Loading...
R-88-1090 - 2/25/1988WHEREAS, the City of Round Rock has duly advertised for bids for the construction of street and drainage improvements for Sam Bass Road, and WHEREAS, Capital Excavation Company submitted the lowest and best bid, and WHEREAS, the Council wishes to accept the bid of Capital Excavation Company, and to authorize the execution of a contract for said improvements, NOW THEREFORE BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, THAT The bid of Capital Excavation Company is hereby accepted as the lowest and best bid, and the Mayor is authorized and directed to execute on behalf of the City a contract with Capital Excavation Company for the construction of street and drainage improvements on Sam Bass Road. RESOLVED this r day of February, 1988. ATTEST: JO NE GRES19CEC LAND, City Secretary L� 1 RESOLUTION NO. /090 MIKE ROBINSON, Mayor City of Round Rock, Texas DATE: February 22, 1988 SUBJECT: Council Agenda, February 25, 1988 ITEM: 13D. Consider bids and a resolution authorizing the Mayor to enter into a contract for improvements to Sam Bass Road. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: ECONOMIC IMPACT: Sam Bass Road will be improved from approximately Meadows Drive to Creekbend Blvd. Please refer to the enclosed bidding materials. Staff recommends award of the contract to Austin Excavating Company. This project came in $13,000 under estimate. Mr. Al Wille, P.E. City of Round Rock 214 East Main Round Rock, Texas 78664 Dear Mr. Wille: Sincerely, BS /cv Attachment DIPPEL, ULMANN & ASSOCIATES, INC. February 10, 1988 RE: RECOMMENDATION OF AWARD Sam Bass Road (County Road 175) Street and Drainage Improvements DUA Project No. 1528 Sealed bids for the referenced project were received and publicly opened on February 9, 1988 at 2:00 p.m. at the City of Round Rock, Texas. The six (6) bids received have been tabulated and checked and a copy of the engineer certified bid tabulation is attached. Capital Excavation Company was the low bidder with a total contract price of $586,694.95. Based on our past experience with this company, we recommend that the contract for the referenced project be awarded to Capital Excavation Company. DIPPEL, ULMANN &i INC. Bobby Schroeder Construction Manager ENGINEERS • PLANNERS • SURVEYORS 2499 CAPITAL OF TEXAS HWY. SO. • AUSTIN. TEXAS 78748 • (512) 327 -7730 • (512) 327 -8381 �� ,. * O SITEWORK • PAVING CONTRACTORS C * AUSTIN * P.O. BOX 1301 AUSTIN, TEXAS 78767 • (514) 440.1717 * February 17, 1988 Mr. Bobby Schroeder Dipple, Ulmann & Associates, Inc. 2499 Capital of TX Hwy. Suite 204 Austin, TX 78746 RE: Sam Bass Road Improvements Dear Mr. Schroeder: Capital Excavation Company, hereby, submits the following per paragraph K, Statement of Bidders Qualifications: 1. Capital Excavation Company 2. P.O. Box 1301 Austin, TX 78767 440 -1717 3. August, 1984 4. Texas 5. 3 -1/2 years 6. Vista Oaks 1 -A and 1 -B Lake Creek Center McNeil Drive Milwood 30 -B FM 1325 Austin Center /3M (Kraus Anderson) 7. See Resume 8. No 9. No $ 525,000 Comp. May '88 50,000 Comp. Apr.'88 135,406 Comp. May '88 196,000 Comp. Apr.'88 160,000 Comp. Mar.'88 1,800,000 85% Comp. 100% Comp. Apr.'88 Sitework • Excavation • Streets • Parking Areas Mr. Bobby Schroeder February 17, 1988 Page Two 10. See Resume 11. See Resume 12. CDD 43 East Main Anderson Ave. Armadillo Rd. 13. See Resume 14. See Resume 15. See Resume Also, you are authorized to contact any references listed in the enclosed resume or verify any statements herein. Should you have any questions, please do not hesitate to contact me. Sincerely, CAPITAL EXCAVA ION times E. Bradley President JEB /st Enclosure cc: File City of Austin City of Round Rock City of Round Rock City of Austin DUA- 1523 -S &0 G. Award of the Contract The Owner reserves the right to postpone final action on Proposals for up to thirty (30) calendar days after opening, and to investigate the competence and responsibility of Bidders. Award of the contract, if made, will be to the bidder who is judged by the Owner to be sufficiently responsible and competent to perform the contract to his satisfaction. An award does not become effective until the Owner issues the successful Bidder a written Notice of Award. H. Execution of Contract Within ten (10) working days after the Notice of Award of the Contract has been issued, the successful bidder shall execute the Contract and furnish the Owner the following bonds and insurance: A 100% Performance Bond A 100% Labor & Materials Bond Workmen's Compensation Insurance Comprehensive General Liability Insurance Property Damage Insurance Automobile Liability Insurance I. Sureties No sureties will be accepted by the Owner which are in default or delinquent on any bonds, or which are interested in any litigation against the Owner. Should any surety on the be determined unsatisfactory at the time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due• or paid until approual_of the bonds by the Owner. • J. Commencement and Prosecution of Work The successful bidder will be required to commence work within ten (10) calendar days after the date the Notice to Proceed, and will be required to complete the work within the number of days stated in the contract beginning on the date of the Notice to Proceed. K. Statement of Bidder's Qualifications At the Owner's request the Bidder is to submit information regarding his qualifications in accordance with the following instructions. Minimum wage scales shall be as specified and regulated by the State of Texas and the Federal Government. All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder. 2. Permanent main office address and telephone number. 3. When organized. Instructions to Bidders -3- - DUA- 1528 -S &D 4. If a corporation, where incorporated. 5. How may years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the approximate anticipated dates of completion). 7. General character of work performed by your company. 8. Have you ever failed to complete work awarded to you? If so, where and why? 9. Have you ever defaulted an a contract? If so, where and why? 10. List the more important project recently completed by your company (six most recent), stating the approximate costs for each, and the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: 4 15. Give Bank reference: 16. Will you, upon request, fill out a detailed financial statement, and furnish any other pertinent information that may be required by the Owner? 17. The undersigned hereby authorizes and requests any person, firms, or corporation to furnish any information requested by the Owner in verification of the recitals compi Vfiing" this Statement of Bidder's Qualifications. Dated at of , 19 _ Instructions to Bidders -4- this day (Contractor) By Title BIDDER: CAPITAL EXCAVATION HAYDEN CONCRETE AECO J. C. EVANS EXC. GAREY CONSTRUCTION ELLA CONTRACTING ITEM UNIT PRICE TOTAL UNIT PRICE TOTAL (MIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1. Preparing Right-of-way 40.5 STA 520.00 21,060.00 905.99 36,692.60 1 ,000.00 40,500.00 835.00 33,817.50 2,235.00 90,517.50 1,456.00 58,968.00 2. Street Excavation 36,023 SY 0.93 33,501.39 2.77 99,783.71 4.25 153,097.75 1.45 52,233.35 4.60 165,705.80 2.24 80,691.52 3. Subgrade Preparation 18,820 SY 0.67 12,609.40 0.55 10,351.00 0.75 14,115.00 1.20 22,584.00 0.90 16,938.00 0.75 14,115.00 4. Flexible Base 5,805 CY 12.25 71,111.25 12.66 73,491.30 14.75 85,623.75 13.50 78,367.50 12.00 69,660.00 12.97 75,290.85 5. 2 Not Mix Asphaltic Concrete 14,383 SY 3.45 49,621.35 3.52 50,628.16 3.70 53,217.10 4.20 60,408.60 3.35 48,183.05 3.68 52,929.44 6. 6° Concrete Curb & Gutter 7,560 LF 4.00 30,240.00 3.85 29.106.00 4.25 32,130.00 5.50 41,580.00 4.15 31,374.00 4.00 30,240.00 7. Concrete Valley Cutters 1,848 SF 2.48 4,583.04 3.90 7,207.20 4.30 7,946.40 4.00 7,392.00 3.00 5,544.00 3.25 6,006.00 8. Concrete Driveway Approaches 5,631 SF 2.41 13,570.71 2.20 12,388.20 2.45 13,795.95 3.50 19,708.50 2.30 12,951.30 2.25 12,669.75 9. Replacerent of Private Driveway No. 3 490 SF 2.42 1,185.80 7.00 3,430.00 4.50 2,205.00 3.25 1,592.50 4.00 1,960.00 6.00 2,940.00 10. Concrete Sidewalk 40,536 SF L 1.60 64,857.60 1.65 66,884.40 1.85 74,991.60 2.00 81,072.00 1.80 72,964.80 1.50 60,804.00 PRO4ECT: cjM BASS Ppnn (corm/ Peon 17) 0"T; R: rrry nv RfI mm Rrric True DATE: Fehr-vary CI, WAR OIPPEL, UI_MANN & ASSOCIATES. INC. ENORLEERS • PLANNERS • SURVEYORS 2499 CAPITAI. OF TEXAS N 1550. • AUSTIN TEXAS 78748 15121327.7730 151213274391 TABUATION OF BID5 PAGE 1 OF 6 EUA JOB N0. 1528 BIDDER: CAPITAL EXCAVATION HAYDEN CONCRETE AECO J. C. EVANS EXC. GPM CONSTRUCTION ELIA CONTRACTING ITEM UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 11. Sidewalk Ranps (Condition 3) 15 EA 128.50 1,927.50 150.00 2,250.00 • 165.00 2,475.00 225.00 3,375.00 150.00 2,250.00 100.00 1,500.00 12. Sidewalk Ranps (Condition 2) 1 EA 105.00 105.00 200.00 200.00 220.00 220.00 250.00 250.00 200.00 200.00 150.00 150.00 13. 6" Concrete Riprap Slope Protection 470 SY 24.57 11,547.90 21.00 9,870.00 23.10 10,857.00 24.50 11,515.00 23.00 10,810.00 31.00 14,570.00 14. Metal Beam Guardrail 150 LF 30.00 4,500.00 13.50 2,025.00 13.50 2,025.00 36.25 5,437.50 29.00 4,350.00 31.85 4,777.50 15. Relocation of Existing Mailboxes 9 EA 103.00 927.00 150.00 1,350.00 150.00 1,350.00 200.00 1,800.00 150.00 1,350.00 110.00 990.00 16. Construction Detcur 1 LS 12,950.00 12,950.00 11,123.60 11,123.6C 20,000.00 20,000.00 35,000.00 35,000.00 22,800.00 22,800.00 24,890.00 24,890.00 17. 4" Ye11ai Reflectorized Paysrent Marking Line 14,136 LF 0.21 2,968.56 0.19 2,685.84 0.35 4,947.60 0.25 3,534.00 0.18 2,544.48 0.16 2,261.76 18. Non- reflectorized Traffic Buttons 362 EA 5.00 1,810.00 4.20 1,520.40 5.00 1,810.00 5.00 1,810.00 4.00 1,448.00 3.60 1,303.20 TOTAL AMOUNT BID FOR STREET IhPROVEfENTS 339,076.50 420,987.41 521,307.15 461,477.45 561,550.93 445,097.02 PROTECT: Snm B4sS wan (crucify Roan 179 DAs: cm nE rxawn emrc mac DATE: Fchntary G 1GPR DIPPEL, ULNIANN � & ASSOCIATES. INC ENGINEERS • PLANNERS • SURVEYORS 2499 CAPITAL OF TEXAS KWKSO. • Aus05 TEXAS 78748 15121327 7730 (5121 ]27.8381 TABULATION OF BIDS PAGE [ OF 6 DUA JOB N0. 1528 81COER: CAPITAL EXCAVATION HAYDEN CONCRETE AECO J. C. EVANS EXC. GAREY CONSTRUCTION ELLA CONTRACTING ITEM UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL WIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 19. 42" RCP, Class III 526 LF 60.00 31,560.00 45.15 23,748.90 58.00 30,508.00 72.00 37,872.00 43.00 22,618.00 87.05 45,788.30 20. 36" RCP, Class III 678 LF 47.00 31,866.00 37.80 25,628.40 39.00 26,442.00 60.00 40,680.00 36.00 24,408.00 74.85 50.748.30 21. 30" RCP, Class III 859 LF 40.00 34,360.00 31.50 27,058.50 31.00 26,629.00 52.75 45,312.25 30.00 25,770.00 56.18 48,258.62 22. 24" RCP, Class III 1,158 LF 28.75 33,292.50 25.20 29,181.60 25.00 28,950.00 37.75 43,714.50 24.00 27,792.00 48.52 56,186.16 23. 18" RCP, Class III ::7 LF 24.10 21,376.70 18.90 16,764.30 20.00 17,740.00 29.00 25,723.00 18.00 15,966.00 44.57 39,533.59 24. Headwall for 1-42" RCP 1 EA 1,750.00 1,750.00 1,850.00 1,850.00 2,035.00 2,035.00 2,200.00 2,200.00 1,900.00 1,900.00 2,900.00 2,900.00 25. Headwall for 2 -36" RCP 1 EA 2,570.00 2,570.00 1,400.00 1,400.0C 1,600.00 1,600,00 2,500.00 2,500.00 1,450.00 1,450.00 2,380.00 2,380.00 26. Headwall for 1 -18" RCP 2 EA 540.00 1,083.00 1,500.00 3,000.00 1,650.00 3,300.00 1,650.00 3,300.00 1,550.00 3,100.00 900.00 1,800.00 27. Junction Box 1 EA 4,200.00 4,200.00 4,500.00 4,500.0C 5,000.00 5,000.00 5,000.00 5,000.00 4,700.00 4,700.00 5,700.00 5,700.00 28. ' Storm Sewer Manhole 1,030.00 2,060.00 1,365.00 2,730.0C 1,100.00 2,200.00 1,925.00 3,850.00 1,500.00 3,000.00 950.00 1,900.00 PROJECT: um BAcc annn (noun( anon 17F) CWNIR: fTTV nF PR Nn R(Y'K TFYK ' DATE: Fohnlary Q TQRR DIPPEI., ULMANN S ASSOCIATES. I N C . ENGINNENS • MANNIKIN • SUMMONS 2.99 CAPITAL OF TEXAS"WKSO. • AUSTIN TEXAS 78168 15121327.730 15121 327 8381 TABL ATION OF BIOS PAGE 3 OF 6 OUA JOB N0. 1528 BIDDER: CAPITAL EXCAVATION HAYDEN CONCRETE AECO J. C. EVANS EXC. G 8EY CONSTRUCTION ELLA CONTRACTING ITEM UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 29. 20' Inlet, Type 1, Including Transition 1 EA 2,875.00 2,875.00 2,200.00 2,200.00 2,420.00 2,420.00 2,900.00 2,900.00 2,200.00 2,200.00 2,890.00 2,890.00 30. 15' Inlet, Type 1, Including Transition 5 EA 2,515.00 12,575.00 1,980.00 9,900.00 2,200.00 11,000.00 2,350.00 11,750.00 2,000.00 10,000.00 2,320.00 11,600.00 31. 10' Inlet, Type 1, Including Transition 14 EA 2,160.00 30,240.00 1,700.00 23,800.00 1,870.00 26,180.00 1,785.00 24,990.00 1,800.00 25,200.00 1,920.00 26,880.00 32. Double Sided 10' Inlet, Type 1 Including Transition 1 EA 2,565.00 2,565.00 2,700.00 2,700.00 3,000.00 3,000.00 2,500.00 2,500.00 2,800.00 2,800.00 2,800.00 2,800.00 33. Curb Cut #15 1 EA 925.00 925.00 2,000.00 2,000.00 2,200.00 2,200.00 1,650.00 1,650.00 2,100.00 2,100.00 2,100.00 2,100.00 34. Curb Cut #27 1 EA 870.00 870.00 1,700.00 1,700.00 2,000.00 2,000.00 2,200.00 2,200.00 1,650.00 1,650.00 2,100.00 2,100.00 35. 5' x 5' Area Inlet #16 -A 1 EA 1,460.00 1,460.00 1,450.00 1,450.00 1,600.00 1,600.00 1,900.00 1,900.00 1,500.00 1,500.00 1,700.00 1,700.00 36. 4' x 4' Area Inlet #16 1 EA 1,720.00 1,720.00 1,300.00 1,300.00 1,600.00 1,600.00 1,800.00 1,800.00 1,700.00 1,700.00 3,400.00 3,400.00 37. 4' x 4' Area Inlet #30 1 EA 1,445.00 1,445.00 1,550.00 1,550.00 1,800.00 1,800.00 1,700.00 1,700.00 1,550.00 1,550.00 2,000.00 2,000.00 38. 4' x 4' Area Inlet #20 1 EA 1,265.00 1,265.00 1,100.00 1,100.0( 2,000.00 2,000.00 1,700.00 1,700.00 1,100.00 1,100.00 2,000.00 2,000.00 PROJECT: SAM BASS ROAD (COUNTY ROAD 175) QNNER: rav OF VA) ROC% TrUc DATE: F�hruar��8, lA DIPPEL, ULMANN wo ommS ASSOCIATES. INC. ENOU4IUf • PLANNERS • S MVEYONS N99 CAPITAL OF TEXAS NWT SO. • AUSTIN TEXAS Mad 15121327 -7730 15121327 8381 TABU ATICN OF BIDS PAGE 4 OF 6 DUA JOB N0. 1528 BIDDER: CAPITAL EXCAVATION HAYDEN CONCRETE AECO J. C. EVANS EXC. GAREY CONS1RUCTION ELLA CONTRACTING ITEM UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UUT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 39. 8' Flat Bottan Channel 120 LF 26.10 3,132.00 10.00 1,200.00 10.00 1,200.00 45.00 5,400.00 35.00 4,200.00 106.00 12,720.00 40. 8' Flat Bottom to 20' Flat Bottan Transition Channel 15 LF 23.00 345.00 20.00 300.00 25.00 375.00 150.00 2,250.00 100.00 1,500.00 240.00 3,600.00 41. 3.5' Flat Bottan to "V" Bottom Transition Channel 30 LF 11.50 345.00 10.00 300.00 15.00 450.00 15.00 450.00 50.00 1,500.00 23.00 690.00 42. Grade to Drain Channel 50 LF 6.50 325.00 4.00 200.00 5.00 250.00 8.00 400.00 25.00 1,250.00 20.00 1,000.00 43. Trench Shoring 1,375 LF 1.55 2,131.25 0.50 687.50 1.00 1,375.00 3.50 4,812.50 1.00 1,375.00 2.00 2,750.00 44. Adjust Existing Storm Sewer Manhole 2 EA 310.00 620.00 262.50 525.00 400.00 800.00 250.00 500.00 250.00 500.00 250.00 500.00 45. Adjust Existing Water Valve Box 7 EA 155.00 1,085.00 157.50 1,102.50 250.00 1,750.00 175.00 1,225.00 150.00 1,050.00 150.00 1,050.00 TOTAL PRICE BID FOR DRAINAGE IMPROVEMNTS 226,038.45 187,876.70 204,404.00 277,679.25 192,029.00 334,474.97 46. Rock Berm 100 LF 6.70 670.00 8.0C 800.00 7.5C 750.0C 5.50 550.00 8.50 £50.00 7.30 730.00 PROJECT: 711 BASS ROAD (COUNTY ROAD 176) �' CITY OF ROUND ROCK, TE.KI'S DATE: February 9, 19 DIPPEL, ill -MANN ASSOCIATES. INC. ENGINEERS • PLANNERS • SURVEYORS 2.99 CAPITAL OF TEXAS 1.030 SO. • AUSTIN TEXAS 76748 15121027.7700 151210275081 TABL ATICN OF BIDS PAGE 5 OF 6 DUA JOB N0. 1528 BIDDER: CAPITAL EXCAVATION HAYDEN CONCRETE AECO J. C. EVANS EXC. GPREY CONSTRUCTION ELLA CONTRACTING ITEM UNIT PRICE TOTAL UNIT PRICE TOTAL UvIT PRICE TOTAL WIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 47. Seeding for Erosion Control 11,000 SY 1.36 14,960.00 0.17 1,870.00 1.00 11,000.00 0.30 3,300.00 0.20 2,200.00 0.63 6,930.00 48. Sodding for Erosion Control 1,000 SY 3.95 3;950.00 1.45 1,450.00 3.00 3,000.00 5.50 5,500.00 3.00 3,000.00 1.91 1,910.00 TOTAL PRICE BID FOR EROSION CONTROL 19,580.00 4,120.00 14,750.00 9,350.00 6,050.00 9,570.00 TOTAL PRICE BID FCR ALL IMPROVEMENTS 586,694.95 612,984.11 740,461.15 748,506.70 759,629.93 789,141.99 • True copy with conditions Df one taJJ aove•_ring 1aticn as proposals. -eceived of corrected in accordance ®� Di , Ulrann & F.saci. .s, TT> d x F R DDIE E. DIPPEL 36575 1R 9 iv b f ,• v ■ • PROJECT: SAM BASS ROM (COUNTY ROAD 175) ar: CTTT OF PnMD pace, M4S • ° DATE: Febrary 9, 1°18 OIPPei.,, ULMAFJN mo ms ASSOCIATES. INC. ENGINU 11 • PLANNIRS • SURVIVORS 2485 CAPITAL OF TEXAS HWY SO. • AUSTIN TEXAS 78748 151213274730 1512132743391 TABUATICN OF BIDS PAGE 6 OF 6 DUA JOB NO. 1528 CAPITAL EXCAVATION COMPANY AUSTIN,TEXAS CAPITAL EXCAVATION COMPANY History and Development Capital Excavation is a sister company to Faulkner Construction Company, Capital Equipment and Capital Rentals. Each of the companies are owned by Mr. Royce Faulkner. Mr. Faulkner started Faulkner Construction, a commercial building construction company, 25 years ago. Five years later, in 1967, he established Capital Equipment which rents concrete pumps, cranes and heavy equipment. This company served as Faulkner Construction's sitework division as well as an hourly rental company. By 1983, Faulkner Construction was performing several million dollars of sitework each year with increasing request from it's clients to perform site and subdevelopment construction even when commercial buildings were not included. Therefore, in order to meet this growing demand for sitework and subdivision development, Jim Bradley, formerly with Austin Road Company, was hired to organize Capital Excavation Company. Due to several factors - (experienced management personnel extracted from both Faulkner Construction and Capital Equipment Companies; `financial stability including extensive bonding capacity; new equipment with experienced operators; and most importantly the impeccable reputation of Mr. Royce Faulkner as an individual and Faulkner Construction Company and Capital Equipment in the construction industry) - Capital Excavation Company immediately became successful in both the negotiated and competitive bid markets. Capital Excavation Company can provide the management, equipment, bonding and experienced personnel to perform all types of site, street, highways, and underground utility development. ROYCE FAULKNER CHAIRMAN OF THE BOARD EDUCATION Schreiner Institute 1947 - 1949 University of Texas 1949 - 1952 Bachelor of Science - Civil Engineering EXPERIENCE Present CHAIRMAN OF THE BOARD, OWNER AND CHIEF EXECUTIVE OFFICER, CAPITAL EXCAVATION COMPANY, AND CAPITAL EQUIPMENT COMPANY, AUSTIN, TEXAS. Past Professional Activities CHIEF ESTIMATOR, YARBROUGH CONSTRUCTION COMPANY, AUSTIN, TEXAS. Responsible as Chief Estimator for Owner /Architect relations, sub - contract administration, costing and quantity survey. FIELD ENGINEER, J.M. ODOM_CON.STRUSCTION COMPANY, AUSTIN, TEXAS. Responsible as Field Engineer for field layout and supervision, scheduling, cost control and to coordinate sub - contractors and materials. FIELD ENGINEER, BROWN & ROOT, INC., HOUSTON, TEXAS. Responsible as Field Engineer for field layout & Supervision, cost control, process of shop drawings and to coordinate sub - contractors and materials. National Director - Associated General Contractors of America Chairman - Board of Trustees - Austin Community College EDUCATION St. Edward's University 1981 Master of Business Administration - Management EXPERIENCE Present Prior JIM BRADLEY PRESIDENT The University of Texas 1977 Bachelor of Business Administration - Management Austin Industries Management School Certificate in Construction Management Alexander Proudfoot Consulting Group Construction scheduling, coordinating, motivating, recognizing lost time. PRESIDENT, CAPITAL EXCAVATIC.'I Sfl"".hW pa. - -y= AUSTIN, TEXAS. Responsible for overall company operations, including estimating, construction management, client relations, etc. PRESIDENT, TAMT, INC., JASPER, TEXAS. Responsible as President for overall company operations. ADMINISTRATOR OF CONSTRUCTION OPERATIONS AND SERVICES, AUSTIN ROAD COMPANY, AUSTIN, TEXAS. Estimator of Construction Projects, Construction Manager and Manager of Survey Crews. SURVEY ENGINEER, BROWN & ROOT, INC., HOUSTON, TEXAS. Responsible for layout and engineering on I -10 and Loop 610 construction. EDUCATION EXPERIENCE Present Prior JOHN PUGSLEY VICE - PRESIDENT - FINANCE University of Houston Bachelor of Science /Electrical Engineering 1977 Master of Science /Accountancy 1977 Certified Public Accountant Registered Professional Engineer CONTROLLER, CAPITAL EXCAVATION COMPANY, AUSTIN, TEXAS. Responsible for accounting function of the company. Monitors job cost reporting system and coordinates monthly billings to owner. Supervises and monitors Data Processing and interfaces with independent auditors, tax and other regulatory agencies. CERTIFIED PUBLIC ACCOUNTANT, TOUCHE ROSS & CO., HOUSTON, TEXAS. Responsible for the supervision of audit engagements with experience in manufacturing, steel fabricating, contract drilling, industrial service and contracting companies and others. Preparing tax returns and provided consultation in the areas of taxes, EDP and accounting systems. Professional Activities American Institute of Certified Public Accountants 'Texas Society of Certified Public Accountants EDUCATION PROFESSIONAL EXPERIENCE Present Prior TOM CHENEY CONSTRUCTION MANAGER South Dakota School of Mines & Technology 1977 Bachelor of Science - Civil Engineering Texas Registration as a Professional Engineer CONSTRUCTION MANAGER, CAPITAL EXCAVATION COMPANY, AUSTIN, TEXAS. Responsible for contract administration, project scheduling, coordination of field operations, estimating, client relations an interaction with City, County, and State representatives. PROJECT MANAGER, BILL MILBURN, INC., AUSTIN, TEXAS. Responsible for overall management of land development prof ects - thru - a i 17t�t —ate development. Included coordination of design, contract negotiations and construction management. PROJECT ENGINEER, CARLSON & DIPPEL, INC., AUSTIN, TEXAS. Responsible for design and management of development related projects. Included contract administration, construction management and client relations. MARTY GLASS ESTIMATOR EDUCATION Texas A & M University 1976 Bachelor of Science - Parks & Recreation Administration EXPERIENCE Present Prior Austin Community College - 12 Hrs., Engineering Design Graphics; Richardson Engineering Services Construction Estimating Course; AGC Planning and Scheduling Course; Brown & Root, Inc. Pipe Blueprint Reading Course; Brown & Root, Inc. Rebar Blueprint Reading Course. ESTIMATOR, CAPITAL EXCAVATION COMPANY, AUSTIN, TEXAS. Responsible for quantity surveys', subcontract bid solicitation,, and_ assisting with the pricing of commercial sitework and City, County, and State roadwork. ESTIMATOR, P.A. STARK CONSTRUCTION, AUSTIN, TEXAS. Responsible for assisting the Chief Estimator with quantity surveys, subcontracts bid solicitation, cost accounting, and some pricing for roadwork and utility work. ESTIMATOR, LUMPKIN CONSTRUCTION CO., INC., AUSTIN, TEXAS. Responsible for quantity surveys and subcontract bid solicitation for commercial sitework. ESTIMATOR, POTH CORPORATION, AUSTIN, TEXAS. Responsible for quantity surveys, subcontract bid solicitation, and some pricing for general construction of commercial building projects. ESTIMATOR, BROWN & ROOT, INC., BAY CITY, TEXAS & AUSTIN, TEXAS. Responsible for quantity surveys, some pricing, and cost accounting for industrial construction projects including both nuclear and fossil fueled power plants. EXPERIENCE Present Prior JIMMY GREGG GENERAL SUPERINTENDENT GENERAL SUPERINTENDENT, CAPITAL EXCAVATION COMPANY, AUSTIN, TEXAS. Responsible for management of field operations including supervising all project foremen. EQUIPMENT FOREMAN, CAPITAL EQUIPMENT COMPANY, AUSTIN, TEXAS. Responsible for equipment and supervision of equipment operators on projects throughout Travis County and surrounding areas. EQUIPMENT OPERATOR, CAPITAL EQUIPMENT COMPANY, AUSTIN, TEXAS. Eight (8) years operating experience on various types of heavy equipment (Motor Graders, Loaders, Backhoes, Dozers, Rorre S - and Tfenchers). MAINTENANCE SUPERVISOR, TRAVIS COUNTY PRECINCT 3, AUSTIN, TEXAS. Responsible for maintenance of all roads in Precinct 3 of Travis County. CAPITAL EXCAVATION COMPANY BANK AFFILIATION FIRST CITY NATIONAL BANK P.O. Box 1727 Austin, Texas 78767 Telephone: (512) 473 -4343 FIRST REPUBLICBANK AUSTIN P.O. Box 908 Austin, TX 78781 Telephone: (512) 397 -2200 FIRST REPUBLICBANK, OAK HILL P.O. Box 3535 Austin, Texas 78764 Telephone: (512) 892 - 6000 Everett Bryant, Chairman of the Board * When checking bank reference, please refer to Capital Excavation Company owned by Royce Faulkner. BONDS Marsh & McLennan, Incorporated 2121 San Jacinto Street 1300 San Jacinto Tower Dallas, TX 75201 Telephone: (214) 979 -9900 John D. Fulkerson, Vice President INSURANCE Stokes & Searcey Agency, Incorporated 2520 IH 35 South, Suite 200 Austin, TX 78704 Telephone: (512) 444- 7466...- Sylvia Caskey ACCOUNTANTS James L. Roberts, CPA 7701 North Lamar Boulevard Suite 412 Austin, TX 78752 Telephone: (512) 453 -3426 MAJOR COMPLETED AND IN PROGRESS PROJECTS: PROJECT: Park 35 Circle & Walnut Park Crossing, Phase II Street, Site and Utility Development OWNER: ENGINEER: AMOUNT: PAYMENT: PROJECT: OWNER: CAPITAL EXCAVATION COMPANY Business Park I Associates 1620 First City Centre 816 Congress Avenue Austin, TX 78701 Mr. Will Shepherd (512) 328 -8211 Espey, Huston & Associates P.O. Box 519 Austin, TX' 78767 Mr. Steve Frost Mr. Ben Jones (512) 327 -6840 $ 800,000.00 Cost Plus Fee with Guaranteed Maximum * * * * * * * * * * * * * * * * The Stratum, Phase I & Phase II Site, Parking Area Development J.W. Bateson Company, Inc. P.O. Box 20677 10150 Monroe Drive Dallas, TX 75220 Mr. Victor Pangilinan (214) 357 -1891 ENGINEER: The Austin Group Architects AMOUNT: $ 450,000.00 PAYMENT: Cost Plus and Lump Sum * * * * * * * * * * * * * * * * MAJOR COMPLETED AND IN PROGRESS PROJECTS: PROJECT: Convict Hill Road and Escarpment Blvd. Street & Drainage Improvements OWNER: Peyton Collins Company Barton Oaks Plaza One 901 Mopac Expressway $outh Suite 410 Austin, TX 78746 Mr. Peyton Collins (512) 328 -8000 ENGINEER: AMOUNT: $ 714,000.00 PAYMENT: Unit Price OWNER: ENGINEER: PAYMENT: CAPITAL EXCAVATION COMPANY Lichliter /Jameson & Assoc., Inc. 811 Barton Springs Rd. Suite 400 Austin, TX 78704 -1164 Mr. Ron Spencer (512) 474 -5500 * * * * * * * * * * * * * * * * PROJECT: 1) Westlake High School Site & Utility Development 2) Westlake High School - Bus Barn Site & Parking Area Development 3) Westlake High School - Track & Field Improvements Eaves Independent School District 601 Camp Craft Road Austin, TX 78746 Mr. Bill Wheeless (512) 328 -4010 Martinez & Wright Engineers 1106 Clayton Lane Suite 550E Austin, TX 78723 Mr. Mike Wright (512) 453 -0767 AMOUNT: $ 430,000.00 (Combined) Unit Price * * * * * * * * * * * * * * * * MAJOR COMPLETED AND IN PROGRESS PROJECTS: PROJECT: 1) Milwood Subdivision, Sec. 25, 26A & 32 Street Development OWNER: ENGINEERS: ENGINEERS: ENGINEERS:- AMOUNT: PAYMENT: CAPITAL EXCAVATION COMPANY 2) Fern Bluff, Phase I & II, Sec. II Street Development 3) Broadmoor Addition Street Development The Bill Milburn Company 11911 Burnet Road Austin, TX 78758 Mr. Joe DiQuinzio (512) 835 -4663 Dippel Ulmann Engineers 2499 Capital of Texas Highway Suite 204 Austin, TX 78746 Mr. Bobby Schroeder (512) 327 -7730 . ( Milwood 25 & 26A & Broadmoor Additions) * * * * * * * * Haynie Kallman & Gray 12212 Technology Blvd. Suite J Austin, TX 78727 Mr. David Gray (512) 250 -8611 (Fern Bluff projects) * * * * * * * * Turner Collie & Braden 5000 Plaza on the Lake Suite 200 Austin, TX 78746 Mr. Gary Jones (512) 329 -5002 (Milwood Section 32) $ 971,000.00 (Combined) Unit Price * * * * "* * * * * * * * * * * * 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEVERAL PROJECTS COMPLETED FOR THE FOLLOWING CLIENTS: OWNER: AMOUNT: $ 30,000.00 to $2,000,000.00 OWNER: OWNER: OWNER: CAPITAL EXCAVATION COMPANY AMOUNT: $ 454,000.00 Faulkner Construction Company P.O. Box 722 Austin, TX 78767 Mr. Jim Yauger (512) 327 -4100 * * * * * * * * * * * * * * * * The City of Austin Public Works Department Contract Administration 505 Barton Springs Road Austin, TX 78704 Mr'. Paul Salyers (512) 499 -7051 AMOUNT: $ 2,000,000.00 Plus * * * * * * * * * * * * * * * * State Department of Highways & Public Transportation P.O. Drawer 15426 Austin, TX 78761 -5426 Mr. Terry Jackson (512) 836 -8640 AMOUNT: $ 262,000.00 (Combined) * * * * * * * * * * * * * * * * University of Texas P.O. Box 7729 Austin, TX 78713 -7729 Mr. Dale Norton (512) 471 -6027 * * * * * * * * * * * * * * * * 1 1 1 1 OWNER: 1 1 1 1 1 1 1 1 1 _ OWNER: 1 1 1 1 1 1 CAPITAL EXCAVATION COMPANY _SEVERAL PROJECTS COMPLETED FOR THE FOLLOWING CLIENTS: AMOUNT: $102,000.00 OWNER: Travis County P.O. Box 1748 Austin, TX 78767 Mr. Paul Pennybacker (512) 473 -9122 * * * * * * * * * * * * * * * * City of Round Rock 214 E. Main Street Round Rock, TX 78664 Mr. Al Willy (512) 255 -3612 AMOUNT: $ 700,000.00 (Combined) OWNER: AMOUNT: $ 420,000.00 AMOUNT: * * * * * * * * * * * * * * * * Lake Travis I.S.D. 3800 Hudson Bend Road, Suite 200 Austin, TX 78734 Mr. Jerry Gilbert (512) 263 -3111 * * * * * * * * * * * * * * * * Austin Center /3M Kraus Anderson Construction Co. P.O. Box 500027 Austin, TX 78750 Mr. Syd Dahlin (512) 343 -2030 $ 1,500,000.00 * * * * * * * * * * * * * * * * AMOUNT: $ 242,000.00 SEVERAL PROJECTS COMPLETED FOR THE FOLLOWING CLIENTS: OWNER: CAPITAL EXCAVATION COMPANY AMOUNT: $ 675,000.00 Riverbend Baptist Church 4214 N. Capital of Texas Hwy. Austin, TX Mr. will Shepherd (512) 328 -8211 * * * * * * * * * * * * * * * * OWNER: Shell Oil Company 2119 One Shell Plaza P.O. Box 2463 Houston, TX 77001 Mr. Larry Padfield or Mr. Bob Ryan (713) 241 -6320 AMOUNT: $ 490,000.00 * * * * * * .* * * * * * * * * * OWNER: Stripling -Blake Company 3400 Steck Avenue Austin, TX 78766 Mr. Alec Beck (512) 465 -4200 * * * * * * * * * * * * * * * * 1 1 1 1 1 1 1. r 1 1 1 1 1 1 1 1 1 EQUIPMENT LIST Loaders: 7 Track loaders 1 Rubber tire loader Blades: 5 Catepillars Backhoes: 10 Case 580 ' Rollers: 4 Flatwheel 1 Padfoot 3 Pneumatic Water Trucks: 5 Scrapers: 1 Caterpillar Curb Machine: 1 Gomaco Other: Crams_._.._..... Concrete Pumps Service Trucks Bobcats Gradalls Support Vehicles DIPPEL, ULMANN & ASSOCIATES, INC. ENGINEERS • PLANNERS • SURVEYORS 2499 CAPITAL OF TEXAS HWY. SO. • AUSTIN, TEXAS 78746 • (51 2) 327-7730 • (5121327-8381 DUA- 1528 -S &D SAM BASS ROAD (COUNTY ROAD 175) STREET AND DRAINAGE IMPROVEMENTS 1985 G.O.B. PROGRAM CITY OF ROUND ROCK, TEXAS Owner DIPPEL, ULMANN & ASSOCIATES, INC. 2499 Capital of Texas Highway Suite 204 Austin, Texas January, 1988 DUA- 1528 -S &D TABLE OF CONTENTS I. Addendum II. Revised Notice to Bidders III. Notice to Bidders IV. Instructions to Bidders V. Proposal VI. Subcontractor Agreement VII. Agreement VIII. General Conditions of the Agreement IX. Special Conditions of the Agreement X. Subsurface Investigation XI. Technical Specifications for Trench Shoring XII. Supplemental Specifications XIII. Plans Notice DUA -1528 ADDENDUM NO. ONE SAM BASS ROAD (COUNTY ROAD 175) Street and Drainage Improvements 1. Item No. 17 shall be changed to read as follows: COA Spec. Item Estimated Description and Unit Price No. No. Quantity of Item in Words 860 17. 14,136 LF 4" Yellow Reflectorized Pavement Marking Line, complete and in place, per linear foot, For Dollars And Cents Unit Price in Figures Total Price See Page P -3 2. Replace Supplemental Specification Utility Relocation with attached revised Supplemental Specification Utility Relocation. DUA -1528 SUPPLEMENTAL SPECIFICATION UTILITY RELOCATION (Revised) General These specifications shall govern for the relocation of any existing water or wastewater utility. Relocation of any existing gas, telephone, cable television or electric utility will be done at the Owners expense by the entity with jurisdiction. The Contractor should pay special attention to the general notes regarding existing utilities on plan sheet 2 of 20. Sequence of Relocation Prior to any construction the Contracotr shall locate horizontally and vertically any existing utility that is shown on the plans or that is brought to his attention during the pre- construction meeting that could pose as a problem during construction. Once a utility has been located and determined that a conflict exists with construction the Contractor shall notify the Owner and the Owner's representative so that the following may take place: 1) Determine the best possible way for relocation; 2) Determine what type of pipe and fittings, if any, shall be used or reused; 3) Schedule and notify customers of shut down of service; Once the utility has been relocated the Contractor, Owner, and Owner's representative shall measure the quantity of materials used and payment will be made in accordance with the unit prices outlined under payment. Payment Utility relocation will be paid for by the unit price as outlined in these specifications which price or prices shall be full compensation for a complete utility relocation or adjustment including but not limited to excavation, removal and disposing of existing pipe, bedding material, laying of pipe, backfilling, cleanup, and testing. The Contractor will be responsible for providing all necessary equipment at his own cost to perform any required testing of utilities. Bacterialogical testing will be paid for by the Owner. Material 12" Ductile Iron Class 50, all depths 8" Ductile Iron Class 50, all depths 6" Ductile Iron Class 50, all depths 4" Ductile Iron Class 50, all depths 2" Polybutylene, all depths 1#" Polybutylene, all depths 1" Polybutylene, all depths Concrete Encasement Fittings Wet Connection, all sizes Unit Price $ 35.00 /LF 24.00 /LF 20.00 /LF 18.00 /LF 11.00/LF 10.50 /LF 10.00 /LF 125.00/CY 2,600.00 /TN 500.00 /EA Subtract from Unit Price if Existing Pipe is Re -Used $ 13.00 8.00 5.00 4.00 NOTE: The unit price for 2 ", 11", and 1" water service pipe shall include tapping the main, if necessary, and all fittings. DUA- 1528 -S &D 1528 -DUA REVISED NOTICE TO BIDDERS Sealed proposals addressed to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, will be received at the above mentioned address until 2:00 p.m., Tuesday, February 9, 1988, and then publicly opened and read aloud at that time and place, for construction of approximately 4,000 linear feet of Street and Drainage Improvements on Sam Bass Road. Bids will be submitted in sealed envelopes for each contract on the Proposal furnished and marked in the upper lefthand corner, "Bid for Sam Bass Road, to be opened at 2:00 p.m., February 9, 1988." A pre -bid meeting will be held Thursday, February 4, 1988, at 2:00 p.m. at the office of the Engineer, Dippel, Ulmann & Associates, Inc., 2499 Capital of Texas Highway, Suite 204, Austin, Texas 78746. It is in the best interest of the Bidders to attend this pre -bid meeting. Prospective bidders may receive a copy of the bid documents from the Engineer, Dippel, Ulmann & Associates, Inc., 2499 Capital of Texas Highway, Suite 204, Austin, Texas. A $50.00 fee will be required. Plans and Specifications furnished to prospective bidders remain the property of the Bidder. Each Proposal shall be accompanied by a Certified or Cashier's Check on a responsible bank in the State of Texas, or a Bid Bond issued by an acceptable surety company authorized to do business in the State of Texas in an amount of not less than five percent (5 %) of the total amount bid. The Contractor on this project will be required to furnish a Performance Bond and a Payment Bond in the amount of one hundred percent (100 %) of the total amount bid. No Proposal shall be withdrawn for a• period of thirty (30) days after opening bids. The Owner reserves the right to reject any and /or all bids and to waive all formalities in bidding. The Owner also reserves the right to determine which bid is the lowest and the best, and to award the contract on this basis. City of Round Rock, Texas Owner DUA- 1528 -S &D 1528 -DUA NOTICE TO BIDDERS Sealed proposals addressed to the City of Round Rock, 214 East Main Street, Round Rock, Texas 78664, will be received at the above mentioned address until 2:00 p.m., Tuesday, February 9, 1988, and then publicly opened and read aloud at that time and place, for construction of approximately 4,000 linear feet of Street and Drainage Improvements on Sam Bass Road. Bids will be submitted in sealed envelopes for each contract on the Proposal furnished and marked in the upper lefthand corner, "Bid for Sam Bass Road, to be opened at 2:00 p.m., February 9, 1988." A pre -bid meeting will be held Thursday, February 4, 1988, at 2:00 p.m. at the office of the Engineer, Dippel, Ulmann & Associates, Inc., 2499 Capital of Texas Highway, Suite 204, Austin, Texas 78746. It is in the best interest of the Bidders to attend this pre -bid meeting. Prospective bidders may receive a copy of the bid documents from the Engineer, Dippel, Ulmann & Associates, Inc., 2499 Capital of Texas Highway, Suite 204, Austin, Texas. A $50.00 fee will be required. Plans and Specifications furnished to prospective bidders remain the property of the Bidder. Each Proposal shall be accompanied by a Certified or Cashier's Check on a responsible bank in the State of Texas, or a Bid Bond issued by an acceptable surety company authorized to do business in the State of Texas in an amount of not less than five percent (5 %) of the total amount bid. The Contractor on this project will be required to furnish a Performance Bond and a Payment Bond in the amount of one hundred percent (100 %) of the total amount bid. No Proposal shall be withdrawn for a period of thirty (30) days after opening bids. The Owner reserves the right to reject any and /or all bids and to waive all formalities in bidding. The Owner also reserves the right to determine which bid is the lowest and the best, and to award the contract on this basis. City of Round Rock, Texas Owner DUA- 1528 -S &D INSTRUCTIONS TO BIDDERS A. Preparation of Bids: Bids shall be submitted on the forms or form furnished by the Owner, with all spaces appropriately filled in. Bid prices shall be legibly written in ink, in both words and numerals; in case of discrepancy between words and numerals, the price written in words shall govern. Any alteration of the words or numerals must leave both the original and the corrected price clearly legible, and each such alteration must be initialed by the person signing the bids. Any proposal submitted by an individual must be signed by the Bidder or his authorized agent; a Proposal by an association of partnership must be signed by a member of authorized agent of the organization, a Proposal by a company, corporation, etc., must be signed by a properly authorized agent of official. The Bidder's business name and address must be given on all Proposals; where pertinent, properly written authorization to sign the Proposal should be submitted with that Proposal. B. Interpretation of Contract Documents and Technical Specifications, and Plans Bidders desiring further information, or further interpretation of the Contract Documents and TECHNICAL SPECIFICATIONS and PLANS must make request for such information in writing to the 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 and made a part of the Contract. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from the Contract Documents, TECHNICAL SPECIFICATIONS, or PLANS, 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. It is the responsibility of the bidders to know if they have received all such addenda, complete files of which will be maintained in the office of the Engineer and in the office designated to receive the PROPOSALS. C. Conditions of Work Each bidder is expected to inform himself fully of the construction and labor conditions under which the work will be performed, and will have inspected the site and have read and be thoroughly familiar with the Contract Documents, TECHNICAL SPECIFICATIONS, and PLANS. Each bidder shall satisfy himself as the character, quality and quantities of work to be performed and materials to be furnished. The submission of a proposal by a bidder shall be conclusive evidence that he has complied with these requirements. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed. Any information given in regard to subsurface data, test borings, and similar conditions is to be considered approximate and does not relieve the bidder of the responsibility for its verification. Instructions to Bidders -1- DUA- 1528 -S &D D. Delivery of Proposal. Each completed proposal shall be placed, together with the proposal guaranty in an envelope, sealed and clearly identified on the outside as a proposal to the Owner, projection description and name and address of the bidder. When sent by mail, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. Proposals will not be considered unless received on or before the time designated in the Invitation to Bidders. Any bidder, upon his written request, will be given permission to withdraw his proposal not later than the time set of the opening thereof. E. Proposal Guaranty Each proposal must be accompanied by a Cashier's or Certified Check, payable to the Owner, or an acceptable bid bond in the amount of not less than five percent (5 %) of the total amount bid, as a guarantee that bidder will enter into a contract and furnish the required bonds and insurance within ten (10) working days after Notice of Award of contract to him. This guarantee shall be forfeited and become the property of the Owner in case the bidder neglects or refuses to enter into contract and to furnish bonds and insurance acceptable to the Owner within ten (10) working days after his Proposal shall have been accepted. F. Evaluation of Bids After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposals, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities, plus any lump sum items and such other quoted amounts as may enter into the cost of the complete project, will be considered as the amount of the bids. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and to waive technicalities, to re- advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. Proposal will be considered irregular and may be rejected if they show erasures or improper alterations of words of figures, additions or deletions not called for, uninvited alternate or conditional bids, incomplete bids, or unbalanced values for any bid items. Bidders may be disqualified and their proposals set aside for any cause not in the best interest of the Owner. No Trench Safety System substitutes will be considered in the evaluation of the bids. Consideration of substitute trench safety systems will be considered as provided under Section 6.7.1 of the Standard General Conditions of the Construction Contract. Instructions to Bidders -2- DUA- 1528 -S &D G. Award of the Contract The Owner reserves the right to postpone final action on Proposals for up to thirty (30) calendar days after opening, and to investigate the competence and responsibility of Bidders. Award of the contract, if made, will be to the bidder who is judged by the Owner to be sufficiently responsible and competent to perform the contract to his satisfaction. An award does not become effective until the Owner issues the successful Bidder a written Notice of Award. H. Execution of Contract Within ten (10) working days after the Notice of Award of the Contract has been issued, the successful bidder shall execute the Contract and furnish the Owner the following bonds and insurance: (1) A 100% Performance Bond (2) A 100% Labor & Materials Bond (3) Workmen's Compensation Insurance (4) Comprehensive General Liability Insurance (5) Property Damage Insurance (6) Automobile Liability Insurance I. Sureties No sureties will be accepted by the Owner which are in default or delinquent on any bonds, or which are interested in any litigation against the Owner. Should any surety on the contract be determined unsatisfactory at the time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due•or paid until approval of the bonds by the Owner. J. Commencement and Prosecution of Work The successful bidder will be required to commence work within ten (10) calendar days after the date the Notice to Proceed, and will be required to complete the work within the number of days stated in the contract beginning on the date of the Notice to Proceed. K. Statement of Bidder's Qualifications At the Owner's request the Bidder is to submit information regarding his qualifications in accordance with the following instructions. Minimum wage scales shall be as specified and regulated by the State of Texas and the Federal Government. All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder. 2. Permanent main office address and telephone number. 3. When organized. Instructions to Bidders -3- DUA- 1528 -S &D 4. If a corporation, where incorporated. 5. How may years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the approximate anticipated dates of completion). 7. General character of work performed by your company. 8. Have you ever failed to complete work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important project recently completed by your company (six most recent), stating the approximate costs for each, and the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 15. Give Bank reference: 16. Will you, upon request, fill out a detailed financial statement, and furnish any other pertinent information that may be required by the Owner? 17. The undersigned hereby authorizes and requests any person, firms, or corporation to furnish any information requested by the Owner in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at of , 19 Instructions to Bidders -4- this day (Contractor) By Title 1 1 1 1 1 1 1 13. Background and experience of the principal members of your organization, including the officers. 11 14. Credit available: $ 1 1 1 1 1 1 1 1 1 1 SAM BASS ROAD (COUNTY ROAD 175) STREET AND DRAINAGE IMPROVEMENTS CITY OF ROUND ROCK, TEXAS 214 East Main Round Rock, Texas 78664 Gentlemen: DUA- 1528 -S &D PROPOSAL February 26, 1988 The undersigned, in compliance with your invitation for bids for construction of the Sam Bass Road, Street and Drainage Improvements, for the City of Round Rock, Texas, having examined the plans and specifications with the related documents, having carefully read same, having examined the site of the proposed project, proposes to furnish all labor, materials, supplies, and to construct the project in accordance with the Contract Documents within the time set forth and at the price stated below: COA Spec. Item Estimated Description and Unit Price Unit Price No. No. Quantity of Item in Words in Figures Total Price Street Improvements 101 1. 40.5 STA Preparing Right -of -Way, (Removing and disposing of all material as outlined on the plans) complete and in place, per station, For Five Hundred Twenty Dollars And No Cents 110 2. 36,023 SY Street Excavation, (R.O.W. to R.O.W.) complete and in place, per square yard, For No Dollars And Ninety -three Cents 0.93 33,501.39 201 3. 18,820 SY Subgrade Preparation, complete and in place, per square yard, For No Dollars And Sixty -seven Cents 0.67 12,609.40 210 4. 5,805 CY Flexible Base, complete and in place, per cubic yard, For Twelve Dollars And Twenty -five Cents 12.25 71,111.25 340 5. 14,383 SY 2" Hot Mix Asphaltic Concrete, complete and in place, per square yard, For Three Dollars And Forty -five Cents 3.45 49,621.35 P -1 $ 520.00 $ 21,060.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DUA- 1528 -S &D COA Spec. Item Estimated Description and Unit Price Unit Price No. No. Quantity of Item in Words in Figures Total Price 430 -8 6. 7,560 LF 6" Concrete Curb & Gutter, 431 -B complete and in place, per linear foot, For Four Dollars And No Cents $ 4.00 $ 30,240.00 436 7. 1,848 SF Concrete Valley Gutters, complete and in place, per square foot, For Two Dollars And Forty -eight Cents 2.48 4,583.04 433 8. 5,631 SF Concrete Driveway Approaches, complete and in place, per square foot, For Two Dollars And Forty -one Cents 2.41 13,570.71 433 9. 490 SF Replacement of Private Driveway #3, complete and in place, per square foot, For Two Dollars And Forty -two Cents 2.42 1,185.80 432 10. 40,536 SF Concrete Sidewalk, complete and in place, per square foot, For One Dollars And Sixty Cents 1.60 64,857.60 431 11. 15 EA Sidewalk Ramps, (Condition 3) complete and in place, per each, For One Hundred Twenty -eight Dollars And Fifty Cents 128.50 1,927.50 431 12. 1 EA Sidewalk Ramps, (Condition 2) complete and in place, per each, For One Hundred Five Dollars And No Cents 105.00 105.00 591 13. 470 SY 6" Concrete Riprap Slope Protection, complete and in place, per square yard, For Twenty -four Dollars And Fifty -seven Cents 24.57 11,547.90 704 14. 150 LF Metal Beam Guardrail, complete and in place, per linear foot, For Thirty Dollars And No Cents 30.00 4,500.00 15. 9 EA Relocation of existing mailboxes, with temporary placement, complete and in place, per each, For One Hundred Three Dollars And No Cents 103.00 927.00 P -2 DUA- 1528 -S &D COA Spec. Item Estimated Description and Unit Price Unit Price No. No. Quantity of Item in Words in Figures Total Price SUP. 16. 1 LS Construction Detour, complete SPEC. and in place, per lump sum, For Twelve Thousand Nine Hundred Fifty Dollars And No Cents $ 12,950.00 $ 12,950.00 860 17. 14,136 LF 4" Yellow Reflectorized Pavement Marking Line, complete and in place, per linear foot, For No Dollars And Twenty -one Cents 0.21 2,968.56 865 18. 362 EA Non - reflectorized Traffic Buttons, complete and in place, per each, For Five Dollars And No Cents 5.00 1,810.00 TOTAL AMOUNT BID FOR STREET IMPROVEMENTS $ 339,076.50 Drainage Improvements 510 19. 526 LF 42" RCP, Class III, complete and in place, per linear foot, For Sixty Dollars And No Cents $ 60.00 $ 31,560.00 510 20. 678 LF 36" RCP, Class III, complete and in place, per linear foot, For Forty -seven Dollars And No Cents 47.00 31,866.00 510 21. 859 LF 30" RCP, Class III, complete * and in place per linear foot, For Forty Dollars And No Cents 40.00 34,360.00 510 22. 1,158 LF 24" RCP, Class III, complete and in place, per linear foot, For Twenty -eight Dollars And Seventy -five Cents 28.75 33,292.50 510 23. 887 LF 18" RCP, Class III, complete and in place per linear foot, For Twenty -four Dollars And Ten Cents 24.10 21,376.70 * If the existing 30" RCP to be removed is approved by the Owner for reuse then $10.00 per linear foot will be subtracted from the unit price bid for this item. P -3 1 1 1 1 1 1 1 1 506 27. 1 1 1 1 1 1 1 1 1 1 1 508 25. 508 26. 506 28. 508 29. 508 30. 508 32. DUA- 1528 -S &D COA Spec. Item Estimated Description and Unit Price Unit Price No. No. Quantity of Item in Words in Figures Total Price 508 24. 1 EA Headwall for 1 -42" RCP, complete and in place, per each, For Seventeen Hundred Fifty Dollars And No Cents $ 1,750.00 $ 1,750.00 1 EA Headwall for 2 -36" RCP, complete and in place, per each, For Twenty -five Hundred Seventy Dollars And No Cents 2,570.00 2,570.00 2 EA Headwall for 1 -18" RCP, complete and in place, per each, For Five Hundred Forty Dollars And No Cents 540.00 1,080.00 1 EA Junction Box (Modification), complete and in place, per each, For Forty -two Hundred Dollars And No Cents 4,200.00 4,200.00 2 EA 4' Diameter Storm Sewer Manhole, complete and in place, per each, For One Thousand Thirty Dollars And No Cents 1,030.00 2,060.00 1 EA 20' Inlet, Type 1, including transition, complete and in place, per each, For Twenty -eight Hundred Seventy -five Dollars And No Cents 2,875.00 2,875.00 5 EA 15' Inlet, Type 1, including transition, complete and in place, per each, For Twenty -five Hundred Fifteen Dollars And No Cents 2,515.00 12,575.00 508 31. 14 EA 10' Inlet, Type 1, including transition, complete and in place, per each, For Twenty -one Hundred Sixty Dollars And No Cents 2,160.00 30,240.00 1 EA Double Sided 10' Inlet, Type 1, including Transition, Sidewalk and Box Type Culvert, complete and in place, per each, For Twenty -five Hundred Sixty -five Dollars And No Cents 2,565.00 2,565.00 P -4 DUA- 1528 -S &D COA Spec. Item Estimated Description and Unit Price Unit Price No. No. Quantity of Item in Words in Figures Total Price 33. 1 EA Curb Cut #15, including sidewalk and Box Type Culvert, complete and in place, per each, For Nine Hundred Twenty -five Dollars And No Cents $ 925.00 $ 925.00 34. 1 EA Curb Cut #27, including sidewalk and Box Type Culvert, complete and in place, per each, For Eight Hundred Seventy Dollars And No Cents 870.00 870.00 508 35. 1 EA 5'x5' Area Inlet #16 -A, complete and in place, per each, For Fourteen Hundred Sixty Dollars And No Cents 1,460.00 1,460.00 508 36. 1 EA 4'x4' Area Inlet #16, (Non - Dalworth) Including Relocation of 12" PVC, complete and in place, per each, For Seventeen Hundred Twenty Dollars And No Cents 1,720.00 1,720.00 508 37. 1 EA 4'x4' Area Inlet #30, Including "V" Bottom Channel, complete and in place, per each, For Fourteen Hundred Forty -five Dollars And No Cents 1,445.00 1,445.00 508 38. 1 EA 4'x4' Area Inlet #20, Including any associated Area Grading, complete and in place, per each, For Twelve Hundred Sixty -five Dollars And No Cents 1,265.00 1,265.00 120 39. 120 LF 8' Flat Bottom Channel, complete and in place, per linear foot, For Twenty -six Dollars And Ten Cents 120 40. 15 LF 8' Flat Bottom to 20' Flat Bottom Transition Channel, complete and in place, per linear foot, For Twenty -three Dollars And No Cents P -5 26.10 3,132.00 23.00 345.00 DUA- 1528 -S &D COA Spec. Item Estimated Description and Unit Price Unit Price No. No. Quantity of Item in Words in Figures Total Price 120 41. 30 LF 3.5' Flat Bottom to "V" Bottom Transition Channel, complete and in place, per linear foot, For Eleven Dollars And Fifty Cents $ 11.50 $ 345.00 120 42. 50 LF Grade to Drain Channel, complete and in place, per linear foot, For Six Dollars And Fifty Cents 6.50 325.00 TECH. 43. 1,375 LF Trench Shoring, complete and in SPEC. place, per linear foot, TRENCH For One Dollars SHORING And Fifty -five Cents 1.55 2,131.25 504 44. 2 EA Adjust Existing Storm Sewer Manhole, complete and in place per each, For Three Hundred Ten Dollars And No Cents 310.00 620.00 504 45. 7 EA Adjust Existing Water Valve Box, complete and in place, per each, For One Hundred Fifty -five Dollars And No Cents TOTAL PRICE 8ID FOR EROSION CONTROL TOTAL PRICE BID FOR ALL IMPROVEMENTS P -6 155.00 1,085.00 TOTAL PRICE BID FOR DRAINAGE IMPROVEMENTS $ 228,038.45 Erosion Control: 639 46. 100 LF Rock Berm, complete and in place, per linear foot, For Six Dollars And Seventy Cents $ 6.70 $ 670.00 604 47. 11,000 SY Seeding for Erosion Control, complete and in place, per square yard, For One Dollars And Thirty -six Cents 1.36 14,960.00 602 48. 1,000 SY Sodding for Erosion Control, complete and in place, per square yard, For Three Dollars And Ninety -five Cents 3.95 3,950.00 $ 19,580.00 $ 586,694.95 DUA- 1528 -S &D The undersigned bidder hereby acknowledges receipt of the following addenda: Addendum #1 (Received 2/5/88) and such addenda are hereby made a part of this contract. The undersigned bidder agrees to complete the work on which he has bid within 180 calendar days from the date of the written order to commence work, including the date of the work order. Enclosed with this Proposal is a Certified or Cashier's Check for Dollars ($ ) or an acceptable bid bond in the sum of five percent (5 %) of the total bid, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Proposal is accepted by the Owner and the undersigned fails to execute the Agreement and all other necessary Contract Documents within ten (10) calendar days after the date of notice to acceptance of said proposal; otherwise, said check or bid bond shall be returned to the undersigned, from the date of the bid opening. The undersigned further declares that he will provide all necessary tools, machinery and apparatus, do all of the work and furnish all the materials and supplies, and do everything required to carry out the above mentioned work covered by the Proposal for the prices set forth above. If written notice of the acceptance of this bid is mailed, telegraphed or delivered to the undersigned within thirty (30) days after the date of the opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such notice of acceptance, execute and deliver a suitable Agreement and all other necessary Contract Documents covering the work of this Proposal. It is understood that any bid item may be either reduced or increased in quantity up to twenty -five percent (25 %) of the total quantity at the option of the Owner and the Contractor's unit bid prices shall remain the same. In submitting this bid, it is understood that the right is reserved by the Owner to reject any and all bids. The Contractor shall be prepared to start work on this project immediately upon acceptance of his bid. The Contractor, recognizing the importance of this project for the Owner, and by submitting his bid, confirms that he has checked and re- checked his bid proposal, that he has considered fully the price of all materials, labor and any and all other cost items to him to complete this project, that he has examined the project site and satisfied himself regarding unclassified excavation and all other physical aspects of the project, that he has examined carefully the plans and specifications and confirms that they reflect the full intent of all aspects of the project. Respectfully submitted: BIDDER: 2pital Excavation Com BY: e ,� TITLE. President MAILING ADDRESS: P. 0. Box 1301 Austin, Texas 78767 P -7 DUA- 1528 -S &D Name of Subcontractor Asphalt Paving Company Schmidt Construction Co. J & J Concrete Co. Owner: Engineer: SUBCONTRACTOR AGREEMENT At the request of the Owner the Contractor will be required to submit the names of the subcontractors, and to what extent they will be used, if awarded this contract. The Contractor shall be fully aware that before his bid proposal will be taken under consideration for possible contract awarding or before any contract will be prepared, the subcontractors listed below must be approved in writing by the owner. No other subcontractor may be substituted, after this list is submitted, without prior written consent by the owner before they may be used on this job. Should the owner find any of the proposed subcontractors to be objectionable, the contractor and the owner shall arrive at a mutually agreeable substitute prior to commencing work. The subletting of any portion of the work shall not release the contractor from his obligations regarding that portion of the work and shall be considered his total responsibility. Bidder/Con actor: `c Capi al Ex ovation Company By: C- Title: President What Extent Used Hot Mix Asphaltic Concrete Pavement Underground Utilities Concrete Work DUA- 1528 -S &D STATE OF TEXAS COUNTY OF TRAVIS AGREEMENT THIS AGREEMENT, made and entered into this 26th day of February A.D. 1988, by and between The City of Round Rock, Texas acting through Mike Robinson, Mayor thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and Capital Excavation Company of the City of Austin , County of Travis , and State of Texas of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the PARTY of the First Part (OWNER), and under the conditions expressed in the Bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: SAM BASS ROAD (COUNTY ROAD 175) STREET AND DRAINAGE IMPROVEMENTS and all extra work in connection therewith, under the terms as stated in the "General Conditions of the Agreement ", and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said A -1 DUA- 1528 -S &D construction, in accordance with the conditions and prices stated in the "Proposal" attached hereto, and in accordance with the Plans, which includes all maps, plats, blue prints and other drawings and printed explanatory matter thereof, and the Specifications therefor, as prepared by: DIPPEL, ULMANN & ASSOCIATES, INC. 2499 Capital of Texas Highway Suite 204 Austin, Texas 78746 herein entitled the ENGINEER, each of which has been identified by the endorsement of the CONTRACTOR and the ENGINEER thereon, together with the CONTRACTOR'S written "Proposal ", the "Special Conditions of the Agreement ", the "General Conditions of the Agreement ", the "Performance and Payment Bonds" (where required) hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date written notice to do so shall have been given to him, and to complete same within 180 calendar days after the date of the written notice to commence work. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the "Proposal" submitted therefore, subject to additions and deductions, as provided in the "General Conditions of the Agreement ", and to make payments on account, thereof as provided therein. * By the term "completed" is meant that all the work included in this contract is finished, and that all items that appear on the final punch list issued by the City of Round Rock have been completed. A-2. ' DUA- 1528 -5 &D 1 ATTEST: 1 a. Al AL 0.41 3,+• nne Land 1 1 1 1 IN WITNESS WHEREOF, the Parties to these presents have executed this "Agreement" in the year and day first written above. City Secretary ' Ass. Secretary 1 RECOMMENDED BY: DI PEL, ULMAIIN & ASSOCIATES, INC. Date: 3/08 A -3 THE CITY OF ROUND ROCK, TEXAS Party of the First Part (OWNER) ike Robinson, Mayor Date: :5 4 -18 CAPITAL EXCAVATION COMPANY Party of the Second Part (CONTRACTOR) ames E. Bradley, Pre dent Date: 371/00 I OND NO. U 67 14 61 TEXAS STATUTORY PAYMENT BOND • (McGREGOR ACT — PUBLIC WORKS) KNOW ALL MEN BY THESE PRESENTS: BONDS EXECUTED IN SEVEN (7) COUNTERPARTS. 1 That CAPITAL EXCAVATION COMPANY, AUSTIN, TEXAS WHEREAS, The Principal has entered into a written contract dated Fell rtlar'y 76, 1988 as Principal. and UNITED PACIFIC INSURANCE COMPANY THE CITY OF ROUND ROCK, TEXAS as Surety, are held and firmly bound 214 E. Main Street, Round Rock, Texas 78664 unto 51Vh HUNIKhll i1lWi biJ 1fiUUJAND, SIX as Obligee, in the full and just sum of HUNDRED NINETY FOUR AND 95/100 Dollars IS 586,694.95 _4 lawful money of the United States, to the payment of which sum, well and truly to be made. the Principal and Surery bind themselves, their and each of their heirs, executors, administrator, successor and assigns, jointly and severally. firmly by these presents. SAM BASS ROAD (COUNTY ROAD 175). STREET AND DRATNACE IMPROVEMENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. with the Obligee for NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION (5 SUCH, that if the said Principal shall pay all claimants supplying labor and material to him ore subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void; other- wise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160, Chapter of Vernon's Revised Civil Stat- utes of Texas as amended by the Acts of the Regular Session of the 56th Legislature, 1959, and all liabilities on this bond to all such claim - ants,shall be determined in accordance with the provisions thereof to the same extent as if it were copied at length herein. MARCH 3, 1988 Signed, sealed and dated B -77 (3.75} (Witness) { By CAPITAL EXCAVATION COMPANY UN TED PACIFIC INSURANCE COMPANY (Surery) (Seal} fire def. (Title) 1 1 1 1 1 1 1 TEXAS STATUTORY PERFORMANCE BOND IMcGREGOR ACT — PUBLIC WORKS) BOND N0. U 67 14 61 Bonds executed in seven (7) counterparts. KNOW ALL MEN BY THESE PRESENTS: 1 1 ' UNITED PACIFIC INSURANCE COMPANY as Surety are held and firmly bound THE CITY OF ROUND ROCK, TEXAS unto 214 E. Main Street, Round Rock, Texas 78664 os Obligee, In the full andJust sum FIVE HUNDRED EIGHTY SIX THOUSAND, SIX HUNDREIT of NINETY FOUR AND 95/100 586,694.95 Dollars IS lawful money of the United States, to the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. a l has entered Into a written contract dated February 26 , 1988 WHEREAS, The Principal with the Obligee for 1 SAM BASS ROAD (COUNTY ROAD 175) STREET AND DRAINAGE IMPROVEMENTS 1 1 1 Signed, sealed and dated MARCH 3, 1988 1 1 r That which contract Is hereby referred to and made . a part hereof as fully and to the same extent as If copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in lull force and at feet. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160, Chapter 9 of Vernon's Revised Civil Stat- utes cif Texas es amended by the Acts of the Regular Session of the 56th Legislature, 1959, and ell liabilities on this bond shall be determin. ed In accordance with the provisions thereof to the same extent es if It were copied at length herein. 9.76 (3.75) CAPITAL EXCAVATION COMPANY, AUSTIN, TEXAS Wit \t CAPITAL EXCAVATION COMPANY By (Prin. pal) UNITED PACIFIC INSURANCE COMPANY (Surety) as Principal, and (Title) Attorney- Ie•Fact POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make, constitute and appoint John D. Fulkerson, Mary L. Tatro, Lawrence W. Waldie, Henry W. Burch, III, Lee West, Joanne Ashby, Pat Van Hook and Theresa Schnebelt, individually, of Dallas, Texas its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act'and deed any and all bonds and undertakings of Suretyship, and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that Its said Attorneytsl -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to cal appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and Ibl to remove any such Attorney -in -Fact at any time arid revoke the power and authority given to him. 2. Attorneys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof, 3. Attorneys•in•Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem• nity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which is quorum was present, and said Resolution has not been amended or repealed: IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to • signed seal to be hereto affixed, this 26th day of February 1986. Pennsylvania } ss. Philadelphia J On this 26th day of February , 1986, personally appeared STATE OF COUNTY OF IN WITNESS WHEREOF, I have hereunto set my hand and affix BDU.1431 Ed. 6/79 UNITED PACIFIC INSURANCE COMPANY HOME OFFICE, FEDERAL WAY, WASHINGTON ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which a 15 attached." UNITED Vice President Vice P id.nt, ands IFIC IN ANCE 0 ANY Raymond MacNeil to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the fore- going instrument and affixed the seal of said corporation thereto, and that Article VII, SecJio¢ 1, 2, and � 3•efhe By -Laws of said Company, and the Resolution, set forth therein, are still in full force. porate My Commission Expires: L Y L.*XO.cAi September 28 .1987 - Notary Public in and for State of Pennsylvania Residing at Phil RaPaph.ta P. D. Crossetta , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. Company this 3rd day of March 79 88 Assistant Secretary _ — ice'• • CERTIFICATE OF=.INSURANCE 1 ISSUE DATE IMbVDO/YY) ' PRODUCER STOKES AND SEARCEY AGENCY, INC. 2520 I.H. 35 SOUTH I AUSTIN, TX 78704 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A USF &G LETTER COMPANY B LETTER ' INSURED CAPITAL EXCAVATION COMPANY I P.O. BOX 1301 AUSTIN, TEXAS 78767 ITTMTLAINY C ogre D ' COVERAGES COMPANY LETTER E THIS 15 TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, 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 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/CONY) POLICY EXPIRATION DATE (MNWm) LIABILITY LIMITS IN THOUSANDS OCC ARENCE AGGREGATE GENERAL IF ,x.._ LIABILITY COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY TMP 072769060 6/19/87 6/19/88 BODILY INJURY $ $ PROPERTY DAMAGE $ $ M " " 1 n COMBINED $ 1000 $ 1000 PERSONAL INJURY 1000 $ 1 A I X ' I _ 2cAUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS (PRN. PASS) /OTNER r ) ALL OWNED AUTOS 1 OTHE PA RS. HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILRY OTC 039149451 6/19/87 6/19/88 N`LmY (PER RAM NI $ I RA ACCDEND PROPERTY DAMAGE $ BI 8 PD COMBINED 1000 $ /11 A I }EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM CEP 094379593 6/19/87 6/19/88 COMBINED 5000 $ 5000 $ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 72 041258 78 6/05/87 6/05/88 STATUTOFS00 $ 50 U (EACH A CIDENT) $ 500 (DISEASE-POLICY LIMIT) $ (DISEASE -EACH EMPLOYEE) { 1 OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES/SPECIAL ITEMS SAM -BASS STREET /ROAD DRAINAGE PROJECT FOR CITY OF ROUND ROCK $586,694.95 CERTIFICATE HOLDER ' SHOULD - MY CITY OF ROUND ROCK 2 21 E MAIN ST I ROUND ROCK TX 78664 • CANCELLATION OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THECERTIFICATR=HOLDE, TO THE ,MED LEFT, BUT FAILURE TO MAIL SUCH OTICE LL IMPOSE NO • = TI • ' OR LIABILITY OF ANY N UPON THE COMP/) , ITS NTS OR REPRESENTAT L AITTH REPRESENTATIVE 25 2 84) IIR /AC CORPORATION 1984 DUA- 1528 -S &D GENERAL CONDITIONS This document has Important legal consequences: consultation with an attorney is encouraged with respect to Its completion or modification. NATION•L SOCIETY OF PROFESSIONAL ENGINEERS No. 1910-8 11983 Edition) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by Engineers' Joint Contract Documents Committee Issued and Published Jointly By and PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS CONSTRUCTION SPECIFICATIONS INSTITUTE This document has been approved and endorsed by The Associated General Contractors of America These General Conditions have been prepared for use with the Owner- Contractor Agreements (No. 1910 -8 -A -1 or 1910- 8 -A -2, 1983 editions). Their provisions are interrelated and a change in one may necessitate a change in the others. Comments concerning their usage are contained in the Commentary on Agreements for Engineering Services and Contract Documents, No. 1910 -9, 1981 edition. For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supple- mentary Conditions (No. 1910 -17. 1983 edition). When bidding is involved, the Standard Form of Instructions to Bidders (No. 1910 -12, 1983 edition) may be used. TABLE OF CONTENTS OF GENERAL CONDITIONS Article Number Tule Page I DEFINITIONS 7 2 PRELIMINARY MATTERS 8 3 CONTRACT DOCUMENTS: INTENT. AMENDING AND REUSE 9 4 AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS 10 5 BONDS AND INSURANCE 11 6 CONTRACTOR'S RESPONSIBILITIES 14 7 OTHER WORK 18 8 OWNER'S RESPONSIBILITIES .. .... ...... .... 19 9 ENGINEER'S STATUS DURING CONSTRUCTION 19 10 CHANGES IN THE WORK 21 11 CHANGE OF CONTRACT PRICE 21 12 CHANGE OF CONTRACT TIME • 24 13 WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS; CORRECTION. REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 24 14 PAYMENTS TO CONTRACTOR AND COMPLETION 26 15 SUSPENSION OF WORK AND TERMINATION ... 29 16 ARBITRATION 31 17 MISCELLANEOUS 32 3 .4 mete or Paragraph Number Acceptance of Insurance 5.13 Access to the Work 13.2 Addenda -definition of (see definition of Specifications) • 1 Agreement - definition of 1 All Risk Insurance 5 6 Amendment. Written 1. 3.1.1 Application for Payment - definition of I Application for Payment. Final 14.12 Application for Progress Payment 14.2 Application for Progress Payment- review of .... 14 4 -14.7 Arbitration 16 Authonzed Variation in Work 9.5 Availability of Lands . 4.1 Award. Notice of- defined 1 Before Starting Construction ? -5 -?.7 Bid - definition of Bonds and Insurance -in general 5 Bonds - definition of Bonds. Delivery of 3.1. 5.1 Bonds. Performance and Other 5.1-5.2 Cash Allowances 11.8 Change Order - definition of 1 Change Orders -to be executed 10.4 Changes in the Work 10 Claims. Waiver of-on Final Payment 14.16 Clarifications and interpretations 9.4 Cleaning 6.17 Completion 14 Completion. Substantial 14.8 -14.9 Conference. Preconstruction 2.8 Conflict. Error. Discrepancy- Contractor to Report 2.5. 3.3 Construction Machinery. Equipment. etc. 6.4 Continuing Work 6.29 Contract Documents - amending and supplementing .... ..... . 3.4 -3.5 Contract Documents - definition of 1 Contract Documents - Intent 3.1-3.3 Contract Documents -Reuse of 3.6 Contract Price. Change of 11 Contract Price - definition 1 Contract Time. Change of 12 Contract Time. Commencement of 2.3 Contract Time - definition of 1 Contractor - definition of Contractor May Stop Work or Terminate 15.5 Contractor's Continuing Obligation 14.15 Contractor's Duty to Report Discrepancy in Documents 2.5. 3.2 Contractor's Fee -Cost Plus ... 11.4.5.6. 11.5.1 11.6 -11.7 Contractor's Liability Insurance 5 3 Contractor's Responsibilities -in general 6 INDEX TO GENERAL CONDITIONS 4 Contractor's Warranty of Title 14.3 Contractors -other 7 Contractual Liability Insurance 5 4 Coordinating Contractor - definition of 7.4 Coordination „ 7 4 Copies of Documents Correction or Removal of Defective Work .... ..... 13 11 Correction Period. One Year 13.12 Correction. Removal or Acceptance of Defective Work -in general 13.11 -13.14 Cost -net decrease 11 6.2 Cost of Work ... 11.4 -11.5 Costs. Supplemental 11.4.5 Day - definition of 1 Defective - definition of 1 Defective Work. Acceptance of 13.13 Defecrn•e Work. Correction or Removal of .. .. 13.11 Defective Work -in general 13. 14.7. 14.11 Defective Work. Rejecting 9.6 Definitions 1 Delivery of Bonds 2.1 Determination for Unit Prices 9.10 Disputes. Decisions by Engineer ...... .... .... 9.11.9.12 Documents. Copies of 3 -? Documents. Record ... 6.19 Documents. Reuse 3.6 Drawings - definition of 1 Easements ..... ... 4.1 Effective date of Agreement - definition of 1 Emergencies 6.7? Engineer - definition of 1 Engineer's Decisions . 9.10-9 12 Engineer's- Notice Work k Acceptable 14.13 Engineer's Recommendation of Payment 14.4. 14.13 Engineer's Responsibilities. Limitations on . 6.6.9.11.9.13 -9.16 Engineer's Status During Construction -in general .. .. 9 Equipment. Labor. Materials and 6.3 -6.6 Equivalent Materials and Equipment 6.7 Explorations of physical conditions 4 Fee. Contractor's -Costs Plus .... . 116 Field Order - definition of Field Order - issued by Engineer 3. 5.1. 9.5 Final Application for Payment 14.12 Final Inspection 14.11 Final Payment and Acceptance 14.13 Final Payment. Recommendation of 14.13 -14.14 General Provisions 17.3-17.4 General Requirements - definition of General Requirements - principal references to '.6. 4.4. 6.4. 6.6-6.7, 6.23 1 1 1 1 1 1 1 1 •1 1 1 1 1 1 1 1 1 Giving Notice .. . 17.1 Guarantee of Work -by Contractor 13.1 Indemnification 6.30.6.32. 7.5 Inspection, Final 14.11 Inspection, Tests and 13.3 Insurance. Bonds and -in general 5 Insurance. Certificates of 2.7, 5 Insurance - completed operations 5.3 Insurance, Contractor's Liability 5.3 Insurance. Contractual Liability .. 5.4 Insurance, Owner's Liability .. 5.5 Insurance. Property 5.6 -5.13 Insurance- Waiver of Rights 5.11 Intent of Contract Documents 3.3, 9.14 Interpretations and Clarifications 9.4 Investigations of physical conditions 4.2 Labor. Materials and Equipment 6.3 -6.5 Laws and Regulations- definition of 1 Laws and Regulations - general 6.14 Liability Insurance- Contractor's 5.3 Liability Insurance - Owner's 5.5 Liens - definitions of 14.2 Limitations on Engineer's Responsibilities 6.6. 9.11. 9.13.9.16 Materials and equipment- furnished by Contractor .... 6.3 Materials and equipment -not incorporated in Work 14.2 Materials or equipment - equivalent 6.7 Miscellaneous Provisions 17 Multi -pnme contracts 7 Notice. Giving of 17.1 Notice of Acceptability of Project 14.13 Notice of Award - definition of . I Notice to Proceed - definition of 1 Notice to Proceed - giving of .... 2.3 "Or- Equal" Items 6.7 Other contractors 7 Other work ........ 7 Overtime Work - prohibition of 6.3 Owner - definition of 1 Owner May Correct Defective Work 13.14 Owner May Stop Work 13.10 Owner May Suspend Work. Terminate ......... 15 1 -15.4 Owner's Duty to Execute Change Orders 11.8 Owner's Liability Insurance 5.5 Owner's Representative- Engineer to serve as 9.1 Owner's Responsibilities -in general 8 Owner's Separate Representative at site 9.3 Partial Utilization 14.10 Partial Utilization- definition of t Partial Utilization- Property Insurance 5.15 Patent Fees and Royalties 6.12 Payments. Recommendation of 14.4-14.7. 14.13 Payments to Contractor -in general 14 5 Payments to Contractor -when due 14.4. 14.13 Payments to Contractor - withholding 14.7 Performance and other Bonds 5.1 -5.2 Permits 6.13 Physical Conditions . 4 Physical Conditions- Engineer's review 4.2.4 Physical Conditions - existing structures 4.2.2 Physical Conditions - explorations and reports 4.2.1 Physical Conditions - possible document change 4.2.5 Physical Conditions-once and time adjustments 4.2.5 Physical Conditions -report of diffenng 4.2.3 Physical Conditions- Underground Facilities 4.3 Preconstruction Conference 2.8 Preliminary Matters 7 Premises, Use of 6.16-6.18 Price, Change of Contract 11 Price - Contract - definition of 1 Progress Payment. Applications for 14 2 Progress Payment - retainage 14.2 Progress schedule 2.6. 2.9, 6.6. 6.29, 15.2.6 Project -- definition of 1 Project Representation- provision for 9.3 Project Representative, Resident - definition of 1- Project. Starting the 2.4 Property Insurance 5.6 -5.13 Property Insurance - Partial Utilization . 5.15 Property Insurance - Receipt and Application of Proceeds 5.12 -5.13 Protection. Safety and 6.20 -6.21 Punch list 14.11 Recommendation of Payment 14.4. 14.13 Record Documents 6.19 Reference Points 4.4 Regulations. Lau` and 6.14 Rejecting Defective Work 9.6 Related Work at Site 7.1 -7.3 Remedies Not Exclusive 17.4 Removal or Correction of DeJectri a Work 13.11 Resident Project Representative-definition of Resident Project Representative- provision for 9 3 Responsibilities. Contractor's -in general 6 Responsibilities. Engineer's -in general 9 Responsibilities. Owner's -in general 8 Retainage 14.2 Reuse of Documents 3.5 Rights of Way 4.1 Royalties. Patent Fees and 6.12 Safety and Protection 6.20 -6.21 Samples 6.23 -6.28 Schedule of progress ... .... 2.6. 2.8 -2.9. 6.6. 6.29. 15.2.6 Schedule of Shop Drawing submissions 2.6. 2.8.2.9, 6.23. 14.1 Schedule of values 2.6, 2.8 -2.9. 14.1 Schedules. Finalizing 2.9 Shop Drawings and Samples 6.23-6.28 Shop Drawings - definition of Shop Drawings. use to approve substitutions 6.7.3 Site. Visits to-by Engineer ..... . .. ............... 9.2 Specifications- definition of I Starting Construction. Before 2.5.2.8 Starting the Project 2.4 Stopping Work -by Contractor 15.5 Stopping Work -by Owner 13.10 Subcontractor - definition of I Subcontractors -in general .... .... .......... .. 6.8.6 11 Subcontracts - required provisions ... 5.11.1. 6.11 11.4.3 Substantial Completion - certification of 14.8 Substantial Completion -- definition of 1 Substitute or "Or- Equal" Items 6.7 Subsurface Conditions 4.2-4.3 Supplemental costs 11.4.5 Supplementary Conditions -definition of I Supplementary Conditions- pnnctpal references to .. 2.2. 4.2. 5.1. 5.3. 5.6.5.8,6.3.6.13,6. 7.4.9.3 Supplementing Contract Documents 3.4-3.5 Supplier - definition of 1 Supplier- pnnclpal references to ... 3.6. 6.5. 6.7 -6.9. 6.20. 6.24.9.13.9.16. 11 8. 13.4. 14.12 Surety - consent to payment 14.12. 14.14 Surety - Engineer has no duty to 9.13 Surety - notice to 10.1, 10.5. 15.2 Surety - qualification of 5.1-5.2 Suspending Work. by Owner 15.1 Suspension of Work and Termination -in general 15 Supenntendent- Contractor's 6.2 Supervision and Superintendence 6.1-6.2 Taxes - Payment by Contractor 6.15 Termination -by Contractor 15.5 Termination -by Owner 15.2 -15.4 Termination. Suspension of Work and -in general 13.3-13.7 Tests and Inspections Time. Change of Contract 12 Time. Computation of 17.2 Time. Contract - definition of 1 6 13 8 -13.9 4.3.2 4 3. 6.20 4.3.1 1 14.1. 14.5 11.3.1 9.10 6.16 -6.18 6.13. 6.20. 7.2 -7.3 Uncovenng Work Underground Facilities - definition of Underground Facilities -not shown or indicated Underground Facilities - protection of Underground Facilities -shown or indicated Unit Price Work - definition of Unit Pnce Work - general 11.9. Unit Prices Unit Prices. Determinations for Use of Premises Utility owners Values. Schedule of 2.6. 14.1 Variations in Work - Authorized 6.25. 6.27. 9.5 Visits to Site -by Engineer 9 .'' Waiver of Claims --on Final Payment 14.16 Waiver of Rights by insured parties s 10. 6.11 Warranty and Guarantee -by Contractor ... .. 13.1 Warranty of Title, Contractor's 14.3 Work, Access to 13.7 Work -by others 7 Work Continuing During Disputes 6.29 Work. Cost of 11.4 -11.5 Work - definition of 1 Work Directive Change -definition of .......... ... 1 Work Directive Change - principal references to 3.4.3. 10.1-10.2 Work, Neglected by Contractor 13.14 Work. Stopping by Contractor 15.5 Work. Stopping by Owner 15.1 -15.4 Wntten Amendment - definition of 1 Written Amendment - principal references to 3.4.1. 10.1. 11.2. 12.1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS ARTICLE 1— DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: Addenda— Written or graphic instruments Issued prior to the opening of Bids which clarify. correct or change the bidding documents or the Contract Documents. Agreement —The written agreement between OWNER and CONTRACTOR covering the Work to be performed: other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application Jor Payment —The form accepted by ENGI- NEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such sup- porting documentation as is required by the Contract Documents. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. Bonds —Bid. performance and payment bonds and other instruments of security. Change Order — document recommended by ENGINEER. which is signed by CONTRACTOR and OWNER and autho- nzes an addition. deletion or revision in the Work. or an adjustment in the Contract Price or the Contract Time. issued on or after the Effective Date of the Agreement. Contract Documents — The Agreement. Addenda (which per- tain to the Contract Documents). CONTRACTOR's Bid (including documentation accompanying the Bid and any post - Bid documentation submitted pnor to the Notice of Award) when attached as an exhibit to the Agreement. the Bonds. these General Conditions. the Supplementary Conditions. the Specifications and the Drawings as the same are more spe- cifically identified in the Agreement, together with all amend- ments. modifications and supplements issued pursuant to paragraphs 3.4 and 3.5 on or after the Effective Date of the Agreement. Contract Price —The moneys payable by OWNER to CON- TRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time —The number of days (computed as provided in paragraph 17.2) or the date stated in the Agreement for the completion of the Work. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 7 defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory. faulty or deficient. or does not conform to the Contract Documents. or does not meet the requirements of any inspection. reference standard. test or approval referred to in the Contract Documents. or has been damaged prior to ENGINEER'S recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). Drawings — The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by ENGINEER and are referred to in the Con- tract Documents. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective. but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. ENGINEER —The person, firm or corporation named as such in the Agreement. Field Order — A written order issued by ENGINEER which orders minor changes in the Work in accordance with para- graph 9.5 but which does not involve a change in the Contract Pnce or the Contract Time. General Requirements — Sections of Division 1 of the Speci- fications. Laws and Regulations: Laws or Regulations —Laws, rules. regulations, ordinances, codes and/or orders. , Votice of Award —The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein. within the time specified. OWNER will sign and deliver the Agreement. Notice to Proceed —A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRAC- TOR'S obligations under the Contract Documents. OWNER —The public body or authority. corporation. asso- ciation, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. Partial Utilization— Placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for all the Work. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. Resident Project Representative —The authorized represen- tative of ENGINEER who is assigned to the site or any part thereof. Shop Drawings —All drawings. diagrams. illustrations. schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations. brochures, standard schedules. perfor- mance charts. instructions. diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications —Those portions of the Contract Documents consisting of wntten technical descriptions of materials. ship as applied to the Work and certain adm n st and t ve is applicable thereto. Subcontractor —An individual. firm or corporation having a direct cntract with CONTRACTOR or % contactor for the performance of l part of the Wor at the site. Substantial Completion —The Work (ora specified part thereof) has progressed to the point where. m the opinion of ENGI- NEER as evidenced by ENGINEER'S definitive certificate of Substantial Completion. it is sufficiently complete. to accordance with the Contract Documents. so that the Work tor specified part) can be utilized for the purposes for which it is intended: or if there be no such certificate issued. when final payment is due in accordance with paragraph 14.13. The terms "as applied to complete any ork refer to –substantially com- pleted" as aplid to y tion thereof. Supplementary Conditions —The part of the Contract Docu- ments which amends or supplements these General Condi- tions. Supplier —A manufacturer. fabncator, supplier. distributor. materialman or vendor. Underground Facilities —All pipelines. conduits. ducts. cables. wires. manholes. vaults. tanks. tunnels or other such facilities or attachments. and any encasements containing such facil- ities which have been installed underground to furmsh any steam. t he following services or materials: electricity. gases. liquid petroleum products. telephone or other communica- tions. cable television. sewage and drainage removal. traffic or other control systems or water. Unit Price Work —Work to be paid for on the basis of unit prices. Work —The entire completed construction or the various sep- arately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of per- forming services. furnishing labor and furnishing and incor- porating materials and equipment into the construction. all as required by the Contract Documents. Work Directive Change —A written directive to CONTRAC- and s Effective igned by OWNER ndrecommennded by ENGINEER. an addition. deletion or revision in the Work. or responding to dtffenng or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Directive Change may not change the Contract Pnce or the Contract Time. but is evidence that the parties that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect. if any. on the Contact Price or Contract Time as provided in paragraph 10.2. Written Amendment —A written amendment of the Contract Documents. signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally deal- ing with the nonengineenng or nontechnical rather than stnctly Work - related aspects of the Contract Documents. ARTICLE 2—PRELIMINARY MATTERS Delivery of Bonds: I.I. When CONTRACTOR delivers the executed Agree - ments'to OWNER. CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may he required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- ditions) of the Contact Documents as are reasonably nec- essary for the execution of the Work. Additional copies will be furnished. upon request. at the cost of reproduction. Commencement of Contract Time: Notice to Proceed: 2.3. The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement. or. if a Notice to Proceed is given. on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agree- ment. In no event will the Contract Time commence to run later than the seventy -fifth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement. whichever date is earlier. 8 Starting the Project: 2.4. CONTRACTOR shall start to perform the Work on the date when the Work Contract commences k shall be done at thesi a prior o he date on which the Contact Time commences to run. Before Starting Construction: 2.5. Before undertaking each part of the Work. CON - TRACTOR Documents and check carefully pertinent figures shown 1 1 1 1 1 1 1 1 1 ). 1 1 1 1 1 1 1 1 1 1 1 thereon and all applicable field measurements. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict. error or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarifi- cation from ENGINEER before proceeding with any Work affected thereby: however. CONTRACTOR shall not be lia- ble to OWNER or ENGINEER for failure to report any conflict. error or discrepancy in the Contract Documents. unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. 26. Within ten days after the Effective Date of the Agree- ment (unless otherwise specified in the General Require- ments). CONTRACTOR shall submit to ENGINEER for review: 2 6.1. an estimated progress schedule indicating the starting and completion dates of the vanous stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing sub- missions. and 2.6.3 a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be con- firmed in writing by CONTRACTOR at the ttme of sub- mission. 2.7. Before any Work at the site is started. CONTRAC- TOR shall deliver to OWNER. with a copy to ENGINEER. certificates land other evidence of insurance requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5.3 and 5.4. and OWNER shall deliver to CONTRACTOR certificates land other evidence of insurance requested by CONTRACTOR) which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7. Preconsn.uction Conference: 2.8. Within twenty days after the Effective Date of the Agreement. but before CONTRACTOR starts the Work at the site. a conference attended by CONTRACTOR. ENGI- NEER and others as appropnate will be held to discuss the schedules referred to in paragraph 2.6. to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment. and to establish a working understanding among the parties as to the Work. Finalizing Schedules: 2.9. At least ten days before submission of the first Appli- cation for Payment a conference attended by CONTRAC- TOR. ENGINEER and others as appropriate will be held to finalize the schedules submitted in accordance with para- 9 graph 2.6. The finalized progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within the Contract Time. but such acceptance will neither impose on ENGINEER responsibility for the progress or scheduling of the Work nor reliese CON- TRACTOR from full responsibility therefor, The finalized schedule of Shop Drawing submissions will be acceptable to ENGINEER as providing a workable arrangement for pro- cessing the submissions. The finalized schedule of salues will be acceptable to ENGINEER as to form and substance. ARTICLE 3— CONTRACT DOCUMENTS: INTENT. AMENDING. REUSE Intent: 3. I. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: w hat is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the Intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be con- structed in accordance with the Contract Documents. Any Work. materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well -known technical or trade meaning are used to descnbe Work. materials or equipment such w ords shall be interpreted in accordance with that meaning. Reference to standard specifications. manuals or codes of any technical society. organization or association. or to the Laws or Regulations of any governmental authority. whether such reference be spectfic or by implicatton. shall mean the latest standard specification. manual. code or Laws or Regulations in effect at the time of opening of Bids tor. on the Effective Date of the .Agreement if there were no Bids). except as may be otherwise specifically stated Howeser. no provision of any referenced standard specification. manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be elective to change the duties and responsibilities of OWNER. CONTRACTOR or ENGINEER, or any of their consultants, agents or employ- ees from those set forth in the Contract Documents. nor shall it be effective to assign to ENGINEER. or any of ENGI- NEER's consultants. agents or employees. any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsi- bility contrary to the provisions of paragraph 9.15 or 9.16. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. If. during the performance of the Work. CONTRAC- TOR finds a conflict. error or discrepancy in the Contract Documents. CONTRACTOR shall so report to ENGINEER rn writing at once and before proceeding with the Work affected thereby shall obtain a wntten interpretation or clanfication be Iifrom however. CONTRACT shall able OWNER or ENGINEER for fa lureRo report t any disc conflict. error or unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.4. The Contract Documents may be amended to pro- vide for additions. deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.4.1. a formal W ntten Amendment. 3.4.2. a Change Order (pursuant to paragraph 10.4). 3 a Work Directive Change (pursuant to para- graph 10.1). As indicated in paragraphs 11.2 and 12.1. Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3 5. In addition. the requirements of the Contract Docu- ments may be supplemented. and minor variations and devia- tions in the Work may be authorized. in one or more of the following ways: 3.5.1. a Field Order (pursuant to paragraph 9.5). 3.5.2. sample (pursuant q to paragraphs 6'226 of a and 6.71 Drawing or 3.5.3. ENGINEER'S written interpretation or clarifi- cation (pursuant to paragraph 9.4). or Reuse of Documents: 3.6. Nenher CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or fur- nishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or ownership rights in any of the Drawings. Specifications or other docu- ments for copies of any thereof) prepared by or bearing the seal of ENGINEER: and they shall not reuse any of them on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4— AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish. as indicated in the Contact Documents, the lands upon which the Work is to be per- formed, rights -of-way and easements for access thereto. and such other lands which are designated for the use of CON- TRACTOR. Easements for permanent structures or perma- nent changes in existing facilities will be obtained and paid for by OWNER. unless otherwise provided in the Contract Documents. If CONTRACTOR believes that any delay in OWNER'S furnishing these lands. rights -of -way or ease- ments entitles CONTRACTOR to an extension of the Con- tract Time. CONTRACTOR may make a claim therefor as provided in Article 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of matenals and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by ENGINEER in prep- aration of the Contact Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports. but not upon nontechnical data. interpreta- tions or opinions contained therein or for the completeness thereof for CONTRACTOR'S purposes. Except as indi- cated in the immediately preceding sentence and in para- graph 4.2.6. CONTRACTOR shall have full responsibility with respect to subsurface conditions at the site. 4.2.2. Eristine Structures: Reference is made to the Supplementary Conditions for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph 4.3) which are at or contiguous to the site that have been utilized by ENGI- NEER in preparation of the Contract Documents. CON- TRACTOR may rely upon the accuracy of the technical data contained in such drawings. but not for the complete- ness thereof for CONTRACTOR'S purposes. Except as indicated in the immediately preceding sentence and in paragraph 4.2 6. CONTRACTOR shall full or relating sibility with respect to physical to such structures. 4.2.3. Report of Differing Conduions. If CONTRAC TOR believes that: 4.2.3.1. any technical data on which CONTRAC- TOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is inaccurate. or 4.2.3.2. any physical condition uncovered or revealed at the site differs matenally from that indi- cated. reflected or referred to in the Contact Docu- ments, re CONTRACTOR shall. promptly after be in iin gna tare thereof and before performing any Work therewith (except in an emergency as permitted by para- graph 6.22). notify OWNER and ENGINEER in writing about the tnaccuracy or difference. I0 4 2 4 E,VGINEER'r Review: ENGINEER will promptly review the pertinent conditions. determine the necessity of obtaining additional explorations or tests with respect thereto and advise OWNER in writing (with acopy to CONTRACTOR) of ENGINEER's findings and con- clusions. 4.2.5. Rorrthle Document Change: If ENGINEER concludes that there is a material error in the Contract Documents or that because of newly discovered condi- tions a change in the Contract Documents is required. a Work Directive Change or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of the inaccuracy or difference. 4.2.6. Possible Price and Time Adjustments: In each such case. an increase or decrease in the Contract Pnce or an extension or shortening of the Contract Time. or any combination thereof. will be allowable to the extent that they are attributable to any such inaccuracy or difference. If OWNER and CONTRACTOR are unable to agree as to the amount or length thereof. a claim may be made therefor as provided in Articles 11 and 12. Physical Conditions — Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facil- ities or by others. Unless it is otherwise expressly pro- vided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and. 4.3.1.2. CONTRACTOR shall have full responsi- bility for reviewing and checking all such information and data. for locating all Underground Facilities shown or indicated in the Contract Documents. for coordina- tion of the Work with the owners of such Underground Facilities during construction. for the safety and pro- tection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Pnce. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reason- ably have been expected to be aware of. CONTRACTOR shall. promptly after becoming aware thereof and before performing any Work affected thereby (except in an emer- gency as permitted by paragraph 6.22), identify the owner of such Underground Facility and give written nonce thereof to that owner and to OWNER and ENGINEER. ENGI- NEER will promptly review the Underground Facility to 11 determine the extent to which the Contract Documents should be modified to reflect and document the conse- quences of the existence of the Underground Facility. and the Contract Documents will be amended or supplemented to the extent necessary. During such time. CONTRAC- TOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Con- tract Price or an extension of the Contract Time. or both. to the extent that they are attnbutable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. lithe parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide engineering surveys to estab- lish reference points for construction which in ENG I N E E R's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for lay- ing out the Work (unless otherwise specified in the General Requirements). shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations. and shall be respon- sible for the accurate replacement or relocation of such ref- erence points by professionally qualified personnel. ARTICLE 5 —BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and pay- ment Bonds. each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due. except as otherwise provided by Law or Regulation or by the Con- tract Documents CONTRACTOR shall also furnish such other Bonds as .,re required by the Supplementary Condi- tions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Com- panies Holding Certificates of Authority as Acceptable Sure- ties on Federal Bonds and as Acceptable Reinsuring Com- panies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts. U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 5.2. If the surety on any Bond furnished by CONTRAC- TOR is declared a bankrupt or becomes insolvent or its nght to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1. CONTRACTOR shall within five days thereafter substitute another Bond and Surety. both of which must be acceptable to OWNER. Contractor's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and oth insurance furnished and appropnate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR'S perfor- mance and furnishing of the Work and CONTRACTOR'S other obligations under the Contract Documents. whether it is to be performed or furnished by CONTRACTOR. by any Subcontractor. by anyone directly or indirectly employed by any of them to perform or furnish any of the Work. or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compen- sation. disability benefits and other similar employee ben- efit acts: 5.3.2. Claims for damages because of bodily injury. occupational sickness or disease. or death of CONTRAC- TOR's employees: 5.3.3. Claims for damages because of bodily injury. sickness or disease. or death of any person other than CONTRACTOR'S employees: 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained tai by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR. or lbl by any other person for any other reason: 5.3.5. Claims for damages. other than to the Work itself. because of injury to or destruction of tangible prop- erty wherever located. including loss of use resulting therefrom: 5.3.6. Claims arising out of operation of Laws or Reg- ulations for damages because of bodily injury or death of any person or for damage to property: and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership. maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverages and be wntten for not less than the limits of liability and coverages provided in the Supplemen- tary Conditions. or required by law. whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the polictes of insur- ance so required to be purchased and maintained (or the certificates or other evidence thereot) shall contain a provi- sion or endorsement that the coverage afforded will not be cancelled. materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and ENGINEER by certified mad. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting. removing or replacing defective Work in accordance with paragraph 13.12. In addition. CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR'S obligations under paragraphs 6.30 and 6.31. Owner's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance and. at OWNER's option. may purchase and maintain such insur- ance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions. OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be pro- vided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWN ER. CONTRACTOR. Subcontractors. ENGINEER. and ENGIN EER's consultants in the Work. all of whom shall be listed as insureds or additional insured parties. shall insure against the perils of lire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft. vandalism and malicious mischief. collapse and water damage. and such other perils as may be pros ided in the Supplementary Conditions. and shall include damages. losses and expenses ammg out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limned to fees and charges of engineers. architects. attorneys and other professionals). If not covered under the "all risk" insurance or otherwise pro- vided in the Supplementary Conditions. CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER. CONTRACTOR. Subcontractors. ENGINEER AND ENGINEER'S consultants in the Work. all of whom shall be listed as insured or additional insured parties. 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5.8. All the policies of insurance tor the certificates or other evidence thereof) required to be purchased and main- tained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior wntten notice has been given to CONTRACTOR by cenified mail and will contain waiver provisions in accordance with paragraph 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property Insurance to protect [he interests of CONTRACTOR. Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount. will be borne by CONTRACTOR. Sub - contractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such amounts. each may purchase and maintain it at the purchas- er's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance pol- icy. OWNER shall. if possible. include such insurance. and the cost thereof will be charged to CONTRACTOR by appro- priate Change Order or Written Amendment. Prior to com- mencement of the Work at the site. OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and any other property insurance applicable to the Work. and also waive all such rights against the Subcontractors. ENGI- NEER. ENGINEER'S consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11. each subcon- tract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER. CONTRACTOR. ENGINEER. ENGI- NEER's consultants and all otherparttes named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise pay- able under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that any policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the penis covered thereby. Accordingly. all such policies shall con- tain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds. and if the insurers require separate waiver forms to be signed by ENGINEER or ENGI- NEER's consultant OWNER will obtain the same. and if 13 such waiver forms are required of any Subcontractor. CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5 7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds. as their interests may appear. subject to the require- ments of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received. and shall distnbute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced. the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropnate Change Order or Written Amendment. 5.13. OWNER as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made. OWNER as trustee shall make set- tlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss. give bond for the proper per- formance of such duties. Acceptance of Insurance: 5.14. If OWN ER has any objection to the coverage afforded by or other provisions of the Insurance required to be pur- chased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying w ith the Contract Documents. OWNER shall notify CON- TRACTOR in writing thereof within ten days of the date of delivery of such certtficates to OWNER in accordance with ,paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of Insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents. CON- TRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery of such certificates to CON- TRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such addi- tional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insur- ance purchased by the other as complying with the Contract Documents. Partial Utilization—Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Comple- tion of all the Work. such use or occupancy may be accom- plished in accordance with paragraph 14.10: provided that no such use or occupancy shall commence before the Insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insur- ance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. ARTICLE 6— CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently. devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Doc- uments. CONTRACTOR shall be solely responsible for the means. methods. techniques. sequences and procedures of construction. but CONTRACTOR shall not be responsible for the negligence of others in the design or selection of a specific means. method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent. who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CON- TRACTOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. Labor, .Materials and Equipment: 6.3. CONTRACTOR shall provide competent. suitably qualified personnel to survey and lay out the Work and per- form construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto. and except as otherwise indicated in the Contract Documents. all Work at the site shall be performed during regular working hours. and CONTRACTOR will not permit overtime work or the performance of Work on Sat- urday. Sunday or any legal holiday without OWN ER's writ- ten consent given after prior written notice to ENGINEER. 6.4. Unless otherwise specified in the General Require- ments. CONTRACTOR shall furnish and assume full respon- sibility for all materials. equipment. labor. transportation. construction equipment and machinery. tools. appliances, fuel. power. light. heat. telephone. water. sanitary facilities. temporary facilities and all other facilities and incidentals necessary for the furnishing, performance. testing. start-up and completion of the Work. 14 6.5. All materials and equipment shall be of good quality and new. except as otherwise provided in the Contract Doc- uments. If required by ENGINEER. CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied. installed. con- nected. erected. used. cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents: but no pro- vision of any such instructions will be effective to assign to ENGIN EER. or any of ENGINEER's consultants. agents or employees. any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or author- ity to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to ENGINEER for acceptance to the extent indicated in paragraph 2.9) adjust- ments in the progress schedule to reflect the impact thereon of new developments: these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. Substitutes or "Or Equal" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a propnetary item or the name of a particular Supplier the naming of the item is intended to establish the type. function and quality required. Unless the name is followed by words indicating that no substitution is permitted. materials or equipment of other Suppliers may be accepted by ENGINEER if sufficient information is submitted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by ENGINEER will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by ENGI- NEER from anyone other than CONTRACTOR. If CON- TRACTOR wishes to furnish or use a substitute item of material or equipment. CONTRACTOR shall make writ- ten application to ENGINEER for acceptance thereof. certifying that the proposed substitute will perform ade- quately the functions and achieve the results called for by the general design. be similar and of equal substance to that specified and be suited to the same use as that spec- ified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Comple- tion on time. whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents for in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or 1 1 1 1 1 1 nl 1 1 1 1 1 1 1 1 1 1 royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance. repair and replacement service will be indi- cated. The application will also contain an itemized esti- mate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish at CONTRACTOR'S expense additional data about the proposed substitute. 6.7.2. If a specific means. method. technique. sequence or procedure of construction Is indicated in or required by the Contract Documents. CONTRACTOR may furnish or utilize a substitute means. method. sequence. technique or procedure of construction acceptable to ENGINEER. if CONTRACTOR submits sufficient information to allow ENGINEER to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by ENGINEER will be similar to that orovided in paragraph 6.7 I as applied by ENGINEER and as may be supplemented in the Gen- eral Requirements. 6.7.3. ENGINEER will be allowed a reasonable time within which to evaluate each proposed substitute. ENGI- NEER will be the sole judge of acceptability, and no substitute will be ordered. installed or utilized without ENGINEER'S poor written acceptance which will be evi- denced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fur- nish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to any substitute. ENGINEER will record time required by ENGINEER and ENGINEER's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not ENGINEER accepts a proposed substitute. CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER'S consultants for evaluat- ing each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcon- tractor. Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indi- cated in paragraph 6.8.2). whether initially or as a substi- tute. against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor. Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors. Suppliers or other per- sons or organizations )including those who are to furnish the principal items of materials and equipment) to be sub- mitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by 15 OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof in accordance with the Supple- mentary Conditions.OWNER's or ENGINEER's accept- ance (either in writing or by failing to make written objec- tion thereto by the date indicated for acceptance or objec- tion in the bidding documents or the Contract Documents) of any such Subcontractor. Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation. in which case CONTRACTOR shall submit an acceptable substitute. the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor. Supplier or other person or organization shall constitute a waiver of right of OWNER or ENGI- NEER to reject defeern a Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcon- tractors. Suppliers and other persons and organizations per- forming or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRAC- TOR is responsible for CONTRACTOR'S ow n acts and omis- sions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any such Subcontractor. Supplier or other person or organization. nor shall it create any obligation on the pan of OWNER or ENGINEER to pay or to see to the payment of any moneys due ans such Subcontractor. Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Sub- contractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which spe- cifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER and contains waiver provisions as required by paragraph 5 .11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under pol- icies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and roy- alties and assume all costs incident to the use in the perfor- mance of the Work or the incorporation in the Work of any invention. design. process. product or device which is the subject of patent rights or copynghts held by others. If a particular invention. design. process. product or device is specified in the Contract Documents for use in the perfor- mance of the Work and if to the actual knowledge of OWNER • or ENGINEER its use is subject to patent rights or copynghts calling for the payment of any license fee or royalty to others. the existence of such nghts shall be disclosed by OWNER in the Contract Documents. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims. damages. losses and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporatton in the Work of any invention. design. process. product or device not specified in the Contract Documents. and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. Unless otherwise provided in the Supplementary Conditions. CONTRACTOR shall obtain and pay for all con- struction permits and licenses. OWNER shall assist CON- TRACTOR, when necessary. in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work. which are applicable at the time of opening of Bids. or if there are no Bids on the Effective Date of the Agreement. CON- TRACTOR shall pay all charges of utility owners for con- nections w the Work. and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to fur- nishing and performance of the Work. Except where oth- erwise expressly required by applicable Laws and Regu- lations. neither OWNER nor ENGINEER shall be respon- sible for monitoring CONTRACTOR'S compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that the Specifi- cations or Drawings are at variance with any Laws or Regulations. CONTRACTOR shall give ENGINEER prompt written notice thereof. and any necessary changes will be authorized by one of the methods indicated in paragraph 3.4. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations. and without such notice to ENGINEER. CONTRACTOR shall bear all costs arising therefrom: however. it shall not be CONTRACTOR'S pri- mary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. Taxes: 6.15. CONTRACTOR shall pay all sales. consumer. use and other similar taxes required to be paid by CONTRAC- TOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the perfor- mance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equip- ment. the storage of materials and equipment and the oper- ations of workers to the Project site and land and areas iden- tified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations. nghts- of -way. permits and easements. and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area. or to the owner or occupant thereof or of any land or areas contig- uous thereto. resulting from the performance of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the performance of the Work. CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall. to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims. damages. losses and expenses (including. but not limited to. fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly. indirectly or consequentially out of any action. legal or equi- table. brought by any such other party against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. 6.17. During the progress of the Work. CONTRACTOR shall keep the premises free from accumulations of waste materials. rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials. rubbish and debns from and about the premises as well as all tools, appliances. construction equip- ment and machinery. and surplus materials. and shall leave the site clean and ready for occupancy by OWNER. CON- TRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure. nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger n. 16 Record Documents: 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings. Specifications. Addenda. Written Amendments. Change Orders. Work Directive Changes. Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.41 in good order and annotated to show all changes made during con- struction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon com- i 1 1 1 1 1 1 { 1 1 1 1 1 1 1 1 1 1 1 1 1 pletion of the Work. these record documents. samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of. and shall provide the necessary protection to prevent damage. injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby: 6.20.2. all the Work and matenals and equipment to be incorporated therein. whether in storage on or off the site: and 6.20.3. other property at the site or adjacent thereto. including trees. shrubs. lawns. walks. pavements. road- ways. structures. utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss: and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them. and shall cooperate with them in the pro- tection. removal. relocation and replacement of their prop- erty. All damage. injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused. directly or indirectly. in whole or in part, by CONTRACTOR. any Subcontractor. Supplier or any other person or organization directly or indi- rectly employed by any of them to perform or furnish any of the Work or any one for whose acts any of them may be liable. shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attnbutable, directly or indi- rectly. in whole or in part. to the fault or negligence of CON- TRACTOR). CONTRACTOR'S duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accord- ance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substan- tial Completion). 6.21. CONTRACTOR shall designate a responsible rep- resentative at the site whose duty shall be the prevention of accidents. This person shall be CONTRACTOR'S superin- tendent unless otherwise designated in writing by CON- TRACTOR to OWNER. 17 Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR. without special instruction or authorization from ENGINEER or OWNER. is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt wntten notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby If ENGI- NEER determines that a change in the Contract Documents is required because of the action taken in response to an emergency. a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements. CONTRACTOR shall submit to ENGINEER for review and approval in accordance w ith the accepted schedule of Shop Drawing submissions (see para- graph 2.9). or for other appropriate action if so indicated in the Supplementary Conditions. five copies (unless otherwise specified in the General Requirements) of all Shop Drawings. which will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR'S responsi- bilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as ENGINEER may require. The data shown on the Shop Drawings will be complete with respect to quantities, dimen- sions. specified performance and design cnteria. matenals and similar data to enable ENGINEER to review the infor- mation as required. 6.24.' CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work. all samples required by the Contract Doc- uments. All samples will have been checked by and accom- panied by a specific wntten indication that CONTRACTOR has satisfied CONTRACTOR'S responsibilities under the Contract Documents with respect to the review of the sub- mission and will be identified clearly as to material. Supplier. pertinent data such as catalog numbers and the use for which intended. 6.25.1. Before submission of each Shop Drawing or sample CONTRACTOR shall have determined and veri- fied all quantities. dimensions. specified performance cri- teria. installation requirements, materials, catalog num- bers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.25.2. At the time of each submission. CONTRAC- TOR shall give ENGINEER specific wntten notice of each vanation that the Shop Drawings or samples may have from the requirements of the Contract Documents. and. in addition. shall cause a specific notation to be made on each Shop Drawing submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve with reason- able promptness Shop Drawings and samples. but ENGI- NEER's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methbds. techniques. sequences or procedures of construction (except where a specific means. method, technique. sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CON- TRACTOR shall make corrections required by ENGINEER. and shall return the required number of corrected copies of Shop Drawings and submit as required new samples for review and approval. CONTRACTOR shall direct specific attention in witting to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER'S review and approval of Shop Draw- ings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER'S attention to each such vanation at the time of submission as required by paragraph 6.25.2 and ENGINEER has given written approval of each such varia- tion by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval: nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Draw- ings or from responsibility for having complied with the pro- visions of paragraph 6.25.1. 6.28. Where a Shop Drawing or sample is required by the Specifications. any related Work performed prior to ENGI- NEER'S review and approval of the pertinent submission will be the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ing resolution of any disputes or disagreements. except as permitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise agree in writing. Indemnification: 6.30. To the fullest extent permitted by Laws and Regu- lations CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their consultants. agents and employees from and against all claims. damages. losses and expenses. direct. indirect or consequential (including but not limited to fees and charges of engineers. architects. attorneys and other professionals and court and arbitration costs) aris- ing out of or resulting from the performance of the Work. provided that any such claim. damage. loss or expense lal is attributable to bodily injury, sickness. disease or death. or to injury to or destruction of tangible property )other than the Work itself) including the loss of use resulting therefrom and lb) is caused in whole or in part by any negligent act or omission of CONTRACTOR. any Subcontractor. any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable. regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.31. In any and all claims against OWNER or ENGI- NEER or any of their consultants, agents or employees by any employee of CONTRACTOR. any Subcontractor. any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable. the indemnification obligation under paragraph 6.30 shall not be limited in any way by any limitation on the amount or type of damages. compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts. disability benefit acts or other employee benefit acts. 6.32. The obligations of CONTRACTOR under para- graph 6.30 shall not extend to the liability of ENGINEER. ENGINEER's consultants. agents or employees arising out of the preparation or approval of maps, drawings. opinions. reports, surveys. Change Orders, designs or specifications. ARTICLE 7 —OTHER WORK R e • i • 18 elated Work at Site: 7.1. OWNER may perform other work related to the Proj- ct at the site by OWNER'S own forces. have other work performed by utility owners or let other direct contracts therefor w hich shall contain General Conditions similar to these. If he fact that such other work is to be performed was not noted n the Contract Documents. written notice thereof will be given to CONTRACTOR prior to starting any such other work: and. if CONTRACTOR believes that such perfor- mance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof. CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.2. CONTRACTOR shall afford each utility owner and other contractor who is a party to such a direct contract (or OWNER. if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work. and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting. fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CON- • 1 1 1 1 1 1 1 1 . 1 i 1" 1 1 1 1 1 1 1 1 1 1 TRACTOR shall not endanger any work of others by cutting. excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility owner for OWNER). CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays. defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR'S failure so to report will constitute an acceptance of the other work as fit and proper for integra- tion with CONTRACTOR'S Work except for latent or non - apparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the perfor- mance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime con- tractors will be identified in the Supplementary Conditions. and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such author- ity and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor ENGINEER shall have any authority or responsibility in respect of such coordination. ARTICLE 8— OWNER'S RESPONSIBILITIES 8.1. OWNER shall issue all communications to CON- TRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGI- NEER. OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose sta- tus under the Contract Documents shall be that of the former ENGINEER. Any dispute in connection with such appoint- ment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER'S duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Para- graph 4.2 refers to OWNER's identifying and making avail- able to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing struc- 19 tures which have been utilized by ENGINEER in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4 8.8. In connection with OWNER's right to stop Work or suspend Work. see paragraphs 13.10 and b.1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. ARTICLE 9— ENGINEER'S STATUS DURING CONSTRUCTION Owner's Representative: 9.1. ENGINEER will be OWNER's representative dur- ing the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Con- tract Documents and shall not be extended without wntten consent of OWNER and ENGINEER. Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to deter- mine. in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. ENGINEER'S efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site observations as an experienced and qualified design profes- sional. ENGINEER will keep OWNER informed of the prog- ress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and ENGINEER agree. ENGINEER will furnish a Resident Project Representative to assist ENGINEER in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not ENGINEER'S agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clanficanons and Interpretations: to ENGINEER written notice of intention to appeal from such a decision. 9.4 ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the require- ments of the Contract Documents fin the form of Drawings or otherwise( as ENGINEER may determine necessary. which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Article I I or Article 12. Authorized Variations in Work: 9.5. ENGINEER may authonze minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER. and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be dejet ore. and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9. whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER's responsibility for Shop Drawings and samples. see paragraphs 6.23 through 6 29 inclusive. 9.8. In connection with ENGINEER's responsibilities as to Change Orders. see Articles 10. 11 and 12. 9.9. In connection with ENGINEER's responsibilities in respect of Applications for Payment. etc.. see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CON- TRACTOR. ENGINEER will review with CONTRACTOR ENGINEER's preliminary determinations on such matters before rendering a wntten decision thereon (by recommen- dation of an Application for Payment or otherwise). ENGI- NEER's written decisions thereon will be final and binding upon OWNER and CONTRACTOR. unless. within ten days after the date of any such decision. either OWNER or CON- TRACTOR delivers to the other party to the Agreement and Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims. disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Time will be referred initially to ENGINEER in wnting with a request for a formal decision in accordance with this paragraph. which ENGINEER will render in writing within a reasonable time. Written notice of each such claim. dispute and other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the event giving rise thereto. and written supporting data will be submitted to ENGIN EER and the other party within sixty days after such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11. ENGINEER will not show par- tiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such rapacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 and 9.11 with respect to any such claim. dispute or other matter (except any which have been waived by the making or acceptance of final pay- ment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim. dispute or other matter. 20 Limitations on E.V'G1.VEER's Responsibilities: 9.13. Neither ENGINEER's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENGIN EER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR. any Sub- contractor. any Supplier. or any other person or organization performing any of the Work. or to any surety for any of them. 9.14. Whenever in the Contract Documents the terms "as ordered ". "as directed ". "as required ". "as allowed ". "as approved" or terms of like effect or import are used. or the adjectives "reasonable ". "suitable ". "acceptable ". "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement. direction. review or judgment of ENGINEER as to the Work. it is intended that such requirement. direction. review or judgment will be solely to evaluate the Work for compliance with the Contract Docu- ments (unless there is a specific statement indicating other- wise). The use of any such term or adjective shall not be 1 1 1 1 1 1 1 1 1 • 1 1 1 1 1 1 1 1 " 1 effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authonty to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. 9.15. ENGINEER will not be responsible for CON - TRACTOR's means. methods. techniques. sequences orpro- cedures of construction. or the safety precautions and pro- grams incident thereto. and ENGINEER will not be respon- sible for CONTRACTOR'S failure to perform or furnish the Work in accordance with the Contract Documents. 9.16. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. ARTICLE 10— CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety. OWNER may. at any time or from time to time. order additions. deletions or revisions in the Work: these will be authorized by a Written Amendment, a Change Order. ora Work Directive Change. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10 2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any. of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supple- mented as provided in paragraphs 3.4 and 3.5, except in the case of an emergency as provided in paragraph 6.22 and except in the case of uncovenng Work as provided in para- graph 13.9. 10.4. OWNER and CONTRACTOR shall execute appro- pnate Change Orders for Written Amendments) covenng: 10.4.1. changes in the Work which are ordered by OWNER pursuant to paragraph 10.1. are required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or are agreed to by the parties: 10.4.2. changes in the Contract Price or Contract Time which are agreed to by the parties: and 21 10.4.3. changes to the Contract Price or Contract Time which embody the substance of any wntten decision ren- dered by ENGINEER pursuant to paragraph 9.11: provided that, in lieu of executing any such Change Order. an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but dunng any such appeal. CON- TRACTOR shall carry on the Work and adhere to the prog- ress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety. the giving of any such notice will be CONTRAC- TOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 1 I— CHANGE OF CONTRACT PRICE I1.1. The Contract Pnce constitutes the total compen- sation (subject w authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties, responsibil- ities and obligations assigned to or undertaken by CON- TRACTOR shall he at his expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Pnce shall be based on wntten notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving nse to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be .delivered within sixty days after such occurrence (unless ENGINEER allows an additional penod of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct. indirect and con- sequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accor- dance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Pnce will be valid if not submitted in accordance with this paragraph 11 2. 11.3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 11.3.1. Where the Work involved is covered by unit prices contained in the Contract Documents. by applica- tion of unit prices to the quantities of the Items involved (subject to the provisions of paragraphs 11.9.1. through 11.9.3. inclusive). 11.3.2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2.1). 11.3.3. On the basis of the Cost of the Work (deter- mined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's Fee for overhead and profit (deter- mined as provided in paragraphs 11.6 and 11.7). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in wnting by OWNER. such costs shall be in amounts no higher than those prevailing in the locality of the Project. shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 1 1.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include. but not be limited to. salaries and wages plus the cost of fringe benefits which shall include social secunty contributions. unemployment. excise and payroll taxes. workers' or workmen's compensation. health and retirement benefits, bonuses. sick leave. vacation and hol- iday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours. on Satur- day. Sunday or legal holidays. shall be included in the above to the extent authonzed by OWNER. 11.4.2. Cost of all materials and equipment furnished and Incorporated in the Work, including costs of trans- portation and storage thereof. and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments. in which case the cash discounts shall accrue to OWNER. All trade discounts. rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER. and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER. CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CON- TRACTOR and shall deliver such bids to OWNER who will then determine. with the advice of ENGINEER. which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee. the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRAC- TOR's Cost of the Work. All subcontracts shall be subject 22 to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers. architects. testing laboratories. sur- veyors. attorneys and accountants) employed for sere ices specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transporta- tion. travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge of duties con- nected with the Work. 11.4.5.2. Cost. including transportation and main- tenance. of all materials. supplies. equipment. machin- ery. appliances. office and temporary facilities at the site and hand tools not owned by the workers. which are consumed in the performance of the Work. and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER. and the costs of transportation. loading. unloading. installation. dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment. machin- ery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales. consumer. use or similar taxes • . related to the Work. and for which CONTRACTOR is liable. imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR. any Subcontractor or any- one directly or indirectly employed by any of them or for whose acts any of them may be liable. and royalty payments and fees for permits and licenses 11.4.5.6. Losses and damages land related expenses). not compensated by insurance or otherwise. to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER In accordance with paragraph 5.9). pro- vided they have resulted from causes other than the negligence of CONTRACTOR. any Subcontractor. or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses. damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRAC- TOR's Fee. If. however. any such loss or damage 1 1 1 1 1 1 1 1 1 1 .' 1 1 1 1 1 1 1 1 requires reconstruction and CONTRACTOR is placed in charge thereof. CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4 5.7 The cost of utilities. fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams. long distance telephone calls. telephone service at the site. expressage and similar petty cash items in connection with the Work 11.4 5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.9. 11.5. The term Cost of the Work shall not Include any of the following: 11.5.1. Payroll costs and other compensation of CON- TRACTOR'S officers. executives. principals (of partner- ship and sole proprietorships). general managers. engi- neers. architects, estimators. attorneys. auditors. accoun- tants. purchasing and contracting agents. expeditors, timekeepers. clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRAC- TOR's principal or a branch office for general administra- tion of the Work and not specifically included in the agreed upon schedule of job classifications referred to in para- graph 1 1.4.1 ur specifically cos ered by paragraph 11.4.4 — all of which are to be considered administrative costs covered by the CONTRACTOR'S Fee. 11.5 Expenses of CONTRACTOR'S principal and branch offices other than CONTRACTOR'S office at the site. 11.5.3. Any part of CONTRACTOR'S capital expenses. including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by sub- paragraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRAC- TOR. any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. including but not limited to. the correction of defective Work. disposal of materials or equipment wrongly supplied and making good any damage to prop- erty. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 23 CONTR,4CTOR's Fee: 11.6. The CONTRACTOR's Fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee. or if none can be agreed upon. 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2. the CONTRACTOR'S Fee shall be fifteen percent: 11.6.2.2. for costs incurred under paragraph 11.4.3. the CONTRACTOR'S Fee shall be five percent: and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent: 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4. 11.4.5 and 11.5: 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRAC- TOR's Fee h} an amount equal to ten percent of the net decrease and 11.6.2.5. when both additions and credits are involved in any one change. the adjustment to CON- TRACTOR'S Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 throagh 11.6.2.4. inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraph 11.4 or 11.5. CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included m the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to ENGI- NEER. CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CON- TRACTOR (less any applicable trade discounts) of mate- rials and equipment required by the allowances to be deliv- ered at the site, and all applicable taxes: and 11.8.2. CONTRACTOR'S costs for unloading and handling on the site. labor. installation costs. overhead. profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment. an appropnate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspond- ingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work. initially the Contract Price will be deemed to include for all Unit Pnce Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indi- cated in the Agreement. The estimated quantittes of items of Unit Pnce Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quan- tities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accor- dance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to coverCONTRACTOR's overhead and profit for each sep- arately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof. CON- TRACTOR may make a claim for an increase in the Con- tract Pnce in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. ARTICLE 12— CHANGE OF CONTRACT TIME l2. t. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on wntten notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving nse to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be deliv- ered within sixty days after such occurrence lunless ENGI- NEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accom- panied by the claimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time 24 shall be determined by ENGINEER in accordance with para- graph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of CON- TRACTOR if a claim is made therefor as provided in para- graph 12.1. Such delays shall include. but not be limited to. acts or neglect by OWNER or others performing additional work as contemplated by Article 7. or to fires. floods. labor disputes. eptdemtcs, abnormal weather conditions or acts of God. 12.3. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers. architects. attorneys and other professionals and court and arbitration costs) for delay by either party. ARTICLE 13— WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION. REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work will be in accor- dance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to CONTRAC- TOR. All defective Work. whether or not in place. may be rejected. corrected or accepted as provided in this Article 13 Access to Work: 13.2. ENGINEER and ENGINEER's representatives. other representatis es of OWNER. testing agencies and gov- ernmental agencies w uhjunsdictional interests w dl have access to the Work at reasonable times for their observation. inspecting and testing. CONTRACTOR shall provide proper and safe conditions for such access. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections. tests or approvals. 13.4. If Laws or Regulations of any public body having junsdiction require any Work (or pan thereon to specifically be inspected. tested or approved. CONTRACTOR shall assume full responsibility therefor. pay all costs in connection therewith and furnish ENGINEER the required certificates of inspection. testing or approval. CONTRACTOR shall also 1$ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWN - ER's or ENGINEER'S acceptance ofa Supplier of matenals or equipment proposed to be incorporated in the Work. or of matenals or equipment submitted for approval pnor to CON- TRACTOR'S purchase thereof for incorporation in the Work. The cost of all inspections, tests and approvals in addition to the above which are required by the Contract Documents shall be paid by OWNER (unless otherwise specified). 13.5. All inspections. tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR for by ENGINEER if so specified). 13.6. If any Work (including the work of others) that is to be inspected. tested or approved is covered without written concurrence of ENGINEER. it must. if requested by ENGI- NEER. be uncovered for observation. Such uncovering shall be at CONTRACTOR'S expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR'S inten- tion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. 13.7. Neither observations by ENGINEER nor inspec- tions. tests or approvals by others shall relieve CONTRAC- TOR from CONTRACTOR'S obligations to perform the Work in accordance with the Contract Documents. Uncovering Work: 13.8. Ifany Work is covered contrary to the wntten request of ENGINEER. it must. if requested by ENGINEER. be uncovered for ENGINEER'S observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others. CONTRACTOR. at ENGINEER's request. shall uncoser. expose or otherwise make available for observation. inspection or testing as ENGINEER may require. that portion of the Work in question. furnishing all necessary labor. material and equipment. If it is found that such Work is defective. CONTRACTOR shall bear all direct. indirect and consequential costs of such uncovering. expo- sure. observation. inspection and testing and of satisfactory reconstruction. )including but not limited to fees and charges of engineers. architects. attorneys and other professionals). and OWNER shall be entitled to an appropriate decrease in the Contract Price. and, if the parties are unable to agree as to the amount thereof. may make a claim therefor as provided in Article II. If. however. such Work is not found to be defecnre. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both. directly attributable to such uncovering. exposure. observation, inspection, testing and reconstruction: and, if the parties are unable to agree as to the amount or extent 25 thereof. CONTRACTOR may make a claim therefor as pro- vided in Articles 11 and 12. Owner May Stop the Work: 13.10. If the Work is defec tire. or CONTRACTOR fads to supply sufficient skilled workers or suitable materials or equipment. or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents. OWNER may order CONTRACTOR to stop the Work, or any portion thereof. until the cause for such order has been eliminated: however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. Correction or Removal of Defective Work: 13 11. If required by ENGINEER. CONTRACTOR shall promptly, as directed. either correct all defective Work. whether or not fabricated. installed or completed. or. if the Work has been rejected by ENGINEER. remove it from the site and replace it with nondefective Work CONTRACTOR shall bear all direct. indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers. architects. attorneys and other profes- sionals) made necessary thereby. One Year Correction Period: 13.12. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any appli- cable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective. CONTRACTOR shall promptly. without cost to OWNER and in accordance with OWNER's written instructions. either correct such defective Work. or. if it has been rejected by OWNER. remove it from the site and replace it with nondelective Work. ff CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious nsk of loss or damage. OWNER may have the defec ore Work cor- rected or the rejected Work removed and replaced. and all direct. indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects. attorneys and other professionals) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work. the correction penod for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Acceptance of Defective Work: 13.13. If. instead of requiring correction or removal and replacement of detect:1v Work. OWNER (and. pnor to ENGINEER's recommendation of final payment. also ENGINEER) prefers to accept it. OWNER may do so. CON- TRACTOR shall bear all direct. indirect and consequential costs attnbutable to OWN ER's evaluation of and determi- nation to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness and to include but not be limited to fees and charges of engineers. architects. attor- neys and other professionals). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revi- sions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. and. if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation. an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with para- graph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents. or if CON- TRACTOR fails to comply with any other provision of the Contract Documents. OWNER may. after seven days' wnt- ten notice to CONTRACTOR. correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site. take possession of all or part of the Work, and suspend CON - TRACTOR's services related thereto. take possession of CONTRACTOR's tools. appliances. construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's represen- tatives. agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct. indirect and con- sequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by ENGINEER, and aChange Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. and, if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequen- tial costs will include but not be limited to fees and charges of engineers, architects. attorneys and other professionals. all court and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in per- formance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. 26 ARTICLE 14— PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Pay- ment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty days before each progress payment is scheduled (but not more often than once a month). CON- TRACTOR shall submit to ENGINEER for review an Appli- cation for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing. the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens. charges. security interests and encumbrances (which are hereinafter in these General Conditions referred to as "Liens ") and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWN ER's interest therein. all of which will be sat- isfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work. materials and equipment covered by any Appli- cation for Payment. whether incorporated in the Project or not. will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will. within ten days after receipt of each Application for Payment. either indicate in writing a recommendation of payment and present the Application to OWNER. or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to rec- ommend payment. In the latter case. CONTRACTOR may make the necessary corrections and resubmit the Applica- tion. Ten days after presentation of the Application for Pay- ment with ENGINEER's recommendation. the amount rec- ommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a 1 1 "1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 representation by ENGINEER to OWNER. based on ENG1- NEER's on -site observations of the Work in progress as an experienced and qualified design professional and on ENGI- NEER's review of the Application for Payment and the accompanying data and schedules that the Work has pro- gressed to the point indicated: that. to the best of ENGI- NEER's knowledge. information and belief. the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion. to the results of any subsequent tests called for in the Contract Documents. to a final determination of quantities and classifications for Unit Pnce Work under paragraph 9.10. and to any other qualifi- cations stated in the recommendation): and that CONTRAC- TOR is entitled to payment of the amount recommended. However. by recommending any such payment ENGINEER will not thereby be deemed to have represented that exhaus- tive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRAC- TOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of final payment will constitute an additional representation by ENGINEER to OWNER that the conditions precedent to CONTRAC- TOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if. in ENGINEER's opinion. it would be incorrect to make such representations to OWNER. ENGINEER may also refuse to recommend any such pay- ment. or, because of subsequently discovered evidence or the results of subsequent inspections or tests. nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER'S opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Writ- ten Amendment or Change Order, 14.7.3. OWNER has been required to correct defec- tive Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of ENGINEER'S actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because claims have been made against OWNER on account of CONTRACTOR's per- - formance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling 27 OWNER to a set -off against the amount recommended, but OWNER must give CONTRACTOR immediate wntten notice Iwith a copy to ENGINEER) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGI- NEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER. CONTRACTOR and ENGINEER shall make an inspection of the Work to deter- mine the status of completion. If ENGINEER does not con - sider the Work substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete. ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or cor- rected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If. after considering such objec- tions. ENGINEER concludes that the Work is not substan- tially complete. ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing. stating the reasons therefor. If. after consideration of OWNER's objections. ENGINEER considers the Work substantially complete. ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion(with a revised tentative list of items to be com- pleted or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consider- ation of any objections from OWNER. At the time of delivery of the tentative certificate of Substartial Completion ENGI- NEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security. operation. safety. maintenance. heat. utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to ENGINEER'S issuing the definitive certificate of Substantial Completion, ENGINEER's afore- said recommendation will be binding on OWNER and CON- TRACTOR until final payment. 14.9. OWNER shall have the right to exclude CON- TRACTOR from the Work after the date of Substantial Com- pletion. but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER of any finished part of the Work. which has specifically been identified in the Contract Docu- ments. or which OWNER. ENGINEER and CONTRAC- TOR agree constitutes a separately functioning and useable part of the Work that can be used by OWNER without sig- nificant interference with CONTRACTOR's performance of the remainder of the Work. may be accomplished prior to Substantial Completion of all the Work subject to the follow- ing: 14.10.1. OWNER at any time may request CON- TRACTOR in wnting to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees, CONTRACTOR will certify to OWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CON- TRACTOR at any time may notify OWNER and ENGI- NEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substan- tially complete and request ENGINEER to issue a certif- icate of Substantial Completion for that part of the Work. Within a reasonable time after either such request. OWNER. CONTRACTOR and ENGINEER shall make an inspec- tion of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete. ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete. the provisions of para- graphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CON- TRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and within a reasonable time there- after OWNER. CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writ- ing to OWNER and ENGINEER that such part of the Work is not ready for separate operation by OWNER. ENGINEER will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation. safety. maintenance, utilities. insur- ance. warranties and guarantees for that part of the Work which will become binding upon OWNER and CON- TRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writ- ing and so informed ENGINEER). During such operation and prior to Substantial Completion of such part of the Work. OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 28 14.10.3. No occupancy or separate operation of part of the Work will be accomplished pnor to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete. ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi- ciencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered all maintenance and operating instructions. schedules. guaran- tees. Bonds. certificates of inspection. marked -up record documents las provided in paragraph 6.19) and other docu- ments —all as required by the Contract Documents. and after ENGINEER has indicated that the Work is acceptable (sub- ject to the provisions of paragraph 14.16). CONTRACTOR may make application for final payment following the pro- cedure for progress payments. The final Application for Pay- ment shall be accompanied by all documentation called for in the Contract Documents. together with complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by OWNER. CONTRACTOR may furnish receipts or releases in full: an affidavit of CON- TRACTOR that the releases and receipts include all labor. services, material and equipment for which a Lien could be filed. and that all payrolls. material and equipment bills. and other indebtedness connected with the Work for which OWNER or O W N ER's property might in any way be respon- sible. have been paid or otherwise satisfied: and consent of the surety. if any. to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full. CON- TRACTOR may furnish a Bond or other collateral satisfac- tory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13. If. on the basis of ENGINEER's observation of the Work during construction and final inspection. and ENGINEER's review of the final Application for Payment and accompanying documentation —all as required by the Contract Documents. ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. ENGI- NEER will. within ten days after receipt of the final Appli- cation for Payment. indicate in writing ENGINEER's rec- ommendation of payment and present the Application to OWNER for payment. Thereupon ENGINEER will give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.16. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Otherwise. ENGINEER will return the Application to CON- TRACTOR. indicating in writing the reasons for refusing to recommend final payment. in which case CONTRACTOR shall make the necessary corrections and resubmit the Ape canon. Thirty days after presentation to OWNER of the Application and accompanying documentation. in appropri- ate form and substance. and with ENGINEER's recommen- dation and notice of acceptability. the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR. final com- pletion of the Work is significantly delayed and if ENGI- NEER so confirms. OWNER shall. upon receipt of CON - TRACTOR's final Application for Payment and recommen- dation of ENGINEER. and without terminating the Agree- ment. make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agree- ment. and if Bonds have been furnished as required in para- graph 5.1. the written consent of the surety to the payment of the balance due for that portion of the Work fully com- pleted and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions gov- erning final payment. except that it shall not constitute a waiver of claims. Contractor's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and com- plete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by ENGINEER. nor the issuance of a cer• tificate of Substantial Completion. nor any payment by OWNER to CONTRACTOR under the Contract Documents. nor any use or occupancy of the Work or any part thereof by OWNER. nor any act of acceptance by OWNER nor any failure to do so. nor any review and approval of a Shop Drawing or sample submission. nor the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13. nor any correction of de%ectne Work by OWNER will con- stitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.161. Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. a waiver of all claims by OWNER against CONTRACTOR. except claims arising from unsettled Liens. from defec tire Work appearing after final inspec- tion pursuant to paragraph 14.11 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein: however. it will not consti- tute a waiver by OWNER of any rights in respect of 29 CONTRACTOR's continuing obligations under the Con- tract Documents: and 14.16.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writ- ing and still unsettled. ARTICLE I5— SUSPENSION OF WORK AND TERMINATION Owner May Suspend Work: 15.1. OWNER may. at any time and without cause. sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an increase in the Contract Pnce or an extension of the Contract Time. or both. directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I I and 12. Owner May Terminate: 15.2. Upon the occurrence of any one ur more of the following events: 15.2.1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11. United States Code). as now or hereafter in effect, or if CON- TRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency: 15 2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency: 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors: 15.2.4. if a trustee. receiver. custodian or agent of CONTRACTOR is appointed under applicable law or under contract. whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors: 15.2.5. if CONTRACTOR admits in writing an inabil- ity to pay its debts generally as they become due; 152.6. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to. failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time): 15.2.7. if CONTRACTOR disregards Laws or Regu- lations of any public body having junsdictton: 15.2.8. if CONTRACTOR disregards the authority of ENGINEER: or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Docu- ments: OWNER may. after giving CONTRACTOR (and the surety. if there be one) seven days' written notice and to the extent permitted by Laws and Regulations. terminate the services of CONTRACTOR. exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools. appliances. construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion). incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Pnce exceeds the direct. indirect and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects. attor- neys and other professionals and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance. CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by ENGINEER and incor- porated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. (The remainder of this page was left blank intentionally.] 30 15.3. Where CONTRACTOR's services have been so terminated by OWNER. the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRAC- TOR and ENGINEER. OWNER may. without cause and without prejudice to any other right or remedy. elect to aban- don the Work and terminate the Agreement. In such case. CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable termination expenses. which will include. but not be limited to. direct. indirect and con- sequential costs (including. but not limited to. fees and charges of engineers. architects. attorneys and other professionals and court and arbitration costs). Contractor May Stop Work or Terminate: 15 5. If. through no act or fault of CONTRACTOR. the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority. or ENGINEER falls to act on any Application for Payment within thirty days after it is submitted. or OWNER fails for thirty days to pay CONTRACTOR any sum finally deter- mined to be due. then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER. terminate the Agreement and recover from OWNER payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Appli- cation for Payment or OWNER has failed to make any pay- ment as aforesaid. CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. 1 1 1 , 1 1 1 1 1 1 1 1 1 1 1 1 5 ARTICLE 16— ARBITRATION 16.1. All claims. disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.16) will be decided by arbitration in accordance with the Con- struction Industry Arbitration Rules of the American Arbi- tration Association then obtaining subject to the limitations of this Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accor- dance herewith as provided in this Article 16 will be specifi- cally enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim. dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier ofta) the date on which ENGINEER has rendered a decision or (b) the tenth day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim. dispute or other matter will be made later than thirty days after the . date on which ENGINEER has rendered a wntten decision In respect thereof in accordance with paragraph 9.11: and the failure to demand arbitration within said thirty days' period shall result in ENGINEER'S decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been initiated. such decision may be entered as evidence but will not supersede the arbitration proceedings. except where the decision is acceptable to the parties concerned. No demand for arbitra- tion of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered writ- ten notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in wnting with the other party to the Agreement and with the [The remainder of this page was left blank intentionally.] 31 Amencan Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten -day penod specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim. dispute or other matter in question has ansen. and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim. dispute or other matter in question would be barred by the applicable statute of limi- tations. 16.4. No arbitration arising out of or relating to the Con- tract Documents shall include by consolidation. joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's agents, employees or consul- tants) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration. 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will anse in such proceedings. and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRAC- TOR has been obtained for such inclusion. which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically descnbed in such consent or to arbitration with any party not specifically identified in such consent. 16.5. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having juris- diction thereof, and will not be subject to modification or ' appeal except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. 0$10,1) I. ARTICLE 17— MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Docu- ments requires the giving of written notice. it will be deemed to have been validly given if delivered in person to the indi- vidual 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 registered or certified mail, postage prepaid. to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days. it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computa- tion. 17.2.2. A calendar day of twenty -four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error. omis- 33 lion or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable. claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the pro- visions of any applicable statute of limitations or repose. 17.4. The duties and obligations Imposed by these Gen- eral Conditions and the nghts and remedies available here- under to the parties hereto. and. in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.30. 13.1, 13.12. 13.14. 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder. are in addition to. and are not to be construed in any way as a limitation of. any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations. by special warranty or guarantee or by other provisions of the Contract Documents. and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty. obliga- tion. right and remedy to which they apply. All representa- tions, warranties and guarantees made in the Contract Doc- uments will survive final payment and termination or com- pletion of the Agreement. DUA- 1528 -S &D SPECIAL CONDITIONS OF THE AGREEMENT CONTRACT DOCUMENTS The Contract Documents shall consist of the Notice to Contractors (Advertisement), Special Conditions, Instructions to Bidders, Proposal, signed Agreement, Performance and Payment Bonds, Special Bonds (when required), General Conditions of the Agreement, Technical Specifications, Plans and all modifications thereof incorporated in any of the documents before the execution of the agreement. 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 Document, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Instructions to Bidders, Notice to Contractors, Technical Specifications, Plans, and General Conditions of the Agreement. DEFINITION OF TERMS This item shall be as set out in the "General Conditions of the Agreement ", except that the term "Engineer" is understood to mean the Engineer for the Owner, and /or the City of Round Rock, which provides resident inspection of the work to be completed under this contract, as applicable. LIQUIDATED DAMAGES FOR DELAY The Owner may withhold permanently from the Contractor's total compensation for the work under this Contract, the sum of Five Hundred Dollars ($500.00) per day for every calendar day beyond the specified number of calendar days agreed upon for the completion of the work herein specified and contracted for. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to: (a) Any preferency, priority, or allocation order duly issued by the Government; (b) Unforeseeable cause beyond the control and without the fault or'negligence of the Contractor, including, but not restricted to, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes, and severe weather; (c) Any delays of Subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this article. TIME AND ORDER OF COMPLETION This item shall be as set out in the "General Conditions of the Agreement ", except as follows: The Contractor further agrees that he will commence work within ten (10) calendar days of date written notice to do so shall have been given to the Contractor, and will progress therewith so that the work shall be completed within 180 calendar days after the date of the written notice to commence work. RRSCA -1 DUA- 1528 -S &D By the term "completed" is meant that all the work included in this contract is finished, and that all items that appear on the final punch list issued by the City of ' Round Rock have been completed. MEASUREMENT AND PAYMENT Partial Payment: 1 This item of the "General Conditions of the Agreement" is to read as follows: The Contractor shall prepare and deliver to the Engineer a statement showing as completely as practicable the total value of the work done by the Contractor up to the time payment requests are due to the Engineer. The statement shall not include' the value of any materials delivered to the site. Request for payment delivered to the Engineer by the 25th of the month shall be paid! by the 20th of the next month. The Owner shall pay the Contractor the total amount of the Contractor's statement less ten percent (10 %) of the amount thereof, which ten percent (10 %) shall bell retained until final payment, and further less all previous payments, and further less all further sums that may be retained by the Owner under the terms of the Agreement. The Contractor shall execute and submit with each monthly pay request a partial release of lien rights from himself and each subcontractor and material supplier in ' the total amount of all previous payments made to each. Partial payments made by the Owner to the Contractor are monies advanced solely for the purpose of assisting the Contractor to expedite the progress of the construction' and in no way constitute acceptance or approval of any work. All completed work covered by such partial payment shall remain the property of the Contractor and he shall be responsible for the care and protection of all materials and work upon which the payments have been made. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and in place," and to the satisfaction of the Owner in all details. Final Payment: This item of the "General Conditions of the Agreement" is to read as follows: Final Payment, less any previous payments made to the Contractor, and less any penalties, will be made when all work covered under this Contract is complete, has , been approved by the Engineer, has been accepted in writing by the City of Round Rock, and the Contractor has submitted 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. RRSCA -2 1 1 DUA- 1528 -S &D PERMITS The Contractor for this project shall be responsible for obtaining all construction permits required to complete the construction of that portion of the project covered by this contract. EXISTING UTILITIES The locations of existing utilities shown on the plans are approximate, only. Failure of an existing utility to be shown on the plans does not release the Contractor from all liability incurred due to damage or disruption of service. CONSTRUCTION STAKING Construction staking will be paid for by the Owner. The Contractor shall provide the Engineer a minimum of forty -eight (48) hours notice for construction staking. Cut sheets will be issued to the Contractor through the City of Round Rock Public Works Department. PROTECTION OF STAKES, MARKS, ETC.: All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Engineer at the Contractor's expense before the Contractor's estimates on the work complete will be cleared for payment. PROTECTION OF PROPERTY AND RIGHT -OF -WAY The Contractor shall work diligently and continuously in regard to the existing typographic features of the adjacent properties. Care shall be. taken so that destruction of private property shall be minimal if at all. All existing topographic features destroyed or disrupted by the Contractor which are not covered by specific bid items shall be replace at the Contractor's expense. CONTINUANCE OF THE COURSE OF THE WORK UNDER THIS CONTRACT The Contractor hereby agrees that he shall work diligently and continuously toward the completion of this contract and shall not remove the labor force or equipment required for this project site to work on any other project until all the work included in the contract is complete and accepted in writing by the City of Round Rock. POSSIBLE CHANGES BY THE CITY OF ROUND ROCK The City of Round Rock may require certain changes, deletions, or additions, not now known to Owner or the City of Round Rock during the construction of this project. Before the City will accept the final construction of this project, the Contractor shall comply with these changes under the terms of this contract; compensation for such work shall be in accordance with unit bid items for similar work of this contract, or be negotiated price on lump sum items and items not covered by the Proposal. All changes, deletions, or additions required by the City shall be promptly brought to the attention of the Engineer for the Owner and approval of said Engineer shall be obtained by the Contractor prior to commencing work on any such changes; otherwise, Owner shall not be obligated to pay for such work. RRSCA -3 DUA- 1528 -S &D 1 SUBLETTING OF CONTRACT The Contractor on this project shall not sublet the work to be done under this contract or any portion thereof without the expressed written consent of the Owner. The Contract shall submit to the Owner a list of all subcontractors to be used on this project prior to commencing work. Should the Owner find any of the proposed subcontractors to be objectionable, the Contractor and the Owner shall arrive at al mutally agreeable substitute prior to commencing work. The subletting of any portion of the work shall not release the Contractor from his obligations regarding that portion of the work and shall be considered to have done the work. INSURANCE COVERAGE The successful bidder shall, prior to award of the construction contract, show" evidence that the following insurance is in effect: The above described coverage will include the City of Round Rock as additionally insured. 1 A) Comprehensive General Liability Minimum Limit - $500,000.00 - Bodily Injury - $250,000.00 - Property Damage - $300,000.00 - Personal Injury To include Premises -- operations, explosions, collapse, underground hazard, 11 completed operations, broad forms property damage, independent contractors, personal injury and contractual. • ' 1 8) Automobile Liability Minimum Liability - $250,000.00 - Bodily Injury (each person) - $500,000.00 - Bodily Injury (each accident) - $250,000.00 - Property Damage C) Umbrella Liability Minimum Limit - $1,000,000.00 0) Workers' Compensation Minimum Limit - $100,000.00 1 E) Cancellation Clause 30 days written notice required F) Performance and Labor and Material Payment Bonds in an amount no smaller than the amount of the accepted bid. 1 MAINTENANCE BOND In order to receive final acceptance the Contractor will be required to submit al two -year (2) maintenance bond naming the City of Round Rock as obligee. This bond shall be in the amount of 10% of the total contract amount EXCAVATION ' All excavation shall be unclassified. All excess excavation shall become the property of the Contractor, who shall then be ' responsible for the disposal of said excavation. RRSCA -4 1 DUA- 1528 -S &D INSPECTION This project will be subject to periodic inspection by Dippel, Ulmann & Associates, Inc. and full -time inspection by the City of Round Rock to confirm that the construction practices and materials are in compliance with the City standards of construction and specifications. CONTRACT CHANGES The Contractor shall not make any changes to the Contract Quantities without written authorization from the Owner. Any field changes in quantities, type of materials to be used or any item not covered under the signed contract must be submitted to the Owner for approval. Any change from the original Contract, not approved in writing by the Owner, installed by the Contractor in the field will be done at his expense. If engineering review of the unauthorized field change proves to be in error, then the Contractor shall remove said field change at his expense. CROSSING UTILITIES Every attempt has been made to locate existing utility lines. However, prior to commencing construction, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense; however, where such is not the case, the Contractor will cause such work to be done at his own expense. "AS- BUILT" DRAWINGS The contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall deliver this correctly marked set of drawings to the Engineer. 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 it is necessary to move services, poles, guy wires, pipelines, or other obstructions, the Contractor shall make arrangements with owners of utilities for such adjustments. 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. 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 numbers for the various companies: 1. Lone Star Gas - Transmission Lines: - Distribution Lines: 2. Southwestern Bell Telephone: RRSCA -5 (512) 244 -3652 Kenneth Brown (512) 244 -3652 Duanne Finn (512) 870 -5203 James Kokel 1 3. Texas Power & Light Company: (512) 255 -3666 DUA -1 528 -5 &D Wayne Tucker 4. City of Round Rock (water & sewer): (512) 255 -3612 John Justice, Chief Inspector Jim Nuse, Director of Public Works ' Al Willie, City Engineer 5. Round Rock Cable TV (512) 255 -1041 Frank Fontana 6. Williamson County Municipal Utility (512) 255 -7871 District No. 2 Mark DeBruler 7. T & L Property Service (512) 259 -0492 or 461 -2458 Terry Tuttle BLASTING No Blasting will be allowed on this project. RRSCA -6 1 1 1 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 bid. 1 Any question arising as to the limits of work shall be left to the interpretation of the Engineer. COPIES OF PLANS AND SPECIFICATIONS The Agreement will be prepared in not less than seven (7) 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. TESTING The Contractor will be responsible for providing all necessary equipment at his own' cost to perform any required testing of utilities. Bacterialogical testing will be paid for by the Owner. All material testing of concrete, utility backfill, subgrade, base, asphalt, and embankment will be paid for by the Owner. Any retesting due to ' failures will be retaken by the Owners Geotechnical Engineer and billed directly to the Contractor. 1 1 1 1 1 1 SUBSURFACE INVESTIGATION AND STREET DESIGN FOR SAM BASS ROAD ROUND ROCK, TEXAS Report for: PRE -TEST LABORATORY P.O. BOX 1014 GEORGETOWN, TEXAS 78626 File No. 2 -3987 5 March 1987 7ACE H. HOLT Ph.D. & ASSOCIATES INC. ?. 0. 1102 sr». AosaN. TA 1 TABLE OF CONTENTS INTRODUCTION 1 SCOPE 1 PROJECT DESCRIPTION 2 SUBSURFACE DESCRIPTION 2 GROUNDWATER 3 PAVEMENT DESIGN 3 PAVEMENT DESIGN SECTION 4 PAVEMENT CONSTRUCTION SPECIFICATIONS 4 REMARKS 5 SUMMARY OF LABORATORY TEST RESULTS GENERALIZED BORING LOCATION PLAN SOIL BORING LOGS (9) JACK E. HOLT Ph.D. & ASSOCIATES INC. P. 0. SOX 3171. AUSTIN. TZ Page SCOPE: SUBSURFACE INVESTIGATION AN0 STREET DESIGN FOR SAM BASS ROAO ROUND ROCK, TEXAS INTRODUCTION An exploration of subsurface soil conditions for existing sections of Sam Bass Road in Round Rock, Texas was authorized on 13 February 1987 by Mr. Bob Truitt of Pre -Test laboratory. The purpose of this exploration was to determine subsurface materials and to establish criteria for new pavement thickness design. This report was coordinated with Mr. Truitt. The following were performed in conjunction with this report: A. The laying out, drilling and logging of nine (9) soil borings to a depth of six (6) feet each below existing grade. Borings were laid out on a minimum spacing of 500 foot intervals. B. Samples were taken where possible. Undisturbed samples were taken using a Shelby Tube Sampler. Standard penetration tests were 1 ZACK H. BOLT Pb.D. & ASSOCIATES INC. P.O. SOX ISN. AUSTIN. TX performed using a 2 inch 0.0. Split- Barrel Sampler driven by a 140 pound hammer dropping a distance of thirty (30) inches. The number of blows to drive the sampler a distance of twelve (12) inches is recorded and shown on the attached Boring Logs. Grab samples were also taken off the auger flights. C. Water level measurements were made during the drilling operations and are noted on the Boring Logs. D. Laboratory tests were performed on selected samples to determine moisture content, shear strength and percentage of fine and coarse grain materials. The results of the tests aided in the classifica- tion of soils and defined the specific properties of the soil. PROJECT DESCRIPTION: The proposed project covered in this report consists of the existing section of Sam Bass Road from the intersection with Creek Bend Blvd. east approximately 4500 feet to the new pavement section just east of Somerset Drive. The existing roadway consists of a 60 foot R.O.W. with approximately a 30 foot pavement section. Drainage ditches exist on each side of the street (no curb and gutter). The area appears to be relatively flat and in some areas poorly drained. The drainage appears to slope to the south to- wards Brushy Creek. Several drainage channels or branches are crossed by the road. SUBSURFACE DESCRIPTION: The subsurface conditions are depicted in more detail by the Logs of Soil Borings. In general, the subsurface conditions found in our borings below the existing base and asphalt, consist of a thin layer of brown to 2 JACK H. HOLT Ph.D. t ASSOCIATES INC. P. 0. BOX MS AUSTIN. 1Z 1 1 reddish brown silty clays or clayey silts overlying a formation of weathered limestone rock. In Borings 8 -1, B -2, and 8 -5, the brown silty clays range in thickness from two (2) to three (3) feet and are overlying a limestone rock or silt formation. In the remainder of the borings, the thin layers of clay or silt are found overlying the limestone formation. The tan silts or clayey silts are low in plasticity and exhibit a good shear strength. The brown or reddish brown silty clays are low to moderate in plasticity. The tan weath- ered limestone ranged from medium to hard. The soil conditions described are based on a few widespread soil bor- ings over a relatively large area. Variations may occur between the borings. The stratification of the soils shown on the Boring Logs represents the sail conditions at the actual boring locations. GROUNDWATER: The borings were dry upon completion of the drilling operation, indi- cating that the groundwater level at the time of exploration was probably more than six (6) feet below the existing ground surface. Groundwater seeps through the fractured seams and joints and after heavy rains may be found near the surface. PAVEMENT DESIGN: The results of the Unit Dry Weight Tests, Moisture Content Tests, and Atterberg Limits Tests were compared with the results of similar tests that were performed in connection with Texas Highway Department triaxial compres- sion tests in the past in order to select the typical maximum THD triaxial compression classification for the subgrade materials in the area. Based on 3 JACI H. SOLT Pb.D. k ASSOCIATES INC. T. o. SOX am. AUSTIN. Ti this comparison and on past experience, the following THD triaxial classi- fication was selected. Subgrade Material Brown silty clay Tan silt THD Classification 4.7 4.3 The pavement thickness for this subgrade material and for typical street width of 60 foot ROW to be classified as commercial collector was determined using THD Classification of soils and pavement design curves for residential traffic. These thicknesses are tabulated below. PAVEMENT DESIGN SECTION: Materials Thickness Crushed Limestone Base Material 12 inches Hot Mix Asphaltic Concrete 2 inches PAVEMENT CONSTRUCTION SPECIFICATIONS: Pavement should be constructed and tested to meet the following re- quirements: 1. Hot Mix Asphaltic Concrete Surface - All materials shall be subject to the approval of the engineer when tested in accordance with the specifications and test methods outlined in THD Bulletin C - 14. 2. Crushed Limestone Base - The crushed limestone base shall be obtained from an approved source and shall be free of all deleteri- ous materials. The crushed stone base shall be compacted to a 4 JAGS N. BOLT Ph.D. & ASSOCIATES INC. P. 0. SOS 3171. AUSTIN. TZ density to at least 100% of the maximum density as determined by THO Test Method TEX- 113 -E. 3. Compacted Subgrade - The existing base should be removed and discarded and may be re -used only after inspection and testing by the soils engineer. All soft clays or any organic materials should be removed and the subgrade shall be compacted to a density equal to at least 95% of the maximum dry density as determined in accordance with THD Test Method TEX- 113 -E. 4. Compacted Embankments - Street embankments shall be graded and shaped for good drainage and shall be compacted to a density equal to at least 95% of the maximum dry density as determined in accord- ance with THO Test Method TEX- 113 -E. Fill material used in the em- bankment shall not exceed a P.I. of 20. 5. Drainage - The street shall be crowned for rapid run -off. The base material should extend at least eighteen (18) inches behind the curb line where possible. REMARKS: This report has been prepared in order to aid in the evaluation of this property and to assist the architect and engineer in the design of the proj- ect. It is intended for use with regard to specific projects discussed in general herein and any substantial changes in locations or grades should be brought to our attention so that we may determine how this may effect our 5 1 JACIE H. HOLT Ph.D. & ASSOCIATES INC. P. o. sox 79TI. AUSTIN. 1Z conclusions. If during the proposed construction, the soil strata are found to differ from that reported here, we should be notified immediately. This report contains soil boring lags which are used in arriving at foundation criteria and are not to be used by the excavation contractor in arriving at rock hardness or rock depth. The procedures, tests and recommendations of this investigation and report have been conducted and furnished in accord- ance with generally accepted professional engineering practices in the field of foundation, engineering soil mechanics and engineering geology. No other warranty is either expressed or implied. 6 JACK H. HOLT Ph.D. & ASSOCIATES INC. P. O. BOX MI. AMTS. TX Jack H . Holt�;�pZ OF, Ph.D., P.E.�j * 1� r + $ � JACK HA YON H i I e 35732 C J ,� If' s�5 G�LwS MN = NM M I MN MB — — — M M -- NM COMPRESSION TEST j OTHER TESTS Percent passing 1200 Sieve LABORATORY TEST PROJECT SAM BASS ROAD, ROUND ROCK, TEXAS JOB NO 2 -3987 DATE: 5 March 1987 = a - ii. � � ` c J r J Y J s I- •Of�NG M0. DEPTH SAMPLE IN /((T YO. TYPE OF ILL YOIf1U11[ CONTENT DENSITY Y on! ATTENDING LAO v i LL ►L II 2.0 -- Brown silty clay 27.9 110 50 27 23 2.2 -- -- -- 65 8-1 13-2 3.0 -- Brown silty clay 30.2 109 51 30 21 3.1 -- -- -- 69 2.5 -- Brown clayey silt 31.4 105 30 17 13 1.4 -- -- -- 74 B_q -- Brown clayey silt 29.9 107 28 15 13 3.1 -- -- -- 62 13-5 4.0 -- Brown clayey silt 30.1 110 28 12 16 2.2 -- -- -- BO B -7 B -9 2.0 _ 5.0 . -- Tan clayey silt 28.8 105 25 12 13 2.6 -- -- -- 71 • MN = NM M I MN MB — — — M M -- NM dz WOODS HERMITAGE B -1 • • B -6 • B -5 I _ _CREEK BEND BLVD. (... Generalized Boring Location Plan Sam Bass Road Round Rock, Texas LACY H. HOLT Ph.D. & ASSOCIATES INC. Date: 16 February 1987 Project Location: Round Rock, Texas .Crushed limestone base ti's Brown silty clay w /shall rock 5 Tan reddish brown 5 Tan weathered limestone (hard) SOIL DESCRIPTION SURFACE 2" Ascnalt Terminated at 6.0 feet Lag Or Boring For Sam Bass Road SAMPLE N- 9LCHS - YPE PER ;OCT S.T. Boring No. 9 -1 UNC.CC"o 5 TREND Tn T•P 2.2 MOISTJRE 27.9 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER REMARKS: upon Hole dry u n completion of drilling operation. GROUND WATER OBSERVATIONS G.W. ENCOUNTERED AT FT. G.N. AFTER COMPLETION FT. G.W. AFTER HRS. FT. JACK H. HOLT Ph.D. & ASSOCIATES INC. PO SOX 3R7f AUSTIN. TPXAS PM. AA7.SIS4 Date: 16 February 1987 Project Location: Round Rack, Texas SOIL DESCRIPTION SURFACE 14" Aspnait Log of Boring For Sam Bass Road ' \ _ : Crushed limestone base Brown silty clay w /small rock _ Becoming light brown (staff) Tan weathered limestone (hard) Terminated at 6.0 feet UNC. :C +P SAMPLE N - 9LCwS STRENCTn TYPE PER ;OCT Tyr S.T. Boring No.B - 2 3.1. 1101 . 1 - 30.2 TYPE OF SAMPLE O. - DISTURBED S.T. - SNELBY TUBE S.S. - SPLIT SPOON q C. - ROCK CORE ( ) - PENETROMETER JACK H. HOLT Ph.D. a ASSOCIATES INC r0 SOX 2171 AUSTIN. TiXAI ■N. 447 -1111 REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER HRS. FT. FT. FT. Date: 16 February 1987 Project Location: Round Rock, Texas TRT -`. 1Y" Aspnalt SURFACE ■Crushed limestone base ,-- •rown silty clay w /small rock I weathered limestone (medium hard to hard) SOIL DESCRIPTION Terminated at 6.0 feet Log of Boring For Sam Bass Road SAMPLE N -SUMS TYPE PER :00T Boring No. 3-3 UNC.CDMP, STRENGin T4R MC TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUIIE S.S. - SPLIT SPOON q C. - ROCK CORE ) - PENETROMETER JACK H. HOLT Ph.D. & ASSOCIATES INC. PO FOR 31711 AUSTIN. TiXAS PN. AA7 -1111 REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT 6.w. AFTER COMPLETION G.W. AFTER FT. FT. FT. Date: 16 February 1987 Project LOCatian: Round Rock, Texas RFRT SURFACE � \ 14" Aspnalt `\ ;Crushed limestone base 5 SOIL DESCRIPTION Tan weathered limestone (medium hard to hard) Terminated at 6.0 feet Log Of Boring For ' Sam Sass Road Light brown clayey silt w /small rock SAMPLE N -SLCMS TYPE PER FOOT S.T. Boring No. 8 -4 UNC sTRENCin TRP 1.4 MOISTURE 31.4 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R .C. - ROCK CORE ) - PENETROMETER JACK H. HOLT Ph.D. & ASSOCIATES INC. PO IOX 3171 LUITIN. TIXAI PH. 447.6166 REMARKS: Hole dry upon completion of drilling operation. GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.1. AFTER MRS. FT. FT. FT. Date: 16 February 1987 Project Location: Round Rock, Texas SOIL DESCRIPTION ascnalt Su aFACE Crushed limestone base �'', Light brown silty clay w /small rock layers Reddish brown clayey silt w /small rock 5�'•'. (stiff) Terminated at 6.0 feet Log Of Boring For Sam Sass Road SAMPLE T S.T. Boring No. 6 - UNC.C.:MP. N- SLOWS STRENST' M0157JRE • PER FOOT Tar 3.1 29.9 TYPE OF SAMPLE REMARKS: D. - DISTURBED S.T. - SHELBY TUBE 5.5. - SPLIT SPOON q C. - ROCK CORE ( ) - PENETROMETER Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT G.w. AFTER COMPLETION G.w. AFTER FT. FT. FT. JACK H. HOLT Ph.D. & ASSOCIATES INC. PO SOX 517, AUSTIN. TCXAS ►N• 447 -1161 Date: 16 February 1987 Project Location: Round Rock, Texas PPWT SURFACE 14" Asphalt , Crushed limestone base 'D\Tan silt w /small rock Tan weathered limestone 5 , (medium hard to hard) SOIL DESCRIPTION Terminated at 6.0 feet Log of Boring For sam Bass Road SAMPLE N -SLOWS TYPE PER FOOT Boring No. a - 6 UNC.:ZMP STREN6Im TiP Mo l S'.;R E TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON q C. - ROCK CORE C ) - PENETROMETER REMARKS: Hole dry upon completion of drilling operation. GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER MRS. FT. FT. FT. JACK H. HOLT Ph.D. & ASSOCIATES INC. PO ■OX 3971 AUSTIN. TeXA6 PM- 447 -6166 Date: 16 February 1987 Project Location: Round Rock, Texas Log of Boring Fo r Sam Sass Road Boring No. 9_7 SOIL DESCRIPTION 1y" Aspnalt SURFACE Crusred limestone base Redd1Sh brown clayey silt w /small rock Tan weathered limestone (medium hard to hard) Terminated at 6.0 feet SA 'YPE S T H -9L:w5 PER ROOT UHC.COMP. STREN5T' TSP 2.2 Mori 30.1 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON q . C. - ROCK CORE ( ) - PENETROMETER JACK H. HOLT Ph.D. ac ASSOCIATES INC. PC SOX 3271 AUSTIN. TEXAS rN. 447 -4142 REMARKS: Hole dry upon completion of drilling operation. GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT FT. G.M. AFTER COMPLETION G.M. AFTER HRS. FT. Date: 16 February 1987 Project Location: Round Rock, Texas SURFACE `:\ 2" Asphalt 1:,.\ Crushed limestone base r silt w /small. rock (stilt) S CI — Tan weathered limestone (medium hard to hard) TYPE OF SAMPLE 0. - DISTURBED S.T. - SHELBY TUIE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER SOIL DESCRIPTION Terminated at 6.0 feet JACK H. HOLT Ph.D. & ASSOCIATES INC. PO wax 3975 AusrtN. TEXAS PH. 447.11144 Log of Boring For Sam Bass Road REMARKS: Hole dry upon completion of drilling operation. SAMPLE TYPE N -SLOWS PER FOOT Boring NO.B -8 UNC.CJMP. STRENGTH T4R M0I5'JRE 4 GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT G.w, AFTER COMPLETION G.w. AFTER MRS. FT. FT. FT. 1 1 1 1 1 Date: 16 February 1987 Project Location: Round Rock, Texas Boring No. 8 -9 '..:1;:.\,2" Asphalt --'1'C\ Crushed 1lmestone base Brown silty clay w /sma11 rock Layered rock w /tan clayey silt layers 5 \I\ (medium hard) Tan rlavev sett SOIL DESCRIPTION SURFACE Terminated at 6.0 feet Log of Boring For Sam Bass Road SAMPLE TYPE S T N -BLOWS PER FOOT UNC.CDMP. STRENCTN TSr 2.6 MOIS'JRE 28.8 TYPE OF SAMPLE 0. - DISTURBED S.T. - SNELIY TUBE S.S. - SPLIT SPOON q . C. - ROCK CORE ( ) - PENETROMETER JACK H. HOLT Ph.D. at ASSOCIATES INC. r0 sox 7171 AURT1N. TVCAS PH. 447.1144 REMARKS: Hole dry upon completion of drilling operation. GROUND WATER O$SERVATIONS G.W. ENCOUNTERED AT G.W. AFTER COMPLETION G.M. AFTER HRS. FT. FT. FT. DUA- 1528 -S&:D TECHNICAL SPECIFICATIONS FOR TRENCH SHORING TECHNICAL PROVISIONS EXCAVATION, RESPONSIBIi_ITY, TRENCH DESIGN, ANO SHORING 1. General: 1.1 This section covers the contractors responsibility for protection and safety of personnel working in trenches or excavated areas. These specifications are developed to conform with the require- ments of all Occupational Safety and Health Administration (OSHA) Construction Standards and applies but is not limited to Subpart P, Part 1926 of the Code of Federal Regulations. All regulations and requirements set forth by County, City, State or Federal shall also govern and are included as a part of these specifications. 1.2 The geotechnical engineers boring logs are a part of this speci- fication and depict subsurface conditions along the utility right - of -way. The contractor shall review the logs and become intimately familiar with the subsurface conditions and have his safety offi- cer and all on -site personnel become familiar with the type of soil, rock, and water conditions that may be anticipated. Where soil borings are made on 500 foot centers, variations between borings will occur. The contractor's safety officer and personnel are responsible for detecting these conditions and take appropri- ate action to provide additional safety measures from all hazard- ous trench conditions. If any question should arise as to the adequacy or safety of trench shoring or trench boxes or other protective employed measures, all work should stop immediately and the owner or owner's representative be notified. Under all circum- stances, the contractor has the full responsibility and liability to assure the safety and welfare of personnel working in trenches. 2. Applicability: 2.1 These specifications apply, except for noted conditions, to all utility trench excavations greater than 5 feet in depth as established from natural grade or from soil or rock cuttings placed closer than 4 feet from the trench sidewall. Noted conditions apply to but are not limited to where groundwater is encountered at depths of less than 5 feet, where fill is encountered, or other unstable soil conditions exists. Unstable sail conditions are those soils which experience displacement due to "quick" conditions or from dynamic or static loading. 3. Trench Safety Program: 3.1 These specifications set forth a minimum safety program directed in assuring safe working conditions in utility trenches. In no way should it be construed that this program relieves the contractor of his liability and responsibility for the safety of his person- nel while working in trenches. 1 3.2 The contractor must designate in writing to the owner an on -the- joo worker within his organization as a Safety Officer. The con- tractor assumes full responsibility in assuring his Safety Officer is thoroughly familiar with the soil or rock types, moisture con- ditions, groundwater, trench box construction and assembly, shor- ing, bracing, and any and all aspects of the methods used to make the trench safe. The Safety Officer shall make inspections of trenches prior to entry of workers into trenches, at the beginning of each day, and during the progress of advancement of the utili- ties and trench excavation. A daily log will be kept noting date, weather conditions, time of trench inspection, shoring or trench box condition, soil and rock conditions, moisture conditions, pulling of trench shields, and any and all conditions affecting trenches or workers. The safety log will be retained at the job site for review by the owner or the owner's representative and at the termination of the job, the safety log will be turned over to the owner as assurance of compliance with OSHA and State require- ments. All workers will be briefed by the Safety Officer of unsafe trench and sidewall conditions and the proper assembly of trench boxes and shoring and working in and around shoring members. A safety meeting of all personnel will be held on a minimum of once each week at which time safety conditions and procedures will be reiterated. Any unusual conditions will be brought to the atten- tion of the owner or owner's representative at which time an evaluation will be made of the adequacy of the trench system. The contractor must make himself aware of any unsafe trench conditions and take all precautions to insure the safety of his workers. 3.3 An injury or death occurring or property damage as a result of the contractor's non - compliance with the trench excavation safety plan or from the owner's omission of unforseen safety requirements from the plan, shall remain the sole liability and responsibility of the contractor. 3.4 Conditions such as unusual soil or moisture changes which may warrant modification of shoring or trench boxes or to the scope of the contract, shall be brought immediately to the attention of the owner and all work in the immediate area shall stop until a posi- tive fix is worked out between the owner and contractor. Such action does not relieve the contractor of any liability or re- sponsibility for the safety of his workers. 4. Trench Wall Reinforcement: 4.1 Construction plans shall be followed to assure trench excavation limits are not exceeded. Sidewall sloping or benching as shown on attached drawings does not relieve the contractor of the responsi- bility of conforming with the plans and specifications. Where benching or sloping cannot be achieved, trench wall reinforcement or a combination of the two shall be achieved. Drawings or trench box recommendations do not relieve the contractor of his responsi- bility or liability of conforming with OSHA safety standards set forth in Subpart P, Part 1926 of the Code of Federal Regulations. 2 4.2 Trenches excavated in sand or clay soil or loose and fractured rock shall be reinforced to withstand sail pressures, sloughing, and caving. The reinforcement may consist of any suitable shoring, bracing, sheeting, piling, or trench boxes to withstand earth pressures as stated herein. Trenches deeper than 5 feet into the dark brown organic clays as depicted on the boring logs, shall be reinforced to comply with OSHA standards. 4.3 Trench widths greater than 6 feet and deeper than 5 feet shall be benched. The bench shall commence at each trench sidewall and shall extend horizontally a distance of 4 feet from the trench. 4.4 The contractor's trench reinforcement shall comply with the attached drawing or drawings. 4.5 The contractor shall have the option of designing his own trench reinforcement so long as the design conforms with OSHA and State requirements and is signed and sealed by a registered engineer in the State of Texas. The drawings must be submitted to the owner for approval with a statement certifying the trench reinforcement is designed to resist existing lateral earth pressures of up to 450 # /SF and unstable soil conditions and conforms with OSHA safety standards. 5. Trench and Shoring Inspection: 5.1 Contractor - Contractor shall be aware of trench conditions at all time s. shall familiarize himself with boring logs, boring log locations, and anticipated soil conditions. Should changes occur such as stratification of soils, color changes, rock or sand con- tent, water content or unstable soil conditions, workers shall be removed from the trenches and work in these areas must not proceed without consultation with owner or his representative. 5.2 Contractor's Safety Officer shall inspect trench and trench wall protection devices each morning prior- to personnel entering the trenches. Sidewall layback, walls, and trench bottoms shall be checked for deformation, wetting conditions, fractures, shear planes, and possible sloughing. In areas where suspective unstable soils exist or in deep cut sections, the inspection will be on a continuous basis. 5.3 The contractor shall perform daily inspection of all protective shoring. It shall be his responsibility to see that all struts or wall bracing are properly fastened and secure and that all members are in good condition. Damaged or faulty bracing shall be replaced immediately. The contractor has the responsibility to see that trench reinforcement is not abused or misused and is used only for its intended purpose. The practice of hanging pipe or other materials from struts or other members will not be tolerated. 5.4 Owner - The owner or his representative shall inspect the trench sii:e on a daily basis. Trench shoring and trench conditions will be discussed with the contractor's Safety Officer. The Safety Officer's daily log book will be reviewed an a daily basis. These daily inspections in no way relieves the contractor of his re- sponsibility for assuring the safety of his personnel. 3 5.5 Prior to commencement of work, the owner or owner's representative shall meet with the contractor and contractor's Safety Officer. Soil and rock conditions will be reviewed and the contractor's safety program and shoring procedures will be reviewed and approv- ed or disapproved. 6. General Trench Requirements: 6.1 The conditions set forth are requirements to be met by the con- tractor but in no way relieve the contractor of any liability or responsibility for a safe and complete job. 6.2 Prior To Any Excavation: 6.2.1 The contractor shall submit in writing his proposed safe- ty plan including the name of his Safety Officer and his proposed method of trench shoring. 6.2.2 Construction plans show the general location of under- ground utilities. It is the contractor's responsibility to verify exact location of all utilities by consulting with respective utility owners or by the use of proper sounding equipment. Damages resulting from the destruc- tion or interruption of utilities are the sole liability and responsibility of the contractor. 6.2.3 limits of trench excavations are delineated on the construction drawings and it shall be the contractor's responsibility to accurately layout the limits and to notify the owner or his representative of any conflicts with the plans prior to construction. 6.3 During Excavation: 6.3.1 When existing utilities are uncovered during trench exca- vation, all such utilities will be properly protected to assure no interruption of services. As work advances, proper bedding, backfilling, and compaction around the utilities shall be accomplished by the contractor. 6.3.2 As previously stated in paragraph 3.2 of these specifi- cations, the contractor's Safety Officer shall perform continuous safety inspection of the trench and trench shoring devices. 6.3.3 Special attention shall be given to trenches following rainfall. The contractor and his Safety Officer shall carefully examine all aspects of the trench sidewalis and bottoms and if a suspective condition exists, work shall stop and the owner or his representative shall be noti- fied. A joint meeting shall be held to determine a safe approach to shoring of the trenches. 4 6.3.4 Particular attention shall be given to displacement of rock or soil cuttings. Where shoring is provided, all excavated material shall be placed no closer than five (5) feet from the trench opening and shall be stockpiled on a minimum slope of 1 horizontally to 1 vertically. Rounded rock or unstable excavated material which could slide or roll back in the trenches shall be removed from the site. 6.3.5 The contractor shall be responsible for removing all excessive water from the trenches and shall provide adequate drainage at the trench opening to prevent the entry of surface water. 6.3.6 The contractor and contractor's Safety Officer shall assure the safety of workers during operation of heavy equipment near trench opening. Particular attention shall be given not to impose loading on the trench walls which may cause sloughing, caving or dislodging of soil or rock cuttings. Repetitive dynamic loading near the trench opening can cause unstable soil or rock conditions and may result in trench failure. The' Safety Officer must make himself aware of these conditions and continuously inspect areas where repetitive loading is occurring. 6.3.7 The contractor is solely responsible to assure that all equipment (mobile and static) cannot roll or slide into a trench opening. Stop logs, barricades, grading, warning signs, lights, and other means shall be used to assure safe trench conditions. 6.3.8 Excavation shall not advance faster than 10 days of utility placement. Under unusual conditions, the owner may grant exceptions, however, the contractor shall be required at no extra cost to the owner to protect trench sidewalls from drying out or becoming over wetted. 6.3.9 Trench sidewalls must not be left unsupported longer than 48 hours. Where possible, shoring shall closely follow the excavation within a safe distance. 6.3.10 Trench and excavated support systems will be installed from the top to bottom. Struts shall be made horizontal and hard shimmed. 6.3.11 Trench protection equipment, material, and devices shall be kept in good serviceable conditions. Timber or mechanical devices which show defects shall be immedi- ately replaced. Special attention shall be given to damaged struts, loose shims, timber members containing checks, knots or stress cracks, and leaking hydraulic or pneumatic devices. 6.3.12 Trenches or excavated areas having depths greater than four (4) feet shall be equipped with ladders or steps spaced no further than twenty -five (25) feet of lateral travel. 5 6.3.13 Tne contractor has the sole liability and responsiblilty for complying with Federal, State, County, and City laws and regulations governing the physical protection of ex- cavated areas. Proper warning signs, protective barriers, lights, coverings, etc. shall be provided and maintained in good condition to safeguard the public and animals. 6.3.14 Where required by the owner, properly and safely designed walkways or bridges shall be provided to permit trench crossing. 7. Special Considerations: 7.1 All previously filled areas where the new utility crosses shall be shored. 7.2 All groundwater points must be sealed or controlled to assure no wetting of the sidewall or flooding of the trench occurs. 7.3 Where rock is encountered, vetical rock faces shall be shored. Slope rock faces shall be inspected by the contractor or his Safety Officer for loose joints, fractures, seams or failure planes. If such conditions are found, proper shoring shall be provided. 8. Definitions - Definitions contained herein are given by OSHA Safety and Health Regulations, Part 1926, Subpart P, Paragraph 1926.653. 8.1 "Braces" - The horizontal members of the shoring system whose ends bear against the uprights or stringers. 8.2 "Changed Conditions" - Where soil conditions such as moisture content, groundwater, development of desiccation cracks or joints, or soil stratigraphy change from those originally designated on the grading plans or following initial excavation. 8.3 "Dewatering System" - A mechanical system which artificiallly lowers the static groundwater to a level which prevents ground- water seepage into the excavation. These include; well - points, sumps, pumping wells, or cut -off walls. 8.4 "Groundwater" - Water that is present in the soil in sufficient quantities that it will flow and collect at a point. This includes a natural aquifer water level or a perched groundwater on top of an impervious layer. 8.5 "Lagging" - H-piles and excavation. 8.6 "Rock" - A hand. This Shale is to Horizontal boards supported by the flanges of two are used to separate the natural soil from the mass of soil particles that cannot be excavated by includes any weathered rock that contains soil seams. be considered a rock material. 6 8.7 "Running Soil" - Soils that possess a fluid behavior generally brought about by excess moisture or imbalanced hydrostatic (water) conditions. 8.8 "Sheet Pile" - A pile or sheeting that may form one of a continu- ous interlocking line or a row of timber, concrete, or steel pile, driven in close contact to provide a tight wall to resist the lateral pressure of water, adjacent earth, or other materials. 8.9 "Sides" - Also referred to as "walls ", or "faces ". The vertical or inclined earth surfaces formed as a result of excavation work. 8.10 "Slope" - The angle with the horizontal at which a particular earth material will stand without movement. 8.11 "Stringers" - Also referred to as "wales ". The horizontal members of a shoring system whose sides bear against the uprights or earth. 8.12 "Trench" - An excavation made below the surface of the ground whereby the depth is greater than the width, but the width is less than fifteen (15) feet. A trench may consist of the void between unsupported earth and the wall of a structure if the wall is within fifteen (15) feet of the unsupported earth. 8.13 "Trench Shield" - A shoring system composed of steel plates and bracing, welded or bolted together which support the walls of a trench from the ground level to the trench bottom, and which can be moved along the trench bottom as work progresses. 8.14 "Uprights" - The vertical members of a shoring system. * * * * * * * * * * * * * * * * ** 7 SUBSURFACE INVESTIGATION AND TRENCH SHORING DESIGN FOR SAM BASS ROAD ROUND ROCK, TEXAS INTRODUCTION An exploration of subsurface soil conditions for existing sections of Sam Bass Road in Round Rock, Texas was authorized in letter dated 15 October 1987 by Mr. Alvin Wille of the City of Round Rock. The purpose of this exploration was to determine subsurface materials and to establish criteria for trench shoring design. SCOPE: The following were performed in conjunction with this report: A. The laying out, drilling, and logging of eight (8) soil borings to a depth of ten (10) feet each below existing grade. Borings were laid out on a minimum spacing of 500 foot intervals. B. Samples were taken where possible. Undisturbed samples were taken using a Shelby Tube Sampler. Standard penetration tests were performed using a 2 inch 0.0. Split- Barrel Sampler driven by a 140 pound hammer dropping a distance of thirty (30) inches. 1 JACK H. HOLT Ph.D. & ASSOCIATES INC. P. O. BOX _979, AUSTIN, TS The number of blows to drive the sampler a distance of twelve 1 II (12) inches is recorded and shown on the attached Boring Logs. Grab samples were also taken off the auger flights. II C. In addition to the field testing and sampling a supplemental laboratory testing program was conducted. Laboratory tests were , performed on selected samples to determine moisture content, ' shear strength, and percentage of fine and coarse grain materi- als. The results of the tests aided in the classification of I soils and defined the specific properties of the soils. i t I I E 1 PROJECT DESCRIPTION: i ' The proposed project covered in this report consists of the existing section of Sam Bass Road from the intersection with Creek Bend Blvd., east ' approximately 4500 feet to the new pavement section just east of Somerset Drive. The existing roadway consists of a 60 foot R.O.W. with approximately ' a 30 foot pavement section. Drainage ditches exist on each side of the ' street (no curb and gutter). The area appears to be relatively flat and in some areas poorly drained. The drainage appears to slope to the south to , wards Brushy Creek. Several drainage channels or branches are crossed by 1 the road. II I SUBSURFACE DESCRIPTION: 1 . The subsurface conditions are depicted in more detail by the Logs of , Borings. Some variation in soil conditions were found in our borings. In general, the subsurface conditions found in our borings below the existing 1 base and asphalt, consist of a thin layer of brown to reddish brown silty clays or clayey silts overlying a formation of weathered limestone rock. , The limestone rock is fractured and weathered and is separated by thin 2 JACK S. r IIO oL & usrt. C v CIATE3 INC. ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 layers of tan silts or reddish brown silty clays. In some borings the rock is thickly bedded in three (3) to five (5) foot solid layers. The tan silts or clayey silts are low in plasticity and exhibit a good shear strength. I The brown or reddish brown silty clays are low to moderate in plasticity. The tan weathered limestone ranges from medium hard to hard. Soil conditions described are based on a few widespread soil borings over a relatively large area. Variations may occur between the borings. The stratification of the soils shown on the Boring Logs represents the soil conditions at the actual boring locations. GROUNDWATER: The borings were dry upon completion of the drilling operation, indi- cating that the groundwater level at the time of exploration was probably more than ten (10) feet below the existing ground surface. Groundwater seeps through the fractured seams and joints and after heavy rains may be found near the surface. REMARKS: This report has been prepared in order to aid in the evaluation of this property and to assist the architect and engineer in the design of the project. It is intended for use with regard to specific projects discussed in general herein and any substantial changes in locations or grades should be brought to our attention so that we may determine how this may effect our conclusions. If during the proposed construction, the soil strata are found to differ from that reported here, we should be notified immediately. 3 JACK H. HOLT Ph.D. & ASSOCIATES INC. 1..0. sox 3119. AUSTIN. TS I This report contains soil boring logs which are used in arriving at founda- 1 tion criteria and are not to be used by the excavation contractor in arriv- °I ing at rock hardness or rock depth. The procedures, tests and recommenda- I tions of this investigation and report have been conducted and furd in 1 accordance with generally accepted professional engineering practices the field of foundation, engineering soil mechanics, and engineering geol- ogy, No other warranty is either expressed or implied. Q - �r / t�' Jac (1, H. Holt,y ` /Ph.D., P.E. Jr* • • JACK HA§YUN H L "�� 44i"eiSISVP All 4 4 N � 35732 .. 4 JACK 8. HOLT Ph.D. & ASSOCIATES INC. P. 0. 80S : " TX 1 1 1 1 1 1 7 1 1 1 1 1 1 1 1 1 MI M - M ON NE =M OM - - - - - - - - - I LABORATORY TEST PROJECT SAM BASS ROAD, ROUND ROCK, TEXAS UTILITIES TRENCII SAFETY PROGRAM JOB NO 11 -19287 DATE: 10 November 1987 PEST OTHER TESTS Per cent Passing $290 Sieve 68 ill MOKS7Y4n02 1.11• 1116 LATERAL PRECCURC Ps _ 7Yflllt! 7411 I� •ONING N O. DL PIN IN PICT SAYILE NO TYNE Of SATE•1AL YOISTUNL CONTINT Y ONY ATTEN• T5 IRO LAN DENSITY _icir LL ■L P1 B -1 Tan silt w /small rock 28.3 109 27 14 1.3 2.1 -- -- -- 3.5 -- 2.5 -- Brown silty clay 29.9 108 50 29 21 2.9 -- -- -- 70 13-3 B -4 6.5 -- Reddish brown silty clay 26.2 115 49 28 21 3.6 -- -- -- 87 10.0 -- Reddish tan clayey silt 25.1 116 24 13 11 1.8 -- -- -- 59 0 -6 MI M - M ON NE =M OM - - - - - - - - - I r' 0 0 z " a H H C H 2 n 0 z 13-4 B -3 35 +08 NOTE: STATIONS SHOWN ARE STREET STATIONS B -1 Generalized Boring Location Plan Sam Bass Road Drainage Improvement Round Rock, Texas B -5 10y\ B - 7 +72 END OP CONSTRUCTION JACK H. HOLT PH.D.,P.E. & ASSOCIATES P.O. UOX 9979 AUSTIN, TE XAS - 1111.1 - MN NM NM M — — — — — MI i O — — — — — I• 1/3 D • t I _WIDTH .... (REF.) TYPE D TYPE A S D J MINII•I U M 1' UPRIGHTS (TYP.) 'y STRINGERS (TYP.) STRUTS (TYP.) 1 / m INTACT LIMESTONE ROCK o g Q X 0 REF: Tables No. I and II for locations and details ROCK _ JACK H. HOLT PH.D.,P.E. & ASSOCIATES P.O. UOx 3979 AUSTIN, TtxAs —i -- li TYPICAL. TRENCH CROSS SECTIONS (N.T.S.) TYPO C NOTES: 1. Ton and bottom strut should be located at 1/3 points of trpneh death. 2. Uprights should extend a minimum of 1' above top of trench. Drawing No. I STORM SEWER LINE & STATION Storm Sewer Line "A" from Sta. 3 +35 to Sta. 21 +25 (includes laterals Storm Sewer Line "6" from Sta. 0 +90 to Sta. 14 +30 (includes laterals) DEPTH BELOW EXISTING GRADE APPLICABLE BORING (Approx.Sta.) B -1 Sta. 4 +85 10 ft. 8 -2 Sta. 10 +00 10 ft. B -3 Sta. 15 +00 10 ft. B -4 Sta. 19 +90 10 ft. B -5 Sta. 1 +55 10 ft. 8-6 Sta. 6 +50 10 ft. 6 -7 Sta. 3 +50 10 ft. Storm Sewer Line "C" B -8 Sta. 3 +50 10 ft. from Sta. 1 +00 to Sta. 3 +79.60 Notes: *Type C or B may be used upon approval of engineer. Type A must be used for soft, sandy or wet soils. SOIL CONDITIONS JACK H. HOLT PH.D.,P.E. & ASSOCIATES p.n. BOX 3979 AUSTIN. TEXAS Stiff clays, or gravelly clays overlying fractured weathered limestone Stiff clays, or gravelly clays overlying fractured weathered limestone Tan weathered limestone overlying layered rock w /clayey silt layers RECOMMENDED SHORING Type 8* rock Type B* rock Type 8* Table No. I MTh — — — — IM — — — I— WI — — — i— — NM MN - MI MI MN - - - - -- -- NM MN MI MI I Uprights SIZE AND SPACING OF MEMBERS Stringers Strut Dimension and Spacing Trench Type Min. Max. Min. Max. Trench Width (ft.) Maximum Spacing Depth Shoring Dimension Spacing Dimension Spacing 0 -3 3 -6 6 -9 9 -12 Vertical Horizontal IT TTY (inches) (ft.) (inches) (ft.) 0 -7' A 2x6 close 4x6 4 2x6 4x4 4x6 6x6 2 4 sheeting 0 -7' 8 2x6 4 4x6 4 2x6 4x4 4x6 6x6 2 4 0 -7' C 2x6 4 - -- 2x6 4x4 4x6 6x6 2 4 0 -7' D - -- - - -- - -- - -- - -- - - Notes: 1. Type shoring "A" pertains to soft, sandy, or wet soils. 2. Type shoring "B" pertains to stiff clay or gravelly clayey soils. 3. Type shoring "C" pertains to jointed and fractured rock 4. Type shoring "D" pertains to intact limestone rock. 5. Trench boxes may be substituted for timber shoring where approved by a Professional Geotechnical Engineer. 6. Screw jacks may be substituted for timber struts if of comparable strength. 7. Wood members should be full dimension hardwood. JACK H. HOLT PH.D..P.E. & ASSOCIATES P.O. OOX 3979 AUSTIN, TEXAS Table No. 1I Log of 30eIng For Sam Saes Road Drainage Improvement Date: 26 October 1987 Project Location: Sam Bass Road, pound Rock, Texas SOIL :ESCRI'TION SURFACE Ley" asphalt ru ea Imes one ..ase Tan silt w sma rocx (stI££) 10 Layered rock CV1an silt (medium Terminated at 10.0 feet SAMPL .N-3. $ Sy 0 ; N . n °O: 31 - -vPE IPEa :CC - . S.T. 2.1 i 28.3 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON B.C. - ROCK CORE ( ) - PENETROMETER JACK H. HOLT P & ASSOCIATES ENC. Po sax 3979 Pty• 447.01 REMARKS: Hole dry upon completion of drilling operation. GROUND LATER OBSERVATIONS G.W. ENCOUNTERED AT 3 .W. AFTER COMPLETION G.w. AFTER FT. FT. FT. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of_....tr, Sam '_ass Fad Date: 26 Cctoner 1937 �rai "ace _ pro•rement Project Location: Sam Sass ?: ad, Round Rock, Texas 2' Asphalt i.� Crushed limestone (Base) -Brown silty clay w /small rock 5 --, Layered limestone w tan si t ayers Tan weathered limestone (hard) SOIL :_SCR: °':ON SURFAC: 'rermina e 2or:ng '!o. a -2 SAMPLE N- L S7A E.467n "0 - voc = R , SF TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER REMARKS: Sole dry upon completion of drilling operation. GROUNO WATER OBSERVATIONS 5.8. ENCOUNTERED AT G.w. AFTER COMPLETION G.w. AFTER HRS. FT. FT. FT. JACK H. HOLT Ph.D.3: ASSOCIATES INC. PO BOX 3979 AUSTIN. TCXAS PM. 447.8166 Date: 26 October 198" mound Rock, texas Project LocatlOn: Sam as ?cad, SOIL '- ESCRI SURFACE 1 1/2" Asphalt � \Crusne • >mestone Base • Brown s -E clay wJsmall rock 5 — *_,ayered limestone w /reddish tan silty clay layers M.7177 (medium hard) TYPE OF SAMPLE O. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON B.C. - PENETROMETER REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIO G.w. ENCOUNTERED AT I G.W. AFTER COMPLETION G.W. AFTER FT. FT FT. JA s ox HO Phil P uD. & TES INC. ASSOCIATES PI. 647.81 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Log of Ei'-lno FO' Sam ?ass ?Dad :at... 25 October 13.37 Drainage Improvement Project Location: Sam Bass ?cad. Bound Rock, Texas 5 I- Reddish brown clayey silt - ----, \ w /sva11 rock �i Tan weathered limestone (hard) Reddish — awn silty clay (stiff) -- 10 SOIL 3ESCRI ?7ION SURFACE \14" Asphalt .\ Crushed limestone (Base) , Black silty clay w /small rock \ F= \ Tan weathered limestone (hard) Terminated at 10.0 feet i ?cR =r�* S.T. 3or 3 - SANm 37;46T., , +SF 3.6 26.2 TYPE OF SAMPLE 0. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON P.C. - ROCK CORE ( ) - PENETROMETER REMARKS: Pole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS E4COUNTERE7 AT F7. G.W. AFTER COMPLETION F7. G.W. AFTER HRS. FT. JACK H. HOLT Ph.D. & ASSOCIATES INC. PO ®OX 3979 AUSTIN. TEXAS PM. 447.8166 ee« I SOIL CESCRIPT.CN SURFACE s_naL N Si' S'REN.;. .0; TsF —, i ,= \ 14 asphalt „ ., \ limestone (Base) — — ' —._ 10 \ Crushed brown silty ciay w/rocx Tan weathered limestone (hard) -- Layered limestone w /reddish brown silty clay layers (medium hard) — Terminated at 10.0 feet ; of 2o-r; For Sam Bass ?nad Date: 26 October 987 Drainage improvement Project Location: Sam Bass Road, Round Rock, Texas JACK H. HOLT Ph.D. & ASSOCIATES INC. Po Sox 3979 AUSTIN. TEXAS P$. 667.8161 Boric; No. 8 -5 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON q . C. - ROCK CORE ( ) - PENETROMETER REMARKS: Hole dry upon completion of drilling operation. GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER MRS. FT. FT. FT. 1 1 1 Log of 3 ' r9 FOr Sam Bass ?Dad pate: 26 Octoner 1937 Cra lace .mproverent Project Location: Sam Sass Road, Round Rock, Texas °or :r7 '.0. 8 -6 • SOIL DESCR :FT:ON S• RFA - C S4++ N -s6z,s 574E46 - ,s,. "01 5'.4., _ JT 51— 14" Asphalt 1.8 25.1 .,_ f= . Crusnea Tan (medium Limestone (Base) weathered limestone hard to hard) 10 Reddish tan clayey silt w /sma11 rock S.T. Terminated at 10.0 reet TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON M . C. - ROCK CORE ( 1 - PENETROMETER REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.w. ENCOUNTERED AT FT. G.w. AFTER COMPLETION FT. G.W. AFTER HRS. FT. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 JACK H. HOLT Ph.D. & ASSOCIATES INC. PO SOX 3979 AUSTIN. TEXAS PH. 447.8166 Log of ~ ;ng For Sam Sass ?cad Date: 26 October 1037 Drainage Improvement Project Location: Sam Cass ?Bad, Round Rock, Texas vCT �Y Asp na)S `RFAC_ • Crushed limestone (Base) 5-I- - Zddish brown silty clay w/Small rock r Layered rock w /reddish brown clayey silt - layers (medium hard) t 10 1 TYPE OF SAMPLE O. - DISTURBED S.T. - SHELBY TUBE S.S. ' SPLIT SPOON I.C. - ROCK CORE - PENETROMETER SOIL 7,ESCR:Pr: n1 Tan weathered limestone (hard) Terminated at 10.0 feet JACK H. HOLT Ph.D. & ASSOCIATES I`C. PO YOX 3979 AUSTIN. TEXAS PM. 447.8189 REMARKS: Hole dry upon completion of drilling operation_ Boring No. B -7 S'RENC.n - Y°E PER r..7,07 TSF GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT G.w. AFTER COMPLETION G.w. AFTER HRS. FT. FT. FT. 1 1 1 Log of 3oring For Sam Sass Road Date: 26 October 1987 Drainage Improvement Project LOcat10n: Sam Bass Road, Round Rack, Texas 10 h.: \1y" asphalt \Crushed limestone (Base) 5 SOIL DESCRIPTION SURFACE Tan weathered limestone (hard) Layered rock w /tan clayey silt layers (medium hard) Terminated at 10.0 feet 3or:ng No. 3-8 SAMPLE N-3.CnS STRE4tTn "YPE :PER :COT-sF TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.W. ENCOUNTERED AT G.w. AFTER COMPLETION G.w. AFTER HRS. FT. FT. FT. JACK H. HOLT Ph.D. & ASSOCIATES PO SOX 3979 AUSTIN. TEXAS PH. •67.8166 DUA- 1528 -S &D SUPPLEMENTAL SPECIFICATIONS DUA- 1528 -S &D SUPPLEMENTAL SPECIFICATION CONSTRUCTION DETOUR General This specification shall govern for the handling of traffic during construction. Specification The Contractor will be required to submit, at the time of the pre construction meeting, a minimum of two (2) detour and traffic handling plans that he wishes to use on this project. The Owner will review and select the plan that he feels will be best suited for the public. The Owner reserves the right to make any changes or modifications at no additional cost to him. These plans must include the following criteria. 1. All signs, barricades, etc, used in handling traffic must conform to the current edition of the Texas Manual of Uniform Traffice Control Devices for Street and Highways. 2. When handling traffic on any existing roadway the Contractor must comply with City of Austin Specification No. 220 (Sprinkling for Dust Control). 3. When traffic is diverted from any existing roadway the Contractor shall construct a temporary roadway with a minimum of 4" of base and an emulsified asphalt treatment in accordance with City of Austin Specification No. 310. The above criteria must be applied in such a way that all adjoining land owners, businesses and emergency vechicles will have 24 hour access. Payment This item shall be paid for by the unit contract price bid per lump sum. Payment for this tiem shall include all materials, labor and any other incidentals necessary to complete this item. Prior to construction the Contractor will be required to submit a cost breakdown of his approved traffic plan to be used in evaluating partial payment of this item. DUA- 1528 -S &D SUPPLEMENTAL SPECIFICATION UTILITY RELOCATION (Revised) General These specifications shall govern for the relocation of any existing water or wastewater utility. Relocation of any existing gas, telephone, cable television or electric utility will be done at the Owners expense by the entity with jurisdiction. The Contractor should pay special attention to the general notes regarding existing utilities on plan sheet 2 of 20. Sequence of Relocation Prior to any construction the Contracotr shall locate horizontally and vertically any existing utility that is shown on the plans or that is brought to his attention during the pre- construction meeting that could pose as a problem during construction. Once a utility has been located and determined that a conflict exists with construction the Contractor shall notify the Owner and the Owner's representative so that the following may take place: 1) Determine the best possible way for relocation; 2) Determine what type of pipe and fittings, if any, shall be used or reused; 3) Schedule and notify customers of shut down of service; Once the utility has been relocated the Contractor, Owner, and Owner's representative shall measure the quantity of materials used and payment will be made in accordance with the unit prices outlined under payment. Payment Utility relocation will be paid for by the unit price as outlined in these specifications which price or prices shall be full compensation for a complete utility relocation or adjustment including but not limited to excavation, removal and disposing of existing pipe, bedding material, laying of pipe, backfilling, cleanup, and testing. The Contractor will be responsible for providing all necessary equipment at his own cost to perform any required testing of utilities. Bacterialogical testing will be paid for by the Owner. Material 12" Ductile Iron Class 50, all 8" Ductile Iron Class 50, all 6" Ductile Iron Class 50, all 4" Ductile Iron Class 50, all 2" Polybutylene, all depths 1}" Polybutylene, all depths 1" Polybutylene, all depths Concrete Encasement Fittings Wet Connection, all sizes depths depths depths depths Unit Price $ 35.00 /LF 24.00 /LF 20.00 /LF 18.00 /LF 11.00 /LF 10.50 /LF 10.00 /LF 125.00/CY 2,600.00/TN 500.00 /EA Subtract from Unit Price if Existing Pipe is Re -Used $ 13.00 8.00 5.00 4.00 NOTE: The unit price for 2 ", 11 ", and 1" water service pipe shall include tapping the main, if necessary, and all fittings. DUA- 1528 -S &D PLANS NOTICE The plans for the work, covered by this contract are under separate cover, but they are considered as attached and are a part of this contract. Also, the City of Round Rock Standard Details for Installation of Water and Wastewater, and for Public Works Construction, including all appurtenances, and all other details referred to in the Contract Documents are considered to be part of the Plans and are a part of this contract.