Loading...
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