Performance BOND. Payment BOND and
Certificates of Insurance within ten (10) calendar days from the date of this
Notice to you.
If you fail to execute said Agreement and to furnish said BONDS within ten
(10) days from the date of this Notice. said OWNER will be entitled to consider
all your rights arising out of the OWNER'S acceptance of your BID as abandoned
and as a forfeiture of your BID BOND. The OWNER will be entitled to such other
rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to
the OWNER.
Dated this day of , 1987.
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD is hereby acknowledged
by RIVER CITY EXCAVATING & PAVING, INC. this the /f' day
of
By
Title
NOTICE OF AWARD
, 1987.
ON BEHALF OF THE CITY OF ROUND
ROCK
./ illiam Waeltz
Haynie & Kallman, Inc.
Haynie & Kaltman Inc.
CONSULTING ENGINEERS
THE CITY OF ROUND ROCK
BOWMAN ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
CONTRACT DOCUMENTS AND SPECIFICATIONS
JOB NO. 103 -718
HAYNIE & KALLMAN, INC.
1106 S. Mays
Round Rock, Texas 78664
512/255 -7861
Haynie & Kaltman, Inc.
4
1
Haynie & Hallman, Inc.
CONSULTING ENGINEERS
December 9. 1986
ADDENDUM NO. 1
BOWMAN ROAD. PHASE II
STREET AND DRAINAGE IMPROVEMENTS
Addendum No. 1 to the Plans, Specifications and Contract Documents for the
Bowman Road, Phase II — Street and Drainage Improvements.
1. Substitute attached Sheet 9 of 9 for Proposal Bidding Sheet 9 of 9.
2. Add Sheet 22A to the Street and Drainage Improvement Plans.
3. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2 of 9
of the Proposal.
ADDENDUM NO. 1 — 1/2
1106 South Maya • Round Rock, Texas T8664 • (512) 255
HAYNIE & IiiS!:L , INC.
ames Cou ter, P.E.
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
ti
y
y
4 1
•
Bid
Item ' antit Unit
35 3
ALTERNATE BID A
TOTAL STREET &
Item Description
and Written Unit Price
34 384 L.F. 10" Wastewater Main. complete in place.
per linear foot
for Dollars
Unit
Price
and Cents $ $
Standard Manhole. complete in place.
per each
Dollars
Cents $ $
36 1,097 S.Y. Conc to Pilot Channel, including
Channe Reshaping, complete in place,
per squ e yard
INAGE IMPROVEMENTS $
2A 19,832 S.Y. 10" Flexible Bas complete in place,
per square yard
for Dollars
and Cents $
2B 19.832 S.Y. 6" Lime Stabilized Subgra -, complete
in place, per square yard
TOTAL ALTERNATE BID (Base Bid Items 1, 3, thru
36, 2A & 2B)
Page 9 of 9
ADDENDUM NO. 1 — 2/2
for Dollars
and Cents $ $
Amount
[13E Haynie & Hallman, Inc.
CONSULTING ENGINEERS
December 10, 1986
ADDENDUM NO. 2
BOWMAN ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
ADDENDUM NO. 2 - 1/2
1186 South May • Room! Rock, UK. 78664 • (512) 255-7561
Addendum No. 2 to the Plans. Specifications and Contract Documents for
the Bowman Road, Phase II - Street and Drainage Improvements.
1. Substitute attached Sheet 9 of 9, Addendum No. 2 -2/2. for Proposal
Bidding Sheet 9 of 9. Addendum No. 1 -2/2.
2. All Bidders shall acknowledge receipt of Addendum No. 2 on
Page 2 of 9 of the Proposal.
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
AGREEMENT
BID BOND
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
CERTIFICATE OF INSURANCE
INFORMATION REQUIRED OF LOW BIDDER
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
BASIS OF MEASUREMENT AND PAYMENT
SOILS REPORT
NOTICE TO CONTRACTORS
FROM
THE CITY OF ROUND ROCK
BOWMAN ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
Sealed bids, in envelopes addressed to The City of Round Rock. 214 E.
Main Street, Round Rock, Texas 78664 will be received at the above
mentioned address until December 16, 1986, and then publicly opened and
read, for furnishing all labor, material and equipment and performing all
work required for the construction of Bowman Road, Phase II - 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
Bowman Road, Phase II - Street and Drainage Improvements to be opened at
2:00 p.m., Tuesday. December 16, 1986."
All proposals shall be accompanied by a cashier's certified check upon
a national or state bank in the amount of five (5) percent of the total
maximum bid price payable without recourse, or a bid bond in the same
amount from a reliable surety company. as a guarantee that bidder will
enter into a contract and execute performance bond within ten (10) days
after notice of award of contract to him. The notice of award of contract
shall be given by the Owner within thirty (30) days after the bid
opening. The bid security must be enclosed in the same envelope with the
bid. Bids without check or bid bond will not be considered. All bid
securities will be returned to the respective bidders within twenty -five
(25) days after bids are opened, except those which the Owner elects tc
hold until the successful bidder has executed the contract. Thereafter
all remaining securities, including security of the successful bidder,
will be returned within sixty (60) days. The successful bidder must
furnish performance bond and payment bond in the amount of one hundred
(100) percent of the contract price from an approved surety company
holding a permit from the State of Texas to act as surety (and acceptable
according to the latest list of companies holding certificates of
authority from the Secretary of the Treasury of the United States) or
other surety or sureties acceptable to the Owner, with approval prior to
bid opening.
The right is reserved, as the interest of the Owner may require, to
reject any and all bids, and to waive any informality in bids received.
Page 1 of 2
Plans. specifications and bidding documents may be secured from the
office of the Engineer. Haynie & Kallman. Inc., after November 24. 1986.
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 & Kallman. Inc.. 1106 South Mays, Round Rock, Texas.
Bidders should carefully examine the Plans, Specifications and other
documents. visit the site of work. and fully inform themselves as to all
conditions and matters which can in any way effect the work or the cost
hereof. Should a bidder find discrepancies in. or omissions from the
Plans, Specifications or other documents. or should be in doubt as to
their meaning, he should notify the Engineer, Haynie & Kallman. Inc. and
obtain clarification prior to submitting any bid.
The improvements shall be completed within 180 calendar
days after Notice to Proceed from the Owner.
Page 2 of 2
PROPOSAL
INSTRUCTIONS TO BIDDERS
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to:
and shall be identified as follows:
The City of Round Rock
214 East Main Street
Round Rock. Texas 78664
"BID FOR BOWMAN ROAD. PHASE II - STREET AND DRAINAGE IMPROVEMENTS to be
opened at 2:00 p.m.. Tuesday, December 16, 1986."
A proposal will not be accepted unless prepared on the bidding form
provided. The sealed proposals will be publicly opened and read at the
time and place stated in the Notice Inviting Bids. Bidders or their
authorized agents are invited to be present. Unauthorized conditions,
limitations or provisions attached to a proposal will render it informal
and may cause its rejection. The complete proposal forms shall be without
addition, alterations or erasures. Alternative nroposals will not be
considered unless called for. No oral, telegraphic or telephonic
proposals or modifications will be considered. The proposal may be
withdrawn upon request by the bidder without prejudice to himself prior
to, but not after, the time fixed for opening of bids. provided that the
request is in writing, has been executed by the bidder or his duly
authorized representative, and is filed with the Owner.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership, corporation
or association under the same or different names, will not be considered.
Reasonable grounds for believing that any bidder is interested in more
than one proposal for the work contemplated will cause the rejection of
all proposals in which such bidder is interested. If there is reason for
believing that collusion exists among bidders. all bids will be rejected
and none of the participants in such collusion will be considered in
future proposals.
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after an award of the Contract, the Owner
will return the proposal guarantees accompanying each of the proposals as
are not considered in making the award. All other proposal guarantees
will be held until the Contract has been finally executed. They will then
be returned to the respective bidders whose proposals they accompany.
Page 1 of 3
AWARD OF CONTRACT — RESERVATION OF RIGHTS
Contracts. if awarded. will be awarded to responsible bidders whose
proposals comply with all the requirements prescribed. Awards, if made.
will be made within sixty (60) calendar days after the opening of the
proposals. The Owner reserves the right to reject any or all bid
proposals. to accept the lowest responsible bidder's proposal, and to
waive any informality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written contract with the
Owner on the form of agreement provided. Failure or refusal to enter into
a contract as herein provided, or to conform to any of the stipulated
requirements in connection therewith shall be a just cause for the
annulment of the award. If the successful bidder refuses or fails to
execute the Contract, the Owner may award the Contract to second lowest
responsible bidder. If the second lowest responsible bidder refuses or
fails to execute the Contract. the Owner may award the Contract to the
third lowest responsible bidder. On the failure or refusal of such second
and third lowest responsible bidder to execute the Contract, the work may
be re— advertised.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cashier's check or
bid bond in the amount of not less than 5% of the amount named in the
proposal. Said check or bond shall be made payable to the Owner and shall
be given as a guarantee that the bidder, if awarded the work, will enter
into a contract within ten (10) days after the award and will furnish the
necessary bonds as hereinafter provided. In case of refusal or failure to
enter into said contract, the check or bond as the case may be, shall be
forfeited to the Owner. No bidder's bond will be accepted unless it
conforms substantially to the form furnished by the Owner, which is bound
herein, and is properly filled out and executed.
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed and his full
name and his address shall be given; if it is made by a firm it shall be
signed with the co— partnership name by a member of the firm, who shall
sign his own name. and the name and address of each member shall be given;
and if it is made by a corporation the name of the corporation shall be
signed by its duly authorized officer or officers attested by the
corporate seal. and the names and titles of all officers of the
corporation shall be given.
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder. consideration will be given
not only to the financial standing. but also to the general competency of
Page 2 of 3
the bidder for the performance of the work covered by the proposal. To
this end each proposal shall be supported by a statement of the bidder's
experience, on the form entitled "Information Required of Low Bidder ",
bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed work and the
Contract Documents therefor. It will be assumed that the bidder has
investigated and is satisfied as to the conditions to be encountered; as
to the character. quality and quantity of materials to be furnished and as
to the requirements of the Contract, Specifications and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of the Plans or
Specifications must make request for such information in writing to
Engineer, prior to 48 -hours before the bid opening. Answers to all such
requests will be given in writing to all bidders. in Addendum form, and
all Addenda will be bound with, and made a part of. the Contract
Documents. No other explanation or interpretation will be considered
official or binding. Should a bidder find discrepancies in. or omissions
from the Plans. Specifications or other Contract Documents, or should he
be in doubt as to their meaning, he should at once notify the Engineer in
order that a written Addendum may be sent to all bidders. Any Addenda
issued prior to twenty -four (24) hours of the opening of bids will be
mailed or delivered to each Contractor contemplating the submission of the
proposal on this work. the proposal as submitted by the contractor will
be so constructed as to include any Addenda if such are issued by the
Engineer prior to twenty -four (24) hours of the opening of bids.
Page 3 of 3
1
1
1
1
o5A
' PROPOSAL
TO
I
THE CITY OF ROUND ROCK
1 FOR THE CONSTRUCTION OF
STREET AND DRAINAGE IMPROVEMENTS
1 BOWMAN ROAD, PHASE II
IN ROUND ROCK, TEXAS
1
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
1 Page 1 of 9
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 12 -9 -86
2 12 -10 -86
Page 2 of 9
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal is hereby
respectfully submitted by:
Rime e /7Y,excww J PAIr /th me
Name of Contractor Date
Executed by (Signature) '
Pc, ,B/X /a (674 .756
Business Address Telephone Number
CED/W ~AL 7TellIt /S T�X/}S
City County State Zip
(Seal if Bid is by a Corporation)
ATTEST:
Page 3 of 9
/
Title or Position
CONTRACT: STREET AND DRAINAGE IMPROVEMENTS
JOB NAME: BOWMAN ROAD, PHASE II
JOB LOCATION: BOWMAN ROAD, ROUND ROCK, TEXAS
OWNER: CITY OF ROUND ROCK
Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the
undersigned bidder hereby proposes to do all the work, to furnish all necessary
superintendence. labor, machinery. equipment, tools, materials, insurance and
miscellaneous items, to complete all the work on which he bids as provided by the
attached supplemental specifications, and as shown on the plans for the construction
of Bowman Road, Phase II - Street and Drainage Improvements and binds himself on
acceptance of this proposal to execute a contract and bond for completing said
project within the time stated for the following prices, to -wit:
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price
1 24,169 S.Y. Unclassified Street Excavation. includ-
ing subgrade preparation, complete
in place. per square yard
for nne
and sitty -five
PROPOSAL BIDDING SHEET
2 19,832 S.Y. 14" Flexible Base, complete in place,
per square yard
for six Dollars
and no Cents $ f; on
3 21,773 S.Y. 2" H.M.A.C. Pavement, complete in place.
per square yard
Page 4 of 9
Amount
Dollars
Cents $ 1 65 $ 39,878.85
$11R,gg2 no
for three Dollars
and twenty -five Cents $ 3.25 $ 70.762 25
Bid
Item Quantity Unit
4 8.327 L.F. Standard Concrete Curb and Gutter,
complete in place, per linear foot
for four
and forty -five
Item Description
and Written Unit Price
5 4,851 S.Y. Sidewalks, complete in place, per
square yard
for fifteen Dollars
and fifty Cents $ 15.50 $ 75,190.50
6 32 EA Standard Handicap Ramps, complete in
place, per each
for one hundred - seventy - five
and no
7 407 S.Y. Construct Concrete Driveways, complete
in place, per square yard
for twenty -one
and t1tty
8 23 EA Relocate Existing Signs, complete
in place, per each
for one - hundred Dollars
and no Cents $ 100.00 $ 2,3C0.00
9 4 EA Relocate Existing Mailboxes, complete
in place, per each
for one - hundred
and
Dollars
no
Cents $ 100.00 $
10 12 EA Adjust Existing Valves to Finished Grade,
complete in place, per each
for three- hundred -fifty
and nn
11 2 EA Adjust Existing Manholes to Finished Grade,
complete in place, per each
for three- hundred -fiftv
and no
Page 5 of 9
Unit
Price
Dollars
Cents $ 175.00
Dollars
Cents $ 21.50
Dollars
Cents $ 350.n0
Amount
Dollars
Cents $ 4.45 $ 37,055.15
$ 5,600.00
$ 8,750.50
400.00
$ 4.700.00
Dollars
Cents $ 350.00 $ 700.00
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price
12 3.828 L.F. 4" Yellow, Reflectorized Painted Pavement
Stripes, complete in place, per linear foot
for nn
and fiftaan
13 1,302 L.F. 8" Yellow, Reflectorized Painted Pavement
Stripes, complete in place, per linear foot
for no
and thirty
14 370 L.F. 8" White, Reflectorized Painted Pavement
Stripes. complete in place. per linear foot
for no Dollars
15 322 L.F. 2' White, Reflectorized Painted Stop Lines,
complete in place, per linear foot
for no
and sixty
16 14 EA White, Reflectorized Painted Traffic
Arrows, complete in place, per each
for twenty
and no
17 17 EA Traffic Control Signs, complete in place,
per each
18 13 EA 6' Valley Gutter, complete in place.
per each
19 4 EA Recessed 5' Inlet, complete in place,
per each
Page 6 of 9
Amount
Dollars
Cents $ n 7r, $ ' 72 2n
Dollars
Cents $ 0.30 $ 390.60
and thirty Cents $ C.30 $ 111.00
Dollars
Cents $ 0.60 $ 193.20
Dollars
Cents $ 20.00
$ 280.00
for two - hundred Dollars
and no Cents $ 200.00 $ 3,400.00
for one - thousand- five - hundred Dollars
and nn Cents $1.500.00 $ 12.500.00
for one - thousand - three - hundred Dollars
and no Cents $ 1,300.00 $ 5,200.00
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
20 3 EA Recessed 10' Inlet. complete in place.
per each
one- thousand - nine - hundred-
for fifty Dollars
and nn Cents $ 1.950.00 $ 5.850.00
21 150 L.F. 18" R.C.P.. complete in place. per
linear foot
for twenty -five
and forty
22 335 L.F. 24" R.C.P., complete in place, per
linear foot
26
for thirty -two
and fifty
23 20 L.F. 30" R.C.F., complete in place, per
linear foot
for forty
and eighty -five
24 337 L.F. 36" R.C.P., complete in place. per
linear foot
for forty -seven
and seventy -five
25 818 L.F. 48" R.C.P., complete in place, per
linear foot
Dollars
Cents $
Dollars
Cents $
for t Dollars
and twenty -five Cents $
EA Standard Storm Sewer Manhole, complete
in place, per each
for nnP thnuaand
and no
Page 7 of 9
Dollars
Cents $ 25.40 $ 3,810.00
Dollars
Cents $ 32.50 $ 10,887.50
40.85 $ 817.00
47.75 $ 16,091.75
fit 25 $ 50,926.50
Dollars
Cents $ 1.000.00 $ 1, 000.00
Bid
It em Quantity Unit
Item Description
and Written Unit Price
27 1 EA Standard Storm Sewer Junction Box.
complete in place. per each
for two - thousand - eight- hundred Dollars
and no Cents $ 2,800.00 $ 2,800.00
28 1 EA Concrete Rip -Rap Headwall. (special)
complete in place, per each
one- thousand - three - hundred-
for fifty Dollars
and I1 0 Cents $1,350.00 $ 1,350.00
29 3 EA Headwall, T.D.H.P.T. Standard CH -11B,
complete in place, per each
for two - thousand Dollars
and no Cents $2,000 nn $ :,f1on no
30 2 EA 10 "X6" Tapping Sleeve and Valve, complete
in place, per each
for one - thousand - two - hundred Dollars
and no Cents $1,200.00 $ 2.400.00
31 1 L.S. Relocate Existing A.A.R.V.V., complete
in place. per lump sum
for five - hundred Dollars
and no Cents $ 500.00 $ 500.00
32 0.014 Ton Cast Iron Fittings, complete in place.
per ton
one - thousand - three - hundred
for sixty Dollars 1,360.00 19.04
and no Cents $ $
33 114 L.F. Lower Existing Water Line, complete in
place. per linear foot
for eighty -eight
and sixty - five
Page 8 of 9
Unit
Price
Amount
Dollars
Cents $ 88.65 $10.106 1C
Bid
Item Quantity Unit
34 384 L.F. 10" Wastewater Main, complete in place.
per linear foot
for twentv -four Dollars
and no Cents $ 24.00 $_ 9.216.00
35 3 EA Standard Manhole, complete in place,
per each
for one - thousand - two - hundred Dollars
and no Cents $1,200.00 $ 3,600.00
36 1.097 S.Y. Concrete Pilot Channel, including
Channel Reshaping. complete in place,
per square yard
for fifty - three
and no
37 1.042 L.F. Remove and Replace Barbed Wire Fence,
complete in place, per linear foot
for eighteen
and sixty -nine
Item Description
and Written Unit Price
TOTAL STREET & DRAINAGE IMPROVEMENTS
ALTERNATE BID A
2A 19,832 S.Y. 10" Flexible Base, complete in place,
per square yard
for five Dollars
and no Cents $ 5.00 $ 99JEO.00
2B 19,832 S.Y. 6" Lime Stabilized Subgrade, complete
in place, per square yard
for three Dollars
and no Cents $ 3.00 $ 59,496.00
TOTAL ALTERNATE BID (Base Bid Items 1. 3, thru
37. 2A & 2B)
Page 9 of 9
ADDENDUM NO. 2 — 2/2
Unit
Price
Amount
Dollars
Cents $ 53.00 $ 58,141.00
Dollars
Cents $ 18.69 $ 19,474.98
$ 589.46 ?.12
$ 629,126.12
0.� (yyOLi c 1,
THE STATE OF TEXAS
COUNTY OF
§
AGREEMENT
IS AGREEMENT. made and entered Ito this f75'�� day
of /yu/ f2,(,( , 19A.D. by and between
THE TY OF ROUNY ROCK of the City
of Round Rock , the County of Williamson , and
the State of Texas, acting through
thereunto duly authorized so to do, Party of the
First Part, hereinafter termed OWNER, and RIVER CITY EXCAVATING & PAVING,
INC. of the City of Cedar Park. County of Travis and State of Texas. Party
of the Second Part, hereinafter termed CONTRACTOR.
BOWMAN ROAD, PHASE II
STREET AND DRAINAGE IMPROVEMENTS
Page 1 of 2
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the Party of the First
Part (OWNER), and under the conditions expressed in the bond bearing even
date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees
with the said Party of the First Part (OWNER) to commence and complete the
construction of certain improvements described as follows:
further described as the work covered by this specification consists of
furnishing all labor, equipment, appliances. and materials, and performing
all operations in connection with the excavation, installation of pipe
lines and appurtenances, backfilling and compaction of trenches complete
in accordance with the Plans, and all extra work in connection therewith,
under the terms as stated in the General Conditions of the Agreement and
at his (or their) own proper cost and expense to furnish all the
materials, supplies, machinery. equipment. tools. supervision, labor,
insurance, and other accessories and services necessary to complete the
said construction. in accordance with the conditions and prices stated in
the Proposal attached hereto. and in accordance with the Notice to
Contractors, General Conditions of Agreement, Special Conditions.
Technical Specifications. Plans and other drawing and printed or written
explanatory matter thereof, and the Specifications and addenda therefor,
as prepared by HAYNIE & KALLMAN. INC., 1106 South Mays. Round Rock, Texas
78664. herein entitled the ENGINEER. each of which had been identified by
the CONTRACTOR'S written proposal, the General Conditions of the
Agreement, and the Performance, Payment and Maintenance Bonds hereof and
collectively evidence and constitute the entire contract.
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 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 the year and day first above written.
RIVER CITY EXCAVATING
THE CITY OF ROi3ND ROCK & PAVING, INC.
Party of the First Part Party of the Second Part
(OWNER) (CONTRACTOR)
By:
ATTEST:
I. /k t—/ e7a /ev1 I-#1
(Corporate Seal)
ATTEST:
Page 2 of 2
41111: i 04 /dI_k
l e following to be executed if the Contractor is a Corporation).
. certify that I am
the Secretary of the Corporation named as Contractor herein;
that � 2 a.v C'l . 9'L i i M who signed
e this Contract on behalf of the Contractor was then 6 /Gleh
(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.
Signed: J4/221(1Lee/f
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i'
I,
THE STATE OF TEXAS
COUNTY OF Traits
BID BOND
KNOW ALL MEN BY THESE PRESENTS. THAT WE Edward R. Coleman,, Individua_
City Excavating & Paving Company, A Named j°1- T l aNifieTPAL and Chilton
Insurance Company , as SURETY. are held and
firmly bound unto the CITY OF ROUND ROCK hereinafter referred to as the
"OWNER ". in the penal sum of five percent (5%) of the total amount of the
bid of the PRINCIPAL submitted to the OWNER, for the work described below;
for the payment of which sum in lawful money of the United States of
America. well and truly to be made, we bind ourselves. our heirs.
executors, administrators, successors and assigns, jointly and severally.
firmly by these presents. In no case shall the liability of the SURETY
hereunder exceed the sum of $ 5% of Bid
THE CONDITIONS OF THIS OBLIGATION ARE SUCH. THAT whereas, said PRINCIPAL
has submitted the above mentioned bid to the OWNER, for the construction
of the work under the "SPECIFICATIONS FOR CONSTRUCTION OF BOWMAN ROAD.
PHASE II - STREET AND DRAINAGE IMPROVEMENTS ". for which bids are to be
opened at The City of Round Rock. 214 East Main Street. Round Rock, Texas
on Tuesday, December 16. 1986;
NOW. THEREFORE, if the PRINCIPAL is awarded the Contract. and within the
time and manner required under the heading "Instructions to Bidders ".
after the prescribed forms are presented to him for signature, enters into
a written agreement. substantially in the form contained in the
Specifications, in accordance with the bid and filed the two bonds with
BB -1
the OWNER. one to guarantee faithful performance and the other to
guarantee payment for labor and materials. then this obligation shall be
null and void, otherwise. it shall be and remain in full force and effect.
In the event suit is brought upon this bond by the OWNER and judgment is
recovered. said SURETY shall pay all costs incurred by the OWNER in such
suit. including a reasonable attorney's fee to be fixed by the Court.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
the 16th day of December . 1986.
Edward R. Coleman, Individual and
Excavating. &'Paving Company,
Principal Joint Venture
By:
Edward R. Coleman
Title: President,
Address P. Q.Box 18b.
Cedar Park,,,Tx,,,78613
A Named
Bi11 Pitts Insurance Agency, PC
The name and address of the Resident Agent of Surety
P. 0. Box 2291, Austin, Tx. 78768
River City
Chilton Insurance Company
Surety
BB -2
Rose Marie Boriskie
Title: Attorney -in -Fact
Address %Bill Pitts Insurance Agency, PC
P.O.Box 2291, Austin, Tx. 78768
is:
State of California
es.
County of Los Angeles
Henry F. Wright personally known to me, was by me duly sworn, and did depose and say: that
he /she resides in the State of California; that he/she Is the duly elected Vice president of
CHILTON INSURANCE COMPANY, the corporation described in and which executed the above instru-
ment; that he /she knows the seal of said corporation; that the seal affixed to said instrument is such cor-
porate seal; that it was so affixed by authority of his /her office under the Bylaws of said corporation, and
that he /she signed his /her name thereto by like authority.
Subscribed and sworn to me this 2nd day of
1, Trude A. Tsujimoto the Secretary of
CHILTON INSURANCE COMPANY that the foregoing power of attorney and the above quoted Sections 15. and 16.
of Article V of the Bylaws have not been abridged or revoked and are now In full force and effect.
Signed and Sealed at Burbank, California, this / day of y , 19 Y .
Originated by: W e. (L2AD
Surety Manager 1 D
CERTIFICATION
� �. . 1 e
V . terry
Date of Origin: Novmt 17. 1986
CHILTON INSURANCE COMPANY
Dallas, Texas
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That CHILTON INSURANCE COMPANY, a Texas corporation, does hereby make, constitute and
appoint
Pnnud m U c.A.
CIC 111 (9-66)
AUSTIN, TEXAS
ROSE MARIE BORISKIE - - - --
as its true lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute
and and deliver and affix the seal of the Company thereto, lift seal is required, bonds, undertakings, recognizances, consents of
surety or other written obligations in the nature therof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind CHILTON INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact, pursuant to
these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
ARTICLE V, Section 15. ATTORNEYS -IN -FACT AND AGENTS. The chairman of the board, the president, the vice
president, the chid financial officer, or the secretary of the corporation may appoint attorneys-in-fact or agents with power
and authority, as defined or limited in their respective powers of attorney, for and on behalf of the corporation to execute
and deliver, and affix the seal of the Corporation thereto, bonds, undertakings, recognizances, consents of surety or
other written obligations in the nature thereof and any of said oficers may remove any such attorney -in -fact or agent
and revoke the power and authority given to him or her.
ARTICLE V. Section 16. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written
obligation in the nature thereof shall be valid and bending upon the corporation when signed by the chairman of the
board, the president, the vice president, the chief financial officer. or the secretary of the corporation and duly attested
and sealed, it a seal is required, by the secretary or assistant secretary, or shall be valid and binding upon the corporation
when duly executed and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent, pursuant to and
within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution
adopted by the Board of Directors of CHILTON INSURANCE COMPANY at a meeting duly called and held on the
12th day of April, 1985.
RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, may be affixed
by facsimile 10 any power of attorney or special power of attorney or certification of either given for the execution of
any bond, undertaking, recognizances consent of surety or other written obligations in the nature thereof; such signature
and seal, when so used, being hereby adopted by the corporation as the original signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with the same force and effect as though manually
affixed.
IN WITNESS WHEREOF, CHILTON INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 2nd day of September, 1986
CHILTON INSURANCE COMPANY
By
ture Henry P. right, Vices resident
(Over)
THE STATE OF TEXAS §
COUNTY OF
County of
Williamson
PERFORMANCE BOND
§
KNOW ALL MEN BY THESE PRESENTS, THAT Edward R. Coleman, Individual and River City
Excavating and Paving Company, a
named Joint Venture of the City of Cedar Park, Texas
Williamson , and State of
as principal, and Chilton Insurance Company
Texas
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto
THE CITY OF ROUND ROCK (OWNER), in the penal sum
Thousand Four Hundred Sixty-Two and 122
of Five Hundred Eighty-Nine
Y Do
($ 589,462.12
*214 E. Main Street, Round Rock, Texas 78664
) 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 19th day of January , 19 87 ,
to which contract is hereby referred to and made a part hereof es 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 19th day of January
19 87 .
Edward R. Coleman, Individual and
River City Excavating & Paving Company,
a name Joint Venture Chilton Insurance Company
Principal Surety
B
Title
Address P. 0. Box 186 Address c/o Bill Pitts Insurance Agency
Cedar Park, TX 78613 P. 0. Box 2291, Austin, TX 78768
The name and address of the Resident Agent of Surety is:
Bill Pitts Insurance Agency
P. 0. Box 2291, Austin, TX 78768
PB -2
By
Title G t
PAYMENT BOND
THE STATE OF TEXAS §
COUNTY OF Williamson §
KNOW ALL MEN BY THESE PRESENTS. THAT Edward R. Coleman, Individual and River City
Excavating and Paving Company, a
named Joint Venture , of the City of Cedar Park, Texas .
County of Williamson , and State of Texas
as principal, and Chilton Insurance Company
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto
THE CITY OF ROUND ROCK (OWNER), in the penal sum of Five Hundred Eighty -
Nine Thousand Four Hundred Sixty -
Two and 12/100 -Dollars ($- 589,462.12 j 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 19th day of January , ig 87
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.
*214 E. Main Street, Round Rock, Texas 78664
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
this instrument this 19th day of January 1987
Edward R. Coleman, Individual
and River City Excavating & Paving
Company, a named Joint Venture Chilton Insuran Comnanv
Principal Surety
Title
Bill Pitts Insurance Agency. P.C.
P. 0. Box 2291, Austin, TX 78768
By
PB -4
Title
Address P. 0. Box 186 Address c/o Bill Pitts Insurance Agency
Cedar Park, TX 78613 P. 0. Box 2291
Austin, TX 78768
The name and address of the Resident Agent of Surety is:
CHILTON INSURANCE COMPANY
Dallas, Texas
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That CHILTON INSURANCE COMPANY, a Texas corporation, does hereby make, constitute and
appoint
---------- - - --OF AUSTIN, TEXAS
as its true lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to execd te
and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances, consents of
surety or other written obligations in the nature therof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind CHILTON INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact, pursuant to
these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
Pnnt.d in U 5 A
CIC 111 (9.96)
ROSE MARIE BORISKIE - - - --
ARTICLE V, Section 15. ATTORNEYS -IN -FACT AND AGENTS. The chairman of the board, the president, the vice
president. the chief financial olticer, or the secretary of the corporation may appoint attorneys -in- fact or agents with power
and authority, as defined or limited in their respective powers of attorney, for and on behalf of the corporation to execute
and deliver, and affix the seal of the Corporation thereto, bonds, undertakings, recognizances, consents of surety or
other written obligations in the nature thereof and any of said oficers may remove any such attorney -in -fact or agent
and revoke the power and authority given to him or her.
ARTICLE V, Section 16. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written
obligation in the nature thereof shall be valid and binding upon the corporation when signed by the chairman of the
board. the president, the vice president, the chief financial officer, or the secretary of the corporation and duly attested
and sealed, it a seal is required, by the secretary or assistant secretary, or shall be valid and binding upon the corporation
when duly executed and sealed. if a seal is required. by a duly authorized attorney -in -fact or agent, pursuant to and
within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution
adopted by the Board of Directors of CHILTON INSURANCE COMPANY at a meeting duly called and held on the
12th day or April, 1985.
RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, may be affixed
by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of
any bond. undertaking, recognizance s consent of surety or other written obligations in the nature thereof; such signature
and seal. when so used, being hereby adopted by the corporation as the original signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with the same force and effect as though manually
affixed.
IN WITNESS WHEREOF, CIIILTON INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 2nd day of September, 1986
CHILTON INSURANCE COMPANY
ure Henry F right, Vice resident
(Over)
State of California
se.
County of Los Angeles
Henry F. Wright personally known to me, was by me duly sworn, and did depose and say: that
he /she resides in the State of California; that he/she Is the duly elected Vice President of
CHILTON INSURANCE COMPANY, the corporation described in and which executed the above instru-
ment; that he /she knows the seal of said corporation; that the seal affixed to said instrument is such cor-
porate seal; that it was so affixed by authority of his /her office under the Bylaws of said corporation, and
that he /she signed his /her name thereto by like authority.-
Subscribed and sworn to me this 2nd day of September \ . ,198¢
OFFICIAL SEAL
DIMITRA STAUFFER
Rotary Public-00=1a
LOB ANGELS; COUNTY
CERTIFICATION
1, 'Nude A. Tsujimoto the Secretary of
CHILTON INSURANCE COMPANY that the foregoing power of attorney and the above quoted Sections 15. and 16.
of Article V of the Bylaws have not been abridged or revoked and are now In full force and effect.
Signed and Sealed at Burbank, California, this n a day of
Originated by: W V]. ( .
Surety Manager
No ary [ u. is '
for saki • • my a • tate.
Date of Origin:
, 19 X 7.
fir
. ELI a
y .
November 17, 1986
1
1
1
1
1
1
1
1
1
1
r
1
1
1
1
1
1
THE STATE OF TEXAS
COUNTY OF
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and a
Corporation duly organized under the laws of the State of
as Surety, are held and firmly bound unto
as Obligee, in the penal sum of
($ )
to which payment will and truly to be made we do bind ourselves, our and
each of our heirs, executors, administrators, successors and assigns
jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed
MB-1
Bond No.
WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of one year after approval by
against all defects in workmanship and
materials which may become apparent during said period;
NOW, THEREFORE. THE CONDITION OF THE OBLIGATION IS SUCH. that if said
Principal shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship which become
apparent during the period of one year from and after date of acceptance by
the Owner. then this obligation shall be void, otherwise to remain in full
force and effect.
IN WITNESS WHEREOF, the said principal and Surety have signed and sealed
this instrument this day of . 1986.
Principal Surety
By By
Title Title
Address Address
The name and address of the Resident Agent of Surety is:
MB-2
Al TYPE OP /NSURANCE
POLICY NUMBER
Po" E
WTE ,n;
REINE %PIA70. LIABIJTl LIM!TS IN THOUSAND_
eAr E
OCCURRENCE
��n
TO BE DETERMINED
1/05/87
1/05/88
wwiY
$
$
PROPERTY
AG
$
$
A II PO COMBINED
$ 500
$ 500
PERSONAL INJURY
$ 500
$
I g5 h
ififili
_s
'10 BE DETERMINED
1/05/87
1/05/88
NW
DUO
vsslx
$
Mu'
MAGI
$
'''
DAMAGE
$
SUM I D
cc0
■ 500
W
$
Ta BE DETERMINED
1/05/87
STATUTORY
1/05/88 $ 500 IEAt8 ACC�ENf
$ 500 mESEASEfDLIGti LUT)
$ 500 ID0EASE EAOI TLP aYo
CERTIFICATE OF INSURANCE
Bill Pitts Insurance Agency, PC
Excavating P.O. Box 2291
Austin, Texas 78768
NSURED
River City and Paving, Inc.
P.O. Box 186
Cedar PaAc, Texas 6613
*SORPTION OF OPERATION SILOCATIONSNEHICLEWSPECIAL ITEMS
RE: Job 11103 -718, Street and Drainage
Rock, Texas
The City of Round Rock
214 E. Main Street
Round Rock, TX 78664
mIS OERTFiGTE IS ISSUED AS A MATTER OF INFORMATION ONLY AND COHRIRS
NO RIGHTS IRON THE CERTIFICATE HOLDER. THIS CERTFICATE DOES NOT MEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW.
COMPANY A
LETTER
COMP
COMPANY D
LETTER
COMPANY E
LETTER
COMPANIES AFFORDING COVERAGE
INA
IVERAGES
THIS IS TO CERTIFY THAT POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED
NOTV/ITHSTANDING ANY E641, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT 70 ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS
Improvements for Bowman Road, Phase II, Round
RTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EX.
PIRAT ION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTFICATE HOLDER NAMED TO THE
LEFT, BUT FALUIE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LMSLJTY
OF ANY MD UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTNORRED REPRESENTATIVE
n. 1 1 n: F∎.- r■■■■•
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 Ora(/Ty aCAIig7W 2 paw,/NC.
(2) Address PG, elx /I' , CEDgh' PAA'K, / ' 764/3
(3) Phone Number (5 /1 ).258 -J'677
(4) Type of firm:
( ) Individual, ( ) Partnership. (X) Corporation
(5) Corporation organized under the laws of the State of Tiwid
(6) List the names and address of all members of the firm or names and
titles of all officers of the corporation:
,EDWA,P.A E. deLe FrES/DE7V1
rVR/ E77'A get .& dR2ETR,ey
(7) Number of years experience /'O yEACS
(8) List at least three (3) projects completed as of recent date:
Contract Amount /Class of Work /Date Completed /Name and Address of
Owner
$ I/1 it 6,19,0 War& 11/45 MA!'/,S C 4/4 /T7 //C /ST /A/, IX
$ ,2,2A, 3/8 240 W6FJ /04 T,PAL ' /S 464A/T7; 45 TX
s to GG V k'6AD Weal' /4 s 7A?Amm&7../. c'!'lW. AtlsT/U, yX
(10) Payment of taxes, in the State of 7A45
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.
1
Page 1 of 1
GENERAL CONDITIONS OF AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
1. DEFINITIONS 1
2. GENERAL PROVISIONS 2
2.01 Engineer's Status and Authority 2
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 3
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses. Permits. and Certificates 4
2.08 Royalties and Patents 4
2.09 Keeping of Plans and Specifications
Accessible 4
2.10 Discrepancies and Omissions 4
2.11 Contractor's Understanding 5
2.12 Extra Work 5
2.13 Payment for Extra Work 5
2.14 Assignment and Subletting 6
2.15 Subcontractors 6
2.16 Owner's Status 7
2.17 Completed Portions of Work 7
2.18 Materials 7
2.19 Receiving and Storage of Materials 7
2.20 "Or Equal" Clause 7
2.21 Completed Work 7
2.22 Materials Furnished by the Owner 7
2.23 Protection of Property 8
2.24 Shelters for Workmen and Materials 8
2.25 Sanitary Facilities 8
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 8
3.01 Labor, Equipment. Materials and
Construction Plant 8
3.02 Performance and Payment Bonds 8
3.03 Contractor's Ability to Perform 9
3.04 Superintendence and Inspection 9
3.05 Character of Employees 9
3.06 Contractor's Duty to Protect Persons
and Property 10
3.07 Safety Codes 10
3.08 Barricades 10
3.09 Minimum Wages 10
3.10 Unsuitable Work or Materials 10
3.11 No Waiver of Contractor's Obligation 11
3.12 Site Clean Up 11
3.13 Guarantee 11
(CONTENTS CONTINUED) Pa
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 12
4.01 Lines and Grades 12
4.02 Right of Entry 12
4.03 Owner's Inspectors 12
4.04 Collateral Work 12
4.05 Right -of -Way 13
4.06 Adequacy of Design 13
5. SCHEDULING AND PROGRESS OF WORK 13
5.01 Order and Prosecution of the Work 13
5.02 Rate of Progress 13
5.03 Sunday, Holiday, and Night Work 13
5.04 Hindrances and Delays 14
5.05 Extensions of Time 14
5.06 Liquidated Damages for Failure to
Complete on Time 14
6. INDEMNITY 15
6.01 Contractor's Indemnity Provision 15
6.02 Workmen's Compensation Insurance 15
6.03 Comprehensive General Liability Insurance 16
6.04 Owner's Protective Insurance 16
6.05 Comprehensive Automobile Liability
Insurance 16
6.06 Insurance Certificate 16
7. TERMINATION OF CONTRACT 17
7.01 Right of Owner to Terminate 17
7.02 Right of Contractor to Terminate 17
7.03 Removal of Equipment 17
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 17
8.01 Notification of Contractor -17
8.02 Retention of Contractor's Equipment
and Materials by Owner 17
8.03 Methods of Completing the Work 18
8.04 Final Acceptance 19
8.05 Disposition of Contractor's Equipment 19
9. MEASUREMENT AND PAYMENT 19
9.01 Character of Measurements 19
9.02 Estimated vs. Actual Quantities 19
9.03 Payment 20
9.04 Monthly Estimates and Payments 20
9.05 Certificates of Completion 21
9.06 Final Estimate and Payment 21
9.07 Notarized Affidavit 21
9.08 Release of Liability 21
9.09 Contractor's Obligation 22
9.10 Payments Withheld 22
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
1.01 Calendar Day. A calendar day shall be the 24 hour period from one
midnight to the next consecutive 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, 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. "Plana" 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 contest.
1.12 Working Day. A "working day" is defined as any day not including
Sundays or any legal holidays, in which weather or other
conditions, not under the control of the Contractor, will permit
construction of the principal units of the work for a continuous
period of not less than seven (7) hours between 7:00 a.m. and 6:00
p.m.
1.13 Written Notice. "Written notice" shall be deemed to have been duly
served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by certified or registered
mail to the last business address known to him who gives the
notice.
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually agreed by and
between the parties to this Contract that the Engineer shall have
general supervision and direction of the work included herein. In
order to prevent delays and disputes and to discourage litigation
it is further agreed by and between the parties of this Contract
that the Engineer shall in all cases determine the amounts and
quantities of the several kinds of work which are to be paid for
under the Contract; that he shall determine all questions in
GC -2
relation to said work and the construction thereof. that he shall
in all cases decide every question which may arise relative to the
execution of the Contract on the part of the Contractor; that his
decisions and findings shall be the conditions precedent to the
right of the parties hereto to arbitration or to any action on the
Contract and to the rights of the Contractor to receive any money
under this Contract; provided, however, that should the Engineer
render any decision or give any direction which in the opinion of
either party hereto is not in accordance with the meaning and
intent of this Contract, either party may file with the Engineer
within 30 days a written objection to the decision or direction so
rendered. It is the intent of this Agreement that there shall be
no delay in the execution of the work, and the decision or
directions of the Engineer as rendered shall be promptly carried
out.
2.02 Right of Engineer to Modify Methods and Equipment. If at any time
the methods or equipment used by the contractor are found to be
unsafe or inadequate to secure the quality of the work or the rate
of progress required under this Contract, the Engineer may direct
the Contractor in writing to increase their safety or improve their
character and efficiency and to cease operations under this
Contract until such direction is complied with. No claims shall be
made against the Owner for damages caused by any delay resulting
from such order.
2.03 Changes and Alterations. The Contractor agrees that the Owner,
through the Engineer. may make such changes and alterations as the
Owner may see fit in the line. grade. form, dimensions. plans. or
materials for the work herein contemplated or any part thereof
either before or after the beginning of the construction without
affecting the validity of this Contract and the accompanying
bonds. If such changes or alterations diminish the quantity of the
work to be done. they shall not constitute the basis for a claim
for damages or anticipated profits on the work that may be
dispensed with. If they increase the amount of work and the
increased work can fairly be classified under the specifications,
such increase shall be paid for according to the quantity actually
done and at the unit price established for such work under this
contract; otherwise such work shall be paid for as provided under
Section 2.12 "Extra Work ". In the event the Owner shall make such
changes or alterations which will make useless any work already
done or material already furnished or used in said work, then the
Owner shall compensate the Contractor for any materials or labor so
used. for any actual loss occasioned by such change. and for the
actual expenses incurred in preparation for the work as originally
planned.
GC-3
2.04 Damages. The right of general supervision by the Owner shall not
make the Contractor an agent of the Owner, and the liability of the
Contractor for all damages to persons. firms. and corporations
arising from the Contractor's execution of the work shall not be
lessened because of such general supervision. the Contractor is an
independent contractor in regard to work under this Contract, and
as such is solely liable for all damages to any persons, firms,
corporations. or their property as a result of the prosecution of
the work.
2.05 Losses from Natural Causes. All loss or damage arising out of the
nature of the work to be done or from the action of the elements or
from any unforeseen circumstances in the prosecution of the work or
from unusual obstructions or difficulties which may be encountered
in the prosectuion of the work shall be sustained and borne by the
Contractor at his own cost and expense.
2.06 Laws and Ordinances. The Contractor shall at all times observe and
comply with all Federal, State. and local laws, ordinances, rules
and regulations which in any manner affect the Contract or the work
and shall indemnify and save harmless the Owner against any claim
arising from the violation of any such laws and ordinances whether
by the Contractor or his employees or his subcontractors and their
employees.
2.07 Licenses. Permits and Certificates. Except as hereinafter
stipulated, all licenses, permits. certificates, etc. required for
and in connection with the work to be performed under the
provisions of these Contract Documents shall be secured by the
Contractor at his own expense. In the event a building permit is
required such permit will be obtained by the Owner at no cost to
the Contractor.
2.08 Royalties and Patents. The Contractor shall protect and save
harmless the Owner from all and every demand for damages,
royalties, or fees on any patented invention used by him in
connection with the work done or material furnished under this
Contract; provided, however, that if any patented material,
machinery, appliance, or invention is clearly specified in this
Contract. the cost of procuring the rights of use and the legal
release or indemnity shall be borne and paid by the Owner direct
unless such cost is determined and directed to be included in the
bid price at the time the Proposal is submitted.
2.09 Keeping of Plans and Specifications Accessible. The Engineer shall
furnish the Contractor with three (3) sets of executed Plans and
Specifications without expense to him, and the Contractor shall
keep one copy of the same constantly accessible on the work, with
the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed that it is the
intent of this Contract that all work must be done and all material
GC-4
must be furnished in accordance with the generally accepted
practice. and in the event of any discrepancies between the
separate contract documents, the priority of interpretation defined
under "Contract Documents" shall govern. In the event that there
is still any doubt as to the meaning and intent of any portion of
the Contract, Specifications or Drawings. the Engineer shall define
which is intended to apply to the work.
2.11 Contractor's Understanding. It is understood and agreed that the
Contractor has. by careful examination, satisfied himself as to the
nature and location of the work. the conformation of the ground.
the character. quality and quantity of the materials to be
encountered. the character of equipment and facilities needed
preliminary to and during the prosecution of the work. the general
and local conditions. and all other matters which can in any way
affect the work under this Contract. No verbal agreement or
conversation with any officer. agent. or employee of the Owner,
either before or after the execution of this Contract. shall affect
or modify any of the terms or 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, firms, and corporations for services rendered or materials
supplied for the performance of the work called for in this
Contract.
2.15 Subcontractors. The Contractor shall be as fully responsible to
the Owner for the acts and omissions of his subcontractors and of
persons either directly or indirectly employed by them as he is for
the acts and omissions of persons directly employed by him. Should
any subcontractor fail to perform the work undertaken by him in a
satisfactory manner, his subcontract shall be immediately
terminated by the Contractor upon written notice from the Owner.
GC -6
2.16 Owner's Status. Nothing contained in this Contract shall create
any contractual relation between any subcontractor and the Owner.
2.17 Completed Portions of Work. The Owner shall have the right to take
possession of and to use any completed or partially completed
portions of the work prior to completion of the entire work, but
such use shall not constitute an acceptance of any of the work not
completed in accordance with the Contract Documents. If the
Engineer determines that taking possession of and using partially
completed work substantially increases the cost of or delays
construction, the Contractor shall be entitled to extra
compensation or extension of time or both as determined by the
Engineer.
2.18 Materials. All materials furnished by the Contractor shall be as
required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of materials
which he is to furnish until the Engineer has approved the source
of supply of such materials.
2.19 Receiving and Storage of Materials. The contractor shall make
arrangements for receiving and storing materials. The Owner will
not sign for or receive shipments of materials consigned to the
Contractor. The Owner will not furnish storage space for materials
except where the written permission of the Engineer is given.
2.20 "Or Equal" Clause. Whenever a material, product, or article is
specified or shown on the Plans by using the name of the
proprietary product or of a particular manufacturer or vendor and
is followed by the term "or equal" the Contractor may submit a
written request to the Engineer requesting approval of the use of a
material, product, or article he feels is truly equal to the one
specified. The Engineer will evaluate the request to determine if
the material, product. or article is of equal substance and
function and if it will perform identically the duties imposed by
the general design. Written approval of an "or equal" material.
product, or article must be obtained from the Engineer before it
may be incorporated into the work as a substitute for that
specified in the Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous adequate
safeguards to protect all completed work from damage. loss, or the
intrusion of foreign elements.
2.22 Materials Furnished by the Owner. The Contractor shall assume
responsibility for and safeguard any and all materials supplied by
the Owner against loss or injury. The provision shall extend to
the taking of all necessary sanitary precautions to avoid
contamination of such materials that must be maintained and
incorporated into the work in a sanitary condition.
GC -7
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 1002 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 Persona and Property. In the
performance of this Contract. the Contractor shall protect the
public and the Owner fully by taking reasonable precaution to
safeguard persons from death or bodily injury and to safeguard
property of any nature whatsoever from damage. Where any dangerous
condition or nuisance exists in and around construction sites.
equipment and supply storage areas. and other areas in anyway
connected with the performance of this Contract. the Contractor
shall not create excavations. obstructions, or any dangerous
condition or nuisance of any nature whatsoever in connection with
the performance of this contract unless necessary to its
performance. and in that event the Contractor shall provide and
maintain at all times reasonable means of warning of any danger or
nuisance created. The duties of the Contractor in this paragraph
shall be nondelegable, and the Contractor's compliance with the
specific recommendations and requirements of the Owner as to the
means of warning shall not excuse the Contractor from the faithful
performance of these duties should such recommendations and
requirements not be adequate or reasonable under the circumstances.
3.07 Safety Codes. The Contractor shall comply with all applicable
provisions of any Federal, State, and Municipal safety laws and
building and construction codes. All machinery. equipment, and
other physical hazards shall be guarded in accordance with the
latest edition of the 'Manual of Accident Prevention in
Construction" of the Associated General Contractors of America
except where incompatible with Federal. State. or Municipal laws or
regulations.
3.08 Barricades. When barricades are used to satisfy safety
requirements, such barricades shall be properly identified with the
Contractor's name prominently stenciled on both sides of the
barricades with letters at least 2 inches high.
3.09 Minimum Wages. All employees directly employed on the work shall
be paid not less than the established prevailing wage scale for
work of a similar character in this locality. A scale of
prevailing wages is included in the Special Conditions of these
Contract Documents. The Contractor shall pay not less than the
general prevailing wages shown on said scale and shall keep
accurate wages records accessible in accordance with Article 5159
of the Revised Civil Statutes of Texas.
3.10 Unsuitable Work or Materials. It is understood and agreed that if
the work or any part thereof or any material furnished by the
Contractor for use in the work or selected for the same shall be
GC-10
deemed by the Engineer as unsuitable or not in conformity with the
specifications, the Contractor shall. after receipt of written
notice thereof from the Contracting Officer. forthwith remove such
material and replace, rebuild. or otherwise remedy such work so
that it shall be in full accordance with this Contract.
Should the Contractor fail to initiate compliance with the above
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 Owwer. 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 plan*., 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 Contract
Less than
$ 5,001.00 to
15,001.00 to
25,001.00 to
50,001.00 to
100,001.00 to
500,001.00 to
1,000.001.00 to
2,000,001.00 to
$ 5,000.00
$ 15,000.00
25,000.00
50,000.00
100,000.00
500,000.00
1,000,000.00
2,000.000.00
5,000.000.00
Amount of Liquidated
Damages Per Day
$ 30.00
35.00
40.00
50.00
70.00
200.00
300.00
400.
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 tc
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 $100.000 each person
$300.000 each accident
Property Damage $ 25.000 each accident
$ 50.000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall provide and
maintain during the life of this Contract and until all work under
said Contract has been completed and accepted by the Owner. an
Owner's and Contractor's Protective Policy which co- insures the
Owner and the Owner's agents and employees with the same
Comprehensive General Liability coverage as described in 6.03 above
entitled "Comprehensive General Liability Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The Contractor shall
provide and maintain during the life of this Contract and until all
work under said Contract has been completed and accepted by the
Owner. a Comprehensive Automobile Liability insurance policy. said
policy and issuing carrier approved by the Owner, covering the
operation on or off the site of the work of all motor vehicles
licensed for highway use. whether they are owned. non - owned, or
hired by the Contractor. in which shall specifically insure
contractual liability of the Contractor assumed under the above
Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The
liability limits for the Comprehensive Automobile Liability
insurance coverage shall not be less than the following:
Bodily Injury $100.000 each person
$300,000 each accident
Property Damage $ 50.000 each accident
6.06 Insurance Certificate. In connection with the insurance coverage
set out in sections 6.02. 6.03. 6.04 and 6.05 above, the Contractor
shall furnish the Owner with a certificate verifying said
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 he fail
to do so within ten (10) days after receipt of such notice, the
Owner shall have the right to remove such equipment and supplies at
the expense of the Contractor and to place such equipment, tools
and supplies in storage at the risk and expense of the Contractor.
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
his Surety shall be credited therewith.
GC -18
8.04 Final Acceptance. When the work has been completed, the Contractor
and his Surety shall be so notified and a contract Completion
Certificate as hereinafter provided shall be issued. A complete
itemized statement of the Contract accounts certified by the
Engineer as being correct shall then be prepared and delivered to
the Contractor and his Surety. whereupon the Contractor, his Surety
or the owner, as the case may be, shall pay the balance due as
reflected by said statement within fifteen (15) days after the date
of such Contract Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event the statement
of accounts shows that the cost to complete the work is less than
that which would have been the cost to the Owner had the work been
completed by the Contractor under the terms of this Contract or
when the Contractor or his Surety pay the balance shown to be due
by them to the Owner, then all machinery. equipment. tools,
materials, or supplies left on the site of the work shall be turned
over to the Contractor or his Surety. Should the cost to complete
the work exceed the contract price, and the Contractor or his
Surety fail to pay the amount due, the Owner within the time
designated hereinabove, and there remains any machinery, equipment,
tools, materials, or supplies on the site of the work. notice
thereof together with an itemized list of such equipment and
materials shall be mailed to the Contractor and his Surety at the
respective addresses designated in this Contract; provided.
however, that actual written notice given in any manner will
satisfy this condition. After mailing or other giving of such
notice, such property shall be held by the Owner at the risk of the
Contractor and his Surety subject only to the duty of the Owner to
exercise ordinary care to protect such property. After fifteen
(15) days from the date of said notice, the Owner may sell such
machinery. equipment, tools. materials. or supplies and apply the
net sum derived from such sale to the credit of the Contractor and
his Surety. Such sale may be made at either public or private
sale. with or without notice, as the Owner may elect. The Owner
shall release any machinery, equipment. tools, materials, or
supplies which remain on the work and belong to persons other than
the Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary measurements of
any kind will be allowed, but the actual length, area. solid
contents, number. and weight only shall be considered unless
otherwise specifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimated quantities
stipulated in the proposal form under unit price items are
approximate and are to be used only (a) as a basis for estimating
the probable cost of the work and (b) for the purpose of comparing
GC -19
the proposals submitted for the work. It is understood and agreed
that the actual amounts of work done and materials furnished under
unit price items may differ from such estimated quantities and that
the basis of payment for such work and materials shall be for the
actual amount of such work done and the actual quantity of
materials furnished.
The Contractor agrees that he will make no claim for damages,
anticipated profits. or otherwise on account of any difference
between the amounts of work actually performed and materials
actually furnished and the amounts estimated therefor in the
proposal or other Contract Documents; provided. however. that if
the actual quantity of any item should become as much as 25 percent
more than or 25 percent less than the estimated or contemplated
quantity for such items, then either party to this Contract shall
be entitled upon demand to a revised consideration on the portion
of the work above or below 25 percent of the estimated quantity
prior to initiating work or furnishing materials for the overrun or
underrun quantities. Such revised consideration shall be
determined by agreement between the parties or otherwise by the
terms of this Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all the necessary
labor. equipment, and material and the completion of all work by
the Contractor, and on the completion of all work and the delivery
of all material embraced in this Contract in full conformity with
the specifications and stipulations contained herein. the Owner
agrees to pay the Contractor the amounts set forth in the Proposal
attached hereto which has been made a part of this Contract. The
Contractor hereby agrees to receive such amounts in full payment
for furnishing all material and all labor required for the
aforesaid work, for all expense incurred by him, and for well and
truly performing the same and the whole thereof in the manner and
according to this Contract. the attached specifications, and
requirements of the Engineer.
9.04 Monthly Estimates and Payments. On or about the fifth day of each
month the Engineer will make an approximate estimate of the value
of work done in conformity with the plans and specifications during
the previous calendar month. The Contractor shall furnish to the
Engineer such detailed information as he may request to aid him as
a guide in the preparation of monthly estimates. After each such
estimate shall have been approved by the Owner, the Owner shall pay
to the Contractor 90 percent of the amount of such estimated sum on
or before the 15th day of said month.
It is understood. however. that in case the whole work is near to
completion and some unexpected or unusual delay occurs due to no
fault or neglect on the part of the Contractor. the Owner may, upon
written recommendation of the Engineer, pay a reasonable and
equitable portion of the retained percentage to the Contractor.
GC -20
9.05 Certificates of Completion. Within 10 days after the Contractor
has given the Engineer notice that the work has been completed, the
Engineer shall inspect the work and satisfy himself by examination
and test that the work has been finally and fully completed in
accordance with the plans. specifications and Contract. If so, the
Engineer shall issue a Contract Completion Certificate to the Owner
and the Contractor. Such certificate when issued shall constitute
final acceptance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Completion
Certificate has been issued, the Engineer shall proceed to make
final measurements and to prepare a final estimate of the work done
and materials furnished under this Contract and the value thereof.
The Engineer shall certify the Final Estimate and submit it to the
Owner within five (5) days from the date of the Contract Completion
Certificate.
The Owner shall pay the Contractor within fifteen (15) days from
the date of the Contract Completion Certificate the entire sum
shown due on the certified Final Estimate prepared by the Engineer
after deducting all amounts to be kept and retained under any
provision of this Contract. However, it is to be specifically
understood that the final payment will not be paid by the Owner to
the Contractor under any circumstances until the Notarized
Affidavit required by Section 9.07 entitled "Notarized Affidavit ",
has been submitted to the Engineer.
All prior estimates and payments shall be subject to correction in
the final estimate and payment; but in the absence of error or
manifest mistake, it is agreed that all estimates, when approved by
the Owner, shall be conclusive evidence of the work done and
materials furnished.
9.07 Notarized Affidavit. Before final payment for the work by the
Owner the Contractor shall submit to the Engineer a notarized
affidavit in duplicate stating under oath that all subcontractors,
vendors, and other persons or firms who have furnished or performed
labor or furnished materials for the work have been fully paid or
satisfactorily secured. Such affidavit shall bear or be
accompanied by a statement. signed by the Surety Company who
provided the performance bond for the work, to the effect that said
Surety Company consents to final payment to the Contractor being
made by the Owner.
9.08 Release of Liability. The acceptance by the Contractor of the last
payment shall operate as and shall be a release to the Owner and
every officer and agent thereof from all claims and liability
hereunder for anything done or furnished for or relating to the
work or for any act or neglect of the Owner or of any person
relating to or affecting the work.
GC -21
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the final payment nor any provision in the Contract
Documents shall relieve the Contractor of the obligation for
fulfillment of any warranty which may be required in the Contract
Documents.
9.10 Payments Withheld. The Owner may, on account of subsequently
discovered evidence. withhold or nullify the whole or part of any
payment to such extent as may be necessary to protect himself from
loss on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating probable
filing of claims.
c. Failure of the Contractor to make payments properly to
subcontractors or for material or labor.
d. Damage to another contractor.
When the above grounds are removed or the Contractor provides a
Surety Bond satisfactory to the Owner. which will protect the Owner
in the amount withheld. payment shall be made for amounts withheld
because of them.
GC -22
SPECIAL CONDITIONS OF AGREEMENT
1. CROSSING UTILITIES
2. "AS— BUILT" DRAWINGS
4. LIMIT OF FINANCIAL RESOURCES
5. CONSTRUCTION INSPECTION
SPECIAL CONDITIONS OF THE AGREEMENT
Every attempt has been made to locate existing utility lines.
However, prior to commencing construction, it shall be the
contractor's responsibility to make arrangements with the Owners of
such utility companies to uncover their particular utility lines or
otherwise confirm their location. Certain utility companies
perform such services at their own expense, however, where such is
not the case, the Contractor will cause such work to be done at his
own expense.
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.
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.
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 & Light Co. - 512/255 -3666
Leslie Davis
4. City of Round Rock (water & sewer) - 512/255 -3612
Al Wille, Inspector,
Jim Nuse, Director of Public Works
7. LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to complete all work
included in this contract, so authorized by the Owner, as shown on
the drawings or described in the contract documents and technical
specifications. All items of construction not specifically paid
for in the bid schedule shall be included in the unit price bids.
Any question arising as to the limits of work shall be left up to
the interpretation of the Engineer.
8. COPIES OF PLANS AND SPECIFICATIONS
The Agreement will be prepared in not less than five (5)
counterpart (original signed) sets. Owner will furnish Contractor
three (3) sets of conforming Contract Documents, Technical
Specifications and Plans free of charge. and additional sets will
be obtained from the Engineer at commercial reproduction rates plus
20% for handling.
9. UTILITY SERVICES FOR CONSTRUCTION AND TESTING
The Contractor will be responsible for providing his own utility
services during construction and testing. No additional payment
will be made for this item.
SC -2
10. BLASTING
When the use or storage of explosives or other hazardous materials
or equipment is necessary for the execution of the work. the
Contractor shall exercise the utmost care and shall carry on such
activities under the supervision of properly qualified personnel.
All blasting. including methods of storing and handling explosives
and highly flammable materials. shall conform to Federal, State and
Local Laws and Ordinances.
The following is a list of requirements in addition to Federal,
State and Local Laws and Ordinances:
1. The Contractor shall furnish the Owner with a Certificate of
Blasting Insurance in the amount of $300,000 for each
contract, at least twenty -four (24) hours prior to using
explosives. If blasting is covered under the contractor's
General Insurance Certificate for each contract. a separate
blasting certificate will not be required.
2. The Contractor shall notify the City of Round Rock on every
occasion at least twenty -four (24) hours prior to the use of
explosives.
3. Explosive materials to be used shall be limited to blasting
agents and dynamite, unless prior approval of other materials
is obtained in writing from the Engineer.
4. During blasting, all reasonable precautions shall be taken to
protect pedestrians, passing vehicles, and public or private
property. Blasting mats or protective cover shall be used
when required by the Inspector, the permit. or by safe
blasting practices.
5. The Engineer or his representative shall have the right to
limit the use of explosives and /or blasting methods which in
his opinion are dangerous to the public or nearby property of
any kind.
6. The Contractor. at his expense, shall promptly repair or
replace all items known to be damaged as a result of
blasting. (The Contractor is fully responsible for all
claims resulting from his blasting operation.)
All damage or loss to any property referred to in this article
caused in whole or in part by the Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them. or by anyone
whose acts any of them may be liable. shall be remedied by the
SC -3
Contractor. except damage or loss attributable solely to faulty
Drawings or Specifications or solely to the acts or omissions of
the Owner or Engineer or anyone employed by either of them, and not
attributable in any degree to the fault or negligence of the
Contractor.
11. COORDINATION BETWEEN UTILITY CONTRACTOR & STREET CONTRACTOR
The streets will be excavated and bladed by the street paving
Contractor to the subgrade prior to the utility Contractor
beginning his gravity sewer line and water line construction
operations in the street right -of -ways. Upon completion of the
gravity sewer line and water line and storm sewer construction, the
utility Contractor shall dress and blade the street to subgrade to
the same condition it was in when accepted by the utility
Contractor and to the satisfaction of the street paving Contractor
and the Engineer.
The utility Contractor shall, at his own expense. raise the gate
valve boxes and manhole frames and covers to the finished paved
street grade. All gate valve boxes and manhole frames and covers
within the proposed street paving area shall be constructed
6- inches below the subgrade of the street. It shall be the
responsibility of the paving Contractor to verify with the utility
Contractor that all utility castings in the area have been raised
or that no valve box, clean -out covers or manhole covers need to be
adjusted. This shall be obtained in writing 48 hours prior to
placing any curb and gutter, concrete valley gutters and final
pavement (concrete or asphalt) and a copy shall be provided for the
Engineer.
Each Contractor shall he fully responsible for verifying the
existence of all property corners before commencing work. Any
missing property pins shall be replaced by the Engineer at the
expense of the previous Contractor.
12. MONTHLY PAYMENT ESTIMATES
Owner shall pay for 90% of materials on hand when properly stored
on the jobsite. When payment for materials on hand has been paid
by the Owner to the Contractor, the Contractor shall furnish
evidence the following month that he has paid for those materials
prior to the following month's monthly estimate being approved for
payment.
13. LIQUIDATED DAMAGES
Refer to the GENERAL CONDITIONS OF THE AGREEMENT, Paragraph 5.06 -
Liquidated Damages for Failure to Complete on Time.
Delete the schedule of "Amount of Liquidated Damages Per Day" and
substitute the following: The amount of liquidated damages per day
shall be $500.00.
SC-4
14. MAINTENANCE BOND
Per City of Round Rock Ordinance. a two (2) year M as tenance Bond- naming the Owner and the City of Round Rock as dual obligee will be
required for public streets constructed without lime stabilization
of 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.
SC -5
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. Refer to Standard Detail No. 1 - "Pipe
Bedding" for backfill procedures.
6. For Item No. 203 in Austin Specifications, substitute Item No. 203
attached.
7. For Item No. 210 in Austin Specifications, substitute Item No. 210
attached.
WATER
1. Water mains shall be PVC or asbestos cement pipe. The type, size
and class of pipe shall be shown on the plans.
2. PVC pipe used for water mains shall conform to AWWA C -900.
N -1
3. Valves shall be Mueller iron -body gate valve with ends as shown on
plans.
4. Service material shall be type "K" copper tubing or 250 psi
polyethylene tubing conforming to ASTM 02737. SDR 9 with brass
fittings.
5. Fire hydrants shall be 3 -way Mueller. improved AWWA type with pump
nozzle for 4-1/2" fire hose. A 6" gate valve and valve box shall
be provided on each fire hydrant.
6. Compact trench backfill to obtain a minimum of 95% of maximum
density. Density of backfill trenches under pavement shall be
tested by an independent laboratory. Such testing will be paid for
by the Owner, and an authorized representative of the City of Round
Rock shall be present when such tests are made.
7. All testing of pipe shall be done under the supervision of the
City, and the Contractor shall perform such tests as required and
furnish all equipment and material for same.
8. Sterilization of mains shall be done under the supervision of the
City, and the Contractor shall perform such sterilization and
furnish all material and equipment for same. The City will be
responsible for bacteriological tests.
SEWER
1. Sewer pipe shall be PVC or vitrified clay pipe.
2. The type and size of pipe shall be shown on the plans.
3. The type of manhole shall be shown on the plans.
4. Compact trench backfill to obtain a minimum of 95% of maximum
density. Density of backfill trenches under pavement shall b
tested by an independent laboratory. Such testing will be paid for
by the Owner. and an authorized representative of the City shall be
present when such tests are made.
5. All testing of pipe shall be done under the supervision of the
City, and the Contractor shall perform such tests as required and
furnish all material and equipment for same.
N -2
203.1 Description
203.2 Materials
CITY OF ROUND ROCK
Item No. 203
Lime Treatment for Materials in Place
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 tests for substantiation shall be performed in
accordance with SDHPT Test Method Tex - 121 -E. In no case shall the amount
of lime used in construction be less than that recommended in Fig. 3 of
that test method, but may be more depending on Tex -121 -E test results.
4. It is the intent of this specification that the subgrade soil,
subbase or existing base which is to be lime stabilized, be substantially
free of organic matter such as concentrations of weeds. grass. leaves.
rotting wood and other such organic matter deleterious to all kinds of
soil stabilization. be removed, wasted and not included in the pavement
sections or in the secondary subgrade.
203.3 Equipment
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.
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 1022 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.
-2-
Should wet or unstable areas develop in the secondary subgrade immediately
prior to lime treatment of subgrade layers, the unstable materials below
the secondary subgrade shall be corrected, as directed by the Engineer. by
scarifying. adding lime and compacting until it is of uniform stability.
If the Contractor elects to use a cutting and pulverizing machine
that will remove the subgrade material accurately to the secondary grade
and pulverize the material at the same time, there shall be no lessening
of the requirement of exposing the secondary grade material and treatment
as set forth above. The contractor may further elect to use the cutting
and pulverizing machine to process the secondary grade material to a
minimum depth of 6 inches. When cutting pulverizing machines are used.
the Contractor may. when approved by the Engineer, elect to compact the
secondary subgrade material in one lift; however, there shall be no
lessening of moisture — density requirements, or maintenance of same as
set forth above. This method will be permitted only where a machine is
provided which will insure that the material is cut uniformly to the
proper depth and which has cutters that will plane the secondary grade to
a smooth surface over the entire width of the cut. The machine shall be
of such design that a visible indication is given at all times that the
machine is cutting to the proper depth.
2. Application — Lime shall be spread only on the area where the
first mixing operations can be completed during the same working day.
The application and mixing of lime with the material shall be
accomplished by the method hereinafter described as "Dry Placing" or
"Slurry Placing ".
(a) Dry Placing (When approved by the Engineer)
The lime shall be spread by an approved spreader or by bag
distribution at the rates shown on the plans or as directed by the
Engineer.
The lime shall be distributed at a uniform rate and in such manner
as to reduce the scattering of lime by wind to a minimum. Lime shall not
be applied when wind conditions, in the opinion of the Engineer, are such
that blowing lime becomes objectionable to traffic or adjacent property
owners. A motor grader will not be used to spread the lime.
The materials shall be sprinkled as directed by the Engineer, until
the proper moisture content has been secured.
(b) Slurry Placing
The lime shall be mixed with water in trucks with approved
distributors and applied as a thin water suspension or slurry. The
distribution of lime at the rates shown on the plans or as directed by the
Engineer, shall be attained by successive passes over a measured section
of roadway until the proper moisture and lime content has been secured.
The distributor truck shall be equipped with an agitator which will keep
the lime and water in a uniform mixture.
—3--
3. Mixing - The mixing procedure shall be the same for "Dry
Placing" or "Slurry Placing" as hereinafter described:
(a) First Mixing
The material and lime shall be thoroughly mixed by approved
road mixers or other approved equipment, and the mixing continued until,
in the opinion of the Engineer, a homogeneous, friable mixture of material
and lime is obtained, free from all clods or lumps. Materials containing
plastic clays or other material which will not readily mix with lime shall
be mixed as thoroughly as possible at the time of the lime application,
brought to the proper moisture content and left to cure 1 to 4 days as
directed by the Engineer. During the curing period, the material shall be
kept moist as directed.
(b) Final Mixing
After the required curing time, the material shall be
uniformly mixed by approved methods. If the soil binder -lime mixture
contains clods, they shall be reduced in size by raking, blading, discing,
harrowing, scarifying or the use of other approved pulverization methods
so that when all nonslaking aggregates retained on the No. 4 sieve are
removed, the remainder of the material shall meet the following
requirements when tested dry by laboratory sieves:
Percent
Minimum Passing 1 -3/4" Sieve 100
Minimum Passing No. 4 Sieve 60
During the interval of time between application and mixing.
hydrated lime that has been exposed to the open air for a period of 6
hours or more or to excessive loss due to washing or blowing will not be
accepted for payment.
4. Compaction - compaction of the mixture shall begin
immediately after final mixing and in no case later than 3 calendar days
after final mixing, unless approval is obtained from the Engineer. The
material shall be aerated or sprinkled as necessary to provide the optimum
moisture. Compaction shall begin at the bottom and shall continue until
the entire depth of mixture is uniformly compacted.
If the total thickness of the material to be treated cannot
be mixed in one operation, the previously mixed material shall be bladed
to a windrow just beyond the area to be treated and the next layer mixed
with lime as specified in Number 3. The first layer of the treated
material shall be compacted in such a manner that the treated material
will not be mixed with the underlying material.
The course shall be sprinkled as required and compacted to
the extent necessary to provide the density specified below as determined
by the use of the compaction ratio method:
-4-
Description Density, Percent
For lime treated subgrade, existing
subbase or existing base that will
receive subsequent subbase or base
courses.
For lime treated existing subbase
or existing base that will receive
surface courses.
The testing will be as outlined in SDNPT 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
Not less than 95 except
when otherwise shown on
the plans.
Not less than 98 except
when otherwise shown on
the plans.
After the final layer or course of the lime treated subgrade.
subbase or base has been compacted. it shall be brought to the required
lines and grades in accordance with the typical sections. The completed
sections shall then be finished by rolling as directed with pneumatic tire
or other suitable roller sufficiently light to prevent hairline cracking.
Where continued reshaping and rolling of lime treated materials the
contractor, at his option, may blade off and waste the top 3/4 inch of
retempered material or he may re- sprinkle with additonal lime slurry and
retain the material. In any case. there shall be no final reduction in
section thickness due to any blading off of retempered material. The
completed section shall be moist -cured for a minimum of 7 days before
further courses are added or any traffic is permitted, unless otherwise
directed by the Engineer. In cases where subgrade treatment or subbase
seta up sufficiently to prevent objectionable damage from traffic, such
layers may be opened to traffic 2 days after compaction. If the plans
provide for the treated material to be sealed or covered by other courses
of material, such seal or course shall be applied within 14 days after
final mixing is completed. unless otherwise directed by the Engineer.
-5-
203.6 Measurement
Lime treatment of the 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.
-6-
210.1 Description
"Flexible Base" shall consist of a foundation course for surfacing.
pavement or other base courses; shall be composed of crushed stone or
gravel. and shall be constructed as herein specified in one or more
courses in conformity with the typical sections shown on the plans and to
the lines and grades as established by the Engineer.
210.2 Material
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
CITY OF ROUND ROCK
Item No. 210
Flexible Base
(Crushed Stone)
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 -i01 -E
2) Liquid Limit Tex -104 -E
3) Plastic Limit Tex -105 -E
4) Plasticity Index Tex -106 -E
5) Sieve Analysis Tex -110 -E
6) Wet Ball Mill Tex -116 -E
7) Triaxial Test Tex -117 -E (Part II)
-1-
Unless otherwise specified on the plans, job - control samples for
testing the materials for Soil Constants. Gradation and Wet Ball Mill
shall be taken prior to the compaction operations.
Unless otherwise specified on the plans, all base material will be
stockpiled after crushing; tested by the testing agency designated by the
City of Round Rock; and approved by the City of Round Rock prior to being
hauled to the project site.
The material shall be well graded and when properly tested, shall
meet the following requirements:
PHYSICAL REQUIREMENTS FOR FLEXIBLE BASE MATERIALS
Crushed or Broken Aggregate
210.4 Tolerances
GRADES
Grade 1 Grade 2
Retain on % Retained on %
Sq. Sieve Sq. Sieve
1 -3/4" 0 1 -3/4" 0 -10
7/8" 10 -35 No. 4 45 -75
3/8" 30 -50 No. 40 60 -85
No. 4 45 -65 Max. LL 40
No. 40 70 -85 Max. P1 12
Max. LL 35 *Max. Wet
Max. P1 10 Ball Mill 50
*Max. Wet
Ball Mill 40
Minimum compressive strength for both Grades 1 and 2 when subjected
to the triaxial test: 35 PSI to 0 PSI lateral pressure and 175 PSI at 15
PSI lateral pressure. unless otherwise designated on the plans.
*Unless otherwise shown on the plans, the maximum increase in
material passing the number 40 sieve resulting from the Wet Ball Mill Test
shall not exceed 20. The WBM test is not required on flexible base
consisting of crushed siliceous gravel.
The limits established reasonably close conformity with the
specified gradation and plasticity index are defined by the following:
The Engineer may accept the material, providing not more than 2 out
of 10 consecutive gradation tests performed are outside the specified time
limit on any individual or combination of sieves by no more than 5% and
where no two conaer"tive tests are outside the specified limit:
-2-
The Engineer may accept the material providing not more than 2 out
of 10 consecutive plasticity index samples tested are outside the
specified limit by no more than 2 points and where no two consecutive
tests are outside the specified limit.
210.5 Construction Methods
1. Preparation of Subgrade - The street shall be prepared and
shaped in conformity with the typical sections shown on plans and to the
lines and grades as established by the Engineer. Prior to placement of
any flexible base or subbase material, the subgrade clay soil shall be
scarified to a minimum depth of 6 inches. The scarified material shall be
pulverized, wetted, mixed and compacted in lifts not to exceed 4 inches in
thickness and when finished, shall conform to the sections, lines and
grades as shown on the plans or as established by the Engineer. The
moisture content of the compacted subgrade at the time of compaction shall
not be more than two percentage points below the optimum moisture content
for the raw soil as determined by SDHPT Test Method Tex- 113 -E. The dry
density of the compacted subgrade shall not be more than 102% nor less
than 95% of the dry density of the raw soil as determined by SDHPT Test.
The moisture content of cla e soils in the compacted
subgrade shall be maintained within + 4 percen of its compaction moisture
content until covered by subsequent material unless otherwise
approved by the Engineer. The intent of this requirement is to insure
that swelling clay subgrade soils be placed in the manner to lessen swell
and heaving and then to maintain this condition until covered by
subsequent materials. Should wet or unstable areas develop in the
subgrade just prior to placement of base or subbase materials. such areas
shall be corrected as directed by the Engineer. The surface of the
subgrade shall be furnished to line and grade as established and in
conformity with the typical section shown on plans, and any deviations in
excess of 1/4 inch in cross section and in a length of 10 feet measured
longitudinally shall be corrected by loosening, adding or removing
material, reshaping and recompacting by sprinkling and rolling.
Sufficient subgrade shall be prepared in advance to insure satisfactory
prosecution of the work. Material excavated in the preparation of the
subgrade shall be utilized in the construction of slopes or otherwise
disposed of as directed, and any additional material required for the
completion of slopes shall be secured from sources indicated on plans or
designated by the Engineer. Blue tops shall be set by the contractor for
subgrade on centerline, quarter points and curb lines at intervals not
exceeding 50 feet.
2. First Course - Immediately before placing the base material,
the subgrade shall be checked as to conformity with grade and section.
The thickness of each course shall not exceed 6 inches and will be equal
increments of the total depth.
The material shall be delivered in approved vehicles of a uniform
capacity and it shall be the charge of the contractor that the required
-3-
amount of specified material shall be delivered in each 100 -foot station.
Material deposited upon the subgrade shall be spread and shaped the same
day unless otherwise directed by the Engineer in writing. In the event
inclement weather or other unforeseen circumstances render impractical the
spreading of the material during the first 24 -hour period, the material
shall be scarified and spread as directed by the Engineer. The material
shall be sprinkled. if directed. and shall then be bladed, dragged and
shaped to conform to typical sections as shown on the plans. All areas
and "nests" of 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 TEE- 113 -E. Field density determination shall be made in accordance
with approved methods.
-4-
210.6 Measurement
"Flexible Base" will be measured by the square yard at depths
specified in the proposal for the area of street as shown on the typical
sections of the plans or otherwise provided for in the contract documents.
complete in place; by the cubic yard, loose vehicle measurement; or by
the cubic yard, complete in place, as indicated in the proposal.
210.7 Payment
This item will be paid for at the contract unit price bid for
"Flexible Base" which price shall be full compensation for all work herein
specified, including the furnishing. hauling. and placing of all
materials, for all water required and for all equipment, tools, labor and
incidentals necessary to complete the work.
—5—
BASIS OF MEASUREMENT AND PAYMENT
1. TECHNICAL SPECIFICATIONS
2. ITEM 101 & 102
4. ITEM 130 & 132
5. ITEM 201
BASIS OF MEASUREMENT AND PAYMENT
STREET F. DRAINAGE IMPROVEMENTS
The following items from the City of Austin Standard Specifications
for Public Works Construction are modified as related to
measurement and payment.
This item will be considered subsidiary to Item 110, Street
Excavation. which price shall be full compensation for work herein
specified, including the furnishing of all materials, equipment,
tools, labor and incidentals necessary to complete the work.
3. ITEM 110
All acceptable street excavation will be measured by the square
yard as the area for the entire width of the roadway plus eighteen
inches (18 ") behind each curb for the entire length as shown on the
Plans.
This item will be paid for at the contract unit price bid for
"Street Excavation ", as provided under the measurement method as
included in the proposal, which price shall be full compensation
for all work herein specified, including subgrade preparation,
unless specified otherwise and the furnishing of all materials.
equipment, tools, labor and incidentals necessary to complete the
work.
This item will be considered subsidiary to Item 110. Street
Excavation, which price shall be full compensation for work herein
specified, including the furnishing of all materials, equipment.
tools, labor and incidentals necessary to complete the work.
This item will be considered subsidiarry to Item No. 110 Street
Excavation, which price shall be full compensation for all work
herein specified. including the furnishing of all materials,
equipment, tools, labor and incidentals necessary to complete the
work.
6. ITEM 210
"Flexible Base" will be measured by the square yard at depths
specified in the proposal for the area of street between the gutter
lips.
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
SUBSURFACE INVESTIGATION AND PAVEMENT DESIGN
1979 STREET IMPROVEMENT PROGRAM
ROUND ROCK, TEXAS
FOR
THE CITY OF ROUND ROCK
AND
HAYNIE AND KALLMAN, INC.
CONSULTING ENGINEERS
ROUND ROCK, TEXAS
OEOTECHNICAL ENGINEERING DIVISION
INTRODUCTION
PAVEMENT DESIGN AND CONSTRUCTION
APPENDIX
TABLE OF CONTENTS
PAGE
General 1
Subsurface Exploration 1
Laboratory Investigations 2
SUBSURFACE MATERIALS AND CONDITIONS
Bowman Drive 3
Sam Bass Road 3
East Bagdad Avenue and Sheppard St. 4
West Main Avenue 4
Lewis Street 4
East Logan Street 5
Design Considerations 5
Pavement Thickness Requirements 7
Specification Requirements 9
GEOTECNNICAL ENGINEERING DIVISION
. 1
1
. 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SUBSURFACE INVESTIGATION AND PAVEMENT DESIGN
1979 STREET IMPROVEMENT PROGRAM
ROUND ROCK, TEXAS
INTRODUCTION
General: This investigation of subsurface materials and conditions
along selected Round Rock streets was authorized in accordance with
our letter proposal of January 31, 1979. The purpose of this inves-
tigation has been to determine subsurface materials and conditions
along the proposed street improvement right -of -ways and to establish
flexible pavement designs for each street improvement. Details of
the investigations and pavement thickness designs are discussed in
the following paragraphs.
Subsurface Exploration: Subsurface materials at six street improve-
ment projects were investigated by shallow core borings spaced at
intervals of 300 to 600 feet along the right -of -ways. Table A sum-
marizes the six projects and number of borings drilled at each
project. The approximate boring locations are shown by sketches on
Plates I, II, and III.
TABLE A. Summary of Street. Improvement Projects
Street /Location No. of Core Borings Drilled
Bowman Drive (Bradmore to Sunshine Rd.) 10
Sam Bass Road (T.P.d L. Subs. to IR 35
frontage Rd.) 10
East Bagdad Ave. and Sheppard Street 3
West Main Ave. (Brown to Mayes St.) 2
Lewis St. (E. Austin Ave. to E. Liberty Ave.) 2
East Logan (U.S. 81 to Garden Court) 3
1
DEOTECNNICAL ENGINEERING DIVISION
Each boring was advanced from the ground surface down by use of three
inch diameter Shelby tube samplers. The borings were terminated at
a depth of 5.0 feet or shallower if refusal was reached. Samples of
the subsurface materials were extracted and classified in the field
and then wrapped, sealed, labeled, and placed in core boxes for
transportation to the laboratory. Each boring was observed for evi-
dence of groundwater. These observations are reported by the notes
at the bottoms of the Logs of Borings.
Laboratory Investigations: All samples of subsurface materials from
the borings were examined and classified in the laboratory. Atter-
berg Limits tests, minus 200 -mesh sieve tests and bar linear shrink-
age tests were performed on selected samples to establish index
properties and grain size characteristics and to aid in the proper
classification of the soils. Laboratory classifications of the sub-
surface materials are shown on the attached Logs of Borings and the
results of the classification tests are shown by the summaries of
Plates IV and V. The soil classifications refer to the "Unified
Soil Classification System" as explained on the attached Key to Clas-
sification Used on Logs.
Existing conditions of the subsurface soils were investigated by unit
dry weight and moisture content tests on selected undisturbed Shelby
tube samples. These results along with the calculated air voids are
shown on Plates VI through X.
2
GEOTECNNICAL ENGINEERING DIVISION
SUBSURFACE MATERIALS AND CONDITIONS
Specific types and depths of subsurface materials encountered at the
thirty boring locations are shown on the attached Logs of Borings.
It should be noted that the pavement thickness measurements as shown
on the logs were made at those locations where the borings were dril-
led on existing pavement. Based on our past experience with measure-
ments in small diameter core holes, these pavement thickness measure-
ments for the base should be considered as being only approximate.
Open excavated pits are the only method to obtain exact thickness
measurements.
Bowman Drive: Subsurface materials along this route consisted gen-
erally of a gray clay or brown clay containing varying quantities of
gravel and then varying with depth to either a clayey gravel or
severely weathered limestone. The gray and brown clays will be the
predominant subgrade along the route. The gray clays are stiff with
unit dry weights in the range of 80 to 90 pounds per cubic foot and
moisture contents varying from 28% to 34%. The brown clays are also
stiff with somewhat higher unit dry weights in the range of 90 to
100 pounds per cubic foot and moisture contents of 22% to 27%.
Sam Bass Road: Subsurface materials along this route vary from a
brown clayey gravel, brown clay with gravel, or brown clay between
Stations 0+00 and 31 +50 to a more grayish clay towards the interstate
3
GEOTECNNICAL ENGINEERING I)1.••SION
.
1
.
:
1
1
: 1
1
1
1
1
1
1
1
1
1
1
1
1
frontage road. The predominant subgrade material is the brown clay
with gravel and the gray clay. The unit dry weights of the brown
clay materials vary considerably generally becoming denser as the
quantity of gravel increases and having a geheral range of 85 to 115
pounds per cubic foot. The gray clays have unit weights in the range
of 80 to 95 pounds per cubic foot while the moisture contents vary
from 22% to 32%.
East Bagdad Avenue and Sheppard St.: The predominant subgrade mate-
rial along this route is a gray clay which varies with depth to a
clayey gravel or severely weathered limestone. The natural moisture
contents of the gray clay can be expected to vary from 25% to 302
with unit dry weights from 90 to 100 pounds per cubic foot.
West Main Avenue: The predominant subgrade along this route is a
brown clay of stiff consistency having unit dry weights in the range
of 94 to 102 pounds per cubic foot and moisture contents from 196 to
252.
Lewis Street: A brown clay with gravel is also the predominant sub -
grade material at this location. The unit dry weights and moisture
contents are consistent with other locations with the exception of
a low unit dry weight in Boring No. 2. This particular unit dry
weight could be erroneous due to disturbance in sampling.
4
GEOTECNNICAL ENGINEERING DIVISION
, 1
1
,
1
.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
East Logan Street: The predominant subgrade soil along this street
is a brown clay with sand and gravel from U.S. 81 to Cushing Drive
and then apparently varies to a more grayish clay at the eastern end
of the project. Both materials are stiff and dense in their present
conditions.
PAVEMENT DESIGN AND CONSTRUCTION
Design Considerations: The performance of a flexible pavement
depends upon several factors including (1) the characteristics of
the supporting soil, (2) the magnitude and frequency of wheel load
applications, (3) the quality of available construction materials,
and (4) the desired period of design life.
The subgrade support characteristics of the various soils have been
estimated based on the laboratory test results and our past correla-
tions with specific Texas Highway Department triaxial tests. The
THD triaxial classifications for the various soils are shown on
Table B along with the soil classification test ranges. There are
only slight variations of the THD triaxial classifications (5.2 to
5.5) of the predominant cohesive subgrade soils. For this reason
and since there is not a distinctive pattern in most instances for
isolating the differing subgrade soils, the predominant subgrade will
be used for design of the pavements over their full length.
5
OEOTECNNICAL ENGINEERING DIVISION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE B. TED Triaxial Classifications
Street /Subgrade Description PI L.S. TED Triaxial
Classification
Bowman Drive
Gray Clay 30 -31 17 -19 5.4
Brown Clay with Gravel 22 -27 12 -15 5.2
Sam Bass Road
Brown Clay with Gravel 35 -37 16 -21 5.5
Gray Clay 29 16 5.4
Brown Clayey Gravel or
Brown Sandy Clay 15 -20 8 -11 4.5
East Bagdad Ave. & Sheppard St.
Gray Clay 29 -30 16 -17 5.4
Tan Severely Weathered
Limestone 16 9 4.5
West Main Street
Brown Clay 31 18 5.4
Lewis Street
Brown Clay with Gravel 36 18 5.5
East Logan Street
Brown Clay with Gravel 28 14 5.2
Gray Clay 33 15 5.3
For design purposes, each street has been assigned a traffic classi-
fication for use in estimating an equivalent number of 18 -kip axle
load repetitions. These classifications and traffic usage character-
istics are illustrated in Table C.
6
GEOTECNNICAL ENGINEERING OIV161nN
1
1
1
1
1
1
1
1
1
1
1
1
1
;
. 1
1
1
1
11
Street
Bowman Drive
Sam Bass Road
East Bagdad Ave.
& Sheppard Street
West Main St.
Lewis St.
East Logan St.
Street
Bowman Drive
Sam Bass Road
East Bagdad Ave. and
Sheppard Street
West Main Street
Lewis Street
East Logan Street
TABLE C. Traffic Usage Characteristics
Classification No. of 18 -Kip L.F.D.F.*
Equivalent Axle '
Load Repetitions
Neighborhood Collector 100,000
*Load Frequency Design Factor
TABLE D.
Neighborhood /Commercial
Collector
Residential /Commercial
Collector
Residential /Commercial
Collector
150,000
38,000
38,000
Minor Residential 25,000
Residential Collector 61,000
0.85
0.90
0.75
0.75
0.70
0.80
Pavement Thickness Requirements: Using the THD triaxial subgrade
classifications and the estimated traffic conditions results in total
required pavement thicknesses as summarized in Table D.
Pavement Thickness Requirements
Design THD Total Required
Subgrade Class Pavement Thickness
5.4' 15.5 inches
5.5 17.0 inches
5.4
5.4
5.5
5.3
7
DEOTECNNICAL ENGINEERING DIVISION
13.5 inches
13.5 inches
11.0 inches
14.5 inches
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
There are several alternates for construction of the total pavement
thicknesses. One method would be to construct the minimum allowable
hot mix asphaltic concrete surface (2.0 inches on Sam Bass Road and
1.5 inches on all others) over crushed limestone base material of
sufficient thickness such that the combined thickness of hot mix and
base equals the required total.
Perhaps some economy can be derived over the full base thickness pro-
cedure by use of a select sub -base layer placed directly on the sub -
grade and then followed by crushed limestone base and hot mix. The
following typical individual layer thickness requirements will apply:
_ inches Hot Mix Asphaltic Concrete Surface
8.0 inches Crushed Limestone Base Material
inches Select Sub -Base having THD Triaxial
classification of 4.0 or better
The hot mix thickness should be 2.0 inches for Sam Bass Road and 1.5
inches for all other streets. The thickness of the sub -base should
be the difference of the total thickness as shown in Table 0 and the
total hot mix and base thickness, but in no instance less than 5.0
inches. It is suspected that this alternative would be feasible
only on those pavements requiring 14.5 inches or greater.
A third alternative for constructing the pavements would be to use
a lime stabilized subgrade layer, then base and hot mix as in the
other alternatives. The following section would apply to Sam Bass
Road:
8
OEOTECNNICAL ENGINEERING DIVISION
1
1
1
1
1
1
1
1
1
1
2.0 inches Hot Mix Asphaltic Concrete Surface
7.0 inches Crushed Limestone Base Material
'6.0 inches Lime Stabilized Subgrade
2.0 inches of pavement thickness allowed due to
stiffening effect of lime stabilization
15.0 inches Total Constructed Pavement Thickness
17.0 inches Total Equivalent Pavement Thickness
For all the other streets, the following section using a lime stabil-
ized subgrade would apply:
1.5 inches Hot Mix Asphaltic Concrete Surface
6.0 inches Crushed Limestone Base Material
6.0 inches Lime Stabilized Subgrade
2.0 inches of pavement thickness allowed due to
stiffening effect of lime stabilization
13.5 inches Total Constructed Pavement Thickness
15.5 inches Total Equivalent Pavement Thickness
Specification Requirements: The pavements should be specified, con-
structed, and tested to meet the following requirements:
1. Hot Mix Asphaltic Concrete Surface - Texas Highway
Department Item 340, type D.
2. Crushed Limestone Base Material - Texas Highway
Department Item 248, type A, grade 2 or better.
The material should be compacted to a minimum of
95 percent of ASTM D1557, method D maximum density
in lifts not exceeding six inches compacted thickness.
3. Select Sub -Base Material should be a granular soil of
sufficient quality to obtain a Texas Highway Department
triaxial classification of 4.0 or better when tested in
OEOTECNNICAL ENGINEERING DIVISION
1
_
1
1
1
1
1
1
1
1
,
1
1
'1
1
1
1
1
accordance with TED Method TEX 117 -E, part II. The
select material should be compacted to a minimum of
95 percent of ASTM D1557, method D maximum density
near optimum moisture content.
Comment: Locally available crushed limestone products
referred to as "screenings ",. "crusherfines ", and "scalp -
ings" may be acceptable. In addition, the in -place base
materials at each of the street locations can be salvaged
and re -used as the select sub -base provided that the base
material is free of the underlying clay subgrade. The
existing hot mix surface should not be mixed with the
existing base unless the contractor can show that the
hot mix can be broken into sizes no larger than 2.0
inches. All materials which the contractor desires to
use as select sub -base must be submitted to the soils
engineer (at least two weeks prior) for his testing and
approval.
4. Lime Stabilized Subgrade: Apply hydrated lime at a rate
of 21 pounds per square yard of six -inch compacted thick-
ness. Texas Highway Department Item 260 should be fol-
lowed for general pulverization, mixing, curing, and
compaction procedures. Compact the cured well -mixed
material to a minimum of 97 percent of ASTM D698 maximum
density near optimum moisture content.
1 0
GEOTECNNICAL ENGINEERING DIVISION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5. Fill materials placed in the roadway areas which will
serve as subgrade must be of a quality equal to or
better than the existing subgrade soils. The natural
subgrade or fill materials must be compacted to a mini-
mum of 95 percent of ASTM D698 maximum density near
optimum moisture content.
Respectfully submitted,
TRINITY ENGINEERING TESTING CORPORATION
Orkt
Robert C. Davis, Ph.D.,P.E.
Geotechnical Engineering Division
Au -1258
March 14, 1979
GEOTECHNICAL ENGINEERING DIVISION
OLOTECNNICAL ENGINEERING.. hiVILIGN
1
1
1
1
1
1
1
1
1
1
�1
1
1
1
NOTE
SEE LOGS OF DOR /NSS FOR LOCATION BT
STATION AND OFFSET
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNICAL ENGINEERING DIVISION
BOWMAN
ROUND ROC
K X!
LOCATION OF BORINGS
SCALE; NONE
arc: 14 fAR 7 PLAT[: I 1
pR•MN SY: C.IPE
BOWMAN ORIVE
B -I
I APPROX. 400'
iKETCH ONLT
8 -5
I Fl
EGGER
AVENUE
MESA PARK
DRIVE
8-6
OREYSON
DRIVE
8-7
GREENHILL
DRIVE
8-4
=M EM - =BM=
1979 STREET IMPROVEMENT PROGRAM
ROUND ROCK, TEXAS
SUMMARY OF CLASSIFICATION TESTS
Liquid Plasticity X Passing Bar Linear Natural
Boring Depth Limit Index 200 -Mesh Shrinkage M.C. Classi-
No. ft. X X Sieve 1 X fication Description
BOWMAN DRIVE
2 2.0 -3.5 65.3 30.5 95.8 19.0 33.6 CH Gray Clay
3 2.0 -3.5 25.3 10.8 610 4.0 11.5 CL Tan Severely Weathered
Limestone
4 0.0 -2.0 54.7 26.8 70.4 15.0 22.9 CH Brown Clay with Gravel
8 0.0 -2.0 62.5 30.0 92.3 17.0 30.1 CH Gray Clay
10 2.0 -3.5 47.5 21.9 87.8 12.0 20.6 CL -CH Brown Clay with Gravel
SAM BASS ROAD
2 2.0 -3.5 76.0 36.6 71.3 21.0 31.2 CH Brown Clay with Gravel
5 2.0 -3.5 22.8 5.3 54.6 2.0 18.5 CL Tan Severely Weathered
Limestone
7 1.0 -2.0 41.5 17.4 59.2 11.0 15.9 CL Brown Sandy Clay
8 4.0 -5.0 46.6 23.4 52.7 15.0 16.3 CL Tan and Light Cray Sandy Clay
9 2.0 -3.5 69.0 37.0 88.6 16.0 25.8 CH Brown Clay with Gravel
10 0.0 -2.0 61.2 28.9 98.3 16.0 33.4 CH Cray Clay
H
td
N - - - - - - - - - MTh h h W MN WI
Boring Depth U.D.W.
No. in Feet Lbs. /Cu.Ft.
BOWMAN DRIVE
1 0.0 -2.0 82.8
1 2.0 -3.5 89.3
2 0.0 -2.0 101.5
2 2.0 -3.5 84.1
3 0.0 -2.0 98.9
3 2.0 -3.5 120.2
4 0.0 -2.0 93.2
4 2.0 -3.5 '117.8
5 0.0 -2.0 101.4
5 2.0 -3.5 111.4
6
6
0.0 -2.0 84.1
2.0 -3.5 90.4
7 0.0 -2.0 86.0
7 2.0 -3.5 89.4
1979 STREET IMPROVEMENT PROGRAM
ROUND ROCK, TEXAS
SUMMARY OF UNIT WEIGHTS AND MOISTURE CONTENT TESTS
M.C.
Air Voids
28.9 12.6
29.4 5.1
19.2 8.7
33.6 5.0
24.8 2.1
11.5 5.3
22.4 11.4
12.9 4.6
16.8 12.7
16.5 3.3
32.3 6.7
31.8 0.4
31.5 5.7
30.8 3.0
Description
Gray Clay
Gray and Brown Clay
Gray Clay
Gray Clay
Brown Clay
Tan Severely Weathered Limestone
Brown Clay
Tan Severely Weathered Limestone
Brown Clay
Tan Severely Weathered Limestone
Gray Clay
Cray Clay
Gray Clay
Gray Clay
i MO r i - - - - -- i -- M EM
1979 STREET IMPROVEMENT PROGRAM
ROUND ROCK. TEXAS
SUMMARY OF UNIT WEIGHTS AND MOISTURE CONTENT TESTS
Boring Depth U.D.W. M.C. Air Voids
No. in Feet Lbs. /Cu.Ft. 2 2 Description
8 0.0 -2.0 92.5 21.6 13.2 Gray Clay
8 2.0 -3.5 96.9 23.9 5.5 Brown Clay
9 0.0 -2.0 89.5 28.2 6.6 Gray Clay
9 2.0 -3.5 91.9 27.0 5.8 Brown Clay
10 0.0 -2.0 94.2 26.0 5.0 Brown Clay
10 2.0 -3.5 100.1 21.6 6.1 Brown Clay
SAM BASS ROAD
1 0.0 -2.0 111.2 13.4 9.0 Brown Clayey Gravel
2 1.0 -2.0 110.8 17.2 3.8 Brown Clay with Gravel
2 2.0 -3.5 116.4 6.7 18.5 Brown Clay with Gravel
3 2.0 -3.5 100.8 29.3 0.0 Brown Clay
y 4 1.0 -2.0 85.2 31.7 6.3 Brown Clay with Gravel
m 4 2.0 -3.5 89.5 28.8 5.7 Brown Clay with Gravel
e
N
N
1
1
1
:1
:1
1
1
1
1
1
1 .
1
1
1
1
1
1
1
1
LOG OF BORINGS
FOR
BOWMAN DRIVE
SAM BASS ROAD
EAST BAGDAD AVENUE AND SHEPPARD ST.
WEST MAIN AVENUE
LEWIS STREET
EAST LOGAN STREET
GEOTECNNICAL ENGINEERING DIVISION
MAJOR DIVISIONS
GROUP
SYMBOLS ESCRIPTIONS
CO.2SE- 0R•240 SO'LS
Mon TTen 4011 al 2021.161 N 1•00211 Tien Ne. 200 54• 511•.
GRAVELS
O 0•2 Then Hen al Caen.
4224150 4 1•40E1 T000 4..
• Slew 5„0
(1.
MA w .1411
021040 0423
GW
//
,V .q� ,..x-Gnd.a Grovel. Gae.N-
[ I.,...na, Lb. or. FO..
I
Gp
S, 1 .1 Poary- Graa.e Gww4.Gre.c. -Send
•. m .,, ur. or ria nn..
116411 w
•224244.01
1104i 41 1101040
GM
r I
7 Sirs Gnna, Gre.a - Se -e - Sot
GC
/'l dame Gn:.• ,., Swwi- G.nC -da,
Ynrvn.
0049 0.05 •
• 1041 4311023 . 00 14 00 ,1
4422 1 402 4241,102
50405
20 w M 24111
•V425 uo07
SW
' rw -Fem.d Send., Grows. sew.,
SP
Pawls-Gred.e Sow., Gr..11, Saw..
un1* el no r,•r
50044. SAM 44•..
01 ,,,,,1oM.
•,neon, al 01402
SM
Sots Sonar, Soda -Sur Yuran.
Sc
CO.. Saw., Send -O. M.o.
1 .2 •.SL 111TTU2s .1 01.4010 is 1N4 041( 0415 I
L10S 032040 -30,4 11
OS •MLL 05 4«u
000l 1121 2047 4114410 40,1 •11
5.013 r L1115 51013 Sao LAIR
ML
Moro.. Sala R Wry F. Send., Vera
Floor, Silly w C..y., rn. Sand. a.
Clam id. �ro saanr Mw.cxy.
S..r.lc Clays as L«
CND, FN, OeI. L Nn Oq.
OL
a0.JC Sins & Or«r+e sior der.
N L« PM•xcly.
I
MH
bor.. Si.. Ikons. r
O.Y...oau. rise Send or
Silly Soils, CY.IN FII..
CH
. rywnn Dan of Na 05.0600,,
HI Ow
OH
r. ' / 0•10..0 Goy. N NNW* M I5F6
• ,,
Fr.I,.MS SrSYxa Mh.
*04 0.50.ie w.
Pt
Nag he • Ow DOS Os..k sal,.
oolv011
1334
111.134
1004 034
SAO7Y -N
3ldNVS
1OYNat
MATERIAL DESCRIPTION
0
ea
ua
0
0
W
r la
L 'u
Sx
0
Undisturbed Shelby Tube
4-- Sample ,
Pocket
4— Penetrometer Test
Disturbed Sample
K--
5
Penetration Test
4--Standard and Sample
( SEE WV TO aiming
VIM
4 —Wash Boring - No Sample Recovery
10
4—NX Core Drilling - Testable Sample
5.0'
5.0'
1
1
1
1
1
1
1
1
1
EXPLANATION OF SYMBOLS USED ON L088 OF
KEY TO CLASSIFICATION USED ON LOOS
•EOTECNNICAL ENGINEERING DIVISION
1
1
,1
1
1
I 1
.
1
1
1
1
1
1
1
LOG OF BORINGS 1 THROUGH 10
BOWMAN DRIVE
GEOTECNNICAL ENGINEERING DIVISION
DATE: February 22,
PROJECT LOCATION: Round
LOG OF BORING
FOR
BOWMAN DRIVE
1979 GORING N0. 1
Rock. Texas TYPE: Core LOC See Plan
=
a
W
0 6.
o
i
b
W
i
b
100i Y3d
SiA019 -
3l+wvs
MATERIAL DESCRIPTION
Sta. 1+40; 4' Left
03111Y0
3YO3
I 03Y3A0030
3Y00
i NOI1VA313
DEPTH SCALE'
Gray Clay with Scattered Gravel
—
Gray and Brown Clay with Gravel
_
I I I I 1 1 1 1 I I I I I 1 1 I I I I I I I I I I I I I I
Gray Clayey Gravel
•
d
A
—
J i► I I I I I - 1 t I -,- I I I I I I L i I r 1 i I I I I I
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered above that depth.
1
GEOTECNNICAL ENGINEERING DIVISION
1
1
1
1
1
1
1
1
1
1
1
1
LOW OF BORING
FO R
BOWMAN DRIVE
DATE: February 22 1979
PROJECT LOCATION: Round Rock, Texas TYPE: Core
F w
• W
W W
0
— 1
— 2
— 3
—4
J W
0
0
i Z
h h
o o
O O
J
O
• z
Gray Clay with Scattered Gravel
-- - LL =65.3 PI =30.5 ( )200=95.82
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered above that depth.
MATERIAL DESCRIPTION
Sta. 7 +52; 14' Left
1.5" Hot Mix
5" Base Material
O
W W
0
u g
C
'
t W
Op
u
r
OEOTECHNICAL ENGINEERING DIVIUION
'WRING NO. 2
LOCATION: See Plan
DATE:
PROJECT
FOR
February 22, 1979 LW OF BORING
BOWMAN DRIVE
comma No. 3
LOCATION: Round Rock Texas TYPE: Core Letannu• See
Pin,
1331
111.130
10YNAa 1
100i Yid
EAIOIY•N
31dNVS
MATERIAL DESCRIPTION
Sta. 13+50; 10' Right
I 03111Y0
3YO3
03Y3A033Y
' 36103
1
ELEVATION 1
DEPTH SCALEI
—
'2
— 3
—4
— 5
_
_
111
---
Brown Clay with Gravel
—
-
-- LL=25.3 PI =10.8 (- )200 =61.3%
Tan Severely Weathered Limestone
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered above that depth.
`
-
_
-
-
I
-Y`
J
1
1
; 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GCOTECNNICAL CNGINE(RING DIVISION
DATE: February 22,
PROJECT LOCATION: Round
LOG OF BORING
FOR
BOWMAN DRIVE
1979 PORING No. 4
Rock, Texas TTPEI Core 'OtATIo °` S Plan
1334
M1d3Q
10YMA
AMPLE
•glow!
ER FOOT
MATERIAL DESCRIPTION
CORE I
RIILLEO
03M3A01
3M03
3 'V3S N1d3
Sta. 17+00; 12' Right
_
-----11p54.7
PI -26.8 (- )200 =70.4X
—1
i
Brown Clay with Gravel
! 1° 0 ::
_ 2
-
/
—3
-
-
Tan Severely Weathered Limestone
:7 -4
,
.
_--5
_
Total Depth of Boring = 5.0 Feet
-
Note: Boring was advanced to 5.0 feet
-
below the ground surface without using
-
drilling fluid and groundwater was not
•
-
encountered above that depth.
1
1
1
1
1
1
1
1 .
1
1
1
1 ,
1
1
1
�1
OEOTECNNICAL ENGINEERING DIVICION
LOU OF BORING
FOR
BOWMAN DRIVE
DATE: February 22, 1979 BORING No. 5
PROJECT LOCATION: Round Rock, Texas TYPE; Core LOCATION: n Plan t
133i
N14130
oaceessm
1011 N Al
!AMPLE
-BLOWS
ER FOOT
MATERIAL DESCRIPTION
CORE
ULLED
1 03M3A0
3YO9
1 NOLLVA
7EPTH SCALE!
Sta. 22+65; 30' Right
—1
Brown Clay with Severely Weathered
_
Limestone
-
_ 2
-
—3
(�-
_
Tan Severely Weathered Limestone
---4
— 5
-
Total Depth of Boring = 5.0 Feet
-
-
Note: Boring was advanced to 5.0 feet
-
-
below the ground surface without using
-
-
drilling fluid and groundwater was not
-
-
encountered above that depth.
-
_
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
OCOTECNNICAL ENGINEERING DIVISION
DATE: February 22,
PROJECT LOCATION: Round
LOG OF BORING
FOR
BOWMAN DRIVE
1979 PORING No. 6
Rock. Texas TYPE: Core LOCATION: See Plan
I.-
•
e Y.
J
a
a
II
J
1
MATERIAL DESCRIPTION
Sta. 28 +72; 7' Right
_
1" Hot Mix
7" Base Material
Gray Clay
Brown Clay with Gravel
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered above that depth.
1
1
1
. 1
1
(=TECHNICAL ENGINEERING DIVISION
LAG OF BORING
FOR
BOWMAN DRIVE
DATE: February 22, 1979 tORINO N0. 7
PROJECT LOCATION: Round Rock, Texas TYPE: Core LOcArmu• P7n..
DEPTH
FEET
IOSNA$ r
100i tl3d
yawl Y•
TURIN
MATERIAL DESCRIPTION
Sta. 35+60; 5' Right
I 03111V0
3YO3
03Y3AO3341
31103
N0111A313
1I
DEPTH SCALE!
—
..--1
2
— 3
•
I
5" Bas Mx Material
5" Base Material
_
Cray Clay
—4
—5
_
_
/
Tan Severely Weathered Limestone
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered above that depth.
I
_
—
_
i
1
1
1
1
1
1
I 1
1
1
I '
,
1
1
1
OLOTECNNICAL LNGINELRRING DIVISION
LOG OF BORING
FOR
BOWMAN DRIVE
GATE: February 22, 1979 PORING M0. 8
PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATION: See plan
133!
Ml /30
10SNAS 1
SAMPLE
N - SLOWS
PER FOOT
MATERIAL DESCRIPTION
Sta. 41+01: 11' Right
CORE
DRILLED
03M3A033M
31103
NOI1VA313
DEPTH SCALE'
_
-
—1 1
—2
_
—3
_
r
--
Gray Clay with Gravel
- - - LL=62.5 PI =30.0 (- )200 =92.3%
_
-
Brown Clay with Scattered Gravel
I
1-1--T- r1-1-71-
— 4
— 5
_
-
-
-
/
/
Tan Severely Weathered Limestone
with Clay Layers
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered above that depth.
-.
-
-
-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GCOTLCNNICAL ENGIN(CAING DIVISION
I
DATE: Febr uary 22,
PROJECT LOCATION: Ro
1-00 OF BORING
FO R
BOWMAN DRIVE
1979 PORING No. 9
and Rork. Tnxaa "PE C ore LOCATI See plan
J
F
i t DI
J
0
2
h
W
6
a
VI
I SAMPLE
N -SLOWS
PER FOOT
MATERIAL DESCRIPTION
Sta. 45+75; 20' Right
I 03111N0
3NO3
■ 03N3AOD3N
31103
i NO11VA313
DEPTH SCALE!
_
h
' 4
Clay and Gravel
(probably fill material)
_
=
—1
`.
�"
Gray Clay with Scattered Gravel
2
_
—
r":
'FlIrl
— 3
_
Brown Clay with Scattered Gravel
— 4
`
—
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface prior to using
drilling fluid and groundwater was not
encountered above that depth.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
OEOTECNNICIIL INDINEERING DIVISION
LV6 ur BORING
FOR
BOWMAN DRIVE
DATE: February 22, 1979 BORING N0. 10
PROJECT LOCATION: Round Rock, Texas TYPE; Core LOCATION: -
Plan
ELEVATION
-
I3 1VDS N1d30
J la
I
III a
el
i
0
100J031 I
1NOIY -N
1 I4 V
MATERIAL DESCRIPTION
Sta. 50+25: 6' Right
03111N0
3M03
03M3A033N
3NO3
•'
- 1 f/
---2
---3
_4
0/0/010
_5
1" Rot Mi
7" Base Material
_
—
—
Brown Clay with Scattered Gravel
LL=47.5 PI =21.9 (- )200 =87.8%
Tan Severely Weathered Limestone
+
_
'
Total Depth of Boring = 5.0 Feet
Note: Boring was advanced to 5.0 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered above that depth.
-
-
_
_
-
CI
1 1
I
r1
1
1
1
1
1
; 1 .
1
1
1
�
1
1
1
1
DEOTECHNICAL ENGINEERING DIVISION
1
1
1
1
LOG OF BORINGS 1 THROUGH 10
SAM BASS ROAD
GEOTECNNICAL ENGINEERING DIVISION
a.00t UP BORING
FOR
SAM BASS ROAD
DATE: February 23, 1979 ORING
PROJECT LOCATION: Round Rock, NO. 1
, Texas TYPE: Core ' S ORRIS N' See Plan
1334
141430
1011010
.1
1004 Y3d
011010 -
3,410V0
MATERIAL DESCRIPTION
Sta. 0+00; 10' Lt.
I 03„100
2003
it 0303A0330
3003
1 NOI1VA313
131,06 N1d311
I
l
Z
...r
.
pmt
Clayey Gravel Base
-
-.
4,0
is
` ; fi
Brown Clayey Gravel
-
_
`
— I
L '
Total Depth of Boring = 2.5 Feet
Note: Boring was advanced to 2.5 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered.
GEOTECNNICAI. ENGINEERING DIVISION
L06 OF BORING '
FOR
SAM BASS ROAD
DATE: February 23 1979 DORING N0. 2
PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATION: L�__ Plan
a t la o In
J
i
W
X
aooi e:
$*01a •
3141MV
MATERIAL DESCRIPTION
I 031111
DAMN
1 03413A0
3410.
N OI I VA
I3 IVoi N1r3N
A
N
J
Sta. 5+75; 8' Lt.
•
1" Rot Mix
_
5" Base Material
,_1
—
Brown Clay with Gravel
..--2
^
— — —
— — LL=76.0 PI =36.6 (— )200 =71.3%
—3
II
,---4
Total Depth of Boring = 3.5 Feet
_
Note: Boring was advanced to 3.5 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered.
—
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
OLOTCCHNICAL ENGINECR INS DIVISION
LOG OF BORING
FOR
SAM MSS ROAD
DATE: February 23, 1979 sORINC NO. 3
PROJECT LOCATION: Round Rock. Texas TYPE: Core LOCATION: See Plan
I
it, Yi
1
J
I
W
J
a
MATERIAL DESCRIPTION
Sta. 11 +53; 12' Lt.
Crushed Limestone Base Material and
then followed by Clayey Gravel
Brown Clay
1
1
Total Depth of Boring = 3.5 Feet
Note: Boring was advanced to 3.5 feet
below the ground surface without using
drilling fluid and groundwater was not
encountered.
1
1
1
1
OEOTECHNICAL ENOINECR /NO OIVIR1oN