R-88-1129 - 6/23/1988WHEREAS, the City has duly advertised for bids for the
construction of certain street and drainage improvements for Deepwood
Drive, and
WHEREAS, Austin Paving Company submitted the lowest and best bid,
and
WHEREAS, the Council wishes to accept the bid of Austin Paving
Company, and to authorize the construction of said street and
drainage improvements, Now Therefore,
BE IT RESOLVED BY THE COUNTIL OF THE CITY OF ROUND ROCK, TEXAS
That the bid of Austin Paving 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 Austin Paving Company
for the construction of said street and drainage improvements.
RESOLVED THIS o[.�nl3 day of June, 1988.
ATTEST:
/L_
G5RESDEEPWOOD
LAND, City Secretary
RESOLUTION / /O
r
MIKE ROBINSON, Mayor
City of Round Rock, Texas
June 17, 1988
Mr. James R. Nuse, P.E.
Director of Public works
City of Round Rock
300 S. Blair Street
Round Rock, Texas 78664
RE: Engineer's Letter of Recommendation
Deepwood Drive Street and Drainage Improvements
Dear Jim:
Bids were opened at 2:00 p.m., Tuesday, May 31, 1988, for
construction of the Deepwood Drive Street and Drainage Improvements.
A total of nine (9) bids were received, with the lowest bidder being
Austin Paving Company of Austin, Texas in the amount of $468,346.00.
A complete bid tabulation is enclosed for your review.
Austin Paving has completed many street and drainage projects in the
area for the City of Round Rock, Williamson County and several other
entities.
Based on this past experience record and submission of the lowest and
best bid, we recommend award of this contract to Austin Paving
Company in the bid amount of $468,346.00.
If you have any questions or comments, please feel free to call.
Sincerely,
HAYNIJ ALLMAN & G'_Y, INC.
lliam
roject Manage
AWW /lm
cc: Steven D. Rallman, P.E., R.P.S.; Haynie Rallman & Gray, Inc.
James Domel; Haynie Rallman & Gray, Inc.
#103- 2017 -38
Haynie 'Oilman & Gray, Inc.
Consulting Engineers
12303 Technology Blvd , Sutte J Austin, Texas 78727 (512) 250 -8611
Cml Engtneenng Consultants Municipal Engtneenng land Planning Surveying
06103/0.8 HAYNIE KALLMAN & BRAY, INC. - BID TABULATIONS PAGE 1
PROJECT: DEEPWOOD DRIVE
DESCRIPTION: STREET IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2017 -38
FILE: 82:DPWODR
BID DATE: MAY 31, 1988 8 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
DESCRIPTION
ALTERNATE BID ITEM 41 AND 42
ALTI UNCLSS. STREET EXCAV, 8' FLEX. BASE S.Y.
IN LIEU OF BID ITEM 11
ALT2 B' FLEX. BASE IN LIEU OF BID ITEM 42 S.Y.
AUSTIN PAVING COMPANY
GRATH, INC. AUSTIN EN6INEERIN6
UNIT UNIT UNIT
UNIT DUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1 . UNCLA551FIED STREET EXCAVATION S.Y. 20,675 $3.50 $72,362.50 03.25 $67,193.75 $3.15 $65,126.25
2 . 13.5' FLEXIBLE BASE S.Y. 15,481 $6.00 092,886.00 $5.40 $83,597.40 $5.40 $83,597.40
3 . 2' 0.M.A.0. PAVEMENT S.Y. 15,481 $3.50 $54,183.50 $3.75 $58,053.75 $3.70 $57,279.70
4 . STANDARD CONCRETE CURB 4 BUTTER L.F. 12,898 £4.00 $51,502.00 £4.10 £52,881.80 $4.20 $54,171.60
5 . CONCRETE LAYDOWN BUTTER L.F. 148 $4.00 $592.00 $4.10 £606.80 £4.20 $621.60
6 . WIRE FENCE L.F. 4,553 $2.00 $9,106.00 02.95 $13,431.35 $2.17 $9,880.01
7 . KNIT. MR00NB., MARKERS, TRFF. BUTTONS, L.S. 1 02,400.00 $2,400.00 $8,550.00 08,550.00 02,860.00 $2,860.00
8 . EROSION CONTROL L.S. 1 $2,300.00 $2,300.00 $0,050.00 $8,050.00 $5,500.00 $5,500,00
9 . REMOVAL OF EXST. STOCKPILED MATERIAL L.S. 1 $10,000.00 $10,000.00 $9,500.00 $9,500.00 $5,000.00 $5,000.00
10 . 4' SDR -35 PVC SLEEVES L.F. 443 $6.00 $2,658.00 £5.50 £2,436.50 $15.00 06,645.00
11 . 4' WIDEE CONCRETE SIDEWALK L.F. 3,255 $6.00 $19,530.00 $6.40 $20,832.00 $6.85 £22,296.75
12 . 12° SDR-35 PVC PIFE SLEEVE L.F. 231 $12.00 $2,772.00 $11.50 $2,656.50 $25.00 $5,775.00
13 . 6' WIDE CONCRETE VALLEY BUTTER EA. 1 $1,200.00 $1,200.00 $1,600.00 $1,600.00 $040.00 $840.00
14 . TREE PROTECTION L.S. 1 $500.00 $500.00 $2,495.00 $2,495.00 $500.00 $500.00
15 . 42' RCP CL.111 L.F. 538 062.00 $33,356.00 $58.00 $31,204.00 $67.00 $36,046.00
16 . 36' RCP CL.III L.F. 224 $43.00 09,632.00 $40.00 $8,960.00 £42.00 $9,408.00
17 . 30° RCP CL.III L.F. 363 $35.00 $12,705.00 $33.00 $11,979.00 $36.00 $13,068.00
18 . 24° RCP CL.1V L.F. 120 $29.00 $3,480.00 $27.00 $3,240.00 $26.00 $3,120.00
19 . 24° RCP CL.III L.F. 138 $27.00 $3,726.00 $25.00 03,450.00 $22.00 $3,036.00
20 . 18' RCP CL.III L.F. 1,157 $20.00 $23,140.00 $18.00 $20,826.00 $20.00 $23,140.00
21 . TRENCH SAFETY SYSTEM L.S. 1 $5,000.00 $5,000.00 $7,500.00 $7,500.00 $5,000.00 $5,000.00
22 . 14' O.I. WATERMAIN ADJUSTMENT L.S. 1 $7,000.00 $7,000.00 $9,530.00 09,500.00 $7,500.00 $7,500.00
23 . 6' FLAT BOTTOM CHANNEL L.F. 225 $13.00 $2,925.00 £11.50 £2,587.50 $40.00 £9,000.00
24 . STANDARD 4' I.D. JUNCTION MANHOLES EA. 4 $1,200.00 $4,800.00 $1,600.00 $6,400.00 $2,000.00 08,000.00
25 . STANDARD 4'x4' I.D. JUNCTION BOXES EA. 2 $3,000.00 $6,000.00 $1,600.00 83,200.00 $3,500.00 $7,000.00
26 . CH 11 -B HEADWALL FOR 42' RCP EA. 1 $1,600.00 $1,600.00 $2,400.00 $2,400.00 $1,340.00 $1,340.00
27 . CH 11 -8 HEADWALL FOR 30' RCP EA. 2 $1,400.00 $2,800.00 $1,400.00 02,800.00 $1,300.00 $2,600.00
28 . STANDARD 15' RECESSED INLET EA. 8 $2,700.00 $21,600.00 $1,900.00 $15,200.00 $2,620.00 $20,960.00
29 . STANDARD 10' RECESSED INLET EA. 3 $2,500.00 $7,500.00 £1,700.00 $5,100.00 $2,200.00 $6,600.00
30 , CONCRETE SLDPENALL FOR 24' RCP EA. 2 $500.00 $1,000.00 $1,100.00 $2,200.00 $1,900.00 $3,800.00
TOTAL CONTRACT $468,346.00 $468,431.35 $479,711.31
$3.00 $3.00 $2.80
$4.50 $3.30 $3.80
06/0318B HAYNIE NALLMAN & GRAY, INC. - BID TABULATIONS FACE 2
PROJECT: DEEPNDOD DRIVE
DESCRIPTION: STREET IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2017-38
FILE: 02:011DOR
BID DATE: MAY 31, 1900 0 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
DESCRIPTION
ALTERNATE BID ITEM 41 AND 42
ALT! UNCLES. STREET EXCAV. 8° FLEX. BASE S.Y.
IN LIEU OF BID ITEM 01
ALT2 B' FLEX. BASE IN LIEU OF BID ITEM 42 S.Y.
CAPITAL EXCAVATION
1 . UNCLASSIFIED STREET EXCAVATION B.Y. 20,675 $2.40 $49,620.00 $5.00 0103,375.00 $5.30 $109,577.50
2 . 13.5' FLEXIBLE BASE S.Y. 15,481 45.35 $82,823.35 $5.00 $77,405.00 $4.22 $65,329.02
3 . 2° H.0.A.0. PAVEMENT S.Y. 15,481 $3.56 455,112.36 43.50 $54,183.50 $3.59 455,576.79
4 . STANDARD CONCRETE CURB & GUTTER L.F. 12,098 43.85 449,657.30 43.00 $38,694.00 $3.95 $50,947.10
5 . CONCRETE LAYOOWN GUTTER L.F. 148 $4.50 $666.00 $4.00 $592.00 03.95 $564.60
6 . WIRE FENCE L.F. 4,553 $2.06 $9,379.18 $2.50 $11,382.50 $1.84 $8,377.52
7 . PVMT. MRKNG., MARKERS, TRFF. BUTTONS, L.S. 1 $2,705.00 02,705.00 $10,000.00 $10,000.00 $12,000.00 $12,000.00
8 . EROSION CONTROL L.S. 1 416,930.00 416,930.00 44,500.00 44,500.00 42,500.00 82,500.00
9 . REMOVAL OF EXST. STOCKPILED MATERIAL L.S. 1 $21,000.00 $21,000.00 $25,000.00 425,000.00 419,875.00 $19,875.00
10 . 4° SDR -35 PVC SLEEVES L.F. 443 $6.75 42,990.25 413.00 45,759.00 $12.50 45,537.50
11 . 4' WIDE CONCRETE SIDEWALK L.F. 3,255 $7.00 422,705.00 05.50 $17,902.50 47.40 424,007.00
12 . 12' SDR -35 PVC PIPE SLEEVE L.F. 231 $16.00 $3,696.00 $20.00 $4,620.00 $20.00 $4,620.00
13 . 6' WIDE CONCRETE VALLEY GUTTER EA. 1 $705.00 $785.00 $400.00 $400.00 $2,100.00 $2,100.00
14 . TREE PROTECTION L.S. 1 4500.00 E 4500.00 £500.00 4500.00 $750.00 4750.00
15 . 42° RCP CL.III L.F. 538 462.20 1 433,463.60 $52.00 427,976.00 452.00 427,976.00
16 . 36' RCP CL.III L.F. 224 447.60 1 410,662.40 438.00 48,512.00 438.00 48,512.00
17 . 30' RCP CL.III L.F. 363 442.20 i 415,318.60 432.00 011,616.00 432.00 011,616.00
18 . 24' RCP CL.IV L.F. 120 $30.70 $3,684.00 $26.00 $3,120.00 $26.00 $3,120.00
19 . 24' RCP CL.III L.F. 138 028.10 $3,877.80 $24.00 $3,312.00 $24.00 $3,312.00
20 . 18° RCP CL,III L.F. 1,157 421.40 424,759.00 417.00 420,594.60 $20.00 423,140.00
21 . TRENCH SAFETY SYSTEM L.S. 1 $4,350,00 44,350.00 43,000.00 $3,000.00 $3,000.00 43,000.00
22 . 14° D.I. NA ADJUSTMENT L.S. 1 45,270.00 $5,270.00 46,000.00 46,000.00 $5,200.00 45,200.00
23 . 6' FLAT BOTTOM CHANNEL L.F. 225 441.70 $9,382.50 430.00 46,750.00 $20.27 $4,560.75
24 . STANDARD 4' I.D. JUNCTION MANHOLES EA. 4 $1,150.00. $4,600.00 44,000.00 $16,000.00 42,950.00 $11,800.00
25 . STANDARD 4'x4' I.O. JUNCTION BOXES EA. 2 43,070.00 06,140.00 $3,500.00 $7,000.00 $3,500.00 $7,000.00
26 . CH 11 -B HEADWALL FOR 42° RCP EA. 1 $1,740.00 41,740.00 $2,000.00 £2,000.00 42,200.00 42,200.00
27 . CH 11 -B HEADWALL FOR 30° RCP EA. 2 $1,700.00 43,400.00 41,800.00 43,600.00 $1,650.00 $3,300.00
28 . STANDARD 15' RECESSED INLET EA. 8 43,155.00 425,240.00 $2,000.00 416,000.00 42,700.00 421,600.00
29 . STANDARD 10' RECESSED INLET EA. 3 $2,630.00 $7,890.00 $1,500.00 $4,500.00 $2,450.00 $7,350.00
30 . CONCRETE SLOPENALL FOR 24' RCP EA. 2 $2,280.00 $4,560.00 81,500.00 $3,000.00 $2,200.00 $4,400.00
TOTAL CONTRACT 4482,960.14
HUNTER INDUSTRIES HAYDEN CONCRETE
UNIT UNIT UN1T
UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
4497,294.10 $509,949.58
42.25 45.00 $4.29
43.35 44.00 $2,80
06/03/88 HAYNIE KAILMAN & GRAY, INC. - BID TABULATIONS POSE 3
PROJECT: DEEPWOOD DRIVE
DESCRIPTION: STREET IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
20B NUMBER: 103- 2017 -38
FILE: 02:DPWDBR
BID DATE: MAY 31, 1980 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
DESCRIPTION
ALTERNATE BID ITEM 91 AND 42
ALT1 UNCISS. STREET EXCAV. 8° FLEX. BASE S.Y.
IN LIEU OF BID ITEM 41
ALT2 8° FLEX. BASE IN LIEU OF 818 ITEM 42 S.Y.
J.C. EVAN5
SMITH EXCAVATING BAY MAINTENANCE CO.
TOTAL CONTRACT 9527,597.45
UNIT UNIT UNIT
UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1 . UNCLASSIFIED STREET EXCAVATION S.Y. 20,675 £3.20 $66,160.00 $6.90 $142,657.50 £7.50 $155,062.50
2 . 13.5' FLEXIBLE BASE S.Y. 15,481 $5.80 $89,789.80 $6.85 $106,044.85 $9.00 $139,329.00
3 . 2° 0.9.0.C. PAVEMENT S.Y. '15,481 £3.70 $57,279.70 $3.65 $56,505.65 £4.00 £61,924.00
4 . STANDARD CONCRETE CURB & BUTTER L.F. 12,898 $4.50 $58,041.00 $4.75 $61,265.50 $5.00 $64,490.00
5 . CONCRETE LAY80WN GUTTER L.F. 148 $6.00 $888.00 $4.00 $592.00 $5.00 $740.00
6 . WIRE FENCE L.F. 4,553 $2.65 $12,065.45 $2.15 $9,788.95 $3.00 $13,659.00
7 . PVMT. MRKNG., MARKERS, TRFF. BUTTONS, L.S. 1 $8,500.00 $8,500.00 £11,300.00 $11,300.00 $7,000.00 $7,000.00
8 . EROSION CONTROL L.S. 1 $7,009.00 $7,009.00 $12,800.00 $12,800.00 $12,000.00 $12,000.00
9 . REMOVAL OF EXST. STOCKPILED MATERIAL L.S. 1 $30,000.00 $30,000.00 $26,500.00 £26,500.00 $18,000.00 $18,000.00
10 . 4' SCR -35 PVC SLEEVES L.F. 443 09.00 $3,987.00 $13.10 $5,803.30 $6.00 , $2,658.00
11 . 4' NIDE CONCRETE SIDEWALK L.F. 3,255 $6.10 $19,855.50 $7.75 $25,226.25 $10.00 $32,550.00
12 . 12° SDR -35 PVC PIPE SLEEVE L.F. 231 $16.00 $3,696.00 $21.00 $4,851.00 $12.00 $2,772.00
13 . 6' WIDE CONCRETE VALLEY BUTTER EA. 1 £1,525.00 $1,525.00 $2,450.00 $2,450.00 $1,000.00 £1,000.00
14 . TREE PROTECTION L.S. 1 $490.00 $490.00 $1,500.00 $1,500.00 $3,000.00 $3,000.00
15 . 42° RCP CL.III L.F. 53B $65.00 $34,970.00 $56.00 £30,128.00 $58.00 $31,204.00
16 . 36° RCP CL.III L.F. 224 $48.00 $10,752.00 $40.00 $8,960.00 $45.00 810,080.00
17 . 30' RCP CL.11I L.F. 363 $40.00 $14,520.00 $34.00 812,342.00 $36.00 $13,068.00
18 . 24' RCP CL.IV L.F. 120 $30.00 $3,600.00 $27.30 $3,276.00 $29.00 03,480.00
19 . 24° RCP CL.III L.F. 138 $29.00 $4,002.00 £26.00 $3,588.00 $26.00 $3,588.00
20 . 18' RCP CL.III L.F. 1,157 026.00 $30,082.00 $21.00 $24,297.00 $20.00 $23,140.00
21 . TRENCH SAFETY SYSTEM L.S. 1 83,600.00 $3,600.00 $3,150.00 $3,150.00 88,000.00 $8,000.00
22 . 14° O.I. WATERMAIN ADJUSTMENT L.S. 1 $10,600.00 $10,600.00 $5,460.00 $5,460.00 $10,000.00 *10,000.00
23 . 6' FLAT BOTTOM CHANNEL L.F. 225 $51.00 $11,475.00 $30.00 $6,750.00 $20.00 $4,500.00
24 . STANDARD 4' I.O. JUNCTION MANHOLES EA. 4 $1,800.00 $7,200.00 $3,500.00 $14,000.00 $2,000.00 $8,000.00
25 . STANDARD 4'x4' I.D. JUNCTION BOXES EA. 2 $2,200.00 $4,400.00 £4,000.00 $8,000.00 $2,400.00 $4,800.00
26 . CH 11 -8 HEADWALL FOR 42' RCP EA. 1 £2,600.00 $2,600.00 $2,300.00 $2,300.00 $1,300.00 $1,300.00
27 . CH 11 - HEADWALL FOR 30° RCP EA. 2 $1,350.00 $2,700.00 $1,750.00 $3,500.00 $1,200.00 $2,400.00
28 . STANDARD 15' RECESSED INLET EA. 8 $2,600.00 $20,800.00 $2,750.00 $22,000.00 $2,500.00 $20,000.00
29 . STANDARD 10' RECESSED INLET EA. 3 $2,170.00 $6,510.00 *2,500.00 $7,500.00 $2,200.00 $6,600.00
30 . CONCRETE SLOPEWALL FOR 24° RCP EA. 2 $250.00 $500.00 $2,250.00 $4,500.00 $2,500.00 $5,000.00
$627,036.00 $669,344.50
$2.30 66.50 06.00
$3.20 $4.30 85.90
`sue
Austin
June 17, 1988
Mr. Bill Waeltz
Haynie Kallman & Gray, Inc.
Consulting Engineers
12303 -J Technology Blvd.
Austin, Tx 78727
Austin Paving Company
7800 Shoal Creek
South Building, Suite 142
Austin, Texas 78757
512 451 -4082
Re: Deepwood Drive Street & Drainage Improvements
Project # 103 - 2017 -36
Austin Paving
An Austin Industries Company
Subcontractor List
Dear Mr. Waeltz:
This letter serves to inform you of our proposed subcontractors
on the above referenced project.
Schmidt Construction Company Pipework
Ned Ross Company Excavation
Austin Curb, Inc. Curb & Gutter
K. S. T. Hydromulch Erosion Control
Austin Garza Construction Co., Inc. Headwalls & Inlets
Viking Fence Co. Fence
Campbell Light & Barricade Pavement Markings
& Barricades
Since el�c'1
Jeff Sanders
Estimator
DATE: June 20, 1988
SUBJECT: Council Agenda, June 23, 1988
ITEM: 12A. Consider a resolution authorizing the Mayor to enter
into a contract for street and drainage improvements
to Deepwood Drive.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
On May 31, 1988 nine bids were opened for
the Deepwood Drive Improvements. Austin
Paving was the low bidder in the amount
of $468,346.00.
Attached please find a letter of recommendation
from the Engineer, a bid tabulation, and
a letter from Austin Paving listing subcontractors.
, Staff recommends acceptance of the bid of
Austin Paving for $468,346.00.
Bids will be received at City Council Chambers
City of Round Rock, 221 E. Main Street, Round Rock, Texas
until 2:00 p.m., Tuesday, May 31, 1988
, TFkh�
THE CITY OF ROUND.ROCK
DEEPWOOD DRIVE
STREET AND DRAINAGE IMPROVEMENTS
'SPECIFICATIONS AND CONTRACT DOCUMENTS
OWNER:
THE CITY OF ROUND ROCK
SPECIFICATION NO.
H
Hays nan G ay b
ansuknEgurer
Anstin
HK &G Job No.: 103 - 2017 -36
Spec Version: 11/06/87
1
:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Haynie Kallman &Gray, Inc.
Consulting Engineers
MAY 24, 1988
ADDENDUM NO. 1
DEEPWOOD DRIVE - STREET AND DRAINAGE IMPROVEMENTS
Addendum No. 1 to the Plans, Specifications and Contract
Documents for "Deepwood Drive Street and Drainage Improvements"
project for the City of Round Rock, Texas.
1. On Page 1 of 3 of the "Instructions to Bidders ", revise address
to read:
THE CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664
2. In Proposal Bidding Sheet, replace Page 10 of 12 with attached
revised Page 10 of 12.
3. All Bidders shall acknowledge Addendum No. 1 on Sheet 2 of 12 of
the Proposal.
ADDENDUM NO. 1 - 1/2
12303 Technology Blvd , Suue J Ausun, Texas 78727 (512) 250 - 8611
Civil Engineering Consultants Municipal Engineenng land Planning Surveying
1
ADDENDUM NO, 1 - 2L2
Bid Item Description Unit
Item Ouantity gait and Written Unit Price Price- Amount
27
1
1
1
1
1
1
1
1
1 -_
1
1
1
1
1
2 EA. CH 11 - Headwall for 30"
R.C.P. including excavation,
dissipators, seeding and
restoration, complete in
place per each
for Dollars
and
Cents $ $
8 EA. Standard 15' Recessed Inlet,
complete in place per each
for Dollars
and Cents $ $
3 EA. Standard 10' Recessed Inlet,
complete in place per each
for Dollars
and Cents $ $
for Dollars
and Cents $ $
TOTAL PROJECT BID $
Page 10 of 12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
Haynie Kallman & Gray, Inc.
Consulting Engineers
MAY 27, 1988
ADDENDUM NO. 2
DEEPWOOD DRIVE — STREET AND DRAINAGE IMPROVEMENTS
Addendum No. 2 to the Plans, Specifications and Contract
Documents for "Deepwood Drive Street and Drainage Improvements"
project for the City of Round Rock, Texas.
1. In Proposal Bidding Sheet, replace Page 10 of 12 with attached
revised Page 10 of 12.
2. All Bidders shall acknowledge Addendum No. 2 on Sheet 2 of 12 of
the Proposal.
ADDENDUM NO. 2 - 1/2
12303 Technology Blvd., Suite.) Austin,Texas 78727 (512) 250-8611
Civil Engineering Consultants Municipal Engineenng land Planning Surveying
1
' ADDENDUM NO. 2 - 12
' Bid item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
-
1
1
1
1
1
1
I -22_
1
1
1
TOTAL PROJECT BID $
1
2 EA. CH 11 -B Headwall for 30"
R.C.P. including excavation,
dissipators, seeding and
restoration, complete in
place per each
for Dollars
and Cents $ $
8 EA. Standard 15' Recessed Inlet,
complete in place per each
for Dollars
and Cents $ $
3 EA. Standard 10' Recessed Inlet,
complete in place per each
for Dollars
and Cents $ $
2 EA. Concrete Slopewall for 24"
R.C.P., complete in place
per each
for Dollars
and Cents $ $
1 Page 10 of 12
1
1
1
1
1
.1-
1
1
1
1
1
1
1
1
1
1
1
1
1 - TITLE SHEET
2 - INDEX
3 - NOTICE TO CONTRACTORS
4 - ADVERTISEMENT SUMMARY
5 - INSTRUCTIONS TO BIDDERS
6 - PROPOSAL AND BIDDING SHEETS
7 - INFORMATION REQUIRED OF BIDDER
8 - AGREEMENT
9 - PERFORMANCE BOND
10 - PAYMENT BOND
11 - MAINTENANCE BOND
12 - CERTIFICATE OF INSURANCE
13 - GENERAL CONDITIONS
14 - SPECIAL CONDITIONS
15 - TECHNICAL SPECIFICATIONS
INDEX
CONTRACT DOCUMENTS
NOTICE TO CONTRACTORS
DEEPWOOD DRIVE
STREET AND DRAINAGE IMPROVEMENTS
Sealed Bids, in envelopes addressed to The City of Round Rock,
221 E. Main Street, Round Rock, Texas 78664 will be received at the
above mentioned address until 2:00 p.m., Tuesday, May 31, 1988 and then
publicly opened and read, for furnishing all plant, labor, material and
equipment and performing all work required for the construction of the
Deepwood Drive Street and Drainage Improvements.
Bids will be submitted in sealed envelopes for the project on
the proposal furnished, and marked in the upper left hand corner
"Bid for Deepwood Drive Street and Drainage Improvements to be
opened at 2:00 p.m., Tuesday, May 31, 1988 ".
All proposals shall be accompanied by a certified cashier's
check upon a national or state bank in the amount of five (5%) percent
of the total maximum bid price payable without recourse to The City of
Round Rock, or a bid bond in the same amount from a reliable surety
company, a guarantee that bidder will enter into a contract and
execute performance bond within ten (10) days after notice of award of
contract to him. The notice of award of contract shall be given by
Owner within sixty (60) days after the bid opening. The bid security
must be enclosed in the same envelope with the bid. Bids without check
or bid bond will not be considered. All bid securities will be
returned to the respective bidders within twenty -five (25) days after
bids are opened, except those which the Owner elects to hold until the
successful bidder has executed the contract. Thereafter all remaining
securities, including security of the successful bidder, will be
returned within sixty (60) days. The successful bidder must furnish
performance bond, payment bond and maintenance bond in the amount of
one hundred (100%) percent of the contract price from an approved
surety company holding a permit from the State of Texas to act as
surety (and acceptable according to the latest list of companies
holding certificates of authority from the Security of the Treasury of
the United States) or other surety or sureties acceptable to the Owner,
with approval prior to bid opening.
The right is reserved, as the interest of the Owner may require,
- to reject any and all bids, and to waive any informality in bids
received.
Page 1 of 2
Plans, specifications and bidding documents may be secured from
the office of the Engineer, Haynie Rallman & Gray, Inc., for
twenty -five ($25.00) dollars per set, which is non - refundable.
Plans and specifications may be examined at the office of the
Engineer, Haynie Rallman & Gray, Inc., 12303 -J Technology Blvd.,
Austin, Texas. Bidders should carefully examine the Plans,
Specifications and other documents, visit the site of work, and fully
inform themselves as to all conditions and matters which can in any way
effect the work or the cost hereof. Should a bidder find discrepancies
in, or omissions from the Plans, Specifications or other documents, or
should be in doubt as to their meaning, he should notify the Engineer,
Haynie Rallman & Gray, Inc., and obtain clarification prior to
submitting any bid. Prequalification Requirements: The bidder is to
submit information regarding his qualifications with this bid in
accordance with instructions contained in the Bid Form. Minimum Wage
Scale: As specified and regulated by the State of Texas and the
Federal Government.
The Project shall be completed within one hundred twenty (120)
calendar days after Notice to Proceed from the Engineer.
Advertised in the Austin American Statesman:
Sunday, May 15, 1988
Sunday, May 22, 1988
Sunday, May 29, 1988
Advertised in the Round Rock Leader:
Monday, May 16, 1988
Monday, May 23, 1988
Monday, May 30, 1988
Page 2 of 2
OWNER: The City of Round Rock
LOCATION: Round Rock, Texas
ADVERTISEMENT SUMMARY
PROJECT TITLE & TYPE: Deepwood Drive
Street and Drainage Improvements
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
MAINTENANCE BOND: 100%
PLANS AVAILABLE: May 17, 1988
HAYNIE KALLMAN & GRAY, INC.
12303 -J Technology Blvd.
Austin, Texas 78727
Telephone: (512) 250 -8611
OPENING TIME: 2:00 p.m., May 31, 1988
OPENING PLACE: CITY OF ROUND ROCK
CITY COUNCIL CHAMBERS
221 E. Main Street
Round Rock, Texas 78664
Telephone: (512) 255 -3612
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to:
THE CITY OF ROUND ROCK
c/o HAYNIE KALLMAN & GRAY, INC.
12303 -J Technology Blvd.
Austin, Texas 78727
and shall be identified as follows:
"Bid for Deepwood Drive Street and Drainage Improvements to be opened
at 2:00 p.m., May 31, 1988."
A proposal will not be accepted unless prepared on the bidding form
provided. The sealed proposals be publicly opened and read at the
time and place stated in the Notice to Contractors. Bidders or their
authorized agents are invited to be present. Unauthorized condition,
limitation or provisions attached to a proposal will render it informal
and may cause its rejection. The complete proposal forms shall be without
addition, alterations or erasures. Alternative proposals will not be
considered unless called for. No oral, telegraphic or telephonic
proposals or modifications will be considered. The proposal may be
withdrawn upon request by the bidder without prejudice to himself prior
to, but not after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his duly
authorized representative, and if filed with the Engineer.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership, corporation
or association under the same or different names, will not be considered.
Reasonable grounds for believing that any bidder is interested in more
than one proposal for the work contemplated will cause the rejection of
all proposals in which such bidder is interested. If there is reason for
believing that collusion exists among bidders, all bids will be rejected
and none of the participants in such collusion will be considered in
future proposals.
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after bids are opened, the Owner will return
the proposal guarantees accompanying each of the proposals as are not
considered in making the award. All other proposal guarantees will be
held until the Contract has been finally executed.
Page 1 of 3
They will be returned to the respective bidders whose proposals they
accompany within sixty (60) days after the contract execution.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contract, if awarded, will be awarded to responsible bidder whose
proposal complies with all the requirements prescribed. Award, if
made, will be made within sixty (60) calendar days after the opening of
the proposals. The Owner reserves the right to reject any or all bid
proposals, to accept the lowest responsible bidder's proposal, and to
waive any informality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall- execute a written contract with
the Owner on the form of Agreement provided. Failure or refusal to
enter into a contract as herein provided, or to conform to any of the
stipulated requirements in connection therewith shall be a just cause
for the annulment of the award. If the successful bidder refuses or
fails to execute the Contract, the Owner may award the Contract to the
second lowest responsible bidder. If the second lowest responsible
bidder refuses or fails to execute the Contract, the Owner may award
the Contract to the third lowest responsible bidder. On the failure or
refusal of such second and third lowest responsible bidder to execute
the Contract, the work may be bid again at a later date.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cashier's check or
bid bond in the amount of not less than 5% of the amount named in the
proposal. Said check or bond shall be made payable to the Owner and
shall be given as a guarantee that the bidder, if awarded the work,
will enter into a contract within ten (10) days after Notice of Award
and will furnish the necessary bonds as hereinafter provided. In case
of refusal or failure to enter into said contract, the check or bond as
the case may be, shall be forfeited to the Owner. No bidder's bond
will be accepted unless it conforms to the form furnished by the Owner,
which is bound herein, and is properly filled out and executed.
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed and his
full name and his address shall be given; if it is made by a
Partnership it shall be signed with the co- partnership name by a member
of the Partnership, who shall sign his own name, and the name and
address of each member shall be given; and if it is made by a
corporation, the name of the corporation shall be signed by its duly
authorized officer or officers attested by the corporate seal, and the
names and titles of all officers of the corporation shall be given.
Page 2 of 3
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration will be given
not only to the financial standing, but also to the general competency
of the bidder for the performance of the work covered by the proposal.
To this end, each proposal shall be supported by a statement of the
bidder's experience, on the form entitled "Information Required of
Bidder ", bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed work and
the Contract Documents therefore. It will be understood that the
bidder has investigated and is satisfied as to the conditions to be
encountered; as to the character, quality and quantity of materials to
be furnished and as to the requirements of the Contract, Specifications
and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of the Plans or
Specifications must make request for such information in writing to
Engineer, a minimum of 48 -hours before the bid opening. Answers to all
such requests will be given in writing to all bidders, in Addendum
form, and all Addenda will be bound with, and made a part of, the
Contract Documents. No other explanation or interpretation will be
considered official or binding. Should a bidder find discrepancies in,
or omissions from the Plans, Specifications or other Contract
Documents, or should he be in doubt as to their meaning, he should at
once notify the Engineer in order that a written Addendum may be sent
to all bidders. Any Addenda issued twenty -four (24) hours before the
opening of bids will be mailed or delivered to each Contractor
contemplating the submission of a proposal on this work. The proposal
as submitted by the Contractor will be so constructed as to include any
Addenda if such are issued by the Engineer twenty -four (24) hours
before the opening of bids.
Page 3 of 3
1
1
1
1
1
�1
1
1
1
1
1
1
1
1
1
1
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
DEEPWOOD DRIVE
STREET AND DRAINAGE IMPROVEMENTS
The undersigned, as bidder, declares that the only person or parties
interested in this proposal as principals are those named herein, that
this proposal is made without collusion with any other person, firm or
corporation; that he has carefully examined the form of contract, Notice
to Contractors inviting bids, conditions and classes of materials of the
proposed work; agrees that he will provide all the necessary supervision,
labor, machinery, equipment, tools, apparatus, and other items incidental
to construction; will do all the work and furnish all the materials called
for in_ the Contract Documents, Plans and Specifications in the manner
prescribed therein and according to the requirements of the Engineer as
therein set forth.
It is understood that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a
guide in evaluating bids.
It is further agreed that the quantities of work to be done at unit prices
and materials to be furnished may be increased or diminished as may be
considered necessary, in the opinion of the Engineer, to complete the work
fully as planned and contemplated, and that all quantities of work,
whether increased or decreased are to be performed at the unit prices set
forth below except as provided for in the Specifications.
It is further agreed that lump sum prices may be increased to cover
additional work ordered by the Engineer; but not shown on the plans or
required by the Specifications, in accordance with the provisions of the
General Conditions. Similarly, they may be decreased to cover deletion of
work so ordered.
It is understood and agreed that the work is to be completed within the
time herein stated.
The undersigned bidder agrees to commence work within seven (7) calendar
days after written Notice to Proceed has been given.
Page 1 -0f 12
1
1 ACKNOWLEDGEMENT OF PAYMENT ITEMS
I The undersigned acknowledges that the following bid items are the only
items of payment under this contract and that his bid price under these
items reflects the complete charges for furnishing all labor, material,
1 and equipment to complete the project as outlined in the Plans,
Specifications, and the Contract Documents.
ICNOWL£DGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
1 The undersigned warrants that he has examined the location of the
proposed work, the plan drawings, specifications, and all other parts
41_ of the Contract Documents, and is familiar with the local conditions at
the place where the work is to be performed.
I CONTRACT TIME
If awarded the Contract, the undersigned agrees to complete the work in
one hundred twenty (120) calendar days.
II OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reserves the
1 right to reject any or all Proposals or to waive any informalities of
technicalities in any proposal in the interest of the Owner, except as
specifically limited by the terms of the Contract Documents or
applicable Laws or Governmental Regulations.
ADDENDA
1 The undersigned acknowledges receipt of the following addenda;
j Addendum No. Dated
1 1 5 /a 88
1 2 S/77/ 38
1
1
1
1
1 Page 2 of 12
1
1
1
1
CONTRACT: Street and Drainage Improvements
JOB NAME: Deepwood Drive Street and Drainage Improvements
1 JOB LOCATION: Round Rock, Texas
1
1
1
I
1
1
i
1
1
1
1
1
OWNER: City of Round Rock
PROPOSAL BIDDING SHEET
Gentlemen:
Pursuant to the foregoing Advertisement for Bids and Instruction to
Bidders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary supervision, labor, machinery, equipment, tools,
materials, insurance and miscellaneous items, to complete all the work bid
as provided by the attached supplemental specifications, and as shown on
the plans for the construction of Deepwood Drive Street and Drainage
Improvements and binds himself or acceptance of this proposal to execute a
contract and bonds for completing said project within the time stated for
the following prices, to wit:
Bid Item Description
Item Ouantitv Unit and Written Unit Price
Unit
Price Amount
_L 20,675 EA, Unclassified Street Excavation
including Grubbing & Subarade
preparation complete in Place
per square yard
for THREE Dollars
and TWENTY FIVE Cents $).25 $.6
_2_ 15.481 S.Y. 13.5" Flexible Base, complete
jn place per square vard
1
1 for FIVE Dollars
and FORTY Cents $1,,40
1 Page ___2_,_ 12—_
1
'Bid Item Description Unit
m Ouantitv Unit and Written Unit Price Price Amount
1 _ 15.481 S.Y. 2" R.M.A.C. Pavement.
complete in Place per square
I vard
for THREE Dollars
and SEVENTY FIVE Cents $3.75 $58.053.75
I 12,898 LA, Standard Concrete Curb and
i Gutter. complete in Place
i Per linear foot
1 for FOUR Dollars
and TEN Cents $4.10 $ 52,881.80
1 148 L•F• Concrete Lavdown Gutter,
complete in place per linear
1 foot
for FOUR Dollars
1 and TEN Cents $ 4.10 $ 606 80
I — 12_ 4.553 IA,_ Wire Fence. including 3
aluminum swing sates. all
Posts, pull posts. pipe
I kraces, wire stays. and wire.
complete in Place per linear
foot
1 for TWO Dollars
and NINETY FIVE Cents $2.95 $13,431 35
1
I
' Page 4 of _12_
1
1
1 Bid
Item Ouantitv
1
1
1
_ -I-
1
1 -
!
i
1 443
1
1
1
1
;1
Item Description
Unit and Written Unit Price
j,•5. Pavement Markings (Reflectorized)
Pavement Markers. Traffic Buttons.
Signs and Barricades. complete in
place per lump sum
forEaght thousand five Dollars
-hundred fifty dollars $8,550.00
and Zero Cents $
L.S• Erosion Control. Restoration
and Revecetation. complete
in place per lump sum
forEight thousand fifty Dollars
and Zero'
Unit
Price
Amount
$8,550.00
Cents $8.050_00 $Rnsn nn
1,g }removal of existing Stockpiled
Material (STA. 12 +25 to 13 +75
outside west R.O.W.). complete
In place per lump sum
forNine thousand five Dollars
hundred dollars
and Zer Cents $9.500.00 $9,5nn nn
LA, 4" SDR -35 P.V.C. Sleeves.
complete in place per linear
foot
for FIVE Dollars
and FIFTY Cents $550 $1,436 sn
Page 5 of 1_
1
1 Bid Item Description Unit
Item Ouantitv Knit and Written Unit Price ice Amount
_11_ 3.255 L.F• 4' Wide Concrete Sidewalk
including Handicap Ramps,
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
complete in place per linear
foot
for SIX Dollars
and FORTY
231 L.F. 22" SDR - 35 P.V.C. Pipe
,Sleeve. complete in place
per linear foot
for ELEVEN
and FIFTY
_ 1 EA• 6' Wide Concrete Valley
Gutter. complete in place
Dollars
per each
for One thousand six Dollars
hundred dollars
and Zero Cents $1.600.00 $7.600.00
_ 1 y.S. Tree Protection. complete in
place per lump sum
Cents $6.40 $20149 nn
Cents $11.50 $2.656.50
for Two thousand four Dollars
hundred ninety five
and Zero Cents $2. 495.00
Page _ �_ of _12_
$;.495.00
1
" Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
15 538 L.F. 42" R.C.P. C1.III. complete
in place per linear foot
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
for FIFTY EIGHT
and Z
224 L.F. 36" R.C.P. Cl.III. complete
jn place per linear foot
for FORTY
and ZERO
363 L.F• 30" R.C.P. C1.III. complete
in place per linear foot
fOITHIRTY THREE
and ZERO
120 LA: 24" R.C.P. Cl.IV. complete
jn place per linear foot
for TWENTY SEVEN Dollars
and ZERO Cents $27.00
Page 7_ of 1_
Dollars
Cents $58.00 $31,204.00
Dollars
Cents $40.00 $8,960.00
Dollars
Cents $33.00
$3,240.00
$11,979.00
1
1
1 — 11_ 138 L.F.. 24" R.C.P. C1.III. complete
1
1
t_
1
1
1
1
1
1
1
1
1
Bid Item Description
I}gfn Quantity Malt and Written Unit Price
ZL
In place per linear foot
Unit
Price Amount
for TWENTY FTVF Dollars
and ZERO Cents $25.00 $3.450.00
1.157 L•F. 18" R.C.P. C1.III. complete
in plggg_2er linear foot
for EIGHTEEN Dollars
and ZERO
_2 1 L,S, Trench Safety System,
J . complete in place per lump
' sum
for SEVEN THOUSAND FIVE Dollars
HUNDRED
1 and ZERO Cents $ 7500 nn $ 7,snn no
L•S. 14" D.I. Watermain Adjustment.
including all pipe fittings.
Cents $1R_n0 $2n,R96.0a
grain Hydrant Assembly. 1"
}1.A.V.R.V.. and all appurtenances.
complete in place per lump sum
forNINE THOUSAND FIVE Dollars
HUNDRED
and ZERO Cents $ 9,5on nb $9.500 nn
Page _a_ of __12,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Pri&.€ Price &qunt
_22_ - 222_ L.F• 6' Flat Bottom Channel.
including Reeding & res.QIg=
tjon, complete in place per
Linear foot
for ELEVEN Dollars
and FIFTY Cents $11 5n $ ?,587.50
EA. Ehandard 4' I.D. Junction
Manholes. complete in place
per each
forONE THOUSAND SIX Dollars
HUNDRED
and ZERO Cents $ 1,600 on $6 400.00
_.2._ gA. Standard 4'x4' I.D. Junction
Boxes. complete in place per
each
forONE THOUSAND SIX
HUNDRED
and ZERO
EA. CH 11 —B Headwall for 42"
A.C.P. including excavation,
dissipaters. seeding and
restoration cxnxplete in
place per each
$3.200.00
Page 9 of 12--
Dollars
Cents $1,600.00
•
for TWO THOUSAND FOUR Dollars
HUNDRED
and ZERO Cents:$? 400. ___ $2.9Q.➢_IIII_.
1
1
I Bid
;tem
1-V_-
1
1
1
1
1
1
1-
1
1
1
1
1
TOTAL
1
ADDENDUM NO. 2. - 1Z
Item Description Unit
Ouantity Unit and Written Unit Price Price Amoun
PROJECT BID
2_ EA. CH 11 -B Headwall for 10"
R.C.P. including excavation,
dissipaters, seeding and
restoration complete in
place per each
for ONE THOUSAND FOUR Dollars
HUNRED DOLLARS
and ZERO Cents $1,400.00 $2,80_1.0_0
_R_ EAr. Standard 15' Recessed Inlet,
complete in place per each
for ONE THOUSAND NINE Dollars
HUNDRED DOLLARS
and ZERO Cents $1,900.00 $15,200.00
EA. Standard 10' Recessed Inlet,
complete in place per each
for ONE THOUSAND SEVEN Dollars
HUNDRED DOLLARS 5,100.00
and ZERO Cents $1 700.00 $
2_ EA. Concrete Slopewall for. 24"
H,C.P., coLplete in place
per each
for ONE THOUSAND ONE
HUNDRED DOLLARS
and ZERO •
Page ___11__-of
__12_ of _ _la__
Dollars
Cents $ 1,100.00 $ 2,200.00_
$468,431.35
1
'T_E BID ITEM #1 AND #2
Bid Item Description Unit Item Quantity Unit and Written Unit Price Price amount
1
•
ALT1 20,675 S.Y. Unclassified Street Excava-
tion for 8" glexible sage in
lieu oLBid Itgm #1, complete
1 in place pe guare \Tara
for THREE Dollars
1 and ZERO Cents $3 00 $
ALT2 15,481 S.Y. 8" Flggible Base in lieu of
$id Item 412. complete in
place per square yard
for THREE DOLLARS Dollars
1
1
1
1
1
1
1
1
1
NOTE: Determination of base thickness shall be made by the Engineer in the
field at the time of construction based upon existing subgrade
conditions. (See Soils Report Section of specifications).
and THIRTY
Page . 11 , of —
Cents $1 10 $
1
1
1
1
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the preceding Proposal is
hereby respectfully submitted by:
BRATH. Inc.
Name of Contractor
ecuted by: J. E. Black
600 IH 35 South
Business Address
Round Rock Texas
City State
Page 12 of 12
05/31/88
Date
CEO Construction
Title or Position
512/244 -2293
Telephone Number
78681
Zip
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The bidder is required to supply the following information.
Additional sheets may be attached if necessary.
(1) Name BRATH, Inc.
(2) Address 600 IH 35 South, Round Rock, Texas 78681
(3) Phone Number 512/244 -2293
(4) Type of Firm: (g) Corporation
Individual, (,.) Partnership,
(5) Corporation organized under the laws of the State of
Texas
INFORMATION REOUIRED OF BIDDER
(6) List the names and addresses of all members of the firm or names
and titles of all officers of the corporation.
J.E. Black. CEO Construction 600 IH 35 Sr.. Round Rock. TX 78681
Ron Hagood, CEO Operations 600 IH 35 So.. Round Rock. TX 78681
(7) Number of years experience 1015 vrs
(8) Contract l Amount/Class 3 of p Work/Date o Completed/Name and n Address of
Owner: B Bergstrom Air Force Base
$1,416,000.00 Bldq /Sitework 02/88 Dei'VEYel0Texas •78617
Round Rock ISD
1311 Roun Rock AvenQe
$1,449.700.00 Bldq /Sitework 02/88
Luby's Cafeterias
$ 860,835.Q B1dq.Constr. 05/87 San•Antonio0TX 78233
(9) List the name and address of each subcontractor who will perform
work in or about the work or improvement in excess of one -half
what part of percent of
the price indicate
subcontractor:
h�115i�. W(b��nC. - Jl't¢ w0 /k,C,✓o f CJtU� i6
2
Cq*� �■,c�4/ S Y7or -Y:cW� �r%.tu �cY�rS+�n�
%) v% Q.d-ca — 3gw¢t
Page 1 of 2
1
(10) Payment of taxes, in the State of Texas
Yes x No
(11) List all jobs you performed in which a trench failure injury
occurred:
1
1
1
1
1
1
1 1
1
1
1
1
1
1
None
(12) If requested by the Owner, the Bidder shall submit a notarized
financial statement, financial data or other information and
references sufficiently comprehensive to permit an appraisal of
his current financial conditions.
Page 2 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
{
•
r __ w ice. Myra �} 't?�.. w+!�v T 'SC.}/.- Tri £a.
ii . �. !.k 1 •♦ h f •? 4 wa x...- } j'.. r.eta...''40• • .. -1,... °a, ;r � dJ4' "Y.�i
of
B TD BOND
Know All Men By These Presents, That we, Brath, Inc
Principal, and
Round Rock, Texas
S-368 Rev. 12-83 Printed in U.S.A.
called the Surety), as Surety, are held and firmly bound unto
The Travelers Indemnity Company
about to submit a proposal to the Obligee on a contract for
Drainage Improvements.
Bond No.
_._..__.(hereinafter called the Principal), as
, a corporation, organized and existing under the
laws of the State of Connecticut and having its principal place of business in Hartford, Connecticut (hereinafter
City of Round Rock
(hereinafter called the Obligee) in the penal sum of
-- Five Percent (57,) of Maximum Amount of Bid. -Dollars ($ 57 of Bid )
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, suc-
cessors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION I5 SUCH, That, whereas the Principal has submitted or is
Deepwood Drive Street and
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such
time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for
the faithful performance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages
which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation
shall be void; otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED this.__.._.. 31st day of May
By: THE TRAVELERS INDEMNITY CO
Attorney -10-
:y
C. A. Schutze ._ lj
Attorney-in-Peet. 7�
J, t +T i,;r, i .i yr�l -�li�- ?' !„'Nya,. a➢ ir= .C!„*w+ i) i€v A d
i1 N t{r ` '+- 1 ri 4 3.+ ') '� Y4V71.2 I x h
ry >'vr
! ; BID BOND
I"
NUMBER
ON BEHALF OF
�I
IN FAVOR OF
I
i
x
1 The Travelers Indemnity Company
Hartford, Connecticut
If necessary, validation of this power of attorney is available at (203) 277 -7839. Collect calls will be accepted
1
1
KNOW ALL MEN BY THESE PRESENTS:
That THE TRAVELERS INDEMNITY COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint
C. A. Schutze, Jr., Steve Schutze, Janis Hudec, all of Austin, Texas, EACH
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
its true and lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to
execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances,
consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety
or other written obligations in the nature thereof
and to bind THE TRAVELERS INDEMNITY COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Resolutions adopted by the Board of Directors of
THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the 1st day of November, 1985
which Resolutions are now in full force and effect: •
VOTED: That the Chairman of the Board, the President, any Executive Vice President, any Senior Vice President, arty Vice
President, any Second Vice President, the Corporate Secretary or any Department Secretary may appoint attorneys -in -fact or
agents with power and authority, as defined or limited in their respective powers of attorney, for and on behalf of the Company to
exaute and deliver, and affix the seal of the Company thereto, bonds, undertakings, recognizances, consents of surety or other
written obligations in the nature thereof and any of said officers may remove any such attorney -In-fact or agent and revoke the
power and authority given to him. •
Vo t i u: Thai any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and
binding upon the Company when signed by the Chairman of the Board, the President, any Executive Vice President, any Senior
Vice President, any Vice President or any Second Vice President and duly attested and sealed, if a seal is required, by the Corporate
Secret.try or any Department Secretary or any Assistant Corporate Secretary or any Assistant Department Secretary, or shall be
valid and binding upon the Company when duly executed and sealed, if a seal is required, by a duly authorized attorney -in -fact or
agent, pursuant to and within the limns of the authority granted by his or her power of attorney
This power of attorney is signed and sealed by facsimile under and by the authority of (he following Resolution adopted
by the Board of Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the
1st day of November, 1985:
Vorro. That the signature of any officer authorized by Resolutions of this Board and the Company seal may be affixed by
facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,
undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby
adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon
the Company with the same force and effect as though manually affixed.
IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY COh A J d I Y has caus d these presents to
be sged by its proper officer and its corporate seal to be hereunto affixed this r day of e
THE TRAVELERS INDEMNITY COMPANY
S -2242 Rev 9.85 Primed in U.S.A.
POWER OF ATTORNEY
By
Secretary, Surety
(Over)
State of Connecticut, County of Hartford —ss:
On this 23rd day of September in the year 1986 before me personally came D. L. Banta
to me known, who, being by me duly sworn, did depose and say: that he resides in the State of Connecticut; that he is
Secretary (Surety) of THE TRAVELERS INDEMNITY COMPANY, the corporation described in and which exe-
cuted the above instrument; that he signed his name thereto by the above quoted authority; that he knows the seal of said
corporation; that the seal affixed to said instrument is such corporate seal, and that it was so affixed by authority of his
office under the by -laws of said corporation.
CERTIFICATION
I, Paul D. Tubach, Assistant Secretary (Surety) of THE TRAVELERS INDEMNITY COMPANY, certify
that the foregoing power of attorney, and the above quoted Resolutions of the Board of Directors of November 1, 1985
have not been abridged or revoked and are now in full force and effect.
Signed and Sealed at Hartford, Connecticut, this 31st day of May 19 • 88
S.2242 (RACK,
Notary Public
My commission expires April 1, 1988
A7. `11.12-et tX.
Assistant Secretary, Surety
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THI AGREEMENT, made and entered into this ,.-9 day of
, A.D., 1988, by and between THE CITY OF ROUND ROCK of
th Count of Williamson, and the State of Texas, acting through Mike
Ro i[ison, Mayor, thereunto duly authorized so to do, Party of the First
Part, hereinafter termed OWNER, and BRATS, INC. of the City of Round
Rock, County of Williamson, and State of Texas, Party of the Second
Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the Party of the
First Part (OWNER), and under the conditions expressed in the bond
bearing even date herewith, the Party of the Second Part (CONTRACTOR),
hereby agrees with the said Party of the First Part (OWNER) to commence
and complete the construction of certain improvements described as
follows:
AGREEMENT
"Deepwood Drive Street and Drainage Improvements"
further described as the work covered by this specification consists of
furnishing all the materials, supplies, machinery, equipment, tools,
supervision, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the
conditions and prices stated in the Proposal attached hereof, and in
accordance with the Notice to Contractors, Instructions to Bidders,
General Conditions of Agreement, Special Conditions, Technical
Specifications, Plans and other drawing and printed or written
explanatory matter thereof, and the Specifications and addenda
therefor, as prepared by HAYNIE KALLMAN & GRAY, INC., 12303 -J
Technology Blvd., Austin, Texas 78727, herein entitled the ENGINEER,
each of which has been identified by the CONTRACTOR'S written proposal,
the General Conditions of the Agreement, and the Performance, Payment,
and Maintenance Bonds hereof and collectively evidence and constitute
the entire contract.
The CONTRACTOR hereby agrees to commence work within seven (7) calendar
days after the date written notice to do so shall have been given to
him, and to complete the same within one hundred (120) calendar days
after the date of the written notice to proceed, subject to such
extensions of time as are provided by the General and Special
Conditions.
Page 1 of 2
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the
contract.
IN WITNESS WHEREOF, the parties to these presents have executed this
Agreement in the year and day first above written.
THE CITY OF ROUND ROCK, TEXAS
Party of the First Part
(OWNER)
BY:
Mayor Mike Robinson
ATTEST:
Corporate Seal
Page 2 of 2
BRATH, INC.
Party of the Second Part
(CONTRACTOR)
ATTEST:
(The following to be executed if the Contractor is a Corporation.)
I, .S, E :\ne\ , certify that I am the Secretary
of the Corporation named as Contractor herein; that A, E � ac.e ,
who signed this Contract on behalf of the Contractor was then VCcv.
'P 1 i 1cwN- (official title) of said
Corporation, that said Contract was duly signed for and in behalf of
said Corporation, that said Corporation by authority of its governing
body, and is with the scope of its corporate powers.
TYPE OF INSURANCE
POLICY NUMBER AND
ISSUING COMPANY
POLICY
EFFECTIVE
DATE
POLICY
EXPIRATION
DATE
LIMITS OF LIABILITY
GENERAL LIABILITY
DU Premises — Operations
IX Products — Completed Operations
® Personal and Advertising Injury
® Medical Expense
Ij Fire Damage Legal
❑ Other Liability
OWNERS & CONTRACTORS PROTECTIVE
78 PR 002 - 253 -0002
NATIONWIDE INSURANCE
8 V02 -253
8
12/31/87
12/31/87
12/31/88
12/31/88
General $500,000
Aggregate
Pr. Comp. Op. Agg. $500,000
Each Occurrence $500, 000
Any One Person $500,000
or Organization
Any One Person $ 5,000
Any One Fire $ 50,000
$500,000
POTJCY
AUTOMOBILE LIABILITY
® Comprehensive Form
® Owned
M Hired
IJ Non•Owned
78 BA 002 - 253 -0003
NATIONWIDE INSURANCE
12/31/87
12/31/88
Bodily Injury OCCURRENCE
(Each Person)
Bodily Injury
(Each Accident)
Property Damage
Bodily Injury and
Property Damage $500,000
Combined
EXCESS LIABILITY
a Umbrella Form
CU 002 - 253 -0004
NATIONWIDE INSURANCE
12/31/87
12/31/88
Bodilylnjuryand Occ. $1,000,000
Property Dama $1,000,000
Combined
51 Workers' Compensation
and
la Employers' Liability
78 WC 002- 253 -0001
NATIONWIDE INSURANCE
12/31/87
12/31/88
STATUTORY LIMITS
Bodily Injury Each Accident
by Accident $100,000
Bodily Injury Policy Limit
by Disease $500,000
Bodily Injury Each Employee
by Disease $100,000
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The Company indicated below certifies that the insurance afforded by the policy or policies numbered and described below is in force as of the effective
date of this certificate. This Certificate of Insurance does not amend, extend, or otherwise alter the Terms and Conditions of Insurance coverage contained
in any policy or policies numbered and described below.
Certificate Holder's Name and Address:
E CITY OF ROUND ROCK
221 E. MAIN STREET
ROUND ROCK, TX 78664
JOB: DEEPWOOD DRIVE STREET AND DRAINAGE IMPROVEMENT
Description of OperationslLocations/ *OWNER SHALL BE GIVEN 10 DAYS ADVANCE WRITTEN NOTICE
VehicleslRestrictionslSpecial Items BEFORE ANY PROVISIONS OF THE POLICY ARE CHANGED OR IN THE EVENT
SAID POLICY SHALL BE CANCELLED.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREON,
THE INSURANCE COMPANY SHALL MAIL 10 DAYS WRITTEN NOTICE TO THE ABOVE rAMED CERTIFICATE
HOLDER, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE Ni ON 0 LIABILITY OF ANY
KIND UPON THE COMPANY.
Insurance in force only for hazards indicated by X
Date Cortiticate (sound 7 /20/88 Countersigned A: AUSTIN
Cas. 3640 (7 -67)
Certificate of Insurance
Insured's Name and Address:
BRATH, INC.
600 IH 35 SOUTH
ROUND ROCK, TEXAS 78681
DOLE
epr T ate/
Oa
04
i
L
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
KNOW ALL MEN BY THESE PRESENTS, THAT Brath, Inc.
600 IH 35 South of the City of Round Rock
County of Williamson , and State of Texas as
principal, and The Travelers Indemnity Company authorized
under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto the CITY OF ROUND ROCK,
TEXAS
($ 468,431.35
(OWNER),
PERFORMANCE BOND
in the penal
of - Four Hundred Sixty Eight Thousand Four Hundred Thirty One and 35 /100 -- Dollars
for the payment whereof, the said Principal and
Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner dated the 29th day of June , 1988 to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein
PB -1
#187J9381
sum
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATIONS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the
covenants, conditions and agreements in and by said Contract agreed and
covenanted by the Principal to be observed and performed, and according
to the true intent and meaning of said Contract and the Plans and
Specifications thereto annexed, then this obligation shall be void;
otherwise to remain in full force and effect;
Al PROVIDED, HOWEVER, that this bind is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
- accordance with the provisions of the said Article to the same extent
as if it were copied at length herein.
16 Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
Al drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
III sealed this instrument this 29th day of June , 1988.
Brath, Inc The Travelers Indemnity Company
Principal Surety
By: By: e. Q-, e
li: Title: C 0.nr,rAricJt- Title: mwrocrisvftli
Address: 600 IH 35 South
Round Rock, Texas 78681
The name and address of the Resident Agent of Surety is:
ill C. A. Schutze, Jr
P. 0. Box 3547
Austin, Texas 78764
PB - 2
Address: One Tower Square
Hartford, CT 06183
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
PAYMENT BOND
#187J9381
KNOW ALL MEN BY THESE PRESENTS, THAT Brath, Inc
the City O f Round Rock , County of Williamson , and State of
Texas , as principal, and The Travelers Indemnity Co authorized under
the laws of the State of Texas to act as surety on bonds : ,for
principals, are held and firmly bound unto the CITY OF ROUND ROCK,
TEXAS (OWNER), in the penal sum of
-Four Hundred Sixty Eight Thousand Four
Hundred Thirty One and 35/100 Dollars ($ 468,431.35 ) for the
payment whereof, the said Principal and Surety bind themselves' and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the 29th day of June , 1988, to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to
him or a subcontractor in the prosecution of work provided for in said
contract, then, this obligation shall be void; otherwise to remain in
full force and effect;
Provided, however, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if
it were copies at length herein.
PB -3-
1
a
s
1
a
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 29th day of June , 1988.
Brath, Inc. The Travelers Indemnity Company
Principal Surety
• B 6 By
r` _..... Arwag4n FqL
Title: r ,E,O p rs4rt/c-/c11- -i- Title:
I Address: 600 IH 35 South
Round Rock, Texas 78681 Address: One Tower Square
Hartford, CI 06183
ili
A The name and address of the Resident Agent of Surety is:
C. A. Schutze, Jr.
P. 0. Box 3547
Austin, Texas 78764
8
PB-4
1
1
1
1
1
1
1
r
a
No. 187J9381
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that we Brath, Inc
Bond
as Principal, and The Travelers Indemnity Company
a Corporation organized under the laws of the State of Texas
as Surety, are held and firmly bound unto The City of Round Rock
as Obligee, in the penal sum of. Four Hundred Sixty Eight Thousand Four
Hundred Thirty One and 35/100 ($ 468,431.35 )
to which payment will and truly to be made we do bind ourselves, our
and each of our heirs, executors, administrators, successors and
assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed Deepwood Drive Street and
Drainage Improvements.
4 WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of two years after approval
il by The City of Round Rock against all defects in workmanship and
il materials which may become apparent during said period;
MB -1
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that, if the
Principal shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship which
become apparent during the period of one year from and after date of
acceptance by the owner, then this obligation shall be void, otherwise
to remain in full force and effect.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 29th day of June
1988.
Brach, Inc
Principa�
By
itle C,, -Q
Address 600 IH 35 South
P. 0. Box 3547
Round Rock, Texas 78681
C. A. Schutze, Jr.
Austin, Texas 78764
MB -2
The Travelers Indemnity Company
Address
One Tower Square
Hartford, CT-06183
The name and address of the Resident Agent of Surety is:
1
1
1
1
.The Travelers Indemnity Company
Hartford, Connecticut
If necessary, validation of this power of attorney is available at (203) 277-7839. Collect calls will be accepted
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TILE TRAVELERS INDEMNITY COMPANY, a corporation of the State of Connecticut, does hereby
make, constitute and appoint
C. A. Schutze, Jr., Steve Schutze, Janis Hudec, all of Austin, Texas, EACII
1
its true and lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to
' execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances,
consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety
or other written obligations in the nature thereof
1 and to hind THE TRAVELERS INDEMNITY COMPANY thereby, and all of the acts of said Attorney(s) - in - Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Resolutions adopted by the Board of Directors of
THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the 1st day of November, 1985
' which Resolutions are now in full force and effect:
VOTED: That the Chairman of the Board, the President, any Executive Vice President, any Senior Vicc President, any Vice
President, any Second Vice President, the Corporate Secretary or any Department Secretary may appoint attorneys -in -face or
agents with power and authority, as defined or limited in their respective powers of attorney, for and on behalf of the Company to
execute and deliver, and affix the seal of the Company thereto, bonds. undertakings, recognizances, consents of surety or other
written obligations in the nature thereof and any of said officers may remove any such attorney -in -fact or agent and revoke the
power and authority given to him.
Vu t t u: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and
binding upon the Company when signed by the Chairman of the Board, the President, any Executive Vice President, any Senior
Vice President, any Vicc President or any Second Vice President and duly attested and scaled, if a seal is required, by the Corporate
Secretary or any Department Secretary nr any Assistant Corporate Secretary or any Assistant Department Secretary, or shall be
valid and binding upon the Company when duly executed and scaled, if a seal is regutred, by a duly authorized attorney -in -fact or
1 agent. pursuant to and within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of (he following Resolution adopted
by the Board of Directors of THE TRAVELERS INDEMNITY COMPANY at a meeting duly called and held on the
1st day of November, 1985:
Voreo• That the signature of any officer authorized by Resolutions of this Board and the Company seal may be affixed by
fawunile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,
'
undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby
adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon
the Company with the same force and effect as though manually affixed.
1
1
1
1 r ►.. p iS
i i i •;
Secretary, Surety
IN WITNESS WHEREOF, THE TRAVELERS INDEMNITY CON r A�1Y has caused thes to
be sged
be its proper officer and its corporate seal to be hereunto affixed this 23 day of e
THE TRAVELERS INDEMNITY COMPANY
By
State of Connecticut, County of Hartford —ss:
On this 23rd day of September in the year 1986 before me personally came D. L. Banta
to me known, who, being by me duly sworn, did depose and say: that he resides in the State of Connecticut; that he is
Secretary (Surety) of TIME TRAVELERS INDEMNITY COMPANY, the corporation described in and which exe-
cuted the above instrument; that he signed his name thereto by the above quoted authority; that he knows the seal of said
corporation; that the seal affixed to said instrument is such corporate seal, and that it was so affixed by authority of his
office under the by -laws of said corporation.
Notary Public
My commission expires April 1 , 1988
CERTIFICATION
I, Paul D. Tubach, Assistant Secretary (Surety) of THE TRAVELERS INDEMNITY COMPANY, certify
that the foregoing power of attorney, and the above quoted Resolutions of the Board of Directors of November 1, 1985
have not been abridged or revoked and are now in full force and effect.
Signed and Sealed at Hartford, Connecticut, this 29th day of June 19 88
=' N M
SEAL ' � Y' V 4 7 . �uf2. ,e)e
f:;
Assistant Secretary, Surety
THE STATE OF TEXAS §
COUNTY OF
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
of the City of
County of , and State of as
principal, and authorized
under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto the CITY OF ROUND ROCK,
TEXAS (OWNER), in the penal sum
of Dollars
($ ) for the payment whereof, the said Principal and
Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner dated the day of , 1988 to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
PB -1
1
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATIONS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all
I respects duly and faithfully observe and perform all and singular the
covenants, conditions and agreements in and by said Contract agreed and
covenanted by the Principal to be observed and performed, and according
to the true intent and meaning of said Contract and the Plans and
Specifications thereto annexed, then this obligation shall be void;
otherwise to remain in full force and effect;
I PROVIDED, HOWEVER, that this bind is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
I accordance with the provisions of the said Article to the same extent
as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this day of , 1988.
1
Principal Surety
1 By: By:
Title: Title:
Address: Address:
1
1
1 The name and address of the Resident Agent of Surety is:
1
1
1 PB -2
1
THE STATE OF TEXAS §
COUNTY OF §
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
the City of , County of , and State of
, as principal, and authorized under
the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto the CITY OF ROUND ROCK,
TEXAS (OWNER), in the penal sum of
Dollars ($ ) for the
payment whereof, the said Principal and Surety bind themselves' and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the day of , 1988, to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to
him or a subcontractor in the prosecution of work provided for in said
contract,- then, this obligation shall be void; otherwise to remain in
full force and effect;
Provided, however, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if
it were copies at length herein.
PB -3-
1
1 Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
1 or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
I sealed this instrument this day of , 1988.
' Principal Surety
By: By:
1 Title: Title:
Address: Address:
II
The name and address of the Resident Agent of Surety is:
1
1
1
1
1
1
1 PB -4
1
MAINTENANCE BOND
Bond
No.
THE STATE OF TEXAS §
COUNTY OF §
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and
a Corporation organized under the laws of the State of
as Surety, are held and firmly bound unto
as Obligee, in the penal sum of
($ )
to which payment will and truly to be made we do bind ourselves, our
and each of our heirs, executors, administrators, successors and
assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed
WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of two years after approval
by against all defects in workmanship and
materials which may become apparent during said period;
MB -1
1
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that, if the
Principal shall indemnify the Obligee for all loss that the Obligee may
1 sustain by reason of any defective materials or workmanship which
become apparent during the period of one year from and after date of
acceptance by the owner, then this obligation shall be void, otherwise
to remain in full force and effect.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this day of ,
1 1988.
' Principal Surety
By By
'
Title Title
li Address Address
' The name and address of the Resident Agent of Surety is:
1
1
I
1
1
1
1 MB -2
1
T0: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
THIS IS TO CERTIFY THAT r
is, at the date of this certificate, insured by this company with respect
to the business operations hereinafter described, for the types of
insurance and in accordance with the provisions of the standard policies
used by this company, and further hereinafter described. Exceptions to
standard policies are noted on the reverse side hereof.
TYPE OF POLICY EFFECTIVE EXPIRATION
INSURANCE NO. DATE DATE
Workmen's
Compensation
Comprehensive
General
Liability
Includes
Contractual
_ Liability
Covers
Independent
Contractors
Owner's
Protective
Comprehensive
Automobile
Liability
Owned
_ Vehicles
Hired
Vehicles
Non -Owned
Vehicles
Includes
Contractual
Liability
CERTIFICATE OF INSURANCE
Page 1 of 2
Date:
Description of Work: Deepwood
Drive Street and Drainage Imp.
LIMITS OF LIABILITY
Statutory, State of
Texas, $
Employer's Liability
Bodily Injury
$ each person
$ each accident
Property Damage
$ each accident
$ aggregate
Bodily Injury
$ each person
$ each accident
Property Damage
$ each accident
$ aggregate
Bodily Injury
$ each person
$ each accident
Property Damage
$ each accident
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
,1
1
The above policies either in the body thereof or by appropriate
endorsement provide that they may not be changed or cancelled by the
insurer in less than ten (10) days after the insured has received written
notice of such change or cancellation.
This Certificate of Insurance neither affirmatively or negatively amends,
extends, or alters the coverage afforded by policy or policies indicated
by this certificate.
(Name of Insurer)
By:
Title:
Address:
Page 2 of 2
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
1
2. GENERAL PROVISIONS 3
2.01 Engineer's Status and Authority 3
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 3
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 4
2.08 Royalties and Patents 5
2.09 Keeping of Plans and Specifications Accessible 5
2.10 Discrepancies and Omissions 5
2.11 Contractor's Understanding 5
2.12 Extra Work 5
2.13 Payment for Extra Work 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 7
2.16 Owner's Status 7
2.17 Completed Portions of Work 7
2.18 Materials 7
2.19 Receiving and Storage of Materials 7
2.20 "Or Equal" Clause 8
2.21 Completed Work 8
2.22 Materials Furnished by the Owner 8
2.23 Protection of Property 8
2.24 Shelters for Workmen and Materials 8
2.25 Sanitary Facilities 9
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 9
3.01 Labor, Equipment, Materials and
Construction Plant 9
3.02 Performance, Payment and Maintenance Bonds 9
3.03 Contractor's Ability to Perform 9
3.04 Superintendence and Inspection 10
3.05 Character of Employees 10
3.06 Contractor's Duty to Protect Persons
and Property 10
3.07 Safety Codes 11
3.08 Barricades 11
3.09 Minimum Wages 11
3.10 Unsuitable Work or Materials 11
3.11 No Waiver of Contractor's Obligation 11
3.12 Site Clean Up 12
3.13 Guarantee 12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(CONTENTS CONTINUED)
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13
4.01 Lines and Grades 13
4.02 Right of Entry 13
4.03 Owner's Representatives 13
4.04 Collateral Work 13
4.05 Right -of -Way 13
4.06 Adequacy of Design 14
5. SCHEDULING AND PROGRESS OF WORK 14
5.01 Order and Prosecution of the Work 14
5.02 Rate of Progress 14
5.03 Sunday, Holiday, and Night Work 14
5.04 Hindrances and Delays 15
5.05 Extensions of Time 15
5.06 Liquidated Damages for Failure to
Complete on Time 15
6. IDEMNITY 16
6.01 Contractor's Idemnity Provision 16
6.02 Workmen's Compensation Insurance 16
6.03 Comprehensive General Liability Insurance 16
6.04 Owner's Protective Insurance 17
6.05 Comprehensive Automobile Liability Insurance 17
6.06 Insurance Certificate 17
7. TERMINATION OF CONTRACT 17
7.01 Right of Owner to Terminate 17
7.02 Right of Contractor to Terminate 18
7.03 Removal of Equipment 18
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 18
8.01 Notification of Contractor 18
8.02 Retention of Contractor's Equipment
and Materials by Owner 18
8.03 Methods of Completing the Work 19
8.04 Final Acceptance 19
8.05 Disposition of Contractor's Equipment 20
9. MEASUREMENT AND PAYMENT 20
9.01 Character of Measurements 20
9.02 Estimated vs. Actual Quantities 20
9.03 Payment 21
9.04 Monthly Estimates and Payments 21
9.05 Certificates of Completion 22
9.06 Final Estimate and Payment 22
9.07 Notarized Affidavit 22
9.08 Release of Liability 23
9.09 Contractor's Obligation 23
9.10 Payments Withheld 23
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
1.01 Calendar Day. A calendar day shall be the 24 -hour period from
one midnight to the next consecutive midnight. Saturdays,
Sundays and Legal holidays are considered calendar days and
shall be used in determining contract time.
1.02 Contract Documents. The Contract Documents shall consist of the
Notice to Contractors; Advertisement; the Instructions to
Bidders; the Proposal; the Signed Agreement; the Performance,
Payment, and Maintenance Bonds; the General Conditions of the
Agreement; the Special Conditions ' of the Agreement; the
Technical Specifications; the Plans; the Standard Drawings;
Addenda; and duly authorized Change Orders. ' The Contract
Documents are complementary, and what is called for by any one
shall be as binding as if called for by all. In case of
conflict between any of the Contract Documents, priority of the
interpretation shall be in the following order: Signed
Agreement, Performance, Payment, and Maintenance Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice to
Contractors, Instructions to Bidders, Technical Specifications,
Plans, and General Conditions of the Agreement.
1.03 Contractor. "Contractor" shall mean the business organization
or individual named and designated in the Contract Agreement as
the "Party of the Second Part ", who has entered into this
contract for the performance of the work covered thereby, and
its, his, or their duly authorized agents and other legal
representatives.
1.04 Engineer. "Engineer" shall mean HAYNIE RALLMAN & GRAY, INC., or
such other Engineer, supervisor, or project representative who
has been designated, appointed, or otherwise employed or
delegated by the Owner for this work, or their duly authorized
agents, such agents acting within the scope of the particular
duties entrusted to them in each case.
1.05 Extra Work. The term "extra work" as used in this contract
shall be understood to mean and include all work that may be
required by the Engineer or Owner to be done by the Contractor
to accomplish any change, alteration, or addition to the work
shown on the Plans, or reasonably implied by the Specifications,
and not covered by the Contractor's Proposal, except as provided
under "Changes and Alterations ", herein.
1.06 Owner. "Owner shall mean The City of Round Rock named and
designated in the Agreement as the "Party of the First Part"
acting through its duly authorized officers and agents.
-1-
1.07 Plans. "Plans" shall mean and include (a) all drawings prepared
by the Owner as a basis for proposal, (b) all supplementary
drawings furnished by the Engineer as and when required to
clarify the intent and meaning of the drawings submitted by the
Owner to the Contractor, and (c) drawings submitted by the
Contractor to the Owner when and as approved by the Engineer.
1.08 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner as
a basis for proposals, (b) all supplementary written material
furnished by the Engineer as and when required to clarify the
intent or meaning of all written descriptions, methods and
instructions submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to the Owner
when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer only to a
business organization or individual having a direct contract
with the Contractor for (a) performing a portion of the Contract
work, or (b) furnishing material . worked to a special design
according to the Contract plans or specifications; it does not,
however, include one who merely furnishes material not so
worked.
1.10 Substantially Completed. The term "substantially completed"
shall mean that the structure or facility has been made suitable
for use and is in condition to serve its intended purpose, but
still may require minor miscellaneous work and adjustments. It
does not constitute end of contract period or acceptance as
total completion.
1.11 Work. "Work" shall mean the work to be done and the equipment,
supplies, material, and services to be furnished under the
Contract unless some other meaning is indicated by the context.
1.12 Working Day. A "working day" is defined as any day not
including Sundays or any legal holidays, in which weather or
other conditions, not under control of the Contractor, will
permit construction of the principal units of the work for a
continuous period of not less than seven (7) hours between 7:00
a.m. and 6:00 p.m.
1.13 Written Notice. "Written Notice" shall be deemed to have been
duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom
it is intended, or if delivered at or sent by certified or
registered mail to the last business address known to him who
gives the notice.
-2-
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually agreed by and
between the parties to this Contract that the Engineer shall
have general supervision and direction of the work included
herein. In order to prevent delays and disputes and to
discourage litigation it is further agreed by and between the
parties of this Contract that the Engineer shall in all cases
determine the amounts and quantities of the several kinds of
work which are to be paid for under the Contract; that he shall
determine all questions in relation to said work and the
construction thereof, that he shall in all cases decide every
question which may arise relative to the execution of the
Contract on the part of the Contractor; that his decisions and
findings shall be the conditions precedent to the right of the
parties hereto the arbitration or to any action on the
Contractor to receive any money under this Contract; provided,
however, that should the Engineer render any decision or give
any direction which in the opinion of either party hereto is not
in accordance with the meaning and intent of this Contract,
either party may file with the Engineer within 30 days a written
objection to the decision or direction so rendered. It is the
intent of this Agreement that there shall be no delay in the
execution of the work, and the decision or directions of the
Engineer as 'rendered shall be promptly carried out.
2.02 Right of Engineer to Modify Methods and Equipment. If at any
time the methods or equipment used by the Contractor are found
to be unsafe or inadequate to secure the quality of the work or
the rate of progress required under this Contract, the Engineer
may direct the Contractor in writing to increase their safety or
improve their character and efficiency and to cease operations
under this Contract until such direction is complied with. No
claims shall be made against the Owner for damages caused by any
delay resulting from such order.
2.03 Changes and Alterations. The Contractor agrees that the Owner,
through the Engineer, may make such changes and alterations as
the Owner may see fit in the line, grade, form, dimensions,
plans, or materials for the work herein contemplated or any part
thereof either before or after the beginning of the construction
without affecting the validity of this Contract and the
accompanying bonds. If such changes or alterations diminish the
quantity of the work to be done, they shall not constitute the
basis for a claim for damages or anticipated profits on the work
that they may be dispensed with.
-3-
If they increase the amount of work and the increased work can
fairly be classified under the specifications, such increase
shall be paid for according to the quantity actually done and at
the unit price established for such work under this Contract;
otherwise such work shall be paid for as provided under Section
2.12 "Extra Work ". In the event the Owner shall make such
changes or alterations which will make useless any work already
done or material already furnished or used in said work, then
the Owner shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such change,
and for the actual expenses incurred in preparation for the work
as originally planned.
2.04 Damages. The right of general supervision by the Owner shall
not make the Contractor an agent of the Owner, and the liability
of the Contractor for all damages to persons, firms, and
corporations arising from the Contractor's execution of the work
shall not be lessened because of such general supervision. The
Contractor is an independent contractor in regard to work under
this Contract, and as such is solely liable for all damages to
any persons, firms, corporations, or their property as a result
of the prosecution of the work.
2.05 Losses from Natural Causes. All loss or damage arising out of
the nature of the work to be done or from the action of the
elements or from any unforseen circumstances in the prosecution
of the work or from unusual obstructions or difficulties which
may be encountered in the prosecution of the work shall be
sustained and borne by the Contractor at his own cost and
expense.
2.06 Laws and Ordinances. The Contractor shall at all times observe
and comply with all Federal, State, and local laws, ordinances,
rules and regulations which in any manner affect the Contract or
the work and shall idemnify and save harmless the Owner against
any claim arising from the violation of any such laws and
ordinances whether by the Contractor or his employees or his
subcontractors and their employees.
2.07 Licenses. Permits and Certificates. Except as hereinafter
stipulated, all licenses, permits, certificates, etc. required
for and in connection with the work to be performed under the
provisions of these Contract Documents shall be secured by the
Contractor at his own expense. In the event a building permit
is required such permit will be obtained by the Owner at no cost
to the Contractor.
-4-
2.08 Royalties and Patents. The Contractor shall protect and save
harmless the Owner from all and every demand for damages,
royalties, or fees on any patented invention used by him in
connection with the work done or material furnished under this
Contract; provided, however, that if any patented material,
machinery, appliance, or invention is clearly specified in this
Contract, the cost of procuring the rights of use and the legal
release of idemnity shall be borne and paid by the Owner direct
unless such cost is determined and directed to be included in
the bid price at the time the Proposal is submitted. .
2.09 Keeping of Plans and Specifications Accessible. The Engineer
shall furnish the Contractor with two (2) sets of executed Plans
and Specifications without expense to him, the Contractor shall
keep one copy of the same constantly accessible on the job site,
with the latest revisions noted thereon, and additional sets
will be obtained from the Engineer at commercial reproduction
rates plus 20% for handling.
2.10 Discrepancies and Omissions. It is further agreed that it is
the intent of this Contract that all work must be done and all
material must be furnished in accordance with the generally
accepted practice, and in the event of any discrepancies between
the separate contract documents, the priority of interpretation
defined under "Contract Documents" shall govern. In the event
that there is still any doubt as to the meaning and. intent• of
any portion of the Contract, Specifications or Drawings, the
Engineer shall define which is intended to apply to the work.
2.11 Contractor's Understanding. It is understood and agreed that
the Contractor has, by careful examination, satisfied himself as
to the nature and location of the work, the conformation of the
ground, the character, quality and quantity of the materials to
be encountered, the character of equipment and facilities need
preliminary to and during the prosecution of the work, the
general and local conditions, and all other matters which can in
any way affect the work under this contract. No verbal
agreement or conversation with any officer, agent, or employee
of the Owner, either before or after the execution of this
Contract, shall affect or modify any of the terms or obligations
herein contained.
2.12 Extra Work. The term "extra work" as used in this Contract
shall be understood to mean and include all work that may be
required by the Owner through the Engineer to be done by the
Contractor to accomplish any change, alteration, or addition to
the work shown by the Plans or reasonably implied by the
Specifications and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and Alterations ".
It is agreed that the Contractor shall perform all extra work
under the direction of the Engineer when presented with a
written Change Order signed by the Engineer.
-5-
No claim for extra work of any kind will be allowed unless
ordered in writing by the Engineer. In case any orders or
instructions, either oral or written, appear to the Contractor
to involve extra work for which he should receive compensation,
he shall make a written request to the Engineer for a written
Change Order authorizing such extra work. Should a difference
of opinion arise as to what does or does not, constitute extra
work or concerning the payment therefor and the Engineer insists
upon its performance, the Contractor shall proceed with the
work after making a written request for a written Change Order
and shall keep an accurate account of the "actual field cost"
thereof as provided under Method "C" below.
2.13 Payment for Extra Work. It is agreed that the compensation to
be paid by the Contractor for performing extra work shall be
determined by one or more of the following methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
Method "C" - If neither Method "A" or Method "B" can be agreed
upon before the extra work is commenced, then the
Contractor shall be paid the "actual field cost"
of the work plus 15%.
Where extra work is performed under Method "C ", the term "actual
field cost" of such extra work is hereby defined to be and shall
include: (a) the payroll cost for all workmen, such as foreman,
mechanics, craftsmen, and laborers; (b) the cost of all
materials and supplies not furnished by the Owner; (c) rental
for all power- driven equipment at agreed -upon rates for the time
actually employed or used in the performance of the extra work;
(d) transportation charges necessarily incurred in connection
with any equipment authorized by the Engineer for use on said
extra work and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expenses; (f)
all incidental expenses incurred as a direct result of such
extra work including sales or use taxes on materials, payroll
taxes, and the additional premiums for construction bonds,
workmen's compensation, public liability and property damage,
and other insurance required by the Contract where the premiums
therefor are based on payroll and material costs.
The Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also specify in
writing before the work commences the method of doing the work
and the type and kind of machinery and equipment to be used;
otherwise these matters shall be determined by the Contractor.
Unless otherwise agreed upon, the prices for the use of
machinery and equipment shall be incorporated in' the written
extra work Change Order. The 15% of the "actual field cost" to
be paid the Contractor shall cover and compensate him for his
profit, overhead, and general superintendence.
-6-
2.14 Assignment and Subletting. The Contractor shall not assign or
sublet the work or any part thereof without the previous written
I consent of the Engineer, nor shall he assign, by power of
attorney or otherwise, any of the money payable under this
contract unless by and with the consent of the Owner to be
signified in like manner. If the Contractor assigns all or any
part of any monies due or to become due under this Contract, the
instrument of assignment shall contain a clause'substantially to
the effect that it is agreed that the right of the assignee in
I and to any monies due to to become due to the Contractor shall
be subject to all prior liens of all persons, firms, and
corporations for services rendered or materials supplied for the
I performance of the work called for in this Contract.
2.15. Subcontractors. The Contractor shall be as fully responsible to
the Owner for the acts and omissions of his subcontractors and
I
of persons either directly or indirectly employed by them as he
is for the acts and omissions of persons directly employed by
him. Should any subcontractor fail to perform the work
I undertaken by him in a satisfactory manner, his subcontract
shall be immediately terminated by the Contractor upon written
notice from the Engineer.
' 2.16 Owner's Status. Nothing contained in this Contract shall create
any contractual relation between any subcontractor and the
Owner.
I
2.17 Completed Portions of Work. The Owner shall have the right to
take possession of and to use any completed or partially
I completed portions of the work prior to completion of the entire
work, but such use shall not constitute an acceptance of any of
the work not completed in accordance with the Contract
I Documents. If the Engineer determines that taking possession of
and using partially completed work substantially increases the
cost of or delays construction, the Contractor shall be entitled
to extra compensation or extension of time or both as determined
1 by the Engineer.
2.18 Materials. All materials furnished by the Contractor shall be
I as required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of
materials which he is to furnish until the Engineer has approved
1 the source of supply of such materials.
2 .19 Receiving and Storage of Materials. The Contractor shall make
arrangements for receiving and storing materials. The Owner
I will not sign for or receive shipments of materials consigned to
the Contractor. The Owner will not furnish storage space for
materials except where written permission is given by the
1 Engineer.
1 -7-
1
2.20 "Or Equal" Clause. Whenever a material, product, or article is
specified or shown on the Plans by using the name of the
proprietary product or of a particular manufacturer or vendor
and is followed by the term "or equal" the Contractor may submit
a written request to the Engineer requesting approval of the use
of a material, product, or article he feels is truly equal to
the one specified. The Engineer will evaluate the request to
determine if the material, product, or article is of equal
substance and function and if it will perform identically the
duties imposed by the general design. Written approval of an
"or equal" material, product, or article must be obtained from
the Engineer before it may be incorporated into the work as a.
substitute for that specified in the Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous
adequate safeguards to protect all completed work from damage,
loss, or the intrusion of foreign elements.
2.22 Materials Furnished by the Owner. The Contractor shall assume
responsibility for and safeguard any and all materials supplied
by the Owner against loss or injury. This provision shall
extend to the taking of all necessary sanitary precautions to
avoid contamination of such materials that must be maintained
and incorporated into the work in a sanitary condition.
2.23 Protection of Property. The Contractor shall give reasonable
notice to the owner or owners of public or private property and
utilities when such property is liable to injury or damage
through performance of the work, and he shall make all necessary
arrangements with such owner or owners relative to the removal
and replacement or protection of such property or utilities.
The Contractor shall satisfactorily shore, support, and protect
any and all structures, and all pipes, sewers, drains, conduits,
and other facilities belonging to the Owner, and he shall be
responsible for any damage resulting thereto. The Contractor
shall not be entitled to any damages or extra pay as a result of
any postponement, interference, or delay caused by any such
structures and facilities being on the line of the work whether
they are shown on Plans or not.
2.24 Shelters for Workmen and Materials. The building or structures
for housing men or the erection of tents or other forms of
protection for workmen or materials will be permitted only as
the Engineer shall authorize or direct. The sanitary conditions
of the grounds in or about such structures shall at all times be
maintained in a manner satisfactory to the Engineer.
-8-
2.25 Sanitary Facilities. The Contractor at his expense shall
furnish necessary sanitary toilet facilities for the use of all
employees on the job site. The facilities shall be of a type
complying with State and local sanitary regulations and shall be
properly secluded from public observation. These facilities
shall be constructed and maintained by the Contractor in such a
manner and at such points as shall be approved by the Engineer.
Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment. Materials and Construction Plant. The
Contractor shall provide all labor, tools, equipment, machinery,
supplies, and materials necessary for the prosecution and
completion of this Contract where it is not specifically
provided that the Owner shall furnish them. The Owner shall not
be held responsible for the care, preservation, conservation, or
protection of any material, tools, or machinery on any part of
the work until it is finally completed and accepted. The
Contractor shall maintain on the job at all times sufficient
labor, material, and equipment to adequately prosecute the work.
3.02 Performance, Payment and Maintenance Bonds. It is further
agreed by the Parties to this Contract that the Contractor will
execute separate performance, payment, and maintenance bonds,
each in the sum of 100% of the total Contract price, in standard
forms for this purpose guaranteeing faithful performance of the
work and the fulfillment of any guarantees required and further
guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of
the Contract. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are furnished
and approved by the Owner and that final retainage shall not be
paid until such maintenance bond is furnished and approved by
the Owner. The cost of the premium for the performance, payment
and maintenance bonds shall be included in the price bid by the
Contractor for the work under this Contract, and no extra
payment for such bonds will be made by the Owner.
The surety company or companies underwriting the performance,
payment and maintenance bonds shall be acceptable according to
the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States, shall
be duly authorized to act under the laws of the State of Texas
as Surety, and shall be approved by the Owner.
3.03 Contractor's Ability to Perform. Upon request by the Owner the
Contractor shall furnish sufficient evidence of his ability to
perform the work which is outlined in this document. This shall
include an equipment inventory and records showing the
satisfactory completion of projects of equal magnitude in the
past. It shall be the prerogative of the Owner to terminate the
-9-
Contract as outlined in Section 7 "Termination of Contract ", if
job progress indicates that the Contractor lacks either
appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall give
personal attention to the faithful prosecution and completion of
the Contract and shall keep a competent superintendent and any
necessary assistants, all of whom are satisfactory to the
Engineer, on the work continuously during its progress. The
superintendent shall represent the Contractor in his absence,
and all directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superintendent are both
absent from the site of the work for prolonged periods of time
the Engineer may order any or all work under this Contract to be
stopped until the Contractor provides continuous and proper
supervision of the work. Such stoppage shall not constitute a
basis for any claim against the Owner for damages caused by
delay for such work stoppages.
3.05 Character of Emplovees. The Contractor agrees to employ only
orderly, competent, and skillful persons to do the work, and
whenever the Engineer shall inform them that the work being
accomplished' is of sub - standard character by reason of
carelessness, incompetence, or inexperience on the part of the
workers the installation of such work shall be immediately
suspended and shall not be resumed until the Engineer is
satisfied that the conditions causing such faulty work have been
corrected.
3.06 Contractor's Duty to Protect Persons and Property. In the
performance of this Contract, the Contractor shall protect the
public and the Owner fully by taking reasonable precaution to
safeguard persons from death or bodily injury and to safeguard
property of any nature whatsoever from damage. Where any
dangerous condition or nuisance exists in and around
construction sites, equipment and supply storage areas, and
other areas in anyway connected with the performance of this
Contract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance of any
nature whatsoever in connection with the performance of this
Contract unless necessary to its performance, and in that event
the Contractor shall provide and maintain at all times
reasonable means of warning of any danger or nuisance created.
The duties of the Contractor in this paragraph shall be
nondelegable, and the Contractor's compliance with the specific
recommendations and requirements of the Owner as to the means of
warning shall not excuse the Contractor from the faithful
performance of these duties should such recommendations and
requirements not be adequate or reasonable under the
circumstances.
-10-
1
1
1
1
.1`
1
1
1
1
1
1
1
1
1
1
1
1
1
3.07 Safety Codes. The Contractor shall comply with all applicable
provisions of any Federal, State, County, and Municipal safety
laws and building and construction codes.
All machinery, equipment, and other physical hazards shall be
guarded in accordance with the latest edition of the "Manual of
Accident Prevention in Construction" of the Associated General
Contractors of America except where incompatible with Federal,
State, or Municipal laws or regulations.
3.08 Barricades & Traffic Control Signs. When barricades or traffic
control signs are used to satisfy safety requirements, such
barricades or signs shall be properly identified with the
Contractor's name prominently stenciled on both sides of the
barricades with letters at least two (2 ") inches high.
Barricades and signs shall be located and fashioned as per the
Texas Manual on Uniform Traffic Control Devices for Streets and
Highways, 1980 Edition.
3.09 Minimum Wages. All employees directly employed on the work
shall be paid not less than the established prevailing wage
scale for work of a similar character in this locality. A scale
of prevailing wages is included in the Special Conditions of
these Contract Documents. The Contractor shall not pay less
than the general prevailing wages shown on said scale and shall
keep accurate wage records accessible in accordance with Article
5159 of the Revised Civil Statutes of Texas.
3.10 Unsuitable Work or Materials. It is understood and agreed that
if the work or any part thereof or any material furnished by the
Contractor for use in the work or selected for the same shall be
deemed by the Engineer as unsuitable or not in conformity with
plans, specifications, and contract documents, the Contractor
shall, after receipt of written notice thereof from the
Engineer, forthwith remove such material and replace, rebuild,
or otherwise remedy such work so that it shall be in full
accordance with this Contract.
Should the Contractor fail to initiate compliance with the above
provision within 72 hours or should he fail to properly
prosecute and complete correction of such faulty work, the
Engineer may direct that the work be done by others and that the
cost of the work be deducted from monies due the Contractor.
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or project representative shall have no power to
waive the obligations of this Contract for the furnishing by the
Contractor of good material and of his performing good work as
herein described and in full accordance with the plans and
specifications. No failure or omission of the Engineer,
supervisor, or project representative to condemn any defective
work or material shall release the Contractor from the
obligation to at once tear out, remove, and properly replace the
same at any time prior to final acceptance upon the discovery of
said defective work or material; provided, however, that the
Engineer, supervisor, or project representative shall upon
request of the Contractor inspect and accept or reject any
material furnished, and once the material has been accepted by
the Engineer, supervisor, or project representative such
acceptance shall be binding on the Owner unless it can be
clearly shown that such material furnished was not as
represented and does not meet the specifications for the work.
Any questioned work may be ordered taken up or removed, for
re- examination by the Engineer prior to final acceptance, and if
found not:in accordance with the plans, specifications, and
contract documents for said work, all expense of removing,
re- examination, and replacement shall be borne • by the
Contractor; otherwise the expense thus incurred shall be allowed
as "Extra Work" and shall be paid for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the site of the
work to become littered with trash and waste material, but shall
maintain the site in a neat and orderly condition throughout the
construction period. The Engineer shall have the right to
determine what is waste material or rubbish and the manner and
place of disposal. On or before the completion of the work the
Contractor shall, without charge therefor, carefully clean out
all pits, pipes, chambers, or conduits, shall tear down and
remove all rubbish of every kind from the tracts or grounds
which he has occupied, and shall leave them in a condition
satisfactory to the Engineer.
3.13 Guarantee. During a period of twelve (12) months from and after
the date of the final acceptance by the Owner of the work
embraced by this Contract, the Contractor shall make all needed
repairs arising out of defective workmanship or materials, or
both, which in the judgement of the Owner shall become necessary
during such period. If within ten (10) days after the mailing
of a notice in writing to the Contractor or his agent the said
Contractor shall neglect to make or to undertake with due
diligence the aforesaid repairs, the Owner is hereby authorized
to make such repairs at the Contractor's expense; provided,
however, that in case of emergency where, in the judgement of
the Owner, delay would cause serious loss or damage, repairs may
be made without notice being sent to the. Contractor, and the
Contractor and /or his Surety (see Section 3.02 on maintenance
bond) shall pay the cost thereof.
-12-
1 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
I 4.01 Lines and Grades. All necessary lines and grades shall be
furnished by the Engineer. Whenever necessary, work shall be
suspended to permit performance of this work, but such
suspension will be as brief as practicable, and the Contractor
I
shall be allowed no extra compensation thereof. The Contractor
shall give the Engineer ample notice of the time and place where
lines and grades will be needed. All stakes, marks, etc. shall
I be carefully preserved by the Contractor, and in case of
careless destruction or removal by him or his employees such
stakes, marks, etc. shall be replaced as directed by the
1 Engineer at the Contractor's expense.
4.02 Right of Entry. The Owner reserves the right for its personnel
or its agents to enter the property or location on which the
1 work herein contracted is being constructed or installed for the
purpose of supervising and inspecting the work or for the
purpose of constructing or installing such collateral work as
' the Owner may desire.
4.03 Owner's Representatives. It is agreed by the Contractor that
1 the Owner shall appoint such Engineer, supervisors; or project
representatives as the said Owner may deem necessary to examine
the material furnished and the work done under this Contract, to
see that the said material is furnished, and to see that said
I work is done in accordance -with the plans and specifications
therefor. The Contractor shall furnish all reasonable aid and
assistance required by the Engineer, supervisors, or project
representatives for the proper review and examination of the
work and all parts thereof. The Contractor shall regard and
comply with the directions and instructions of the Engineer,
supervisors, or project representatives so appointed when such
I directions and instructions are consistent with the obligations
of this Contract.
1 4.04 Collateral Work. The Owner reserves the right to provide all
labor and material essential to the completion of work that is
not included in this Contract either by a separate contract or
' otherwise. Any collateral work shall be prosecuted in such a
manner that it will not damage the Contractor nor delay the
progress of the work being accomplished under this Contract.
The respective rights of and operations of the various interests
'
involved shall be established and coordinated by the Engineer.
4.05 Right- of -Way. Easements across private property and lands
needed for construction under this Contract will be provided by
the Owner.
1
1
-13-
1
4.06 Adequacy of Design. It is agreed that the Owner shall be
responsible for the adequacy of the design, sufficiency of the
Contract Documents, the safety of the structure and
practicability of the operations of the completed project;
provided the Contractor has compiled with the requirements of
the said Contract Documents, all approved modifications thereof,
and additions and alterations thereto approved in writing by the
Owner. The burden of proof of such compliance shall be upon the
Contractor to show that he has complied with the said
requirements of the Contract Documents, approved modifications
thereof and all approved additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the work. It is the meaning and intent
of this Contract, unless otherwise herein specifically provided,
that the Contractor shall be allowed to prosecute his work at
such times.and seasons in such order of precedence and in such
manner as shall be most conductive to economy of construction;
provided however, that the order and time of prosecution shall
be such that the work shall be completed as a whole or in part
in accordance with this Contract within the time of completion
hereafter designated; provided also that the Engineer may direct
the time and manner of constructing any part or parts of the
work when in his opinion such should be given priority to lessen
the probability of danger to the public or to anticipate
seasonal hazards from the elements or to coordinate with other
work being done for or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engineer full
information in advance as to his plans for carrying on any part
of the work. If at any time prior to the start or during the
progress of the work any part of the Contractor's plant or
equipment or any of his methods of executing the work appear to
the Engineer to be unsafe, inefficient, or inadequate to insure
the required quality or rate of progress of the work, the
Engineer may order the Contractor to increase or improve his
facilities or methods, and the Contractor shall promptly comply
with such orders; failure to comply will result in placing
Contractor in abandonment per Section 8 "Abandonment of Contract
by Contractor "; but neither compliance with such orders nor
failure of. the Engineer to issue such orders shall release the
Contractor from his obligation to secure the degree of safety,
the quality of work, and the rate of progress required by this
Contract. The 'Contractor alone shall be responsible for the
safety, adequacy, and efficiency of his plant, equipment, and
methods.
5.03 Sunday, Holiday and Night Work. Except in connection with the
care, maintenance, or protection of equipment or of work already
done, no work shall be done between the hours of 6:00 p.m. and
7:00 a.m. or on Sundays or legal holidays without written
consent of the Engineer.
-14-
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any cause
during the progress of any portion of the work embraced by this
Contract except where the work is stopped by order of the
Owner. If the Owner stops the work for just cause because the
Contractor is not complying with the plans and-specifications or
the intent thereof, the Contractor shall have no claim for
damages, hindrances, or delays. However, if the Owner stops the
work for any other reason, the Contractor shall be entitled to
reimbursement paid by the Owner for such expenses actually
incurred which in the judgement of the Engineer occurred as a
result of the work stoppage.
Should delays repeatedly occur due to the Contractor's failure
to provide adequate plant, equipment, or personnel, or where the
Engineer determines that unreasonable inconvenience to the
public is due to such failure, the Contractor's operations shall
be suspended until he shall have provided adequate plant,
equipment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed in the
final completion of the work by any act or neglect of the Owner
or Engineer, or of any employee or either, or by any other
contractor employed by the Owner, or by strikes, fire or other
cause or causes outside of and beyond the control of the
Contractor and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of time
sufficient to compensate for the delay as determined by the
Engineer shall be granted by the Owner; provided, however, that
the Contractor shall give the Owner prompt notice in writing of
such cause of delay in each case. Extensions of time will not
be granted for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time. The
Contractor agrees that time is of the essence of this Contract
and that the definite value of damages which would result from
delay would be incapable of ascertainment and uncertain, so that
for each day of delay beyond the number of days herein agreed
upon for the completion of the work herein specified and
contracted for, after due allowance for such extension of time
as is provided for under the provisions of the preceding
paragraph, the Owner may withhold permanently from the
Contractor's total compensation, not as penalty but as
liquidated damages, the sum of $500.00 per calendar day.
-15-
6. IDEMNITY
6.01 Contractor's Idemnitv Provision. To protect the Owner from the
Contractor's failure to perform any of the foregoing duties or
any of the terms of this Contract, the Contractor shall idemnify
and save harmless the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, expenses or costs
of any nature whatsoever arising out of or in anyway connected
with any claims or actions of law or in equity brought against
the Owner and the Owner's agents and employees for the death or
injury to persons or for damage to property caused, or allegedly
caused, by any willful acts, negligence, nuisance, or breach or
any term or condition of this Contract by the Contractor, his
agents, servants, subcontractors, or employees. The Contractor
shall furthermore idemnify and save harmless the Owner and the
Owner's agents and employees from all demands of subcontractors,
worker, material, persons, or suppliers of machinery and parts
thereof, equipment, power tools, and supplies incurred in
connection with work to be performed under this Contract.
Property of any description, including property of the Owner,
which shall be damaged in the performance of this Contract by
the Contractor, his agents, employees and subcontractors shall
be restored to its condition prior to damage by the Contractor
at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor agrees to
comply with the Workmen's Compensation Act of the State of
Texas, and to pay or cause to be paid all compensation, medical
or other benefits, which may become due or payable thereunder,
and to protect and idemnify the Owner and the Owner's agents and
employees from and against any and all liabilities by reason of
accidental injury, disease or death sustained by subcontractor's
employees. The Contractor shall furnish the Owner with a
certificate from the Industrial Accident Board evidencing the
Contractor's and subcontractor's compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Contractor shall
provide and maintain during the life of this Contract and until
all work under said Contract has been completed and accepted by
the Owner, a Comprehensive General Liability insurance policy,
said policy and the issuing carrier approved by the Owner, which
specifically insures the contractual liability of the Contractor
assumed under Paragraph 6.01 above entitled "Contractor's
Idemnity Provision ". The liability coverage under this policy
shall cover Independent Contractors. Liability limits for the
Comprehensive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
-16-
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall provide and
maintain during the life of this Contract and until all work
under said Contract has been completed and accepted by the
Owner, an Owner's and Contractor's Protective Policy which
co- insures the Owner and the Owner's agents and . employees with
the same Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liability
Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The Contractor
shall provide and maintain during the life of this Contract and
until all work under said Contract has been completed and
accepted by the Owner, 'a Comprehensive Automobile Liability
insurance policy, said policy and issuing carrier approved by
the Owner, covering the operation on or off the site of the work
of all motor vehicles licensed for highway use, whether they are
owned, non - owned, or hired by the Contractor, in which shall
specifically insure contractural liability of the Contractor
assumed under the above Paragraph 6.01 entitled "Contractor's
Idemnity Provision ". The liability limits for the Comprehensive
Automobile Liability insurance coverage shall not be less than
the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insurance
coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above,
the Contractor shall furnish the Owner with a certificate
verifying said insurance. Said certificate shall state that the
Owner shall be given ten (10) days advance written notice before
any provisions of the policies are changed or in the event said
policies shall be cancelled. This Certificate of Insurance
shall be provided to the Owner prior to starting any
construction work in connection with this Contract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the contractor should be guilty
of substantial violation of the Contract or any provision
thereof, the Owner, upon certification by the Engineer as to the
nature and extent of such violation, may without prejudice to
any other resources or remedy give the Contractor written notice
of termination of the employment of the contractor ten (10) days
subsequent to such notice. Immediately following such date, the
-17-
Owner may take possession of the site of the work and all
material, equipment, tools, and appliances thereon and may
finish the work in accordance with the provision of Section 8
"Abandonment of Contract by Contractor ", of these General
Conditions.
7.02 Right of Contractor to Terminate. If work should be stopped by
order of any public authority or court through no act or fault
of the Contractor for a period of three (3) months or if the
Owner should substantially fail to perform the provisions of the
Contract with regard to Owner's obligations to the Contractor,
then the Contractor may, upon ten (10) days written notice to
the Owner, terminate this Contract and recover from the Owner
payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract should be
terminated for any reason whatsoever, the Owner may request the
Contractor in writing to remove any or all of his equipment,
tools, and supplies, and the Contractor shall comply with the
request within ten (10) days after receipt of the notice.
Should he fail to do so within ten (10) days after receipt of
such notice, the Owner shall have the right to remove such
equipment and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at the risk
and expense of the Contractor.
8 ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should abandon
and fail to resume work within ten (10) days after written
notification from the Owner or the Engineer or if the Contractor
fails to comply with the orders of the Engineer when such orders
are consistent with this Contract or with the specifications
hereto attached, then the Contractor shall be deemed as having
abandoned the Contract. The Surety on the bond shall be
notified in writing and directed to complete the work, and a
copy of said notice shall be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by Owner.
After receiving said notice of abandonment the Contractor shall
not remove from the work any machinery, equipment, tools,
materials, or supplies then on the job, but the same together
with any materials and equipment under contract for the work may
be held for use on the work by the Owner or the Surety on the
performance bond or another contractor in completion of the
work; and the Contractor shall not receive any rental or credit
therefore except when used in connection with extra work where
-18-
credit shall be allowed as provided for under Section 2.12
entitled "Extra Work ", it being understood that the use of such
equipment and materials will ultimately reduce the cost to
complete the work and will be reflected in the final settlement.
8.03 Methods of Completing the Work. If the Surety should fail to
commence compliance with the notice for completion herein before
provided within ten (10) days after service of such notice, then
the Owner may provide for completion of the work in either of
the following elective manners:
a. The Owner may thereupon employ such force of workers and
use such machinery, equipment, tools, materials, and
supplies as said Owner may deem necessary to complete the
work and charge the expense of such labor, machinery,
equipment, tools, materials, and supplies to said
Contractor, and the expense so charged shall be deducted
and paid by the Owner out of such monies as may be due or
that may thereafter at any time become due to the
Contractor under and by virtue of this Contract. In case
such expense is less than the sum which would have been
payable under this Contract if the same had been completed
by the Contractor, then said Contractor shall receive the
difference. In case such expense is greater than the sum
which would have been payable under this Contract if the
same had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of such
excess to the Owner.
b. The Owner under sealed bids, after fourteen (14) days
notice published two (2) or more times in a newspaper
having a general circulation in the county of location of
the work, may let the contract for the completion of the
work under substantially the same terms and conditions
which are provided in this Contract. In case of any
increase in cost to the Owner under the new contract as
compared to what would have been the cost under this
Contract, such increase shall be charged to the Contractor,
and the Surety shall be and remain bound therefor.
However, should the cost to complete any such new contract
prove to be less than what would have been the cost to
complete under this Contract, the Contractor or his Surety
shall be credited therewith.
8.04 Final Acceptance. When the work has been completed and accepted
by the Owner, the Contractor and his Surety shall be so notified
and a Contract Completion Certificate as hereinafter provided
shall be issued. A complete itemized statement of the Contract
-19-
accounts certified by the Engineer as being correct shall then
be prepared and delivered to the Contractor and his Surety,
whereupon the Contractor, his Surety or the Owner, as the case
may be, shall pay the balance due as reflected by said statement
within fifteen (15) days after the date of such Contract
Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event the
statement of accounts shows that the cost to complete the work
is less than that which would have been the cost to the Owner
had the work been completed by the Contractor under the terms of
this Contract or when the Contractor or his Surety pay the
balance shown to be due by them to the Owner, then all
machinery, equipment, tools, materials, or supplies left on the
site of the work shall be turned over to the Contractor or his
Surety. Should the cost to complete the work exceed the
contract price, and the Contractor or his Surety fail to pay the
amount due.. the Owner within the time designated hereinabove, and
there remains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof together with
an itemized list of such equipment and materials shall be mailed
to the Contractor and his Surety at the respective addresses
designated in this Contract; provided, however, that actual
written notice given in any manner will satisfy this condition.
After mailing or other giving of such notice such property shall
be held by the Owner at the risk of the Contractor and his
Surety subject only to the duty of the Owner to exercise
ordinary care to protect such property. After fifteen (15) days
from the date of said notice the Owner may sell such machinery,
equipment, tools, materials, or supplies and apply the net sum
derived from such sale to the credit of the Contractor and his
Surety. Such sale may be made at either public or private sale,
with or without notice, as the Owner may elect. The Owner shall
release any machinery, equipment, tools, materials, or supplies
which remain on the work and belong to persons other than the
Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary measurements
of any kind will be allowed but the actual length, area, solid
contents, number, and weight only shall be considered unless
otherwise specifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimated
quantities stipulated in the proposal form under unit price
items are approximate and are to be used only (a) as a basis for
estimating the probable cost of the work and (b) for the purpose
of comparing the proposals submitted for the work. It is
understood and agreed that the actual amounts of work done and
-20-
materials furnished under unit price items may differ from such
estimated quantities and that the basis of payment for such work
and materials shall be for the actual amount of such work done
and the actual quantity of materials furnished.
The Contractor agrees that he will make no claim for damages,
anticipated profits, or otherwise on account of any difference
between the amount of work actually performed and materials
actually furnished and the amounts estimated therefor in the
proposal or other Contract Documents; provided, however, that if
the actual quantity of any item should become as much as
twenty -five (25%) percent more or twenty -five (25%) percent less
than the estimated or contemplated quantity for such items, then
either party to this Contract shall be entitled upon demand to a
revised consideration on the portion of the work above or below
twenty -five (25 %) percent of the estimated quantity prior to
initiating work or furnishing materials for the overrun or
underrun quantities. Such revised consideration shall be
determined by agreement between the parties or otherwise by the
terms of this Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all the
necessary labor, equipment, and material and the completion of
all work by the Contractor, and on the completion of all work
and the delivery of all material embraced in this Contract in
full conformity with the specifications and stipulations
contained herein, the Owner agrees to pay the Contractor the
amounts set forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby agrees to
receive such amounts in full payment for furnishing all material
and all labor required for the aforesaid work, for all expense
incurred by him, and for well and truly performing the same and
the whole thereof in the manner and according to this Contract,
the attached specifications, and requirement of the Engineer.
9.04 Monthly Estimates and Payments. The Contractor shall furnish to
the Engineer by the twenty -fifth of the month such detailed
information as he may request to aid him as a guide in the
preparation of monthly estimates. On or about the first day of
each month the Engineer will make an approximate estimate of the
value of work done in conformity with the plans and
specifications during the previous calendar month. After each
such estimate shall have been approved by the Owner, the Owner
shall pay to the Contractor ninety (90%) percent of the amount
of such estimated sum on or before the 15th day of said month.
-21-
It is understood, however, that in case the whole work is near
to completion and some unexpected or unusual delay occurs due to
no fault or neglect on the part of the Contractor, the Owner
may, upon written recommendation of the Engineer, pay a
reasonable and equitable portion of the retained percentage to
the Contractor.
9.05 Certificates of Completion. Within ten (1C) days after the
Contractor has given the Engineer notice that the work has been
completed the Engineer shall review the work and satisfy himself
by examination that work has been finally and fully completed in
accordance with the plans, specifications, and Contract. If so
and if acceptance by Owner and all governmental entities having
jurisdiction has been secured, the Engineer shall issue a
Contract Completion Certificate to the Owner and the
Contractor. Such certificate when issued shall constitute final
acceptance of the work covered under this Contract and serve as
the date,, for stoppage of the contract period specified for
completion of the Project.
9.06 Final Estimate and Pavment. After the Contract Completion
Certificate has been issued the Engineer shall proceed to make
final measurements and to prepare a final estimate of the work
done and materials furnished under this Contract and the value
thereof. The Engineer shall certify the Final Estimate and
submit it to the Owner within five (5) days from the date of the
Contract Completion Certificate; provided the Notarized
Affidavit specified in Section 9.07 has been received by the
Engineer.
The Owner shall pay the Contractor within fifteen (15) days from
the date of the Contract Completion Certificate the entire sum
shown due on the certified Final Estimate prepared by the
Engineer after deducting all amounts to be kept and retained
under any provision of this Contract. However, it is to be
specifically understood that the final payment will not be paid
by the Owner to the Contractor under any circumstances until the
Notorized Affidavit required by Section 9.07 entitled "Notarized
Affidavit ", has been submitted to the Engineer.
All prior estimates and payment shall be subject to correction
in the final estimate and payment; but in the absence of error
or manifest mistake, it is agreed that all estimates, when
approved by the Owner, shall be conclusive evidence of the work
done and materials furnished.
9.07 Notarized Affidavit. Before final payment for the work by the
Owner the Contractor shall submit to the Engineer a notarized
affidavit in duplicate stating under oath that all
subcontractors, vendors, and other persons or firms who have
furnished or performed labor or furnished materials for the work
have been fully paid or satisfactorily secured. Such affidavit
-22-
1
1
1
1
1
1
1
1
. 1 •
1
1
1
1
1
1
1
1
1
1
shall bear or be accompanied by a statement, signed by the
Surety Company who provided the performance bond for the work,
to the effect that said Surety Company consents to final payment
to the Contractor being made by the Owner.
9.08 Release of Liability. The acceptance by the Contractor of the
last payment shall operate as and shall be a release to the
Owner and every officer and agent thereof from all claims and
liability hereunder for anything done or furnished for or
relating to the work or for any act or neglect of the Owner or
of any person relating to or affecting the work.
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the final payment nor any provision in the
Contract Documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required
in the Contract Documents.
9.10 Payments Withheld. The Owner may, on account of subsequently
discovered evidence, withhold or nullify the whole or part of
any payment to such extent as may be necessary to protect
himself from loss on account of:
a. Defective work not remedied.
is. Claims filed or reasonable evidence indicating probable
filing of claims.
c. Failure of the Contractor to make payment properly to
subcontractors or for material or labor.
d. Damage to another contractor.
When the above grounds are removed or the Contractor provides a
Surety Bond satisfactory to the Owner, which will protect the
Owner in the amount withheld, payment shall be made for amounts
withheld because of them.
-23-
SPECIAL CONDITIONS
SECTION 01 - INFORMATION
01 -01 ENGINEER
The word "Engineer" in these Specifications shall be
understood as referring to HAYNIE KALLMAN & GRAY,
INC., 12303 -J Technology Blvd., Austin, Texas
78727. Engineer of the Owner, or the Engineer's
authorized representative to act in any particular
position for the Owner.
01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
The Agreement will be prepared in not less than seven
(7) counterpart (original signed) sets. Owner will
furnish Contractor two (2) sets of conforming
Contract Documents, Technical Specifications and
Plans free of charge, and additional sets will be
obtained from Engineer at commercial reproduction
rates plus 20% for handling.
01 -03 GOVERNING CODES
All construction as provided for under these Plans
and Specifications shall be governed by any existing
Resolutions, Codes and Ordinances, and any subsequent
amendments or revisions thereto as set forth by the
Owner.
01 -04 LIOUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
Refer to the General Conditions of Agreement, Section
5.06, Page,15 for description.
01 -05 TIME OF COMPLETION
The work shall be completed within the number of
calendar days stated in the Proposal. The time shall
begin from the date of the Agreement, or from the
date of the Notice to Proceed, which ever is latest.
01 -06 OWNER
The Owner shall be the party or parties named in the
Notice to Contractor.
01 -07 LOCATION
The location of work shall be as mentioned in the
Notice to Contractors and as indicated on Plans.
S -1
01 -08 USAGE OF WATER
Contractor shall pay all costs of water used. Water
is to be metered by Contractor and the cost is to be
subsidiary to other bid items. No additional pay
will be made for water.
01 -09 PAY ESTIMATES
If pay estimates from the Contractor are not received
by the Engineer on or before the time specified in
Section 9.04 of the General Conditions, then the pay.
estimate will not be processed and will be returned
to the Contractor.
SECTION 02 - 'SPECIAL CONSIDERATIONS
02 -01 CROSSING UTILITIES
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
sVrvices at their own expense, however, where such is
not the case, the Contractor will cause such work to
be done at his own expense.
02 -02 "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions
on all of his copies of the working drawings during
the course of the Project as they occur. Upon
completion of the Project and prior to final
acceptance and payment, the Contractor shall show
field locations of all above ground appurtenances
including but not limited to valves, fire hydrants
and manholes. Each appurtenance shall be located by
at least two horizontal distances measured from
existing, easily identifiable, immovable appurtenance
such as fire hydrants or valves. Property pins can
be used for as -built tie -ins provided no existing
utilities as previously described are available,
costs for developing as -built drawings shall be
subsidiary to other bid items.
02 -03 LANDS FOR WORK
Owner provides, as indicated on Drawings, land upon
which work is to be done, rights -of -way for access to
same and such other lands which are designated for
use of Contractor. Contractor provides, at his
expense and without liability of Owner, any
additional land and access thereto that may be
required for his construction operations, temporary
construction facilities, or for storage of materials.
S -2
02 -04 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing his
own utility services during construction. No
additional payment will be made for this item.
02 -05 GUARANTEES
Guarantee work, including equipment installed, to be
free from defects due to faulty workmanship or
materials for a period of one (1) year from the date
of final acceptance by the Owner. Upon notice from
Owner, repair defects in all construction which
develop during specified period at no cost to Owner.
Neither final acceptance, Certificate of Completion,
final payment nor any provision in Contract Documents
relieves Contractor of above guarantee. Notice of
observed defects will be given with reasonable
promptness. Failure to repair or replace defect upon
notice entitles Owner to repair or replace same and
recover reasonable cost thereof from Contractor.
02 -06 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 whatever existing improvements are to be
relocated, or grade and alignment of pipe changed.
Where necessary to move existing services, poles, guy
wires, pipelines, etc., as determined by the
Engineer, the Contractor will make arrangements with
the owner of the utility to be moved and have it
moved. The cost of any utility relocation will be at
the Contractor's sole expense. Owner will not be
liable for relocation costs or damages on account of
delays due to changes made by owners of privately
owned utilities which hinder progress of the work.
02 -07 MINIMUM WAGE SCALE
Minimum wage scale as specified and regulated by the
State of Texas and the Federal Government.
02 -08 J,IMIT OF FINANCIAL RESOURCES
The Owner has a limited amount of financial resources
committed to this Project; therefore, it shall be
understood by all bidders that the Owner may be
required to change and /or delete any items which he
may feel is necessary to accomplish all or part of
the scope of work within its limit of financial
resources.
S -3
Contractor shall be entitled to no claim for damages
for anticipated profits on any portion of work that
may be omitted. At any time during the duration of
this contract, the Owner reserves the right to omit
any work from this contract. Unit prices for all
items previously approved in this contract shall be
used to delete or add work per change order.
02 -09 CONSTRUCTION REVIEW
The Owner shall provide a project representative to
review the quality of materials and workmanship.
02 -10 LIMITS OF WORE AND PAYMENT
It shall be the obligation of the contractor to
complete all work included in this contract, so
authorized by the Owner, as shown on the drawings or
described in the contract documents and technical
specifications. All items of construction not
specifically paid for in the bid schedule shall be
included in the unit price bids. Any question
arising as the the limits of work shall be left up to
the interpretation of the Engineer.
02 -11 PAYMENT FOR MATERIALS ON HAND
Owner shall pay for 90% of amount of materials on
hand in accordance with monthly estimate procedure
stipulated in the General Conditions of the
Agreement.
02 -12 CONSTRUCTION STARING
The Engineer shall provide construction staking for
this project. The Contractor shall furnish and pay
for any re- staking.
PROTECTION OF STARES, MARES, 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
re- staked by the Contractor at the Contractor's sole
expense without additional compensation by the Owner.
S -4
The Contractor shall furnish to the Owner, AT THE
CONTRACTOR'S EXPENSE, the Engineer's certification
that ALL property pins are in place prior to his
moving off the job site.
SECTION 03 - INSURANCE
03 -01 Insurance policies must be obtained by the Contractor
or separate endorsement obtained by his existing
insurance policies on projects that involve special
hazards, such as blasting, excavation on public
properties, etc.
The principal types of insurance which will be
necessary are:
Comprehensive General Liability Insurance. The
Contractor shall provide and maintain during the life
of this Contract and until all work under said
Contract has been completed and accepted by the
Owner, a Comprehensive General Liability insurance
policy, said policy and the issuing carrier approved
by the Owner, which specifically insures the
contractual liability of the Contractor assumed under
Paragraph 6.01 in the General Conditions entitled
"Contractor's Indemnity Provision ". The liability
coverage under this policy shall cover Independent
Contractors. Liability limits for the Comprehensive
General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury
Property Damage
A $500,000 umbrella coverage shall also be required.
Public Liability and Property Damage to protect the
Contractor, any of his sub - contractors and the Owner
against claims arising from personal injury,
including accidental death, as well as claims for
property damage.
The amount for liability is $250,000/$500,000. The
amount of property damage is $100,000 per accident.
S -5
$300,000 each person
$300,000 each accident
$100,000 each accident
$100,000 aggregate
Automobile and Truck Public Liability and Property
Damage to protect the same individuals as indicated
under Public Liability and Property Damage above, and
in the same amount of liability.
Worker's Compensation and Employer's Liability
Builder's Risk Insurance is necessary to cover loss
of or damage to the building materials while the
project is under construction.
The Contractor shall supply to the Owner a
Certificate of Insurance, on a form supplied by the
insurance companies or a form similar to the attached
samples from the Contractor prior to the start of
work.
Owner's Protective as required by the General
Conditions of the Agreement.
SECTION 04 - UTILITY APPURTENANCES ADJUSTMENTS
The Contractor shall, as his own expense, raise the
gate valve boxes and manhole frames and covers to the
finished paved street grade.
In unpaved areas, gate valve boxes shall be raised by
the Contractor, at his own expense, to two (2) inches
above natural ground.
In unpaved areas, manhole frames and covers shall be
raised by the Utility Contractor, at his own expense,
to six (6) inches above natural ground.
S -6
TECHNICAL SPECIFICATIONS
1
1
1
1
1
- 1 •
1
1
1
1
1
1
1
1
1
1
1
1
ITEM 1
1.01
GENERAL DESCRIPTION
SCOPE OF WORK
The work covered by these Specifications consists of
furnishing all labor, equipment, appliances, materials and
performing all operations in connection with the
installation of street improvements, water distribution,
sewage collection, and storm drainage facilities complete
in accordance with the Plans, and subject to the terms and
conditions of the Contract Documents.
1.02 GOVERNING TECHNICAL SPECIFICATIONS
NOTE: The item number designation shown in parenthesis
adjacent to captions is a reference to City of Austin
Standard Specifications.
STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS
The current City of Austin, Standard Specifications as
adopted and amended by the City of Round Rock and the
current City of Austin Erosion & Sedimentation Control
Manual, are incorporated into this project and they shall
be applied to this project except as modified in these
Specifications and on the Plans.
-
Wherever the term "City of Austin" is used in the Austin
Specifications, it shall be construed to mean City of
Round Rock.
Wherever the term "Engineer" is used in the Austin
Specifications, it shall be construed to mean Haynie
Hallman & Gray, Inc.
1 -1
ITEM 2 CONTROL OF WORK
2.01 CLEAN -UP
2.01.1 CONSTRUCTION SITE
During construction the Contractor shall keep the site
free and clean from all rubbish and debris and shall
clean -up the site promptly when notified to do so by the
Engineer.
The Contractor shall, at his own expense, maintain the
streets and roads free from dust, mud, excess earth or
debris which constitutes a nuisance or danger to the
public using the thoroughfare, or the occupants of
adjacent properties.
Care shall be taken to prevent spillage on streets and
roads over which hauling is done, and any such spillage or
debris deposited on streets, due to the Contractor's
operations, shall be immediately removed.
2.01.2 HACKWORK
The Contractor shall coordinate his operations in such a
manner as to prevent the amount of clean -up and completion
of back works from becoming excessive. Should such a
condition exist, the Engineer may order all or portions of
the work to cease and refuse to allow any work to commence
until the back work is done to the Engineer's
satisfaction.
2.02 GRADING
The Contractor shall do such grading in the area adjacent
to streets and drainage facilities as may be necessary to
leave the area in a neat and satisfactory condition
approved by the Engineer.
2 -1
ITEM 3 EXAMINATION AND REVIEW
3.01 EXAMINATION OF WORK
The work covered under this Contract shall be examined and
reviewed by the Engineer, representatives of all
governmental entities which have jurisdiction, and the
Owner's authorized representative. The quality of
material and the quality of installation of the
improvements shall be to the satisfaction of the
Engineer. It shall be the Contractor's responsibility for
the construction methods and safety precautions in the
undertaking of this Contract.
3.02 NOTIFICATION
The Engineer must be notified a minimum of 24 -hours in
advance of beginning construction, testing, or requiring
presence of Engineer or project representative.
3.03 CONSTRUCTION STARING
The Engineer shall furnish the Contractor alignment and
reference hubs for utility excavation at an agreed
interval and offset, together with cut sheets showing the
difference in elevation from top of the stakes to the flow
line of the utilities at centerline.
This construction staking will be provided one (1) time at
the sole expense of the Owner. All re- staking will be
provided by the Contractor and paid for by the Contractor
at his sole expense without additional compensation by the
Owner.
PROTECTION OF STARES, 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 Contractor at the
Contractor's sole expense.
3.04 CUT SHEETS - OTHER THAN THE CITY OF AUSTIN
The Engineer shall furnish two (2) copies of cut sheets to
the Contractor. The Contractor shall be responsible for
acquiring cut sheets at the office of the Engineer.
3 -1
ITEM 4 PROTECTION AND PRECAUTION
4.01 WORK IN FREEZING WEATHER
Portions of the work may continue as directed by the
Engineer.
4.02 PROTECTION OF TREES, PLANTS AND SHRUBS
The Contractor shall take necessary precautions to
preserve all existing trees, plants and shrubs but where
it is justifiable and necessary the Contractor may remove
trees and plants for construction right -of -way but only
with approval of the Engineer.
4.03 BARRICADES
Barricades shall be installed, in locations deemed
necessary by the Engineer, for the protection of life and
property. Under no circumstances will any existing road
be permitted to remain closed over a weekend.
4.04 PROPERTY LINES AND MONUMENTS
The Contractor shall be responsible for the
reference and resetting of property corner
disturbed.
4.05 DISPOSAL OF SURPLUS MATERIAL
The Contractor shall at his own expense, make
for the disposal of surplus material, such as
brush and other unwanted backfill materials.
4.06 CONTRACTOR'S USE OF PREMISES
The Contractor shall, at his own expense, provide
additional space as necessary for his operations and
storage of materials.
4 -1
protection,
monuments if
arrangement
rock, trees,
ITEM 5 MATERIALS
5.01 TRADE NAMES
Except as specified otherwise, wherever in the
specifications an article or class of material is
designated by a trade name or by the name or catalog
number of any maker, patentee, manufacturer, or dealer,
such designations shall be taken as intending to mean and
specify the articles described or another equal thereto in
quality, finish, and serviceability for the purpose
intended, as may be determined and judged by the Engineer
in his sole discretion.
5.02 MATERIALS AND WORKMANSHIP
No material which has been used by the Contractor for any
temporary purpose whatever is to be incorporated in the
permanent structure without the written consent of the
Engineer. Where materials or equipment are specified by a
trade or brand name, it is not the intention of the owner
to discriminate against an equal product of another
manufacturer, but rather to set a definite standard of
quality for performance, and to establish an equal basis
for the evaluation of bids. Where the words "equivalent ",
"proper" or "equal to" are used, they shall be understood
to mean that the item referred to shall be "proper ", the
"equivalent" of, or "equal to" some other item, in the
opinion or judgement of the Engineer. Unless otherwise
specified, all materials shall be the best of their
respective kinds and shall be in all cases fully equal to
approved samples. Notwithstanding that the words "or
equal to" or other such expressions may be used in the
specifications in connection with a material, manufactured
article or process, the material, article or process
specifically designated shall be used, unless a substitute
is approved in writing by the Engineer, and the Engineer
will have the right to require the use of such
specifically designated material, article or process.
5 -1
ITEM 6
6.01
6.07
WATER DISTRIBUTION IMPROVEMENTS
MATERIALS (Item 510)
Water mains shall be Ductile Iron Cl. 50
Cl. 200 unless shown otherwise. Water
Polybutylene tubing (blue) rated at
pressure.
or - P.V.C. C -900
services shall be
250 psi working
6.02 VALVES (Item 511)
Valves shall be Mueller iron -body gate
appropriate to installation on piping, or
6.03 FIRE HYDRANTS (Item 511)
Fire hydrants shall be 3 -way Mueller, improved AWWA TYPE,
or approved equal, with pump nozzle for 4 -1/2" fire hose.
A 6" gate valve and valve box shall be provided on each
fire hydrant.
6.04 TESTING (Item 510)
All testing of pipe shall be done under the supervision
and direction of the Engineer, and the Contractor shall
perform such tests as required and furnish all equipment
and material for same at the Contractor's sole expense.
6.05 STERILIZATION (Item 510)
Sterilization of mains shall be done under the supervision
of the Engineer, and the Contractor shall perform such
sterilization and furnish all material and equipment for
same. The Contractor will be responsible for
bacteriological tests. If such bacteriological 'tests
fail, the Contractor shall be responsible for
re- sterilization of the mains.
valves with ends
approved equal.
6.06 STANDARD DETAILS
The "Standard Details" shall be followed as included in
the Plans.
MEASUREMENT AND PAYMENT
Unless stated otherwise in the contract documents, it is
understood that all payments made are for finished work
and include all labor, tools, materials, appurtenances,
constructing and completing the item on which payment is
made.
The following items from the City of Austin Standard
Specifications are modified as related to measurement and
payment.
6 -1
6.07.01 PIPE (Item 510)
When called for in the proposal, pipe shall be paid for at
the unit contract price bid per linear foot, for the size
and type of pipe specified, for all depths, complete in
place. The bid price per linear foot shall include all
clearing, excavation, laying of pipe, backfilling and
clean up. Measurement for length shall be the horizontal
distance along the centerline of the pipe as surveyed by
the Engineer. Payment will also represent compensation
for replacement of pavement, curb, drainage structures,
driveways and any other improvements damaged during
construction. Concrete blocking for supporting and
reinforcing bends, concrete retards and thrust blocks
shall be included in the cost for pipe.
No separate payment will be made for welded joints, or
harnessed joints required for thrust restraint which are
scheduled or indicated on the drawings.
6.07.02 FITTINGS (Items 510 & 511)
} Cast iron and ductile iron fittings furnished in
accordance with these Specifications will not be measured
or paid for separately. The cost for fittings will be
included in the bid for laying pipe. Short body fittings
are approved.
Steel cylinder concrete pipe fittings will not be paid for
separately. The Contractor shall include these in his bid
for laying pipe.
6.07.03 VALVES (Item 511)
Gate and Butterfly valves will be paid for at the unit
price bid per each, including valve stem casing and cover,
excavation, setting and adjusting to proper finished
grade, and anchoring in place. The valves included with
other pay items will not be paid for separately.
6.07.04 AUTOMATIC AIR VACUUM RELEASE VALVE ASSEMBLY (Item 511)
Installation of - automatic air - vacuum release valve
assemblies shall not be paid for separately, but shall be
included in the bid price for 14" Ductile Iron Waterline
Adjustments and shall include threaded valve or
corporation cock, pipe, fittings, tap, box, marker,
trenching, installation, adjusting to proper finished
grade, backfill and clean -up, complete in place.
6 -2 -
6.07.05 FIRE HYDRANTS (Item 511)
Fire hydrants will not be paid for separately but shall be
included in the bid price for 14" D.Z. Waterline
Adjustements and shall include (from the main line to the
fire hydrant) all pipe, fittings, fire hydrant, barrel
extension and adjustment to finished grade.
6.07.06 FIRE HYDRANT BARREL EXTENSIONS (Item 511)
Barrel extension will not be measured or paid for, but
will be included in the bid for fire hydrant. Barrel
extensions will include rod 'extensions, bolts and all
other required accessories necessary to adjust fire
hydrant to finished grade.
6.07.07 WET CONNECTIONS (Items 510 & 511)
Wet connections shall be paid for at the unit price bid
per each, complete in place, according to the size of the
main that is in service and shall be full compensation for
the work except valves shall be paid for as a separate
item, unless otherwise specified in the Bid Proposal.
6.07.08 WATER SERVICES (Item 510)
Water services shall be paid for at the unit price bid per
each, complete in place. Pipe material shall be
polybutylene (Blue) (PB) plastic tubing meeting City of
Austin Specifications. Service sizes shall be 1" for
single water services and 1 1/2" diameter for double water
services. Water service shall include the furnishing of
all materials and labor necessary for the installation of
the service line including trenching, tapping of the line,
laying of the service line, gate valve at tap, meter box,
backfilling, adjusting to finished grade and
appurtenances, complete in place.
6.07.09 ADJUSTING STRUCTURES (ITEM 504)
Adjustment of valve boxes, meter boxes and fire hydrants
to finished grade .shall not be measured or paid
separately. The cost of such adjustments will be
considered subsidiary to the item for each structure (i.e.
water service, valve, etc.)
6 -3 -
ITEM 7
7.01
,SEWAGE COLLECTION SYSTEM
MATERIALS (Item 510)
Sewer mains shall be P.V.C. SDR 35 for gravity lines and
P.V.C. SDR 26 for pressure lines. Ductile iron pipe and
ductile iron fittings when called for will be Class 50
unless shown otherwise.
7.02 TESTING (Item 510)
All gravity sewer lines and manholes shall be tested under
the supervision and direction of the Engineer, and the
Contractor shall perform such tests and furnish all
equipment and material for same at the Contractor's sole
expense. Tests will be performed for leakage by
.exfiltration and for deflection by mandrel pulling. Each
section of gravity sewer line shall be tested between
successive manholes.
Testing by exfiltration shall be accomplished by plugging
the downstream end and filling the pipe with water in
suitable sections. Equipment for the test shall be
furnished by the Contractor, and shall include a metal
stand -pipe, a suitable meter, or other method of measuring
the quantity of water used. A period of at least one
hour's time shall be allowed for absorption before making
the test.
The Contractor shall notify the Engineer at least 24 -hours
prior to beginning testing.
The allowable water loss for gravity sewer lines shall not
exceed fifty (50) gallons per inch of inside pipe diameter
per mile per day, or the rate specified by the appropriate
pipe specification, whichever is less.
7.03 STANDARD DETAILS
The "Standard Details" shall be followed as included in
the Plans.
7.04 MEASUREMENT AND PAYMENT
Unless stated otherwise in the Contract Documents, it is
understood that all payments made are for finished work
and include all labor, tools, materials, appurtenances,
constructing and completing the item on which payment is
made.
The following items from the City of Austin Standard
Specifications are modified as related to measurement and
payment:
7 -1
7.04.01 PIPE (Item 510)
When called for in the proposal, pipe shall be paid for at
the unit contract price bid per linear foot for the size
and type of pipe specified at the depth specified,
complete in place. The bid price per linear foot shall
include all excavation, bedding material, fittings, plugs,
pipe coatings, connection to the existing system,
backfilling, testing, disposal of surplus materials, and
clean up. Measurement for depth shall be from the
existing ground surface or proposed street subgrade,
whichever is less, over the centerline of the pipe to the
flow line of the pipe.
Measurement for length shall be the horizontal distance
along the centerline of the pipe as surveyed by the
Engineer. Payment will also represent compensation for
replacement of pavement, curb, drainage structures,
driveways and any other improvements damaged during
construction.
7.04.02 MANHOLES (Item 506)
When called for in the proposal, standard manholes or drop
manholes (eight (8') feet or less in depth) shall be paid
for at the unit contract price bid per each of the type
specified, complete in place including testing. The depth
of such structures shall be understood to be the
perpendicular distance from the top of the ring to the
invert of the structure. No separate payment will be made
for "eyes ". The cost of these should be included in the
bid item for manholes.
7.04.03 EXTRA DEPTH FOR MANHOLES (Item 506)
When called for in the proposal, manholes with extra depth
over eight (8') feet will be paid for at the unit contract
price bid per vertical foot including all excavation,
coatings, backfilling and testing, complete in place. The
depth of such structures shall be understood to be the
perpendicular distance from the top of the ring to the
invert of the structure. No separate payment will be made
for "eyes ". The cost of these should be included in the
bid item for manholes.
7.04.04 CONCRETE ENCASEMENT OR CRADLE (Items 505 & 510)
When called for in the proposal, concrete encasement or
cradle shall be paid for at the unit contract price bid
per linear foot for the size of pipe specified, complete
in place.
7 -2
7 -3
I
7.04.05 SEWER SERVICES (Item 510)
Sewer services shall be paid for at the unit price bid per
each, complete in place, including tap to main, fittings
as required, pipe, risers, plugs, and appurtenances.
7.04.06 ADJUSTING STRUCTURES (Item 504)
Adjustment of manholes to finished grade shall not be
measured or paid separately. The cost of such adjustments
will be considered subsidiary to the bid item for
manholes.
ITEM 8
8.01
STORM DRAINAGE
MATERIALS (Item 510)
All storm drainage pipe shall be R.C.P. Cl. III unless
otherwise shown.
8.02 MEASUREMENT AND PAYMENT
Unless stated otherwise in the Contract Documents, it is
understood that all payments made are for finished work
and include all labor, tools, materials, appurtenances,.
constructing and completing the item on which payment is
made.
The following items from the City of Austin Standard
Specifications are modified as related to measurement and
payment:
8 02.01 CHANNEL EXCAVATION (Item 120)
Accepted channel excavation will be measured by the length
of channel excavated, in linear feet, in accordance with
the section as shown in the Plans.
This item will be paid for at the contract unit price bid
for "Channel Excavation ", measured as described above,
which price shall be full compensation for furnishing all
materials, equipment, tools, labor, clearing and grubbing,
borrow, embankment and incidentals necessary to complete
the work.
8.02.02 STRUCTURAL EXCAVATION AND BACRFILL (Item 401)
Structural excavation and backfill for pipe headwall,
inlets, manholes, culvert widening (extensions), bridge
abutments, culverts, side road and private entrance pipe
culverts, and any other items will not be measured or paid
for separately but shall be considered subsidiary to the
various bid items.
8.02.03 CONCRETE FOR STRUCTURES: REINFORCING STEEL; CONCRETE
STRUCTURES (Items 403, 406 & 410)
No direct measurement or payment will be made for the work
to be done or the equipment to be furnished under these
items, but it shall be considered subsidiary to the
various bid items.
8 -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
8.02.04 PIPE (Item 510)
Reinforced concrete pipe will be measured by the linear
foot along the centerline of the pipe for the various
sizes and classes of pipe specified, for all depths, in
accordance with these specifications, complete and
accepted by the Engineer, including excavation and
backfill.
8.02.05
8 -2
Where spurs or branches, or connections to existing pipe
lines are involved, measurement of the spur or new
connecting pipe will be made from the intersection of its
central axis with the outside surfaces of the pipe into
which it connects. Where inlets, headwalls, catch basins,
manholes, junction boxes, or other structures are included
in lines of pipe, that length of pipe tying into the
structure wall will be included for measurement but no
other portion of the structure length or width will be so
included.
Payment for precast concrete pipe, measured as prescribed
above, will be made at the unit price bid per linear foot
for the various sizes of pipe, of the class specified
including excavation and backfill for furnishing, hauling
and placing pipe including all incidental and subsidiary
materials and work; preparing, shaping, de- watering • and
shoring of trenches; hauling, placing and preparing
bedding; for connecting to new or existing systems or
structures; for hauling, moving, placing and compacting
backfill materials and for all other incidentals necessary
to complete the pipe installation in accordance with the
plans and specifications.
MISCELLANEOUS STRUCTURES & APPURTENANCES (Item 508)
All miscellaneous structures satisfactorily completed in
accordance with the plans and specifications will be
measured as completed units unless specified otherwise.
Excavation and backfill will not be measured under this
item but will be considered subsidiary to the other items.
Frames, grates, rings and covers will not be measured and
paid for but shall be considered subsidiary to the items
for pay.
Payment for Inlets for the type shown on the plans in
place in accordance with these specifications and measured
as prescribed above will be made at the unit price bid for
each "Inlet ", Complete of the type specified including
transition curbs and gutters. Payment for inlets with
extensions of the length shown on the plans and measured
as prescribed above shall be made at the unit price bid
for each "Inlet" including transition curbs and gutters.
Payment for Headwalls of the type shown on the plans in
place and in accordance with these specifications and
measured as each will be made at the unit price bid for
each "Headwall" of the type specified.
Payment for completed structures will be made at the unit
price bid per each.
8.02.06 MANHOLES & JUNCTION BOXES (Item 506)
All manholes and junction boxes satisfactorily completed
as indicated in plans or specifications will be measured
as completed units per each for all depths.
when called for in the proposal, manholes (all depths) and
junction boxes (all depths) shall be paid for at the unit
contract price bid per each for such structures and
backfilling, complete in place. No separate payment will
be made for stub outs or adjustments to finished grade.
The cost of these should be included in the bid item for
manholes or junction boxes. Each manhole or junction box
shall be constructed in accordance with the details
indicated and to the depth required by the profiles.
8.02.07 FRAMES, GRATES, RINGS & COVERS (Item 503)
No direct compensation will be made for frames, grates,
rings and covers. Measurement and payment for furnishing
all materials, tools, equipment, labor and incidentals
necessary to complete the work will be included in
proposal items which constitute the completed and accepted
structures.
8.02.08 RIP -RAP (Item 591)
This item shall govern the furnishing and placing of
rip -rap as indicated on the plans. The rip -rap will be
placed in accordance with the plans and the construction
specifications.
Measurement of acceptable rip -rap of the type specified
complete in place will be made on basis of square yards
actually covered unless otherwise specified.
The rip -rap quantity, measured as provided above, shall
not be paid for separately but shall be included in the
bid price for various types of headwalls, which price will
be full compensation for furnishing, hauling and placing
all materials including reinforcement and premolded
expansion joint material, and all labor, tools, and
equipment and incidentals necessary to complete the work.
Rip -rap will not be paid for separately when specifically
included in other bid items.
8 -3
8.02.09 ADJUSTING STRUCTURES (Item 504)
Adjustment of manholes and junction boxes to finished
grade shall not be measured or paid separately. The cost
of such adjustments will be considered subsidiary to the
item for manholes or junction boxes.
8.02.10 EROSION CONTROL MEASURES (Series 600)
This item shall govern the furnishing, placing,
maintaining and removal of all erosion control measure,
site work, restoration work, grading, shaping and seeding
for all disturbed areas and in accordance with the Plans.
All temporary erosion control measures including hay
bales, rock berms, fabric fence and brush piles shall be
erected at the locations specified on the Plans,
maintained until final acceptance, and removed by the
Contractor after final acceptance of the project. The
restoration of disturbed areas and spoil sites shall
include spreading of top soil, shaping, hydromulching or
seeding in accordance with the Plans. Maintenance of the
temporary erosion control measures shall be the
Contractors responsibility until final acceptance.
When called for in the proposal, erosion control measure
shall be paid for at the unit contract price bid per lump
sum for such measures, complete in place, in accordance
with the Plans. The bid price per lump sum shall include
all excavation, materials, shaping, hauling, maintenance,
removal at completion of project, disposal of surplus
materials, hydromulching or seeding and clean up.
Existing temporary erosion control measures installed by
others, but disturbed by the Contractor, will be repaired
or replaced at the Contractor's sole expense.
8 -4
STREET IMPROVEMENTS
9.01 STANDARD DETAILS
ITEM 9
The "Standard Details" shall be followed as included in
the Plans.
9.02 MEASUREMENT AND PAYMENT
Unless stated otherwise in the Contract Documents, it is
understood that all payments made are for finished work
and include all labor, tools, materials, appurtenances,
constructing and completing the item on which payment is
made.
The following items from the City of Austin Standard
Specifications are modified as related to measurement and
payment;
9.02.01 PREPARING RIGHT OF WAY; CLEARING & GRUBBING; REMOVING
CONCRETE (Items 101,102, & 104)
These items will be considered subsidiary to street
excavation, which price shall be full compensation for
work herein specified, including the furnishing of all
materials, equipment, tools, labor and incidentals
necessary to complete the work.
9.02.02 STREET EXCAVATION (Item 110)
All acceptable Street Excavation and street
over - excavation will be measured by the square yard as the
area for the entire width of the roadway plus eighteen
(18) inches behind each curb for the entire length as
shown by the "Street Section Standard Detail" in the
plans.
The depth for Street Excavation will be that necessary
from natural ground to achieve desired subgrade elevation
for the required base and pavement thickness as shown on
the Plans.
The depth for Street Over- Excavation will be that
necessary from the normal Street Excavation depth to
remove all-clay material from the street subgrade area.
This item will be paid for at the contract unit price bid
for "Street Excavation" or "Street Over- Excavation ", as
provided under the measurement method as included in the
proposal, which price shall be full compensation for all
work herein specified: including subgrade preparation,
unless specified otherwise and the furnishing of all
materials, equipment, tools, labor and incidentals
necessary to complete the wcr ?:. This item shall include
the cost of shaping and grading between the back of curb
and the right -of -way in accordance with the "Street
Section Standard Detail ".
9 -1
9 -2
9.02.03 BORROW AND EMBANKMENT (Items 130 & 132)
These items will be considered subsidiary to Street
Excavation, which price shall be full compensation for
work herein specified, including the furnishing of all
material, equipment, tools, labor and incidentals
necessary to complete the work.
9.02.04 SUBGRADE PREPARATION (Item 201)
This item will be considered subsidiary to Street
Excavation, which price shall be full compensation for all
work herein specified, including the furnishing of all
materials, equipment, tools, labor and incidentals
necessary to complete the work.
9.02.05 FLEXIBLE BASE (ITEM 210)
"Flexible Base" will be measured by the square yard at
depths specified in the proposal for the area of street as
shown on the "Street Section Standard Detail" in the
plans. The depths specified are for compacted depths.
This item will be paid for at the contract unit price bid
for "Flexible Base ", which price shall be full
compensation for all work herein specified, including the
furnishing, hauling, and placing of all materials, for all
water required and for all equipment, tools, labor and
incidentals necessary to complete the work.
9.02.06 ROLLING - FLAT WHEEL, PNEUMATIC TIRE, TAMPING. PROOF
(Items 230, 232, 234 and 236)
No additional compensation will be made for materials,
equipment or labor required by these items, but shall be
considered subsidiary to the various items included in the
Contract.
9.02.07 ASPHALTS, OILS AND EMULSIONS; PRIME COAT; TACK COAT
(Items 301, 306 and 307)
These items shall not be measured or paid for separately
but will be subsidiary to Hot Mix Asphaltic Concrete
Pavement.
9.02.08 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Item 340)
Asphaltic concrete pavement will be measured by the square
yard of the specified thickness of the type actually used
in the completed and accepted work in accordance with the
"Street Section Standard Detail" in the .plans. The depths
specified are for compacted depths.
9.02.09 CONCRETE CURB AND GUTTER; MACHINE LAID CURB AND GUTTER
(Items 430 and 431)
Accepted work as prescribed by these items will be
measured by the linear foot of concrete curb and gutter,
complete in place.
The work performed as prescribed by these items will be
paid for at the unit price bid per linear foot for
"Standard Concrete Curb and Gutter ", complete, at the unit
price bid, which price shall be full compensation, for
furnishing and placing all base material, dowels,
expansion joint material, curing material, backfilling and
for all other materials, manipulations, labor, tools,
equipment and incidentals necessary to complete the work.
9.02.10 RIP -RAP (Item 591)
This item shall govern the furnishing and placing of
rip -rap as indicated on the Plans. The rip -rap will be
placed in accordance with the plans and the construction
specifications.
Measurement of acceptable rip -rap of the type specified
complete in place will be made on basis of square yards
actually covered unless otherwise specified.
The rip -rap quantity, measured as provided above, shall
not be paid for separately but shall be included in the
bid price for various types of headwalls, which price will
be full compensation for furnishing, hauling and placing
all materials including reinforcement and premolded
expansion joint material, and all labor, tools, and
equipment and incidentals necessary to complete the work.
Rip -Rap will not be paid for separately when specifically
included in other bid items.
9.02.11 FROSION CONTROL MEASURES (Series 600)
This item shall govern the furnishing, placing,
maintaining and removal of all erosion control measure,
site work, restoration work, grading, shaping and seeding
for all disturbed areas and in accordance with the Plans.
All temporary erosion control measures including hay
bales, rock berms, fabric fence and brush piles shall be
erected at the locations as required, maintained until
final acceptance, and removed by the Contractor after
final acceptance of the project. The restoration of
disturbed areas and spoil sites shall include spreading of
top soil, shaping, hydromulching or seeding in accordance
with the Plans. Maintenance of the temporary erosion
control measures shall be the Contractors responsibility
until final acceptance.
9 -3
When called for in the proposal, erosion control measure
shall be paid for at the unit contract price bid per lump
sum for such measures, complete in place, in accordance
with the Plans. The bid price per lump sum shall include
all excavation, materials, shaping, hauling, maintenance,
removal at completion of project, disposal of surplus
materials, hydromulching or seeding and clean up.
Existing temporary erosion control measures installed by
others, but disturbed by the Contractor, will be repaired
or replaced at the Contractor's sole expense.
9.02.12 TRAFFIC SIGNS, PAVEMENT MARKINGS (Series 800)
This item shall govern the installation of pavement
markings (reflectorized paint), pavement markers
(reflectorized), traffic buttons, signs and pedestrian
ramps. The installation of signs, markings and markers
shall conform to the Texas State Department of Highways
and Public Transportation "Standard Specifications for
Construction of Highways, Streets, and Bridges ". Accepted
work as prescribed by this item will be paid for at the
lump sum amount bid, complete in place as shown on the
plans. The bid price will include providing all
materials, labor, equipment, tools, pavement preparation,
and incidentals necessary to complete the work.
Pedestrian ramp construction will include removal of
existing curb and material to complete the work as shown
in the Plans.
The materials to be used for markings and markers will
conform to the State Department of Highways and Public
Transportation and Material Specifications and The Manual
on Uniform Traffic Control Devices. Copies of
departmental material specifications are available from
the Materials and Test Division, 38th and Jackson Street,
Austin, Texas 78703.
The Texas State Department of Highways and Public
Transportation will not provide any material to the
Contractor at no cost.
9.02.13 FENCES (Item 701)
This item shall govern installation of a Wire Fence, as
detailed in the Plans, including posts, pull posts, gates,
pipe braces, wire stays, and all necessary appurtenances.
Aluminum swing gates, fence gaps, shall be installed at
locations of all existing gates, fence gaps, etc., or as
directed by the Engineer. Separate payment shall not be
made for gates, posts, braces, etc., but shall be included
in the cost per linear foot of Wire Fence. The bid price
will include providing all materials, labor, equipment,
tools, and incidentals necessary to complete the work.
9-4-
GEOTECHNICAL AND TRENCH SAFETY INVESTIGATION
Project No. AU -02 -88 -0021
May 11, 1988
The City of Round Rock
c/o Haynie Kaltman and Gray, Inc.
12303 Technology Boulevard, Suite J
Austin, Texas 78727
Attention: Mr. A. William Waelti
Geotechnical and Trench Safety Investigation
Deeowood Drive
jtound Rock. Texas
Consulting Geotechnical, Malaria's and EnvirOnmental Engineers
Geologists, Scientists and Chemists
Raba - Kistner - Brytest
Consultants. Inc.
8100 Cameron Road, Austin, TX 78753
(512) 339-1745
Gentlemen:
This letter constitutes a report of subsurface conditions for the proposed
extension of Deepwood Drive in Round Rock, Texas. The purpose of this
report is two -fold; to provide design criteria for a trench safety system or
systems to be used to protect workers during the construction of a storm
sewer line and also to provide pavement thickness recommendations for the
planned Deepwood Drive extension. This report may not contain sufficient
information for purposes of other parties or other uses.
A plan and profile for the proposed storm sewer was provided by the project
Civil Engineer. Boring locations and depths were chosen based upon this
information. Once on site, it was evident that many of the borings could
not be drilled at the desired locations due to obstructions, such as
overhead power lines, an underground utility to the west, and a berm to the
west. Some borings were offset to the north and east to avoid the
obstructions. The borings were located by tape and right angle measures
from centerline stakes and property lines. These locations are shown on the
enclosed Figure 1 and should be considered accurate only to the degree
implied by the location method used. To properly explore the site, a total
of nine borings were drilled along the proposed right -of -way. The borings
were advanced about 5.0 feet below the planned utility excavation depth to
allow for minor adjustments in the lines. The maximum boring depth was 19.0
feet. It is important to realize that if during construction any portion of
the utility trench is deepened to a depth greater than 5 -feet, a safety
system is required. -
field Operations:
Drilling and field testing procedures were conducted in substantial accor-
dance with currently accepted practices and standards. The boring locations
were determined with the aid of a surveyor provided by the project Civil
Engineer. The borings were advanced using a combination of push -tube samp-
L ,
Austin 1 El Paso /San Antonio
Project No. AU -02 -88 -0021 Page 2
ling, penetration testing, and rock coring techniques. The sample return
was visually logged in the field and testable samples were sealed to
minimize moisture loss. They were then placed in core boxes and returned to
the laboratory for further analysis.
Laboratory:
The field log and samples were reviewed by the Project Engineer and Staff
Geologists. Representative samples of the subsurface soils were subjected
to Atterberg Limits and minus 200 mesh sieve testing. Soils were identified
in accordance with the Unified Soil Classification System (USCS). Shear
strength characteristics of the surficial soil and primary limestone was
tested in unconfined compression. The unit dry weight and moisture content
of the sample was determined as well. All test results were conducted in
substantial accordance with current ASTM standards. Subsurface stratigraphy
and field and laboratory test results are provided on the attached Logs of
Borings. Based upon the field and laboratory data, an engineering study was
conducted and trench safety design criteria and pavement thickness
recommendations were developed.
Geology and Material Characteristics:
Based upon a study of geologic mappings of the area and the contents of the
boring, it has been determined that the primary geologic unit in this area
is the Edwards formation. The Edwards formation is comprised of limestone,
dolomitic limestone, and dolomite. At this site only the limestone portion
of the Edwards was encountered. One of the most important features of the
Edwards is the existence of solution cavities in the limestone. Rather
large cavities are known to exist in this vicinity, but no evidence of cavi-
ties was encountered in the borings. However, the top of the primary lime-
stone strata was very broken at some of the boring locations. This may be
due to past faulting action or to rock blasting operations in the adjacent
quarry site. In its most weathered state, at the ground surface, this for-
mation is comprised of a dark brown clay with limestone fragments and /or tan
severely weathered limestone, which is a soil -like material.
There are several characteristics of the subsurface materials encountered at
this site that will affect the construction of the utility lines and the
design of a trench safety system. The highly fractured nature of the top of
the primary limestone indicates that the trenches should be relatively easy
to excavate using a heavy -duty backhoe rated for excavating broken and frac-
tured limestone. There are exceptionally hard layers of limestone, as indi-
cated by the unconfined compression test result, and such layers might prove
to be highly resistant to excavation efforts. Where these layers are quite
thin, existing vertical seams and fractures might be exploited to facilitate
the ripping and removal of the resistant layers. Where this is not pos-
sible, pneumatic rock hammers and controlled blasting, if allowed, would be
required. The surficial soils can be easily removed with conventional exca-
vation equipment.
ybrituma.sttieat Consultants. Inc
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Project No. AU -02 -88 -0021 - Page 3
Trench Safetv:
There are two aspects of the subsurface conditions which will directly
affect the design of a trench safety system. These are the existence of a
variable thickness of soil atop the limestone and the highly fractured
nature of portions of the primary limestone. The surficial clays are highly
cohesive and should maintain temporary near vertical cuts. The tan severely
weathered limestone (often blended with brown clay or silty clay) is a less
cohesive material and, when not confined, can be unstable on a vertical cut.
Over time, even the surficial clays will loose strength and slough.
Therefore, it is recommended that the surficial soils either be laid back at
a slope of one horizontal to one vertical or flatter or be retained with a
trench safety system. Similarly, the primary limestone may have an apparent
stability in vertical cuts but should not be considered stable because of
the highly fractured nature of the rock. The trench excavation might
intersect pre- existing angular fracture planes which could result in a
rockslide. The weathered limestone stratum should be either laid back at
one horizontal to one vertical or flatter or be restrained with a trench
safety system. In summary, it is evident that the materials encountered at
this site are generally unstable and should be laid back or, if cut to
vertical faces greater than 5 -feet in height, a retention or safety system
should be provided.
As an alternative to a retention or safety system, OSHA regulations allow
combinations of benching and sloping in order to achieve an effective grade
with a minimum of subgrade removal. This is not considered a viable option
at this site due to the proximity of the storm sewer to existing power
transmission lines and their foundations.
There are two basic trench safety system options available to the designer.
These are a protective shield system for the workers in the trench or a
shoring system used to retain the vertical walls of the trench. It is
important to note that a trench shield system is not a retention system but
only a protective device for workers in the trench. The shield does not
exert a restraining pressure on the exposed trench face and sloughing of the
sides can occur. The proposed storm sewer line is to be excavated down a
right -of -way that contains power line structures with foundations adjacent
to the planned excavation. There could be a danger of progressive
collapsing soils undermining the integrity of the power line foundations if
the excavation sides are not restrained. Therefore, although the trench
shield is a viable option; it may only be used in areas not adjacent to the
power line foundations. If the trench shield alternative is chosen, the
shield should be designed by an engineer using the criteria provided further
on in this report with the additional stipulations that the shield may only
be used in areas at least 40 -feet from power line foundation elements and
also that the trench shield be of such a width that it nearly touches the
sides of the excavation on either side. A free space of no more than 1 -feet
on either side should be allowed.
iaba4Ustoer-Brytest Canaukants.Inc
Project No. AU -02 -88 -0021 Page 4
For the length of storm sewer that extends along the power line corridor, a
shoring system would be the preferable trench safety system. Since the
total length of line outside of this corridor is relatively small, the
shoring alternative is the primary design recommendation for this project.
There are two types of shoring systems that are recommended for this site.
In lieu of an engineered system, a timber shoring system might be designed
using Appendix C to Subpart P of Part 1926 of the OSHA Construction Safety
Guidelines. It is suggested that the recommended changes to Appendix C that
are currently under consideration and review be used in the design. In
accordance with conversations with OSHA officials, this is allowed. The soil
and rock encountered in this boring is identified as a Type B soil or rock
type for use in entering the design tables. Some portion of the severely
weathered limestone and highly fractured weathered limestone strata might
behave as a Type C material. These areas may require additional sheeting,
not from a structural perspective, but to prevent the friable materials from
sloughing off.
An alternative to timber shoring would be to use a spaced shoring system
comprised of hydraulic shoring members. The soil and limestone encountered
in the borings exhibited sufficient cohesion to bridge between vertically
shored members and this would obviate the use of continuous shoring. Verti-
cal members may be placed a maximum of 6 -feet on center and should be pre-
stressed prior to workmen entering the trench. The vertical members should .
include 4 -foot wide plywood strips to reduce the exposed trench surface
area. As mentioned for timber shoring, additional sheeting may be required
if especially non - cohesive severely weathered limestone or broken weathered
limestone is encountered. It is, however, expected that the vast majority
of the excavation can be satisfactorily supported by the basic hydraulic
shoring system. A restrained shoring system may be used adjacent to a power
line foundation as long as the trench is located at least a distance equal
to the trench depth from the foundation element. The excavation should be
shored as soon as is practical.
Exposed trench walls will develop a lateral pressure over time and will
react against the shoring members. The magnitude of this pressure may be
estimated using an assumed equivalent fluid weight. In the case of the
clays and severely weathered limestone an equivalent fluid weight of 65
pounds per cubic foot should be used in design. For the primary limestone,
an equivalent fluid weight of 40- pounds per cubic foot should be used in
design. It is recommended that a Rankine triangular pressure distribution
be assumed in calculating the earth pressures.
A set of plans for recommended Trench Safety Systems is being forwarded sep-
arately for inclusion in the project plans and specifications. This soils
report should be placed in its entirety into the storm sewer line
specifications as well.
itabriusiaevaritat Canwhams.Inc
Project No. AU -02 -88 -0021
Pavement Design and Construction:
Typical subgrade` conditions anticipated within the pavement areas were ana-
lyzed on the basis of the assumed traffic loadings for the purpose of
selecting pavement section thicknesses that are generally consistent with
local pavement design guidelines. Analyses were first conducted using the
computerized pavement design method for flexible pavements, MFPS. Compli-
mentary calculations were performed using a modified version of the Texas
State Department of Highways and Public Transportation (TSDHPT) long -life
pavement selection procedure.
The project Civil Engineer indicated that the Deepwood Drive extension is
classified as a neighborhood collector. In lieu of detailed traffic projec-
tions and analyses, estimates of design traffic loadings were made. The
guidelines contained in the City of Round Rock design standards and also the
User's Manual (MFPS /MRPS) for paving thickness design, City of Austin, were
consulted to assist in these estimates. These estimates were made on a
rational basis using experience gained from similar projects, but are still
only estimates. Should accurate projections of traffic become available,
they should be used to develop alternative pavement sections. An initial
Average Daily Traffic (ADT) of 2,000 vehicles per day (VPD), with 5.0
percent trucks, a .55 truck factor, and a 4.0 percent annual growth factor
were assumed for a 20 -year design period.
Subgrade support characteristics were developed based upon the results of
basic soil classification tests. Two generalized subgrade conditions have
been determined to be predominate at this site. The first condition will be
germane where no significant cuts are constructed and the basic clearing
operation does not remove the surficial highly plastic clays, making these
clays the controlling subgrade. The second condition will exist when the
surficial clays are removed and the tan severely weathered limestone is
exposed. It is expected that this will be the case throughout most of the
extension due to proposed cuts. Cut and fill plans should be compared to
the boring logs to aide in the determination of the design subgrade for
specific areas.
The designs presented below include alternatives for stage construction with
one planned overlay. The designs are as follows:
Dark Brown to Brown Clay Subgrade:
2.0 inches Hot Mix Asphaltic Concrete (HMAC)
13.5 inches Crushed Limestone'Base Material (CLBM)
15.5 inches Total Constructed Thickness
or
2.0 inches HMAC
11.0 inches CLBM
13.0 inches Total
with a 1.5 inch overlay in 12 years
isbn4Intner-arytest Consultants Inc
Page 5
Project No. AU -02 -88 -0021
Tan Severely Weathered Limestone Subgrade:
2.0 inches HMAC
Q inches CLBM
10.0 inches Total
All surficial vegetation, major root systems, and existing fill material
should be removed from beneath the paving areas prior to construction. The
exposed natural subgrade should be compacted with any soft or weak areas
removed and replace with compacted select fill. Where broken weathered
limestone is exposed by grading operations, this compaction requirement may
be waived and the subgrade approved based upon inspection by the
Geotechnical Engineer or his representative. Pavements should be specified,
constructed, and tested in accordance with the following specifications:
- Hot Mix Asphaltic Concrete Surface - TSDHPT Item 340, Type D,
fine - graded surface course.
- Crushed Limestone Base Material - TSDHPT Item 248, Type A, Grade 2 or
better. The base material should be compacted to a minimum of 97
percent of TEX -113 -E maximum density in compacted lifts not exceeding
6.0 inches.
- Natural Subgrade - The natural-subgrade and /or natural soil used
as fill material in the paved areas should be compacted to a minimum
of 95 percent of TEX -113 -E maximum density at plus three to minus two
percent of optimum moisture.
Lime stabilization is not recommended at this site due to the presence of
limestone fragments in some of the surficial clays and also the variable
depth to limestone throughout the site.
It is recommended that the engineering consultant review these recommend-
ations and maintain contact with the Geotechnical Consultants throughout the
design and construction phase. We appreciate this opportunity to be of ser-
vice. Please feel free to call if you should have any questions concerning
this report.
Respectful ]jc 1+itiifd,
P� ,,.... .,f-�
RAGA- KI,S`[A):A Sf.SULTANTS, INC.
Q a yd y! . .
41..Q f CRAV
O6 le
Paul B:a�`a i �V
Manager 100.t 4O W...rhgineering
PBC:vjh
Copies submitted: Above (3)
l Cwuhams.
Gary W. Raba, P.E.
Manager, Austin Region
Page 6
mom womeromsuimomiummummeropimmilmaw
DEEPW000 U I
(PROPOSED)
•
DEEPWOOD DRIVE
ROUND ROCK, TEXAS
AU -02 -ee -0021
fie (E$ ><00
SCALE IN FEET
W siweneryl,r CavuNme Inc
VS
7 .
(EXISTING/
FIGURE 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 1 Sta. No.
Date Drilled: April 25, 1988
Drill Methods: STP/Core
Depth to - Water:
SOIL TEST BORING SYMBOLIC LOGS
BORING 1
Caving:
lefer to :eat or iiscussion of boring contents. Figure Number 2
• Rabl-Kistner-Bryitest Consultants, Inc.
-A void was encountered from 6.5 to 8.1 feet.
Job No: AU-0288-0021
Elevation: 0
Scale: 2.5
Water Encountered: '
Date Checked:
SO IL WW1.
WWWM
OM FIE. 1137 IMM
WM
Description
.
.• 3
.
%
..
3
. -
%
. P5
.. 3
...
3
.
t112,1
MIM
•
•
CH
..... _stone
BROWN CLAY, with lime-
fragments
x _
20
===.4
TAN WEATHERED LIMESTONE,
.7 Oa'
broken
--:;,-.
.z=i..
....-...=,
2.
11=M
TAN WEATHERED LIMESTONE
-.1...=
_...--=
==z,
===
-...
===
===
===
===
===
__..
===
..:.=
----,-..
===
===
===
===.
==='
,5,
0
WAS
===t
■==
.
12 .5 —=
===
.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 1 Sta. No.
Date Drilled: April 25, 1988
Drill Methods: STP/Core
Depth to - Water:
SOIL TEST BORING SYMBOLIC LOGS
BORING 1
Caving:
lefer to :eat or iiscussion of boring contents. Figure Number 2
• Rabl-Kistner-Bryitest Consultants, Inc.
-A void was encountered from 6.5 to 8.1 feet.
Job No: AU-0288-0021
Elevation: 0
Scale: 2.5
Water Encountered: '
Date Checked:
SOIL TEST BORING SYMBOLIC LOGS
BORING 2
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 2 Sta. No.
Date Drilled: May 3, 1988
Drill Methods: Push'SPT /Core
Depth to - Water: Caving:
Job No: AU -0288 -0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
-Hard crystaline layers encountered in the limestone stratum.
-Refar to text for discussion of boring :ontents. Figure Number 3
Raba - Kistner-Brytest Consultants, Inc.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I a
nm ria TUT OI U
MS
w
...
■e
X
u
%
.T
%
[
w
t.f
na 4..
%
E
n
IELN
OEM
•
-
—zs
- IS
CH
MH
DARK BROWN CLAY
TAN SEVERELY WEATHERED
LIMESTONE
TAN WEATHERED LIMESTONE
1°
T7
,w
—
•
SOIL TEST BORING SYMBOLIC LOGS
BORING 2
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 2 Sta. No.
Date Drilled: May 3, 1988
Drill Methods: Push'SPT /Core
Depth to - Water: Caving:
Job No: AU -0288 -0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
-Hard crystaline layers encountered in the limestone stratum.
-Refar to text for discussion of boring :ontents. Figure Number 3
Raba - Kistner-Brytest Consultants, Inc.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
la"
ROIL SMOLA
SWUM STEEL
1110 ill= TER IOU
LOCI
Description
DE DE
•D• It
41
X
PI
3
-3111
X
RP
tat
-
PR
a It
RED PP
113
-
1 12,4 1
mq
,
-
CL
ri.i
BROWN SILTY CLAY, with
1 i mast one -Fr aments _ . ...
TAN SEVERELY WEATHERED
LIMESTONE
TAN WEATHERED LIMESTONE
. •
•
1 4
'Ia
'
,
74
42
47
ISO
A
s.
•.4k.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SOIL TEST BORING SYMBOLIC
BORING 3
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 3 Sta. No.
Date Drilled: May 3, 1988
Drill Methods: Push/SPT/Core
Depth to - Water: Caving:
-Refer to text for liscussion of boring contents.
Job No: AU-0288-0021
Elevation: 0
cale: 2.5
Water Encountered:
Date Checked:
-A vertical fracture was encountered at about 3.5 -feet.
.11i *--Ki_tner-Brtest Consultants, Inc.
Figure Number 4
ProJect: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 4 Sta. No.
Date Drilled: Maw 3, 1988
Drill Methods: Push/SPT/Core
Depth to - Water: Caving:
SOIL TEST BORING SYMBOLIC LOGS
BORINS 4
Job No:
Elevation:
Scale:
Water Encountered:
Date Checked:
- Iron staining was noted in the tan weathered limestone
- Refer to text for discussion of boring contents.
Raba-Kistner-Brwtest Consultants, Inc.
AU-0288-0021
0
2.5
Figure Number 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SOIL ITISIO.S
MD FIELD 7E67 TA MOUT ...TOOLS
WM
Description ...
PC.
WC
X
U.
4.3
X
-WO
X
OA
Ss.
PS
x
rap
x
ow
l '
117714
_
.
T '
.. 2.6
.
•
_
CH
•
DARK BROWN CLAY
TAN WEATHERED LIMESTONE
.
,
.
La
us
a
•
4., s
.
109
It/
9t
i legli gl
i ■
===
---=
LT.=
=
_--
_--_
mt..=
--=
===
ProJect: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 4 Sta. No.
Date Drilled: Maw 3, 1988
Drill Methods: Push/SPT/Core
Depth to - Water: Caving:
SOIL TEST BORING SYMBOLIC LOGS
BORINS 4
Job No:
Elevation:
Scale:
Water Encountered:
Date Checked:
- Iron staining was noted in the tan weathered limestone
- Refer to text for discussion of boring contents.
Raba-Kistner-Brwtest Consultants, Inc.
AU-0288-0021
0
2.5
Figure Number 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Jr•••CT
SOIL. TEST BORING
BORING
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 5 Sta. No.
Date Drilled: April 266 1988
Drill Methods: SPT/Core/Wash
Depth to - Water: Caving:
Wa
SYMBOLIC LOGS
5
Job No: AU-0288-0021
Elevation: 0
Scale: 2.5
ter Encountered:
Date Checked:
-Re+er to text for discussion of hork:4g cmntents.
Rabs-Kistner-Drwtest J.:onsultants, Inc.
.s
Figur. Number 6
WILVMMO.
MMOMMWCIA
OM CIO-DTP MU
WOO
Description
X
A
X
X
.2 X
X
PP
IIIMM
WM
•
V7I 1'4
CH
BROWN CLAY, with lime -
stone fragments
I
•
..2.6
M''
''''
TAN WEATHERED LIMESTONE,
.
1
broken
..
.
•
.
TAN WEATHERED LIMESTONE
.
"
-s
- MI
. •
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Jr•••CT
SOIL. TEST BORING
BORING
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 5 Sta. No.
Date Drilled: April 266 1988
Drill Methods: SPT/Core/Wash
Depth to - Water: Caving:
Wa
SYMBOLIC LOGS
5
Job No: AU-0288-0021
Elevation: 0
Scale: 2.5
ter Encountered:
Date Checked:
-Re+er to text for discussion of hork:4g cmntents.
Rabs-Kistner-Drwtest J.:onsultants, Inc.
.s
Figur. Number 6
SOIL TEST BORING.SYMBOLIC LOGS
BORING 6
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 6 Sta. No.
Date Drilled: May 3, 1988
Drill Methods: SPT/Corg
Depth to - Water: Caving:
Job No: AU-0288-0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
- Six inch clayey layer at 6.3 -Peet.
- The broken limestone stratum is highly iron stained.
- Refer to text for discussion o+ boring contents.
Raba-Kistner-Brytest Consultants, Inc.
Figure Number 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
........m.
WITUDIVITOMS
ONO FIELD Mr !AU
MO
Description
WXXXX
U1
PA
XX
MD.,
IMN
NSW
CH
DARK BROWN CLAY,
.,
m
m
..
•a 1
...
... A.
with limestone fragments
MH
TAN SEVERELY WEATHERED
LIMESTONE
21:6
....,.
2.
TAN WEATHERED LIMESTONE,
broken
10.
sm
-
II
GRAY WEATHERED LIMESTONE
.
.
SOIL TEST BORING.SYMBOLIC LOGS
BORING 6
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 6 Sta. No.
Date Drilled: May 3, 1988
Drill Methods: SPT/Corg
Depth to - Water: Caving:
Job No: AU-0288-0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
- Six inch clayey layer at 6.3 -Peet.
- The broken limestone stratum is highly iron stained.
- Refer to text for discussion o+ boring contents.
Raba-Kistner-Brytest Consultants, Inc.
Figure Number 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
a-
1
1
1
1
1
1
1
1
1
1
1
1
1
SOIL TEST BORING SYMBOLIC LOGS
BORING 7
Project: Deep wood Drive
Location: Round Rock, Texas Job No: AU- 0288 -0'
Boring No.: % Sta. No. Elevation: 0
Date Drilled: April 26, 1988 Scale: 5
Drill Methods 'T /Core Water Encountered:
Depth to - Water: Caving: 18.0 Date Checked:
- The competent limestone encountered in the boring is
somewhat crystaline.
- Refer to text for discussion of boring contents.
Raba- Kistner- Brwtest Consultants, inc.
19'k•>! Number 8
'OMMI`
Iwon Willa.
Description
s
.
"'`
.I
-
`
,
law
.mw
—.
t
.
I
IT S
LI E
DARK BROWN C
s
44
41
OS
'' r
1// _
BROWN CLAY, with lime-
,
stone fragments
L.-15
TAN SEVERELY WEATHERED
_
LIMESTONE
_
-. --
TAN WEATHERED LIMESTONE,
— =
broken
-
TAN WEATHERED LIMESTONE
'-N
- —
GRAY WEATHERED LIMESTONE
=
Iw
i
sa.za
1
1
1
1
1
a-
1
1
1
1
1
1
1
1
1
1
1
1
1
SOIL TEST BORING SYMBOLIC LOGS
BORING 7
Project: Deep wood Drive
Location: Round Rock, Texas Job No: AU- 0288 -0'
Boring No.: % Sta. No. Elevation: 0
Date Drilled: April 26, 1988 Scale: 5
Drill Methods 'T /Core Water Encountered:
Depth to - Water: Caving: 18.0 Date Checked:
- The competent limestone encountered in the boring is
somewhat crystaline.
- Refer to text for discussion of boring contents.
Raba- Kistner- Brwtest Consultants, inc.
19'k•>! Number 8
SOIL TEST BORING SYMBOLIC LOGS
BORING' 8
Project: Deepwood Drive
Locution: Round Rocks Texas
Boring No.: 8 Sts. No.
Date Drilled: April 26, 1988
Drill Methods: SPT /Core
Depth to - Water: Caving:
Job No: AU- 8288 -0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
-The tan severely Weathered limestone is iron stained
-Refer to text for discussion of boring contents. Figure Number 9
Raba- Kistner- Brytest Consultants, Inc.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
.:U .•
M� FICA TUT MTP
u,a
Description
M
124
"
K
LL
K
.1
X
' y"
X
W
to
M
%
M,
it
w
1101AV
101M
-zs
- .
-7.8
1.
CH
MH
BROWN CLAY, with lime-
stone fragments
TAN SEVERELY WEATHERED
LIMESTONE
TAN WEATHERED LIMESTONE,
broken
BRAY WEATHERED LIMESTONE
17
a
a
•
w
M
IM
n
22
O " ':
+"'•
01 . i
1
ava
sew
111 i
--
-
y
• -
---
SOIL TEST BORING SYMBOLIC LOGS
BORING' 8
Project: Deepwood Drive
Locution: Round Rocks Texas
Boring No.: 8 Sts. No.
Date Drilled: April 26, 1988
Drill Methods: SPT /Core
Depth to - Water: Caving:
Job No: AU- 8288 -0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
-The tan severely Weathered limestone is iron stained
-Refer to text for discussion of boring contents. Figure Number 9
Raba- Kistner- Brytest Consultants, Inc.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
1
1
SOIL TEST BORING SYMBOLIC: LOGS
BORING 9
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 9 Sta. No.
Date Drilled: April 26, 1988
Drill Methods: SPT'Core'Wash
Depth to - Water: Caving:
Job No AU- 0288 -0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
-Refer to text for discussion of boring contents. Figure Number 10
Raba- Kistner- Brytest Consultants, Inc.
.:o � MOM
MM F! .D Ton WO
WOO
Description
'°
1<1
""
x
",
•
•3r
•
8
au ""
t.1
'�,
•
"'
•
(
WPM
•
CH
DROWN CLAY. with l ime-
,,,.
3 "• '
stone fragments
MH
TAN SEVERELY WEATHERED
LIMESTONE
-
TAN WEATHERED LIMESTONE
2. .
_
225
17
,4.a
IN
e
131
1
141.31
7.
•
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
1
1
SOIL TEST BORING SYMBOLIC: LOGS
BORING 9
Project: Deepwood Drive
Location: Round Rock, Texas
Boring No.: 9 Sta. No.
Date Drilled: April 26, 1988
Drill Methods: SPT'Core'Wash
Depth to - Water: Caving:
Job No AU- 0288 -0021
Elevation: 0
Scale: 2.5
Water Encountered:
Date Checked:
-Refer to text for discussion of boring contents. Figure Number 10
Raba- Kistner- Brytest Consultants, Inc.
Legend:
Symbol: Description:
VA
dill
I I
Notes:
BROWN CLAY, with lime-
stone fragments
TAN WEATHERED LIMESTONE
TAN SEVERELY WEATHERED
LIMESTONE
GRAY WEATHERED LIMESTONE
NW -Sized core sample
Depth to which
the boring caved.
Symbol: Description:
I ri
TAN WEATHERED LIMESTONE,
broken
DARK BROWN CLAY
T-i Boring
T
BROWN SILTY CLAY, with
limestone fragments
Standard penetration
-test. 140 lb. ham -
mer droPPed 30"
I `q j Undisturbed thin
wall Shelby tube
terminated
1. These logs are subject to the limitations, conclusions, and
recommendations in this report.
2. Results of tests conducted on samples recovered are reported
on the logs. Abbreviations used are:
DD - natural dry density (pcf) MC - natural moisture content
LL - Liquid Limit PI - Plasticity Index
-200 ■ percent passing 0200 sieve (Y.) Qu - unconfined strength (tsf)
PR - Percent Recovered (X) ROD m Rock Quality Designation
PP - pocket penetrometer
TERMS DESCRIBING CONSISTENCY, CONDITION, OR TEXTURE
Terms used in this report to describe soils with regard to their
consistency or condition are in general accordance with the discussion
presented in Article 45 of SOIL MECHANICS IN ENGINEERING PRACTICE,
the and y observations. Terms�used t to describe soils
a
soils
according to their texture and grain size are in accordance with the
UNIFIED SOIL CLASSIFICATION SYSTEM (USCS).
Prosnt No. AU- 0288 -0021 Figure Number 11
Raba- Kintner- Brytest Consultants, Inc.