R-88-1130 - 6/23/1988WHEREAS, the City has duly advertised for bids for the
construction of certain street and drainage improvements for Sunrise
Road, and
WHEREAS, Hunter Industries, Inc. submitted the lowest and best
bid, and
WHEREAS, the Council wishes to accept the bid of Hunter
Industries, Inc., and to authorize the construction of said street
and drainage improvements, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the bid of Hunter Industries, Inc. 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 Hunter Industries, Inc.
for the construction of said street and drainage improvements.
RESOLVED THIS 02,3 AO day of June, 1988.
ATTEST:
I ill/ 1111_ 1 ice_ /L_/_
f ir
G5RESSUNRISE
LAND, City Secretary
RESOLUTION NO. ic/.50
/L4_
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
Haynie Kallman & Gray, Inc.
Consulting Engineers
RE: Engineer's Letter of Recommendation
Sunrise Road Street and Drainage Improvements
Dear Jim:
Bids were opened at 10:00 a.m., Tuesday, June 14, 1988, for
construction of the Sunrise Road Street and Drainage Improvements.
A total of ten (10) bids were received, with the lowest bidder being
Hunter Industries, Inc. of Austin, Texas in the amount of
$1,030,981.50. A complete bid tabulation is enclosed for your
review.
Hunter Industries, Inc. was formerly known as Olmos Construction
Company and has completed numerous municipal, county and state
projects in the central Texas area.
Based on this past experience record and submission of the lowest and
best bid, we recommend award of this contract to Hunter Industries,
Inc. in the bid amount of $1,030,981.50.
If you have any questions or comments, please advise.
Sincerely,
HAY KALLMAN & GRAY, INC.
A. William W
Project Manager
AWW /lm
cc: Steven D. Kallman, P.E., R.P.S.; Haynie Kallman & Gray, Inc.
James Domel; Haynie Kallman & Gray, Inc.
#103- 720 -38
12303 Technology Blvd , Suite Ausnn,Texas 78727 (512) 250 -8611
Gv I Engineenng Consultants Municipal Engineenng Land Planning Surveying
027PROJECT: SUNRISE ROAD STREET & DRAINAGE IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 720 - 36 FILE N0: RRSRS&D
BID DATE: JUNE 14, 1980 @ 10:00 A.M. i Haynie Kallman & Gray, Inc.
PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TX ` Engineers
HUNTER AUSTIN
INDUSTRIES PAVIN6
page 1/4
HAYDEN
CONCRETE
ITEM UNIT ' UNIT UNIT
N0, DESCRIPTION , UNIT OUAN. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1 . Unclass. Street Excay. S.Y. 41,115 $1.70 $69,895.50 $3.00 $123,345.00 $2.45 $100,731.75
2 . 10° Flexible Base S.Y. 35,021 $3.00 $105,063.00 $4.00 $140,064.00 $2.72 $95,257.12
3 . 6' Lime Stabilization S.Y. 41,115 $1.60 $65,784.00 $1.25 $51,393.75 $1.95 $80,174.25
4 . 2' H.M,A.C. Pavement S.Y. 35,021 $3.00 $105,063.00 $3.50 $122,573.50 $3.35 $111,320.35
5 , Standard Concrete Curb & Gutter L.F. 12,804 $4,00 $51,536.00 $4.00 $51,536,00 $4.17 $53,726,28
6 . Concrete Sidewalk, Complete S.F. 60,740 $1.70 $103,258.00 $1.50 $91,110.00 $1.50 $91,110.00
7 . 6' Concrete Valley Gutter EA. 9 $1,100.00 $9,900.00 $1,300.00 $11,700.00 $1,500.00 $13,500.00
8 . Concrete Driveway S.Y. 577 $21.50 $12,405.50 $20.00 $11,540.00 $22.00 $12,694.00
4 . Teed & Pero Erosion Control L.S. 1 $3,300.00 $3,300.00 $6,000.00 $6,000.00 $8,000.00 $8,000.00
10 . Lower Existing Waterline EA. 8 $2,000.00 $16,000.00 $2,300.00 $18,400.00 $3,000.00 $24,000.00
11 . 6° Sanitary Sewer (all depths) L.F. 573 $17.50 $10,027.50 816.00 $9,168.00 $25.00 $14,325.00
12 . Sanitary Manhole (all depths) EA. 4 $1,200.00 $4,800.00 $1,000.00 $4,000,00 $1,000,00 $4,000.00
13 . Fence Relocation ' L.F. 3,005 $2.00 $6,010.00 $1.00 $5,409.00 $1.52 $4,567.60
14 . 12° P.V.C. Storm Drain L.F. 10 $30.00 $300.00 $40.00 $400.00 $15.00 $150.00
15 . 60' R.C.P. CI.111 L.F. 921 $82.00 $75,522.00 $90.00 082,890.00 $99.00 $91,179.00
16 . 54' R.C.P. C1.III L.F. 1,051 $72.00 $75,672.00 $75.00 $78,825.00 $79.00 $83,029.00
17 . 48° R.C.P. 11.1II L.F.. 290 $60.00 $17,400,00 $60.00 $17,400.00 $55.00 $15,950.00
18 . 42° R.C.P. C1.III L.F. 372 $46.00 *17,112.00 $45.00 $16,740.00 $48.00 $17,856.00
19 . Boring /Pressure Grout 36° RCP L.F. 103 $540.00 $55,620.00 $525.00 $54,075.00 $485.00 $49,955.00
20 . 36' R.C.P. C1.III L.F. 713 $36.00 $25,668.00 $37.00 $26,381.00 $38.00 $27,094.00
21 . 30' R.C.P. C1.II1 L.F. 51 $30.00 $1,530.00 $35.00 $1,785.00 $32.25 $1,644.75
22 . 24' R.C.P. CI.II1 L.F. 1,333 $25.00 *33,325,00 $23.00 $30,659.00 $24.00 $31,992.00
23 . 18" R.C.P. 01.I11 L.F. 1,285 $19.00 $24,415.00 $18.00 $23,130.00 $20.00 $25,700.00
24 . 4' Concrete Trench Cap for 36° L.F. 100 $10.00 $1,800.00 $18.00 $1,800.00 $10.00 $1,000.00
25 . Concrete Headwall Structure °A' L.S. 1 $1,200.00 $1,200.00 81,700.00 $1,700.00 $2,750.00 $2,750.00
26 . Junction Box 'B" Special EA. 1 $4,000.00 $4,000.00 $3,600.00 $3,600.00 $4,430.00 $4,430.00
27 . Junction Box 'C' Special EA. I $4,600.00 $4,600.00 $3,700.00 $3,700.00 $4,573.00 $4,573.00
28 . Junction Box °D° Special EA. 1 $1,700.00 $7,700.00 $5,500.00 $5,500.00 $8,345.00 $8,345.00
29 . 6'x6' 1.0. Standard Junction Box EA. 3 $3,000.00 $9,000.00 $3,000.00 $9,000.00 82,880.00 $8,640.00
30 . 4' I.D. Riser Manhole EA. 1 $2,300.00 $2,300.00 $1,300,00 $1,300.00 $6,500.00 $6,500.00
31 . 5' I.D. Junction Manhole EA. 1 $2,875.00 $2,875.00 $1,600.00 $1,600.00 52,500.00 $2,500.00
32 , 4' 1.D. Junction Manhole FA 1 $2,300.00 $2,300.00 $1,200.00 $1,200.00 $2,400.00 $2,400,00
33 . Type '5' Sloping Headwall for 36'EA. 1 $1,700.00 $1,700.00 $1,800.00 *1,800.00 $2,150.00 $2,150.00
34 . CH -118 - 15* Headwall for 2 -48' EA. 1 $1,400.00 $1,400.00 $1,900.00 $1,900.00 $3,438.00 $3,438.00
35 , 20' Recessed Curb Inlet EA. 4 $3,200.00 $12,800.00 $2,300.00 $9,200.00 02,850.00 $11,400.00
36 . 15' Recessed Curb Inlet EA. 6 82,680.00 $16,080.00 $1,900.00 $11,400.00 $2,450.00 $14,700.00
37 . 10' Recessed Curb Inlet EA. 5 $2,140.00 $10,700.00 $1,700.00 $8,500.00 $2,250.00 $11,250.00
38 . 20' Standard Curb Inlet EA. 4 $3,150.00 $12,600.00 $2,100.00 $8,400.00 $2,550,00 $10,200.00
39 . 15' Standard Curb Inlet EA. 2 $2,600.00 $5,200.00 $1,900.00 $3,800.00 $2,250.00 $4,500.00
40 . 10' Standard Curb Inlet EA. 5 $2,100,00 $10,500.00 $1,500.00 $7,500.00 $2,050.00 $10,250.00
41 . 6' Concrete Flume @ 5TA 2 +95.06 S.F. 40 $3.00 $120.00 $5.00 $200.00 $6.25 $250.00
42 . Solid Sod Channel Lining , S.Y. 100 $10.00 $1,000.00 $2.00 *200.00 $4.50 $450.00
43 . Dry Stack Rock Rip-Rap S.Y. 34 $50.00 $1,700.00 $45.00 $1,530.00 $45.00 $1,530.00
44 . Trench Safety & Protection L.S. 1 $5,000.00 $5,000.00 $8,800.00 $8,800.00 $15,244.24 $15,244.24
45 , Pavement Markings (ReflectorizedlL.S. 1 $20,000.00 $20,000.00 $17,500.00 $17,500.00 $20,777.14 $20,777.14
46 . Channel Shaping & Regrading L.S. 1 $2,000.00 $2,000.00 $3,000.00 $3,000,00 *2,500.00 $2,500.00
47 . 5' Recessed Curb Inlet EA. 3 $1,600.00 84,800.00 $1,200.00 $3,600.00 $1,850.00 $5,550.00
TOTAL BID PRICE $1,030,981.50 $1,095,274.25 ` $1,119,283.48
027PROJECT: SUNRISE ROAD STREET & DRAINAGE IMPRDVEMEN1
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103- 720 -36 FILE N0: RRSRS&D
BID DATE: JUNE 14, 1988 @ 10:00 A.M.
PROJECT LOCATION: ROUND ROCK, 811118MSON COUNTY, TX
ITEM
NO. DESCRIPTION UNIT DUAN.
1 Unclass. Street Excay. S.Y.
2 . 10° Flexible Base S.Y.
3 . 6' Lime Stabilization S.Y.
4 . 2° 0.M.A.0. Pavement S.Y.
5. Standard Concrete Curb & Gutter L.F.
6 . Concrete Sidewalk, Complete S.F.
7 . 6' Concrete Valley Gutter EA.
B . Concrete Driveway S.Y.
4 . Temp & Perm Erosion Control L.S.
10 . Lower Existing Waterline EA.
11 . 6' Sanitary Sewer (all depths) L.F.
12 . Sanitary Manhole (all depths) EA.
13 . Fence Relocation L.F.
14 . 12" P.V.C. Storm Drain L.F.
15 . 60' R.C.P. 01.111 L.F.
16 . 54' R.C.P. C1.III L.F.
17 . 48° R.C.P. 01.1I1 L.F.
18 . 42° R.C.P. CI.III L.F.
19 . Boring /Pressure Grout 36° RCP L.F.
20 . 36" R.C.P. 01.11I L.F.
21 . 30' R.C.P. CI.III L.F.
22 . 24° R.C.P. 01.I11 L.F.
23 . 18" R.C.P. 01.111 L.F.
24 . 4° Concrete Trench Cap for 36° L.F.
25 . Concrete Headwall Structure 'A' L.S.
26 . Junction Box °B" Special - EA.
27 . Junction Box 'C' Special EA.
28 . Junction Box "D" Special EA.
29 . 6'x6' I.D. Standard Junction Box EA.
30 . 4' I.D. Riser Manhole EA.
31 . 5' I.D. Junction Manhole EA.
32 . 4' I.D. Junction Manhole EA.
33 . Type '6" Sloping Headwall for 36'EA.
34 . CH -I1B - 15+ Headwall for 2 -48° EA.
35 . 20' Recessed Curb Inlet EA.
36 . 15' Recessed Curb Inlet EA.
37 . 10' Recessed Curb Inlet EA.
38 . 20' Standard Curb Inlet EA.
39 . 15' Standard Curb Inlet EA.
40 . 10' Standard Curb Inlet EA.
41 , 6° Concrete Flume @ STA 2 +95.06 S.F.
42 . Solid Sod Channel Lining S.Y.
43 . Dry Stack Rock Rip-Rap S.Y.
44 . Trench Safety & Protection L.S.
45 . Pavement Markings (Reflectorized)L.S.
46 . Channel Shaping & Regrading L.S.
47 . 5' Recessed Curb Inlet EA.
TOTAL BID PRICE $1,119,525.55
Haynie Kallman & Gray, Inc. 1
Consulting Engineers ,
PARKER &
R06ER5
CAPITAL
EXCAVATION
page 2/4
AUSTIN
ENSINEERINB
UNIT UNIT UNIT
PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
41,115 $2.10 $86,341.50 $2.50 $102,787.50 $4.75 $195,296.25
35,021 *3.85 $134,830.85 $3.25 8113,818.25 $3.30 5115,569.30
41,115 *1.95 $80,174.25 *2.10 $86,341.50 $2.10 $86,341.50
35,021 $3.45 0120,022.45 $3.50 0122,573.50 $3.45 $120,822.45
12,884 $4.50 $57,978.00 $3.85 $49,603.40 $4.07 $52,437.88
60,740 $1.60 $97,184.00 $1.57 $95,361.80 $1.55 494,147.00
9 $1,800.00 $16,200.00 $825.00 $7,425.00 $1,320.00 $11,880.00
577 629.00 $16,733.00 $23.50 513,559.50 $20.00 $11,540.00
1 $5,000.00 $5,000.00 $9,100.00 $9,100.00 $10,000.00 $10,000.00
8 $1,600.00 $12,800.00 $2,163.00 $17,304.00 81,800.00 $14,400,00
573 $22.00 $12,606.00 $15.50 $8,881.50 $27.00 $15,471.00
4 $1,200.00 $4,800.00 $1,030.00 $4,120.00 41,400.00 $5,600.00
3,005 $1.25 83,756.25 $3.10 $9,315.50 82.00 $6,010.00
10 $30.00 $300.00 $40.00 *400.00 $16.00 $160.00
921 ' $95.00 $87,495.00 $82.40 $75,890.40 $85.00 $78,285.00
1,051 *79.00 $83,029.00 $71.10 $74,726.10 *74.00 $77,774.00
290 457.50 $16,675.00 $56.65 $16,428.50 $60.00 $17,400.00
372 $46.00 $17,112.00 $43.30 $16,107.60 849.00 818,220.00
103 $550.00 $56,650.00 $540.00 $55,620.00 $240.00 $24,720.00
713 $36.00 $25,668.00 $35.10 $25,026.30 $39.00 $27,807.00
51 $30.00 $1,530.00 *33.00 $1,683.00 029.00 $1,479.00
1,333 £22.50 $29,992.50 $21.65 *28,859.45 $23.00 $30,659.00
1,285 $16.75 $21,523.75 $17.50 $22,487.50 $18.00 $23,130.00
100 $15.00 $1,500.00 $18.00 *1,800.00 $24.00 $2,400.00
1 $2,700.00 $2,700.00 $2,140.00 $2,140.00 $1,540.00 $1,540.00
t $3,000.00 $3,000.00 $4,360.00 $4,360.00 $4,400.00 $4,400.00
1 $3,600.00 $3,600.00 *3,845.00 43,845.00 *6,300.00 $6,300.00
1 $6,200.00 $6,200.00 $7,510.00 $7,510.00 $6,300.00 $6,300.00
3 $2,400.00 $7,200.00 $4,610.00 $13,830.00 $2,600.00 $7,800.00
1 $1,200.00 $1,200.00 $1,240.00 $1,240.00 $1,500.00 $1,500.00
1 $1,600.00 81,600.00 $1,550.00 $1,550.00 $2,000.00 $2,000.00
1 $1,200.00 $1,200.00 $1,160.00 41,160.00 11,800.00 $1,800.00
1 $1,600.00 $1,600.00 $1,700.00 $1,700.00 $1,700.00 $1,700.00
1 $2,000.00 $2,000.00 $3,045.00 $3,045.00 $1,800.00 $1,800.00
4 $3,000.00 $12,000.00 $3,925.00 $15,700.00 $2,200.00 $8,800.00
6 $2,600.00 $15,600.00 $3,305.00 $19,830.00 $1,850.00 $11,100,00
5 $2,200.00 $11,000.00 $2,690.00 $13,450.00 $1,600.00 $8,000.00
4 $2,800.00 $11,200.00 83,860.00 $15,440.00 $2,000.00 $8,000.00
2 *2,400.00 $4,800.00 $3,245.00 *6,490.00 $1,800.00 $3,600.00
5 $2,000.00 $10,000.00 $2,630.00 $13,150.00 $1,400.00 $7,000.00
40 $5.00 $200.00 $5.15 $206.00 $4.00 $160.00
100 $1.00 $100.00 $2.00 $200.00 $2.00 $200.00
34 636.00 $1,224.00 $55.00 $1,870.00 $5.50 $187.00
1 $2,500.00 £2,500.00 89,070.00 69,070.00 $2,000.00 $2,000.00
1 023,500.00 $23,500.00 $21,500.00 $21,500.00 $20,000.00 *20,000.00
1 *1,000.00 *1,000.00 *1,000.00 $1,000.00 $2,000.00 $2,000.00
3 $1,800.00 $5,400.00 $1,700.00 $5,100.00 $1,100.00 $3,300.00
$1,122,606.30 *1,151,044.38
027PROJECT: SUNRISE ROAD STREET & DRAINAGE IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 720 -36 FILE N0: RRSR5 &0
BID DATE: JUNE 14, 1988 @ 10:00 A.M.
PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, T%
ITEM
N0.
' TOTAL BID PRICE
DESCRIPTION
Haynie Kallman *Gray, Inc. 1 Page 3/4
Considting J
GAREY J.C. EVANS BAY
CONSTRUCTION CONSTRUCTION MAINTENANCE
UNIT UNIT UNIT
UNIT OUAN. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1 . Unclass. Street Excay. S.Y. 41,115 £5.43 $223,254.45 £3.20 8131,568.00 ., £3.40 6139,791.00
2 . 10° Flexible Base S.Y. 35,021 $2.78 $97,358.38 $3.40 $119,071.40 $4.50 $157,594.50
3 , 6' Lime Stabilization S.Y. 41,115 $1.63 $67,017.45 $2.15 $88,397.25 $1.60 $65,784.00
4 . 2° H.M.A.C. Pavement S.Y. 35,021 $2,96 $103,662.16 $3.60 0126,075.60 $3.60 $126,075.60
5 . Standard Concrete Curb & Gutter L.F. 12,884 03.80 $48,959.20 $4.25 $54,757.00 - $4.50 $57,978.00
6 . Concrete Sidewalk, Complete S.F. 60,740 $1.44 $87,465.60 £1.46 $88,680.40 $2.00 $121,480.00
7 . 6' Concrete Valley Gutter EA. 9 0760.00 $6,840.00 $1,422.00 $12,798.00 $1,000.00 $9,000.00
8 . Concrete Driveway S.Y. 577 $20.00 $11,540.00 $17,00 $9,809.00 $25.00 $14,425.00
9 . Temp & Pere Erosion Control L.S. 1 $4,000.00 $4,800.00 $7,285.00 $7,285.00 $9,000.00 $4,000.00
10 . Lower Existing Waterline - EA. B $2,100.00 $16,800.00 $1,500.00 $12,000.00 $1,700.00 013,600,00
11 . 6' Sanitary Sewer (all depths( . L.F. 573 $24.00 $13,752.00 $15.30 $8,766.90 $26.00 $14,898.00
12 . Sanitary Manhole :all depths) Eq. 4 $950,00 £3,800.00 $1,300.00 $5,200.00 $875.00 £3,500.00
13 . Fence Relocation L.F. 3,005 $3.80 $11,419.00 ` $2.20 $6,611.00 . $2.00 $6,010.00
14 . 12° P.V.C. Storm Drain - L.F. 10 $14.00 $140.00 016.40 $164.00 $35.00 $350.00
15 . 60' R.C.P. C1.II1 L.F. 921 $94.00 $86,574.00 $98.50 $90;718.50 $95.00 $87,495.00
16 . 54' R.C.P. CI.111 L.F. 1,051 $75.00 $78,825.00 $82.00 086,182.00 $79.00 $83,029.00
17 . 48' R.C.P. C1.III L.F. 290 $52.00 $15,080.00 $65.50 $18,995.00 $57.00 $16,530.00
1B . 42' R.C.P. Cl.II1 L.F. 372 £46.00 $17,112.00 $51.40 £19,120.80 £45.00 $16,740.00
19 . Boring /Pressure Grout 36° RCP L.F. 103 $460.00 $47,380,00 $510.00 $52,530.00 $470.00 $48,410.00
20 . 36' R.C.P. C1.III L.F. 713 $36.00 $25,668.00 $39.20 $27,949.60 $37.00 826,381.00
21 . 30' A.C.P. C1.11I L.F. 51 $31.00 01,581.00 $30.40 $1,550.40 $31.00 $1,581,00
22 . 24° R.C.P. C1.I1I L.F. 1,333 $23.00 $30,659,00 $22.60 $30,125,80 027.00 $35,991.00
23 . 18' R.C.P. C1.III L.F. 1,285 $19.00 $24,415.00 $17.75 $22,808.75 $25.00 $32,125.00
24 . 4' Concrete Trench Cap for 36' L.F. 100 $9.50 $950.00 £21.90 $2,190.00 $12.00 $1,200.00
25 . Concrete Headwall Structure 'A' L.S. 1 $1,400.00 $1,400.00 $2,155.00 $2,155.00 $2,000.00 $2,000.00
26 . Junction Box '8' Special EA. 1 $2,800.00 $2,800.00 $5,320.00 $5,320.00 $6,000.00 $6,000.00
27 . Junction Box 'C' Special EA. 1 $2,600.00 $2,600.00 $5,390.00 $5,390.00 $4,000.00 04,000.00
28 . Junction Box "D' Special EA. 1 $4,800.00 $4,800.00 $10,560.00 $10,560.00 $4,000.00 $4,000.00
29 . 6'x6' I.D. Standard Junction Box EA. 3 $3,000.00 64,000.00 $4,110.00 $12,330.00 $2,500.00 $7,500.00
30 . 4' I.D. Riser Manhole EA. 1 $1,400.00 $1,400.00 $1,350.00 $1,350.00 $1,000.00 $1,000.00
31 . 5' I,D. Junction Manhole EA. , 1 $2,400.00 $2,400.00 $1,950.00 $1,950.00 $1,800.00 $1,800.00
32 . 4' I.D. Junction Manhole EA. 1 $2,300.00 $2,300.00 $1,575.00 $1,575.00 $1,200.00 01,200.00
33 . Type '5° Sloping Headwall for 36'EA. 1 $2,200.00 $2,200.00 $1,890.00 81,890.00 $1,500.00 $1,500.00
34 . CH -11B - I5a Headwall for 2-48' EA. 1 $1,900.00 $1,900.00 $3,510,00 $3,510.00 $2,500.00 02,500.00
35 , 20' Recessed Curb Inlet EA. 4 $2,900.00 $11,600.00 $2,670.00 $10,680.00 $2,500.00 $10,000.00
36 . 15' Recessed Curb Inlet EA. 6 $2,400.00 $14,400.00 $2,340.00 £14,040.00 $2,100.00 $12,600.00
37 . 10' Recessed Curb Inlet EA. 5 $2,000.00 $10,000.00 $1,940.00 $4,700.00 $1,750.00 88,750.00
38 . 20' Standard Curb Inlet EA.. 4 - $2,800.00 011,200.00 $2,320,00 $9,280.00 $2,300.00 09,200.00
39 . 15' Standard Curb Inlet EA. 2 $2,400.00 04,1100.00 $1,995.00 $3,990.00 $1,900.00 $3,800.00
40 . 10' Standard Curb Inlet EA. 5 $1,900,00 $9,500.00 $1,670.00 $8,350.00 $1,550,00 $7,750.00
41 . 6° Concrete Flume @ STA 2 +95.06 S.F. 40 $6.50 $260.00 $44.00 $1,760.00 $3.00 $120.00
42 . Solid Sod Channel Lining S.Y. 100 $4.75 $475.00 $2.05 $205.00 $4.00 $400.00
43 . Dry Stack Rock Rip -Rap S.Y. 34 $47.00 $1,590.00 $42,00 $1,428.00 $12.00 $408.00
44 . Trench Safety & Protection L.S. 1 $8,100.00 $8,100.00 $13,500.00 $13,500.00 $4,000.00 $4,000.00
45 . Pavement Markings (Reflectorized)L.S. 1 $20,000.00 $20,000.00 $10,425.00 $10,425.00 $15,000.00 015,000.00
46 . Channel Shaping & Regrading L.5. 1 $1,100.00 $1,100.00 $900.00 $400.00 $3,000.00 $3,000.00
47 , 5' Recessed Curb Inlet EA. 3 $1,500.00 $4,500.00 $1,725.00 $5,175.00 $1,400.00 $4,200.00
$1,153,385.24 $1,158,817.40 $1,199,696.10
027PROJECT: SUNRISE ROAD STREET & DRAINAGE IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103- 720 - 36 FILE NO: 001060D
BID DATE: JUNE 14, 1988 @ 10 :00 A.M.
Haynie Kallman & Gray, Inc. I
PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TO Consulting Engineers
PAT CANION
EXCAVATING
ITEM UNIT
NO. DESCRIPTION UNIT HUAN. PRICE AMOUNT
1 . Unclass. Street Excay. S.Y. 41,115 $3.08 9126,634.20
2 . 10' Flexible Base S.Y. 35,021 $3.62 $126,776.02
3 . 6' Lime Stabilizatinn S.Y. 41,115 $2.46 5101,142.90
4 . 2' H.11.A.6. Pavement S.Y. 35,021 $3.98 0139,383.58
5 . Standard Concrete Curb & Sutter L.F. 12,884 $5.23 $67,383.32
6 . Concrete Sidewalk, Complete S.F. 60,740 $1.68 $102,043.20
7 . 6' Concrete Valley Gutter EA. 9 $1,440.00 012,960.00
8 . Concrete Driveway B.Y. 577 019.44 $11,216.88
9 . Temp & Perm Erosion Control L.S. 1 06,435.78 06,435.76
10 . Lower Existing Waterline EA. 8 02,000.00 016,000.00
11 . 6' Sanitary Sewer (all depths) L.F. 573 030.00 $17,190.00
12 . Sanitary Manhole (all depths) EA. 4 01,000.00 34,000.00
13 . Fence Relocation L,F. 3,005 $1.00 03,005.00
14 . 12' P.V.C. Storm Drain L.F. 10 $35.00 $350.00
15 . 60° R.C.P. 61.III L.F. 921 079.00 072,759.00
16 . 54' R.C.P. C1.I11 L.F. 1,051 074.00 $77,774.00
17 . 48' R.C.P. C1.11I L.F. 290 $60.00 017,400.00
18 . 42' R.C.P. C1.III L.F. 372 $55.00 $20,460.00
19 . Boring /Pressure Grout 36' RCP L.F. 103 0500.00 $51,500.00
20 . 36' R.C.P. C1.III L.F. 713 $45.00 $32,005,00
21 . 30' R.C.P. C1.1I1 L.F. 51 $40.00 02,040.00
22 . 24' R.C.P. C1.III L.F. 1,333 $25.00 033,325,00
23 . 18' A.C.P. CI.III L.F. 1,285 020.00 025,700.00
24 . 4° Concrete Trench Cap for 36" L.F. 100 $10,00 $1,000.00
25 . Concrete Headwall Structure °A' L.S. 1 $3,600.00 $3,600.00
26 . Junction Box "8' Special EA. 1 05,880.00 05,080.00
27 . Junction Box 'C' Special EA. 1 06,480.00 $6,480.00
28 . Junction Box 'D' Special EA. 1 $11,820.00 $11,820.00
29 . 6'x6' I.O. Standard Junction Box EA. 3 $3,840.00 011,520.00
30 . 4' I.O. Riser Manhole EA. 1 01,200.00 $1,200.00
31 . 5' I.D. Junction Manhole EA. 1 03,000.00 $3,000.00
32 . 4' I.O. Junction Manhole EA. 1 02,000.00 $2,000.00
33 . Type '5' Sloping Headwall for 36 °EA. 1 $1,800.00 $1,800.00
34 . CH-11B - 15' Headwall for 2 -48' EA.' 1 $2,640.00 $2,640.00
35 . 20' Recessed Curb Inlet EA. 4 $3,000.00 ' 012,000.00
36 . 15' Recessed Curb Inlet EA. 6 02,640.00 015,040.00
37 . 10' Recessed Curb Inlet EA. 5 02,400.00 012,000.00
38 . 20' Standard Curb Inlet EA. 4 $2,880.00 $11,520.00
39 . 15' Standard Curb Inlet EA. 2 $2,520.00 $5,040.00
40 . 10' Standard Curb Inlet EA. 5 02,280.00 011,400.00
41 . 6' Concrete Flume 8 STA 2 +95.06 S.F. 40 $4.00 $192.00
42 . Solid Sod Channel Lining S.Y. 100 04.98 0498.00
43 . Dry Stack Rock Rip-Rap S.Y. 34 $54.00 01,636.00
44 . Trench Safety & Protection L.S. 1 $5,052.00 $5,052.00
45 . Pavement Markings iReflectorized)L.S. 1 07,943.00 07,943.00
46 . Channel Shaping & Regrading L.S. 1 02,400.00 02,400.00
47 , 5' Recessed Curb Inlet EA. 3 $1,920.00 $5,760.00
TOTAL BID PRICE $1,209,984.88
page 4/4
DATE: June 20, 1988_ „ ,
SUBJECT: Council Agenda, June 23, 1988
ITEM: 12B. Consider resolution authorizing the Mayor to enter
into a contract for street drainage improvements to
Sunrise Road. ..
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
On June 14, 1988, ten bids were received
for the construction of the Sunrise Road
Streets and Drainage Improvements.
Hunter Industries is the low bidder at
$1,030,981.50. Hunter Industries was
formerly known as Olmos Construction. The
recent name change was to prevent confusion
with an Equipment firm from San Antonio
by the same name.
Staff recommends award of the contract to
Hunter Industries for $1,030,981.50. Please
find a letter of recommendation and a bid
tab for the project.
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, June 7, 1988
THE CITY OF ROUND ROCK
SUNRISE ROAD
STREET AND DRAINAGE IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
OWNER:
THE CITY OF ROUND ROCK
SPECIFICATION NO.
HR &G Job No.: 103 - 720 -36
Spec Version: 11/06/87
INDEX
CONTRACT DOCUMENTS
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 - PERFORMANACE BOND
10 - PAYMENT BOND
11 - MAINTENANCE BOND
12 - CERTIFICATE OF INSURANCE
13 - GENERAL CONDITIONS
14 - SPECIAL CONDITIONS
15 - TECHNICAL SPECIFICATIONS
Haynie Kallman &Gray, Inc.
Consulting Engineers
JUNE 1, 1988
ADDENDUM NO. 1
SUNRISE ROAD - STREET AND DRAINAGE IMPROVEMENTS
Addendum No. 1 to the Plans, Specifications and Contract
Documents for "Sunrise Road Street and Drainage Improvements" project
for the City of Round Rock, Texas.
1. The original Bid Date of June 7, 1988 at 2:00 p.m., has been
changed to June 14; 1988 at 10:00 a.m.
2. All Bidders shall acknowledge Addendum No. 1 on Sheet 2 of 16 of
the Proposal.
ADDENDUM NO. 1 - 1/3
12303 Technology Blvd , Suite] Austin,Texas 78727 (512) 250 -8611
Gt�l Engineering Consultants Municipal Engmeenng Land Planning Surveying
ADDENDUM NO. 1 - 3/3
Plans, specifications and bidding documents may be secured from
the office of the Engineer, Haynie Kallman & Gray, Inc., for
thirty -five ($35.00) dollars per set, which is non - refundable.
Plans and specifications may be examined at the office of the
Engineer, Haynie Kallman & Gray, Inc., 12303 -J Technology Blvd.,
Austin, Texas. Bidders should carefully examine the Plans,
Specifications and other documents, visit the site of work, and fully
inform themselves as to all conditions and matters which can in any
way effect the work or the cost hereof. Should a bidder find
discrepancies in, or omis$ions from the Plans, Specifications or
other documents, or should be in doubt as to their meaning, he should
notify the Engineer, Haynie Kallman & 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.
Please charge to:
PUBLISHERS' AFFIDAVIT
To be advertised in the Austin American Statesman "Public
Notices" section:
Sunday, May 22, 1988
Sunday, May 29, 1988
Sunday, June 5, 1988
To be advertised in the Round Rock Leader "Public Notices"
section:
Monday, May 23, 1988
Monday, May 30, 1988
Monday, June 6, 1988
Please send Publisher's Affidavit to:
Haynie Kallman & Gray, Inc.
12303 -J Technology Boulevard
Austin, Texas 78727
ATTN: Mr. A. William Waeltz
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
(512) 255 -3612
1
1
1
1
1_
1
1
1
1
1
1
1
1
1
1
1
1
1
ADDENDUM NO. 1 - 2/3
NOTICE TO CONTRACTORS
CITY OF ROUND ROCK
SUNRISE ROAD
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 10:00 a.m., June 14, 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 City of Round Rock Sunrise Road 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 the City of Round Rock Sunrise Road Street and Drainage
Improvements to be opened at 10:00 a.m., June 14, 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 City of Round
Rock, or a bid bond in the same amount from a reliable surety
company, as a guarantee that bidder will enter into a contract and
execute performance bond, payment bond and maintenance bond within
ten (10) days after notice of award of contract to him. The notice
of award of contract shall be given by the Owner within 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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Haynie Kallman &Gray; Inc.
Consulting Engineers
JUNE 7, 1988
ADDENDUM NO. 2
SUNRISE ROAD — STREET AND DRAINAGE IMPROVEMENTS
Addendum No. 2 to the Plans, Specifications and Contract
Documents for "Sunrise Road Street and Drainage Improvements" project
for the City of Round Rock, Texas.
1. Replace Page 5 of 16 of the Proposal with revised Page 5 of 16 of
the Proposal.
2. All Bidders shall acknowledge Addendum No. 2 on Page 2 of 16 of
the Proposal.
ADDENDUM NO. 2 — 1/2
12303 Technology Blvd., Suite] Aus n,Texas 78727 (512) 250 -8611
G,�I Engineenng Consultants Municipal Engineering land Planning Surve)ing
1
1 ADDENDUM NO. 2 - 2/2
Bid Item Description Unit
' Item glantitY Unit and Written Unit Price Price Amount
--2- 9 EA. 6' Concrete Valley Gutter,
1 complete in place per each
1
1
1
1
for Dollars
and
577 S.Y. Concrete Driveway, including
Excavation and 6" Flexible
Base, complete in place per
square yard
for Dollars
and Cents $ $
1
L.S. Temporary and Permanent
Erosion Control. including
Restoration & Revegetation.
complete in place per lump
sum
for Dollars
and Cents $ $
8 EA. Lower existing waterline.
including all pipe, fittings,
thrust blocking, and all
appurtenances, complete in
place per each
for Dollars
and Cents $ $
Page __5___ of 16
Cents $ $
NOTICE TO CONTRACTORS
CITY OF ROUND ROCK
SUNRISE ROAD - 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, June 7, 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
Sunrise Road 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 Sunrise Road "Street and Drainage Improvements to be
opened at 2:00 p.m., June 7, 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, as a guarantee that bidder will enter into a contract and
execute performance bond within ten (10) days after notice of award of
contract to him. The notice of award of contract shall be given by the
Owner within 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
thirty -five ($35.00) 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 three hundred ninety (390)
calendar days after Notice to Proceed from the Engineer.
Advertised in the Austin American Statesman:
Sunday, May 22, 1988
Sunday, May 29, 1988
Sunday, June 5, 1988
Advertised in the Round Rock Leader:
Monday, May 23, 1988
Monday, May 30, 1988
Monday, June 6, 1988
Page 2 of 2
ADVERTISEMENT SUMMARY
OWNER: The City of Round Rock
LOCATION: Round Rock, Texas
PROJECT TITLE & TYPE: Sunrise Road
Street and Drainage Improvements
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
MAINTENANCE BOND: 100%
PLANS AVAILABLE: May 25, 1988
HAYNIE RALLMAN & GRAY, INC.
12303 -J Technology Blvd.
Austin, Texas 78727
Telephone: (512) 250 -8611
OPENING TIME: 2:00 p.m., June 7, 1988
OPENING PLACE: CITY OF ROUND ROCK
CITY COUNCIL CHAMBERS
221 E. Main Street
Round Rock, Texas 78664
Telephone: (512) 255 -3612
1
1
1
1
1
and shall be identified as follows:
"Bid for Sunrise Road Street and Drainage Improvements to be opened at
2:00 p.m., June 7, 1988."
A proposal will not be accepted unless prepared on the bidding form
provided. The sealed proposals will be publicly opened and read at the
1 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
1 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
1
1
1
1
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 •
221 E. Main Street
Round Rock, Texas 78664
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 .1f •
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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.
gXECUTION 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
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
1
1
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•
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
SUNRISE ROAD
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 of 16
1
1
1
1
1
1
1
1
1
1
1
'1
1
1
1
1
1
1
1
ACKNOWLEDGEMENT OF PAYMENT ITEMS
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,
and equipment to complete the project as outlined• in the Plans,
Specifications, and the Contract Documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
The undersigned warrants that he has examined the location of the
proposed work, the plan drawings, specifications, and all other parts
of the Contract Documents, and is familiar with the local conditions at
the place where the work is to be performed.
CONTRACT TIME
If awarded the Contract, the undersigned agrees to complete the work in
three hundred ninety (390) calendar days.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reserves the
right to reject any or all Proposals or to waive any informalities of
technicalities in any proposal in the interest of the Owner, except as
specifically limited by the terms of the Contract Documents or
applicable Laws or Governmental Regulations.
ADDENDA
The undersigned acknowledges receipt of the following addenda;
Addendum No. Dated
Page 2 of 16
1
1
CONTRACT: Street and Drainage Improvements
JOB NAME: Sunrise Road Street and Drainage Improvements
' JOB LOCATION: Round Rock, Texas
OWNER: City of Round Rock
1 Gentlemen:
I 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,
I 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 Sunrise Road Street and Drainage
Improvements and binds himself or acceptance of this proposal to execute a
I contract and bonds for completing said project within the time stated for
the following prices, to wit:
1
Bid Item Description Unit
' Item Quantity Unit and Written Unit Price Price Amount
1 __1_ 41.115 S.Y. Unclassified Street Excavation
I including Grubbing & Subqrade
Preparation, complete in place
per square yard
'
for One Dollars
1 and Seventy Cents $ 1.70 $ 69.R95.50
I __2_ 35,021 S.X. 10" Flexible Base. complete
in place per square vard
1
1
1
1
PROPOSAL BIDDING SHEET
for Three
and No
Page ___3__ of __IA__
Dollars
Cents $ 3.00 $ 105.063.00
1
1
' Bid Item Description Unit
em Quantity Unit and Written Unit Price Price Amount
1 _,_,2_ 41.115 S.Y. 6" Lime Stabilization.
complete in place Per square
vard
for One Dollars
and Sixty Cents $ 1.60 $ 65.7R4 00
1
.111-
1
1
1
1
.
.
1
�1
. 1
�1
4 .x5.021 S.Y. H.M.A.C. Pavement.
complete in place Per square
vard
for Three Dollars
and No
12.884 L•F• Standard Concrete Curb and
Gutter. complete in place
per linear foot
for Four Dollars
and No Cents $ 4.00
_¢_ 60.740 S.F. Concrete Sidewalk, complete
in place per square foot
for One Dollars
and
Seventy
Cents $ 3.00 $ 105.063.
$ 51,536.00
Cents $ 1.70 $ 103,258.00_
1
1
1
Page 4 of 16
1
' Bid Item Description Unit
jtem Ouantitv Unit and Written Unit Price Price Amount
__2_ 9 EA• 6' Concrete valley Gutter.
1 complete in place per each
forOne Thousand One Hundred Dollars
and No Cents $ 1100.00 $ 9gnn no
_1_ 577 S•Y• Concrete Driveway, including
1 excavation and 6" Flexible
' Base, complete in place per
square yard
• for Twenty One Dollars
1 and Fifty Cents $ 21:50 $
1 L•5• Temporary and Permanent
' Erosion Control, including
Restoration & Revegetation,
1 complete in place per lump
sum
for Thirty Three Hundred Dollars
and No Cents $ 3300.00 $ 3300. QSL
_14_ A. lower existing waterline.
including all Pipe. fittings,
1 thrust blocking. and all
appurtenances. complete in
place per each
for Two Thousand Dollars
and No Cents $ 2000.00 $ 16 000.00
1
1 Page of 16
1
Bid Item Description Unit
item Quantity Unit and Written Unit Price Price Amount
1
1
1
1
1
1
1
1
1
1
1
1
1
1
573 L.F. 6" Sanitary Sewer (A11 Depth).
including removal of existing
line. manholes. and connection
of existing services. complete
in place per linear foot
for Seventeen Dollars
and Fifty
_12 4 EA. Sanitary Manhole (All Depths),
complete in place per each
for Twelve Hundred Dollars
and No Cents $ 1200.00 $ 4800.00
_l,_ 3,005 L.F. Fence Relocation, complete
an place per linear foot
for Two Dollars
and No Cents $ 2.00 $ 6010.00
10 L•F• 22" P.V.C. Storm Drain,
complete in place per linear
foot
for Thirty Dollars
and No Cents $ 30.00 $ 300.00
Page of __16__
Cents $ 17.50 $ 10,027.50
1
Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
1
1
1
1
1
1
1
1
1
1
921 L.F. 60" R.C.P. CI.III. complete
in place per linear foot
for
Eighty Two
in place per linear foot
Dollars
and No Cents $ $2.00 $ 75,522.00
1,051 L.F. 54" R.C.P. C1.III, complete
for Seventy Two Dollars
and No Cents $ 72.0 $ 75,672.00
' _17 290 L.F. 48" R.C.P. C1.III, complete
in place per linear foot
for Sixty Dollars
and No Cents $ 60.00 $ 17,400.00
_ 372 L.F. 42" R.C.P. C1.III, complete
in place per linear foot
for - Forty Six Dollars
and N o C ents $ 46.00
$ 17,112.00
1
1
1
Page 7 of 16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bid Item Description
Item Ouantitv Unit and Written Unit Price
-2_
103
L.F. Boring & Pressure Grouting
36" R.C.P. C1.III, including
all pipe and materials,
complete in place per linear
foot
for Five Hundred Forty Dollars
and No Cents $ 540.00 $ 55,620.00
713 L.F. 36" R.C.P. Cl.III, complete
in place per linear foot
for
and
Thirty Six
No
51 L.F. 30" R.C.P. C1.III, complete
in place per linear foot
for Thirty Dollars
and No Cents $ 30.00 $ 1530.00
1,333 LA, Z4" R.C.P. C1.III. complete
in place per linear foot
for Twenty Five Dollars
and No Cents $ 25.00 $ 33,325.00
Page $ of 16
Dollars
Cents $ 36.00
Unit
Price Amount
$ 25,668.00
Bid Item Description
Item Quantity Unit and Written Unit Price
_22_ 1,285 L.F. 18" R.C.P. C1.III. complete
in place per linear foot
1
for Nineteen Dollars
and No Cents $ 19.00 $ 24,415.00
100 L.F. 4" Concrete Trench Cap for
36" R.C.P., complete in
place per linear foot
for Eighteen Dollars
and No Cents $ 18.00 $ 1800.00
EA. Junction Box "B" Special,
complete in place per each
for Four Thousand Dollars
and No Cents $ 4000.00 $ 4000.00
i L•S• Concrete Headwall Structure
"A ". including all grading,
rip and appurtenances,
complete in place per lump
sum
for Twelve Hundred Dollars
and No Cents $ 1200.00 $ 1200.00
Page � of 16
Unit
Price Amount
1
' Bid Item Description
Item Ouantitv Unit and Written Unit Price
_22._ 1 DAL_ Junction Box "C" Special,
1
' complete in place per each
1 for Forty Six Hundred Dollars
and No Cents $ 4600.00 $ 4600.00
L
_ 1_ EA• ,junction Box "D" Special.
complete in place per each
for Seventy Seven Hundred Dollars
1 and No Cents $ 7700.00 $ 7700.00
' ZL 3 EA, 6'x6' I.D. Standard Junction
1
1
1
1
1
1
1
1
1
1
1
Box, complete in place per
each
for Three Thousand Dollars 9az'.0o 44W/
and No Cents $ 3000.00 $ 3896:-66'
EA. 4' I.D. Riser Manhole,
complete in place per each
for Twenty Three Hundred Dollars
and No Cents $ 2300.00 $ 2300.00
Page �Q of 16
Unit
Price Amount
1
' Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
1 3l, 1 EA• 5' I.D. Standard Junction
' Manhole. complete in place
per each
Two Thousand Eight Hundred
1 for Seventy Five Dollars
and No Cents $ 2875.00 $ 2875 on
EA. 4' I.D. Standard Junction
1 Manhole, complete in place
per each
1 for Twenty Three Hundred Dollars
• and No Cents $ 2300.00 $ 2300.00
' 1 EA. Type "S" Sloping Headwall
for 36" R.C.P.. complete in
' place per each
for Seventeen Hundred Dollars
and No Cents $ 1700.00 $ 1700.00
_14 1 EA• CH -11B — 15° Headwall for
2 -48" R.C.P. . complete in
1 place per each
for Fourteen Hundred Dollars
'
and N Cents $ 1400.00 $ 1400.00
1
1
1 Page __11 of _, 6
1
1_U._
1
1
1
1
1
1
1
1
1
1
1
1
38
Item Description Unit
Ouantity Unit and Written Unit Price Price Amount
4
EA. 20' Recessed Curb Inlet.
complete in Place Per each
for Thirty Two Hundred Dollars
and No Cents $ 3200.00 $ 12,800.00
6 EA. 15' Recessed Curb Inlet.
complete in place per each
Two Thousand Six
for Hundred Fi0hty Dollars
and No Cents $ 2680.00 $ 16,080.00
5 EA. 10' Recessed Curb Inlet.
complete in place per each
for Twenty One Hundred Forty Dollars
and No Cents $ 2140.00 $ 10,700.00
4 EA. 20' Standard Curb Inlet.
complete in place per each
forThirty One Hundred Fifty Dollars
and No Cents $ 3150.00 $ 12,600.00
Page _12 of AL
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
2 EA. ).5' Standard Curb Inlet.
complete in place per each
1 for Twenty Six Hundred Dollars
and No Cents $ 2600.00 $ 5200.00
_gam 5 EA. 10' Standard Curb Inlet.
1 complete in place per each
1 for Twenty One Hundred Dollars
and No Cents $ 2100.00 $ 10,500.00
Al_ 40 2..E1_ 6" Concrete Flume at STA.
2 +95.06. complete in place
1 per sauare foot
for Three Dollars
1 and No Cents $ 3.00 $ 120.00
—42' 100 S.Y. Solid Sod Channel Lining.
complete in place per square
1 yard
' for Ten Dollars
and N° Cents $ 10.00 $ 1000.00
1
1
1 Page __12__ of _
1
I Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 -0-
1
1
1
1
1
1
1
1
1
1
1
1
34 $.Y. Dry Stack Rock Rip -Rap
Channel Lining, complete in
place per square yard
for Fifty Dollars
and No Cents $ 50.00
Trench Safety & Protection,
complete in place per lump
sum
$ 1700.00
for Five Thousand Dollars
and No Cents $ 5000.00 $ 5000.00
L.S. Pavement Markings (Reflecto-
Fized), Pavement Markers,
Traffic Buttons, Signs and
Barricades, complete in place
per lump sum
for Twenty Thousand Dollars
and No Cents $ 20,000.00 $ 20,000.00
L.S. Channel Shaping & Regrading
(south of Highway 79),
including Restoration & Re-
vegetation, complete in
place per lump sum
for Two Thousand Dollars
and No Cents $ 2000.00 $ 2000.00
1
1
1
Page 14 of 16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Item Description
Quantity Unit and Written Unit Price
3 EA„._ 5' Recessed Curb Inlet.
complete in place Per each
Unit
Price Amount
for Sixteen Hundred Dollars
and No Cents $ 1600.00 $ 4800.00
for Dollars
and Cents $ $
for Dollars
and Cents $
for Dollars
and Cents $ $
Page 15 of 16
TOTAL $1,030,981.50
1
1
1
1
,SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the preceding Proposal is
hereby respectfully submitted by:
IA Pt - l e
l
Name of Con rector
Executed y:
Business Address
25 C'S .
City
Fag: 16 of 16
Date
.4 c - 1 —g 2-9 Z
Telephone Number
State Zip
The bidder is required to supply the following information.
Additional sheets may be attached if necessary.
(1) Name HUNTER INDUSTRIES, INC.
(2) Address P.O. BOX 13172 AUSTIN, TEXAS 78711
(3) Phone Number (512) 385 -9292
(4) Type of Firm:
( ) Individual,
INFORMATION REOUIRED OF BIDDER
( ) Partnership, ( X ) Corporation
(5) Corporation organized under the laws of the State of
(6) List the names and addresses of all members of the firm or names
and titles of all officers of the corporation.
John L. Weismar - C.E.O. Austin, Texas
A. Robert Maxwell - President Austin, Texas
Mark D. Reininges - Vice - president Austin, Texas
(7) Number of years experience 15
(8) List at least three (3) projects completed as of recent date:
Contract Amount /Class of Work /Date Completed /Name and Address of
Owner:
Caldwell Co. $1,000,000 Highway S.D.H.P.T. - Austin
Williamson Co. 750,000 Highway S.D.H.P.T. - Austin
Williamson Co. 350,000 Highway S.D.H.P.T. - Austin
(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
(1/2) of one (1%) percent of the total bid price and indicate
what part of the work will be done by each subcontractor:
Schmidt Construction Co. - Storm Sewer Improvements
Page 1 of 2
TEXAS
1
1 (10) Payment of taxes, in the State of Texas
Yes X No
I (11) List all jobs you performed in which a trench failure injury
occurred:
1 NONE
1
(12) If requested by the Owner, the Bidder shall submit a notarized
I financial statement, financial data or other information and ref-
erences sufficiently comprehensive to permit an appraisal of his
current financial conditions.
1
1
1
1
1
1
1
1
1
1
1 Page 2 of 2
1
SEABOARD SURETY COMPANY
HOME OFFICE: NEW YORK. N. Y.
PROPOSAL BOND
Nnniu all Mtn hg tlosr VIrrar:
THAT WE, HUNTER INDUSTRIES, INC.
as principal, and SEABOARD SURETY COMPANY, a corporation under the laws of the State
of New York, having its principal place of business in the City of New York, New York, as
surety, are held and firmly bound unto THE CITY OF ROUND ROCK
as obligee, in the surnof FIVE (5 %) PER CENT OF THE GREATEST AMOUNT BID.
DOLLARS, lawful money of the United States of America, for the payment of which, well and
truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
SIGNED, sealed and dated this 14TH day of JUNE 19 88.
WHEREAS, the said principal is herewith submitting its proposal for
Fenn 136
CITY OF ROUND ROCK
SUNRISE ROAD
STREET AND DRAINAGE
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal
shall be awarded the contract upon said proposal and shall within the required number of days
after the notice of such award enter into a contract and give bond for the faithful performance of
the contract, then this obligation shall be null and void; otherwise the principal and surety will pay
unto the obligee the difference in money between the amount of the bid of the said principal and
the amount for which the obligee may legally contract with another party to perform the said work
if the latter amount be in excess of the former; but in no event shall the surety's liability exceed
the penal sum hereof.
SEABOARD SURETY COMP
By •�` ' '
Attorney-In-Fact
ROBERT C. FRICKE
ADMINISTRATIVE OFFICES, BEDMINSTEFOEW.JERSEY
="— " - -=TTPOWER OF ATTORNEY
NOW ALL MEN BY THESE PRESENTS: Tnat SEABOARD SUREfY3:OMPANY,-a corporation _of the State e of New York, has --_
de;constiWted and appoinied ndby2epresen oema
hestsBske, onstitute ndappoinL ;may = �� - 1ai3ons • -i r
teve iddons = .or�Eannie Jensen =or tobert° iddons -.or 32obert r .eke or
(Bill _Grote = =_ _ = - - = -
f Austin; - :texas - =- -
its true and lawful Attomey- irf- Fact,Xo make, execute and deliver on itebehalf Insurance policies; wrety Bonds, ilndetlakings and
-` other instruments of similar nature as follows: = Without -Zimitati - - -
t uch insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid
Attomey -in -Fact, shall be binding upon the said Company as fully and to same extent as if signed by the duly authorized
fficers of the Company and sealed with its corporate seal; and all the acts of.said Attomey -in -Fact, pursuant to the authority
ereby given, are hereby ratified and confirmed. - - - his appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said
Company on December 8th, 1927, with Amendments to and including January 15, 1982 and are still in full force and effect:
RTICLE VII, SECTION 1: - : -
`Policies, bonds, recognizances, stipulations, consents Of surety, underwriting undertakings and instruments relating thereto. -
urance policies. bonds. recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreements and other
writings relating in any way thereto or to any claim or loss thereunder. shall be signed in the name and on behalf of the Company
I - -(8) by the Chairman of the Board. the President, a Vice - President era Resident Vice - President and by the Secretary, an Assistant Secretary, a Resident
ecretary or a Resident Assistant Secretary, or (b) by an Attorney -in -Fact for the Company appointed and authorized by the Chairman of the Board, the
resident or a Vice - President to make such signature: or (c) by such other officers or representatives as theBoard may from timeto time determine ._
The seal of the Company shall if appropnate be affixed thereto by any such officer, Attorney -in- Factor representative" _ . • -
I N WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice -
residents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this 1.S.t
ayof.. . ..une 19 87 - - _
Attest'
{ Seal) a ▪ Q .
- Assistant Secretary
STATE OF NEW JERSEY ss.:
UNTY OF SOMERSET
- FELICE M. CATALAN()
eal) : PUBLIC OF NEW 1ERSEY
SEAR !! AR SURETY COMPANY,
il
8 Vice
On this ..... _..1.$t..._ ..... ... day of June - - 19 87 before me personally appeared
Michael ..B.....Keegan a Vice - President of SEABOARD SURETY COMPANY,
lth whom I am personally acquainted, who, being by me duly sworn, said that he resides in the State of ..N.ew...,ler-sey. ;
at he Is a Vice - President of SEABOARD SURETY COMPANY, the corporation described in and which executed the foregoing
instrument; that he knows the corporate seal of the said Company, that the seal affixed to said instrument is such corporate seal; laid Company by like authority. at it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice - President of
-
aid Company by like authority.
- - oily Commission Exp. JLr13 4, 1531 C E R T - F I C A T E- • •
1,1he undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that t original Power of Attorney of which the foregoing is
full true and correct copy, is in full force and effect on the date of this Certificate and Ida further certify that the Vice - President who executed the said Powerol
ttorney was one Of the Officers authorized by the Board of Directors to appoint an attorney -in fact as provided in Article VII,Section 1, of the By -Laws of
EABOARD SURETY COMPANY - -- - - - - - " - , -- _ This Cenif irate may be signed and sealed by facsimile under and by authority of the following resolution of the Executive Committeeaf the Board of
- Directors of SEABOARD SURETY COMPANY at a meeting duly called and held on the 25th day of March 1970. - - _
"RESOLVED. (2) That the use of a printed facsimile Of the corporate seal of the Company and of the signature of an Assistant Secretary on any
certification of the correctness of a copy of an instrument executed by the President ora Vice - President pursuant to Article VI (,Section 1, of the By -Laws
_ ,- and authorizing an attorney -m -fact to sign in the name and onaehalf of the Company surety bonds, underwriting undertakings or other
_ instruments described in said Article VII, Section 1, with like effect if ouch seal and such Signature had been manually affixed and made, hereby is
'- authorized and approved.". - _, _- - ' - -- - - -
IN WITNESS WHEREOF, I #) eunto set my rrtrt•rj: d . ffiked tfre-corporate-seai of Companyio these presents this
For verification of the authenticity of this Power of Attorney you may call. collect, 212- 943 -7440 and ask for the Power of Attorney clerk. Please refer to the Power
of Attorney number, the above named individual(s) and details of the bond to which the power is attached.
THE STATE OF TEXAS
COUNTY OF TRAVIS
AGREEMENT
HIS AGREEMENT, made and entered into this 3 a' day of
, A.D., 1988, by and between The CITY OF ROUND ROCK of the
Cour y of Williamson, and the State of Texas, acting through Mike
Robinson, Mayor, thereunto duly authorized so to do, Party of the First
Part, hereinafter termed OWNER, and HUNTER INDUSTRIES, INC. of the City of
Austin, County of Travis, 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:
"Sunrise Road, 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 therefore, 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 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.
CITY OF ROUND ROCK
Party of the First Part
(OWNER)
BY:
Mayor Mike Robinson
ATTEST:
Corporate Seal
Page 2 of 2
HUNTER INDUSTRIES, INC
Party of the Second Part
(CONTRACTOR)
Signe
(Th ollowing,to be executed if the Contractor is a Corporation.)
I, ,4cT P GLc.4321U 1 7 — , certify that am the Secretary
of the Corporation named as Contractor herein; that a,BEATM /T4dec -c—,
who si ned this Contract on behalf of the Contractor was then
s rry45,,rr (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.
1
1
1
1
1
PERFORMANCE BOND
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
KNOW ALL MEN BY THESE PRESENTS, THAT HUNTER INDUSTRIES, INC.
County of TRAVIS , and State of TEXAS
principal, and SEABOARD SURETY COMPANY
($ 1,030,981.50
PB -1
of the City of AUSTIN
as
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
ONE MILLION THIRTY THOUSAND NINE HUNDRED EIGHTY ONE & 50 /100 - --
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.
I 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;
PROVIDED, HOWEVER, that this bind is executed pursuant to the
1 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
1 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 15TH day of JULY , 1988,
HUNTER INDUSTRIES, INC.
Princip
1 By:
1
.1
1
1
1
ATTSTTN, TEXAS 7878R
PB - 2
SEABOARD SURETY COMPANY
Title: /43/ Imo' Title: ATTY - IN - FACT JEANNIE JENSEN
Address: P.O. BOX 13172 Address: 5750 PINELAND DR, #304
TI TEX 75
The name and address of the Resident Agent of Surety is:
FRANK SIDDONS INSURANCE, P.O. BOX 2125, AUSTIN, TEXAS 78768
;1
1
1
1
THE STATE OF TEXAS S
COUNTY OF WILLIAMSON§
PAYMENT BOND
1 KNOW ALL MEN BY THESE PRESENTS, THAT HUNTER INDUSTRIES, INC.
the City of AUSTIN , County of TRAVIS , and State of
TEXAS , as principal, andSEABOARD SURETY COMPANY authorized under
the laws of the State of Texas to act as surety on bonds for
1 principals, are held and firmly bound unto the CITY OF ROUND ROCK,
TEXAS (OWNER), in the penal sum of ONE MILLION THIRTY THOUSAND NINE HUNDRED
EIGHTY ONE & 50 /100 Dollars ($ 1,030,98140for 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;
1
1
1
1
1 PB -3
1
Provided, however, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if
it were copies at length herein.
1
1
1
1
1
1
1
1
1
1
1
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,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
, 1988.
sealed this instrument this 19TH day of .TTTT,v
H N
Principal
Title:
Address P'
BOX 13172
AUSTIN, TEXAS 78768
1
1
The name and address of the Resident Agent of Surety is:
PB -4
SEABOARD SURETY C nMPANV
By.
Title: ATTY -IN- FACT - JEANNIE JENSEN
Address: 5750 PINELAND DR., #304
DALLAS, TEXAS 75231
FRANK SIDDONS INSURANCE, P.O. BOX 2125, AUSTIN, TEXAS 78768
1
1
1
_- t
tine
_ - ° �t€NtiSTRATIVE i3fiFME9,13FBI4ffN'E#t, NEW JERSEY
= `POWEROFATTORNEY
Af LMEN Bh€5E PRESENTS: That SEABOARt SURETY COMPANY, a - corporation of the State of New York, has
; constitutedand appointed - apdby these presents doe& make, constitute and appoint R.F. Siddons, Jr.
or Steve Siddons or Jeannie Jensen or Robert C. Siddons or Robert C. Fricke
' or Bill Grote or Cordy Raymond or Philip C. Faletto
Of Austin, Texas
itstrue and lawful Attorney - in - Fact, to make, execute and deliver an its behalf insurance policies, surety bonds, undertakings and
fiber Inafrtunents of similar nature as follows: Without limitations
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid
Attorney -in -fact, shall be binding upon the said Company as fully and - to the same extent as if signed by the duty authorized
p ars of the Company and sealed with its corporate seal; and all the acts of said Attorney -in -Fact pursuant to the authority
by given, are hereby ratified and confir led.
This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said
ompany on 8th, 1927, with Amendments to and including January 15, 1982 and are still in full force and effect-
RTICLE VII, SECTION 1.
"Pokcix,Pands, recognizance% stipulations, consents of must; t; unde writM4 undertakings and Instruments relating thereto,
insurance policies, bonds. recognizances, stipulations, eon$ents of suretyand underwriting undertakings of the Company, and releases, agreements and other
writings retating in any way thereto Or trimly claim or loss thereunder, shalt be signed in the name and on behalf of the Company
1 e _ -__ (a) by theChairmanof the Board, the = President, aVlce- President or a Resident Vice - President and by the Secretary, an Assistant Secretary, a Resident
eretary or a Resident Assistant Secretary, or )b) by an Attorney -tn -Fact for the Company appointed and authorized by the Chairman of the Board, the
esident or a Vice - President to make such signature, or (c) by such other officers or representatives as the Board may from time to time determine
The seal of the Company shall If appropriate be affixed thereto by any such officer, Attorney - - Fact or representative-"
WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of Its Vice -
r estdents, and its corporate seat to be hereunto affixed and duly attested by one of its Assistant Secretaries, this - 13th _ -
w Navemner - .._ , 19 . 87
-Attest -
(Saab) -'d a -
Asaretant tary
r E OF NEW JERSEY ss.
NTY OF-SOMERSET
On this .... _j,3 th- " -_, .. day of . November , 19. 87 ". before me
-- -- - personally appeared
. Minhael.. "B.. - Keegan. - -- _ - - a Vice-President of SEABOARD SURETY COMPANY,
itthwhom I am personally acquainted, who, being by me duly sworn, said that he resides in the State of New. - Ors - . ,
hat he is a Vice - President of SEABOARD SURETY COMPANY, the corporation described to and which executed the foregoing
Instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate seal,
i at it was so affixed byorderof Board of Directors of said Company; and that he signed his name thereto as Vice - President of
td Company by like authority
FELICE M. CATALANO
'Seal) NOTARY PUBLIC OF NEW JERSEY
My Commission Exp. June 4, 1991
. C E R T I F I C A T E
1, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is
' full, true and correct copy, 0 in full force and effect on the date of this Certificate and 1 c l e f urther certify that the Vice - President who executed the said Power of
ttornay was One of the Officers authorized by the Board of Directors to appoint an attorney -in -fact as provided in Article VII, Section 1, of the By -Laws of
EABOARO SURETY COMPANY
This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Executive Committee of the Board of
Directors of SEABOARD SURETY COMPANY at a meeting duly caged and held on the 25th day of March 1970
I " RESOLVED. (2) That the use of a printed facsimile of the corporate seal of the Company and of the signature of an Assistant Secretary on arty
certification of the correctness of a copy of an instrument executed by the President or a Vice - President pursuant Article VII, Section 1, of the By -Laws
appointing and authonzing an attorney- rn•fact to sign in the name and on behalf of the Company surety bonds, underwriting undertakings or other
Instruments described In said Article VIt, Section 1, with like effect as if such seal and such signature had beenimanually affixed and made, hereby 5
authorized and approved.'
YYITNEsS R OF, I have hereunto se nit d affixed the corporate seat Company to tit :.resents this
- - . -. day of .- .n� . - - - '" --
t 4tn_in =, !Wird,r - hr ,,' rr ri. r, Ind, '1111(= - h I � „Lit nl 1 r I.. 11 P, rein h the r 'l'a
= SEAB AR SU TY C PANY,
By
-” -- VI President
Notary Public
MAINTENANCE BOND
MB -1
Bond
No.
THE STATE OF TEXAS S
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;
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 day of ,
' 1988.
' Principal Surety
By By
' Title Title
I Address Address
' The name and address of the Resident Agent of Surety is:
1
1
1
1
1
1
1
1
1 MB -2
1
O
LTR TYPE OF INSURANCE
POLICY NUMBER
POLCY EFFECTNE
DATE (MMND/YY)
POLICY EXPIRATION
DATE IMMXAYYI
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
GENERAL
3 K
,
ix_
tx _
KY_
XxL
#.K.
4X-
kX
LIABILITY
COMPREHENSNE FORM
PREMISES/OPERATIONS
U ERGROUND
H)BIN- B�EOtb1PSENfdMtB
P ODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
Broad Form CGL enct.
TMP9990077
07/19/87
07/19/88
eOOILY
IwuRY
$
$
PROPERTY
DAMAGE
$
$
COMBINED
$1,000
$ 1,000
PERSONAL INJURY
$1,000
AUTOMOBILE
Xx
K
KX
Kx
—_
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV PASS)
ALL OWNED AUTOS (PINY R N)
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
L9990077-
LX9990077
07/19/87
07/19/87
07/19/88
07/19/88
MCAT
MAY
(PER PERSGNI
$
$ 7,000
NNOl
(ffq o
$
PROPERTY
DAMAGE
$
BI & PO
COMBINED
COMBIN ED
$ 1 , 000
$ 7,000
EXCESS
3 XX 1
LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS' COMPENSATION
3 AND
EMPLOYERS' LIABILITY
WC9990077
08/13/87
07/19/88
STATUTORY
$ 500, EACH ACCIDENT)
$ 500, (DISEASE- POLICY LIMDI
$ 500, (DISEASE -EACH EMPLOYEE)
OTHER
CERTIFICATE OF INSURANCE
SE r AB STOPS AT ARR,
or
ISSUE DATE (MM /DDM')
07/15/88
PRODUCER
CONSOLIDATED INSURANCE AGENCY
350 SCARBROUGH BUILDING
AUSTIN, TEXAS 78701
PHONE: 512/ 478 -5631
COMPANY
INSURED LETTER
Hunter Industries, Inc. (formerly Olmos
Construction Co.); Colorado Materials Co. ET ER C
Inc.; Weisman Equipment Co., Inc.; F1yinL O D
W Properties, Ltd.; J. Weisman, Indiv duefETTER
P.O. Box 13172
Austin, Texas 78711 ETT R E
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANY A Fireman's Insurance Company
COMPANIES AFFORDING COVERAGE
Fidelity & Casualty Co. of New York
OVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES
ION OF OPERATIONS /LOCATIONSNEHICLES/SPECIAL ITEMS
Re: Sunrise Road
City of Round Rock
221 East Main Street
Round Rock, Texas 78664
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX
PION D THE CO
MAIL IRAT ATE I U AYS WRITTE O TICE TO THE ISSUING CE MPANY RTIFI HOLDER WILL NAMED ENDEAVOR TO TH
LEFT,
OF ANY
AUTHOR! D RESENTATI Lonsolldated insurance Agency
by : . H. Bowman / mbc
H NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
PANT, ITS AGENTS OR REPRESENTATIVES
AOIIien. CERTIFICATE OF
PRODUCER
CONSOLIDATED INSURANCE AGENCY
350 SCARBROUGH BUILDING
AUSTIN, TEXAS 78701
PHONE: 812/478-5631
CODE 42- 043 -075
INSURED
Hunter Industries, Inc. (formerly Olmos EoT
Construction Co.); Colorado Materials Co.,
Inc.; Weisman Equipment Co., Inc.; Flying , COMPANY D
W Properties, Ltd.; J. Weisman, Individual
P.O, Box 13172 - Austin, Texas 78711 COMPANY
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTR TYPE OF INSURANCE
GENERAL LIABILITY
A xx
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
OTHER
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
OWNER'S & CONTRACTOR'S PROT
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES /RESTRICTIONS/SPECIAL ITEMS
Re: Sunrise Road Project - Street & Drainage Improvements
CERTIFICATE HOLDER
City of Round Rock, Texas
221 East Main Street
Round Rock, Texas 78664
ACORD 25-9 (3/88)
SUB -CODE
POLICY NUMBER
CLP9990636
INSURANCE
ISSUE DATE (MM /DD/YY)
07/18/88
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
LETTER A Fi del i ty & Casualty Co. of New York
COMPANY B
LETTER
POLICY EFFECTIVE POLICY EXPIRATION
DATE (MM /DDIYY) DATE (MM/DD/YY)
07/19/88 07/19/89
GENERAL AGGREGATE $
PRODUCTS - COMP /OPS AGGREGATE $
PERSONAL & ADVERTISING INJURY $
EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) $
MEDICAL EXPENSE (Any one person) $
COMBINED
SINGLE $
LIMIT
BODILY
INJURY $
(Per person)
BODILY
INJURY $
(Per accident)
PROPE
DAMAGE
STATUTORY
EACH
OCCURRENCE
ALL LIMITS IN THOUSANDS
300,
300,
AGGREGATE
(EACH ACCIDENT)
(DISEASE — POLICY LIMIT)
(DISEASE —EACH EMPLOYEE)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 1 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FA LURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY 0 NY KIND UPOtI/THE COMPANY, ITS AGENTS OR REPRESENTATIVES
Consolidated Insurance Agency
bt. H. Bowman / mbc
RD CORPORATION 1988
ACOI:11. CERTIFICATE OF INSURANCE
PRODUCER
CONSOLIDATED INSURANCE AGENCY
350 SCARBROUGH BUILDING
AUSTIN, TEXAS 78701
PHONE: 512/ 478 -5631
SUB -CODE
ISSUE DATE (MM /DD(YY)
07/15/88
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANY A
LETTER
COMPANY
LETTER
CODE 42- 043 -075
INSURED
Hunter Industries, Inc. (formerly 01mos COMPANY
Construction Co.); Colorado Materials Co.;ETTER C
Inc.; Weisman Equipment Co., Inc,; Flying COMPANY
W Properties, Ltd.; J. Weisman, IndividualTTER D
P.O. Box 13172 O COMPANY
Austin, Texas 78711 LETTER E
COMPANIES AFFORDING COVERAGE
Fireman's Insurance Company
Fidelity & Casualty Co. of New York
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO TYPE OF INSURANCE
LTR
GENERAL LIABILITY
B XX COMMERCIAL GENERAL LIABILITY CLP9990633 07/19/88
CLAIMS MADE XX OCCUR
OWNER'S & CONTRACTOR'S PROT
AUTOMOBILE LIABILITY
A XX ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
XX HIRED AUTOS
XX NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
B xx
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
B AND
EMPLOYERS' LIABILITY
OTHER
POLICY NUMBER
CLP9990634 07/19/88
CLX9990633
47W9990633
DESCRIPTION OF OPERATIONS / LOCATION S /VEHICLES/RESTRICTIONS/SPECIAL ITEMS
Re: Sunrise Road
POLICY EFFECTIVE POLICY EXPIRATION
DATE (MM /DD/YY) DATE (MMIDD /VV)
07/19/89
07/19/89
07/19/88 07/19/89
07/19/88 07/19/89
ALL LIMITS IN THOUSANDS
GENERAL AGGREGATE $
PRODUCTS - COMP /OPS AGGREGATE $
PERSONAL & ADVERTISING INJURY $
EACH OCCURRENCE
FIRE DAMAGE (Any one fire) $
MEDICAL EXPENSE (Any one person) $
COMBINED
SINGLE $
LIMIT
BODILY
INJURY $
(Per person)
BODILY
INJURY $
(Per accident)
PROPERTY $
DAMAGE
STATUTORY
$ 500,
$ 500,
$ 500,
1,000
EACH
OCCURRENCE
1,000
1,000
1,000
1,000
50
5
AGGREGATE
$ 7,000 $ 7,000
(EACH ACCIDENT)
(DISEASE — POLICY LIMIT)
(DISEASE —EACH EMPLOYEE)
CERTIFICATE HOLDER
City of Round Rock
221 East Main Street
Round Rock, Texas 78664
ACORD 25 -S (3188)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO IL SUCH NO E SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND ON THE COM'�Y, ITS AGENTS OR REPRESENTATIVES
AUTHORIZED REPRESENT
by:
ted Insurance Agency
H Bowman / mbc
® ACORD CORPORATION 1988
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
To: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
TYPE OF
INSURANCE
Workman'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
♦ ...
Date:
Description of Work:
Sunrise Road Street and
Drainage Improvements
THIS IS TO CERTIFY THAT
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.
POLICY EFFECTIVE EXPIRATION LIMITS OF
NO. DATE DATE LIABILITY
Page 1 of 2
Statutory, State of
Texas, $
Employer's Liability
Bodily Injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
$ aggregate
Bodily Injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
$ aggregate
Bodily Injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
The above policies either in the body thereof or by approprite
endorsement provide that they may not be changed or cancelled by the
insurer in less then 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
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
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
(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 2
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 2
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. DE$INITIONS
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 KALLMAN & 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 $ pecifications. "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 $ ubcontractor. "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 Enaineer'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 Eauinment. 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 yaws 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 yicenses. Per 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-
I 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
I 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
I
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.
1 2.09 Feeping of Plans and Specifications Accessible. The Engineer
shall furnish the Contractor with two (2) sets of executed Plans
I- 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
I 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
1 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
I 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
I Specifications and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and Alterations ".
I 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.
1
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.
2.14 Assignment and Subletting. The Contractor shall not assign or
sublet the work or any part thereof without the previous written
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
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
performance of the work called for in this Contract.
2.15 Subcontractors. The Contractor shall be as fully responsible to
the Owner for the acts and omissions of his subcontractors and
of persons either directly or indirectly employed by them as he
is for the acts and omissions of persons directly employed by
him. Should any subcontractor fail to perform the work
undertaken by him in a satisfactory manner, his subcontract
shall be immediately terminated by the Contractor upon written
notice from the Engineer.
2.16 Owner's Status. Nothing contained in this Contract shall create
any contractual relation between any subcontractor and the
Owner.
2.17 Completed Portions of Work. The Owner shall have the right to
take possession of and to use any completed or partially
completed portions of the work prior to completion of the entire
work, but such use shall not constitute an acceptance of any of
the work not completed in accordance with the Contract
Documents. If the Engineer determines that taking possession of
and using partially completed work substantially increases the
cost of or delays construction, the Contractor shall be entitled
to extra compensation or extension of time or both as determined
by the Engineer.
2.18 Materials. All materials furnished by the Contractor shall be
as required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of
materials which he is to furnish until the Engineer has approved
the source of supply of such materials.
2.19 Meceivina and Storage of Materials. The Contractor shall make
arrangements for receiving and storing materials. The Owner
will not sign for or receive shipments of materials consigned to
the Contractor. The Owner will not furnish storage space for
materials except where written permission is given by the
Engineer.
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.
2.25 panitary 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 $uperintendence and Inspection. The Contractor shall give
personal attention to the faithful prosecution and completion of
the Contract and shall keep a competent superintendent and any
necessary assistants, all of whom are satisfactory to the
Engineer, on the work continuously during its progress. The
superintendent shall represent the Contractor in his absence,
and all directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superintendent are both
absent from the site of the work for prolonged periods of time
the Engineer may order any or all work under this Contract to be
stopped until the Contractor provides continuous and proper
supervision of the work. Such stoppage shall not constitute a
basis for any claim against the Owner for damages caused by
delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to employ only
orderly, competent, and skillful persons to do the work, and
whenever the Engineer shall inform 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-
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 parricades & 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 ynsuitable 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
-11
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 aiarantee. 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--
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 sines and Grades. All necessary lines and grades shall be
furnished by the Engineer. Whenever necessary, work shall be
suspended to permit performance of this work, but such
suspension will be as brief as practicable, and the Contractor
shall be allowed no extra compensation 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
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
Engineer at the Contractor's expense.
4.02 Right of Entry. The Owner reserves the right for its personnel
or its agents to enter the property or location on which the
work herein contracted is being constructed or installed for the
purpose of supervising and inspecting the work or for the
purpose of constructing or installing such collateral work as
the Owner may desire.
4.03 Owner's Representatives. It is agreed by the Contractor that
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
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
directions and instructions are consistent with the obligations
of this Contract.
4.04 Collateral Work. The Owner reserves the right to provide all
labor and material essential to the completion of work that is
not included in this Contract either by a separate contract or
otherwise. Any collateral work shall be prosecuted in such a
manner that it will not damage the Contractor nor delay the
progress of the work being accomplished under this Contract.
The respective rights of and operations of the various interests
involved shall be established and coordinated by the Engineer.
4.05 Right- of -Way. Easements across private property and lands
needed for construction under this Contract will be provided by
the Owner.
-13-
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 gate 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, Solidav 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 pindrances 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 Diquidated 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 Idemnity 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-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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
Property Damage
$100,000 each person
$300,000 each accident
$ 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 Fight 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 )tight 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 Eauipment. 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 Eauipment 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 Eauipment. 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 Mstimated vs. Actual Ouantities. Any
quantities stipulated in the proposal form
items are approximate and are to be used only
estimating the probable cost of the work and
of comparing the proposals submitted for
understood and agreed that the actual amounts
•20
and all estimated
under unit price
(a) as a basis for
(b) for the purpose
the work. It is
of work done and
materials furnished under unit price items may differ from such
estimated quantities and that the basis of payment for such work
and materials shall be for the actual amount of such work done
and the actual quantity of materials furnished.
The Contractor agrees that he will make no claim for damages,
anticipated profits, or otherwise on account of any difference
between the 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 (10) 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 Payment. After the Contract Completion
Certificate has been issued the Engineer shall proceed to make
final measurements and to prepare a final estimate of the work
done and materials furnished under this Contract and the value
thereof. The Engineer shall certify the Final Estimate and
submit it to the Owner within five (5) days from the date of the
Contract Completion Certificate; 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-
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.
b. 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 LIQUIDATED 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 QWNER
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
services at their own expense, however, where such is
not the case, the Contractor will cause such work to
be done at his own expense.
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
02 -04 UTILITY SERVICES FOR CONSTRUCTION
02 -05 GUARANTEES
The Contractor will be responsible for providing his
own utility services during construction. No
additional payment will be made for this item.
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 LIMIT 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 DIMITS OF WORK AND PAYMENT
It shall be the obligation of the contractor to
complete all work included in this contract, so
authorized by the Owner, as shown on the drawings or
described in the contract documents and technical
specifications. All items of construction not
specifically paid for in the bid schedule shall be
included in the unit price bids. Any question
arising as 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. 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
re- staked by the Contractor at the Contractor's sole
expense without additional compensation by the Owner.
S•-4
SECTION 03 - INSURANCE
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.
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 $300,000 each person
$300,000 each accident
Property Damage $100,000 each accident
$100,000 aggregate
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
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 Emplover's Liability
guilder'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.
gwner'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.
SECTION 05 - PROJECT PHASING
This project shall be constructed in two (2) phases.
Phase I (STA. 44 +00 to STA. 66+30) shall be
constructed first. Construction on Phase II (STA.
0 +41 to STA. 44+00) shall not commence until asphalt
surface has been completed on Phase I and it has been
opened to traffic.
S 6
SECTION 06 - MAINTENANCE BOND
Per City of Round Rock Ordinance, a two (2) year
Maintenance Bond naming the City of Round Rock as
obligee will be required for public streets
constructed without lime stabilization of subgrade
material when the Plasticity Index of the Subgrade is
above 25. Maintenance Bond shall remain in effect
for two (2) years from the date of City acceptance.
A one (1) year Maintenance Bond will be required for
all other improvements.
5 -7
TECHNICAL SPECIFICATIONS
ITEM 1 §ENERAL DESCRIPTION
1.01 COPE 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
Specifications, it shall be construed
Round Rock.
Wherever the term "Engineer" is used
Specifications, it shall be construed
Rallman & Gray, Inc.
1 -1
in the Austin
to mean City of
in the Austin
to mean Haynie
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 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 0ACKWORK
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 NOTIFICATIQN
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 STAKING
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 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 Tor 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.
i -1
protection,
monuments if
arrangement
rock, trees,
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.
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
MATER DISTRIBUTION IMPROVEMENTS
MATERIALS (Item 510)
Water mains shall be Ductile Iron Cl. 50 or P.V.C. C -900
Cl. 200 unless shown otherwise. Water services shall be
Polybutylene tubing (blue) rated at 250 psi working
pressure.
6.02 VALVES (Item 511)
Valves shall be Mueller iron -body gate valves with ends
appropriate to installation on piping, or approved equal.
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.
6.06 STANDARD DETAILS
The "Standard Details" shall be followed as included in
the Plans.
6.07 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 costs shall be paid
for at the contract price per each under the Bid Item
"Lower Existing Waterline" for all depths, complete in
place. The bid price per linear foot shall include all
clearing, excavation, laying of pipe, backfilling and
clean up. 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 pipe adjustment. 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 be paid for separately at unit prices bid
per each. 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 be paid for separately at the contract
unit price 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.)
06.07.10 DOWER EXISTING WATERLINE
Lowering of existing waterlines to avoid conflicts with
proposed storm sewer shall be paid for at the- contract
price bid per each for "Lower Existing Waterline" and
shall be full compensation for pipe, fittings, thrust
blocking, and all appurtenances.
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 L
7.04.01 FIPE (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 at all depths 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 pXTRA DEPTH FOR MANHOLES (Item 506)
No additional payment shall be made for depths over 8',
but payment for manholes shall be for all depths as shown
on the Plans.
7.04.04 gONCRETE 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
7.04.05 FEWER 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.
7-3-
ITEM 8 STORM DRAINAGE
8.01 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 HACRFILL (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
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.
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.
8.02.05 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.
8 -2
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 rRAMES, GRATES. RINgS & COVEBS (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 PROSION 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
GEOTECHNICAL AND TRENCH SAFETY INVESTIGATION
SUBSURFACE INVESTIGATION
AND
PAVEMENT DESIGN
FOR
SUNRISE ROAD
U.S. HIGHWAY 79 TO COUNTRY AIRE DRIVE
ROUND ROCK, TEXAS
Report for:
PRE -TEST LABORATORY
P.O. BOX 1014
GEORGETOWN, TEXAS 78626
File No. 1 -1887
30 January 1987
JACK H. HOLT Ph.D. & ASSOCIATES INC.
P.O. BOX 1979, AUSTIN. TI
TABLE OF CONTENTS
Page
INTRODUCTION 1
SCOPE 1
SUBSURFACE EXPLORATION 2
LABORATORY TESTING 2
SITE DESCRIPTION 3
SUBSURFACE CONDITIONS 3
PAVEMENT DESIGN 4
PAVEMENT DESIGN SECTION 4
PAVEMENT CONSTRUCTION CONSIDERATIONS 5
REMARKS 6
GENERALIZED BORING LOCATION PLAN
LOGS OF BORINGS (13)
JACK H. HOLT Ph.D. & ASSOCIATES INC.
P. O. 801 9979, AUSTIN, TX
1
1
1
1
1
1-
1
1
1
1
1
1
1
1
1
1
1
1
1
SUBSURFACE INVESTIGATION
AND
PAVEMENT DESIGN
FOR
SUNRISE ROAD
U.S. HIGHWAY 79 TO COUNTRY AIRE DRIVE
ROUND ROCK, TEXAS
INTRODUCTION
This report presents the analysis of soil conditions and recommenda-
tions for pavement design for Sunrise Road from Highway 79 to just north of
Country Aire Drive located in Round Rock, Texas. This report was prepared by
Jack H. Holt & Assoc., Inc. The investigation was coordinated by Mr. Bob
Truitt of Pre -Test Laboratory. The following report outlines the scope of
the investigation, the description of subsurface conditions and materials
and an appropriate pavement design for these conditions.
SCOPE:
The following sampling, testing and engineering studies were performed
in connection with the preparation of this report.
1. Core borings were drilled in order to:
a. Determine subsurface materials present at the site.
b. Obtain samples and cores of subsurface materials for laboratory
analysis.
c. Observe groundwater conditions at the site.
1
JACS H. HOLT Pb.D. Ac ASSOCIATES INC.
F. 0. BOX m0. AUSTIN. TX
2. Samples of subsurface materials were analyzed in the laboratory by:
a. Visual examination and classification
b. Atterberg Limits Tests
c. Moisture Content Tests
d. Dry Unit Weight
e. Minus 200 Mesh Sieve Tests
f. Unconfined Compression Tests
3. The information obtained by subsurface exploration and laboratory
testing was used to establish recommendations regarding the design
and construction of the project's features that will be effected by
subsurface materials and conditions. Details and results of the ex-
ploration are discussed in the following paragraphs.
SUBSURFACE EXPLORATION:
Subsurface conditions for the roadways were explored by a total of
thirteen (13) borings drilled to depth of six (6) feet each below the exist-
ing ground surface.
Samples of cohesive soils were obtained by using a thin walled Shelby
Tube Sampler at various depths in the borings. All samples were extracted
and visually classified in the field, identified according to boring number
and depth, and placed in polyethylene bags and transported to the laboratory
for further study.
LABORATORY TESTING:
All samples and cores of subsurface materials from the borings were
classified in the laboratory. Moisture Content, Dry Unit Weight, Atterberg
Limits, Unconfined Compression Tests, and Minus 200 Mesh Sieve Tests were
performed on selected samples to establish index properties and to aid in
2
JAI:' H. HOLT Ph.D. & ASSOCIATES INC.
P. 0. Sox ssT$. AUSTIN. TX
the proper classification of the materials. Results of the tests are includ-
ed in the Summary of Laboratory Tests.
SITE DESCRIPTION:
The project site is located east of Round Rock, Texas, north of U.S.
Highway 79. This investigation covers the south end of Sunrise Road from
U.S. Highway 79 to just south of the bridge at Chandler Branch. Residential
subdivisions border most of the roadway. The terrain in the area is rela-
tively flat and drainage appears to slope gradually to the south.
SUBSURFACE CONDITIONS:
The subsurface conditions are depicted in more detail by the Logs of
Soil Borings included in this report. Some variation in soil conditions was
found between the borings. In general, the subsurface soils found below the
existing asphalt and base in Sunrise Road consist of moderate to highly
expansive brown or tan silty clay soils that extend to a depth of six (6)
feet below the existing road grade. However, in Borings B -1, B -2, and 6-3 a
formation of tan silt with rock is found at approximately three (3) feet
below the existing grade and extends to termination of the borings at six
(6) feet. In Boring B -13, a formation of layered limestone rock is found at
a depth of two (2) feet and extends to a depth of six (6) feet. The tan
silts are low in plasticity and exhibit a good shear strength. Liquid Limits
of the clays range from 49% to 53% and Plasticity Index from 25 to 27.
Unconfined Compression tests varied from 1.8 TSF to 2.5 TSF.
Water was found in Borings B -2 and B -3 at approximately five (5) feet
below the existing grade. The remainder of the borings were dry upon comple-
tion.
JACK H. HOLT Ph.D. & ASSOCIATES INC.
P. O. SOX St», AUSTIN. TX
PAVEMENT DESIGN:
The results of the field and laboratory tests were compared with
results of similar tests that have been performed in connection with the
Texas Highway Department triaxial compression tests. This comparison was
made in order to select the typical maximum THD triaxial compression
classification for the subgrade materials in the area. The brown silty clay
material was considered for our design. The THD triaxial classification for
the soil is the following.
Subgrade Material THD Classification
Brown silty clay 5.4
The pavement thickness for the subgrade materials and for typical ROW
width of 80 feet were determined using THD Classification of soils and pave-
ment design curves for residential traffic. Recommendations for material
thickness for pavement design for the proposed street are listed below.
PAVEMENT DESIGN SECTION:
Sunrise Road - 80 Ft. ROW - 60 Ft. Pavement:
Commercial Collector
Materials Thickness
Crushed Limestone Base 10 inches
Hot Mix Asphaltic Concrete 2 inches
Lime Stabilization 6 inches
Note: The final drawings are not available for our review. It may be
possible to eliminate some sections of lime stabilization where cuts are
made; this can be determined by field inspection.
4
JACK H. ROLT Ph.D. & ASSOCIATES INC.
l. O. BOX Mi. AUSTIN. TX
PAVEMENT CONSTRUCTION CONSIDERATIONS:
Pavement should be constructed and tested to meet the following
requirements:
1. Hot Mix Asphaltic Concrete Surface - All materials shall be subject
to the approval of the engineer when tested in accordance with the
specifications and test methods outlined in THD Bulletin C -14.
2. Crushed Limestone Base - The crushed limestone base should be
obtained from an approved source and shall be free of all deleteri-
ous materials. The crushed stone base shall be compacted to a
density equal to at least 100% of the maximum dry density as deter-
mined by THD test method TEX 113 - E.
3. Compacted Subgrade - The exposed subgrade should be prepared by
removing all existing base, organic materials, and any soft clays
and then the upper six (6) inches should be lime stabilized by using
5% hydrated lime, by weight, thoroughly scarified into existing
soils and compacted to a density equal to at least 95% of the maxi-
mum dry density as determined in accordance with THD test method
TEX 113 - E.
4. Compacted Embankments - Street embankments should be graded and
shaped for good drainage and should be compacted to a density equal
to at least 95% of the maximum dry density as determined in accord-
ance with THD test method TEX - 113 -E.
5. Drainage - The street shall be crowned for rapid run -off. The base
material should extend at least twelve (12) inches behind the curb
line where possible.
5
/ACE B. BOLT Ph.D. & ASSOCIATES INC.
P. O. BOX U71. AUSTIN. TX
REMARKS:
This report has been prepared in order to aid in the evaluation of this
property and to assist the architect and engineer in the design of the proj-
ect. It is intended for use with regard to specific projects discussed in
general herein and any substantial changes in locations or grades should be
brought to our attention so that we may determine how this may affect our
conclusions. If during the proposed construction, the soil strata are found
to differ from that reported here, we should be notified immediately. The
procedures, tests and recommendations of this investigation and report have
been conducted and furnished in accordance with generally accepted profes-
sional engineering practices in the field of foundations, engineering soil
mechanics and engineering geology. No other warranty is either expressed or
implied.
6
JACK H. HOLT Ph.D. & ASSOCIATES INC.
P.O. BOX **71. AUSTIN. TI
ack H. Hol �
Ph.D., P .E K pt,,,.,wrOh.
s
............. §NN H R
ti
o L ... 35132 p
4 @i X r ti".. .. .• ,
VOOkiLt
LABORATORY TEST
PROJECT SUNRISE ROAD, ROUND ROCK, TEXAS
•
JOB NO. 1 -1887 DATE: 30 January 1987
TEST
OTHER TESTS
Percent
Passing
112Q0 Sieve
NOIS 33333 O3
NIV115
LRtCRRI PRESSURE
poll
[
�',I TYPE FAILURE
Somme
as
DEPT«
IN FEET
SAMPLE
NO
TYPL Or MATEwIAL
WoISTUFE
cowti NT
o «r
ATtEDMEw6 errs
DENSITY "
LL
PL
n
8 -1
4.0
--
1
Tan silt
28.7
109
27
13
14
1.9
--
--
—
--
78
B -4
2.5
--
Brown silty clay
29.4
107
50
25
25
2.1
--
--
--
85
B -6
3.0
--
Brown silty clay
29.1
110
49
24
25
2.5
--
--
--
74
B -7
3.0
--
Brown silty clay
30.2
106
51
26
25
3.1
--
--
--
77
B -9
4.0
--
Brown silty clay
28.1
108
51
24
27
2.0
--
--
--
74
8 -10
3.0
--
Brown silty clay
29.5
111
53
27
26
1.8
--
--
--
82
B -12
3.5
--
Brown silty clay
28.7
107
52
25
27
2.2
--
--
--
88
il
MI MI OM MB M- - --- -- NM M IM I MI • AM
EXISTING
SUNRISE ROAD
gp N DLER BRAN
I
•. B -1
N
b
- Gtfferalized Boring Location Plan
Sunrise Road
Round Rock, Texas
JACK H. HOLT Ph.D. & ASSOCIATES INC.
P. O. COX mt. AUSTIN. TX
Date: 26 January 1987
Project LOcation:ROUnd Rock, Texas
RRRT
^x
\ 11" Asphalt
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.C. - ROCK CORE
( ) - PENETROMETER
SOIL DESCRIPTION
SURFACE
Crushed limestone base
Brown silty r1av w /mnAl l mrk
Terminated at 6.0 feet
JACK H. HOLT Ph.D. at ASSOCIATES INC.
PC SOX 3979 AUSTIN. TEXAS
MN. 447 -6186
Log of Boring
For
Sunrise PDad
Tan silt w /small rock (medium hard)
REMARKS:
Hole dry upon completion of
drilling operation.
SAMPLE
TYPE
S.T.
N -BLOMS
PER POOT
Boring No. 8 - 1
UNC.COMP.
STRENCTM
?SR
1.9
MOISTJR
z
28.7
GROUND WATER OBSERVATIONS
G.M. ENCOUNTERED AT FT.
G.W. AFTER COMPLETION FT.
G.W. AFTER MRS. FT.
Date: 26 January 1987
Project Location:Round Rock, Texas
1. TYPE OF SAMPLE REMARKS:
D. - DISTURBED
5.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.C. - ROCK CORE
( ) - PENETROMETER
J,.CK H. NM.. Ph D. & ASS7CIATfS INC.
PO wow 3979 AUSTIN. '.EXAS
ON. 347 -8166
Log of Boring
For
Sunrise Road
Water encountered at 5.0 feet.
Boring No. s -2
SOIL DESCRIPTION
SURFACE
- 2" Asphalt
1 q
1 7 10 L
Crushed limestone base
Brown silty clay w /small rock
Tan silt w /small rock (stiff)
- -Water @ 5'
Terminated at 6.0 feet
SAMPLE
TYPE
UNC.COMP.
STRENGTH
Tqw
N-ELOWS
PER FOOT
MOISTJRE
GROUND WATER OBSERVATIONS
G.W. ENCOUNTERED AT 5.0 FT.
G.W. AFTER COMPLETION FT.
G.W. AFTER HRS. FT.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Date: 26 January 1987
Project Location:Pound Rock, Texas
�`"' limestone base
Brown silty clay w small roc
_
, Tan silt w /small rock (stiff)
2" Asphalt
_Water @ 5'
SOIL DESCRIPTION
SURFACE
Terminated at 6.0 feet
Log of Boring
For
Sunrise Road
SAMPLE
TYPE
N-BLOWS
PER FOOT
Boring No. B -3
UNC.COMP.
STRENGTH
Ycr
MOISTURE
z
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.c. - ROCK CORE
(( - PENETROMETER
REMARKS:
JACK H. HOLT Ph.D. & ASSOCIATES INC.
ro fox 3979 AUSTIN. TBXA5
►N. 447.8166
Water encountered at 5.0 feet.
GROUND WATER OBSERVATIONS
G.M. ENCOUNTERED AT 5.0 FT.
G.M. AFTER COMPLETION
G.M. AFTER MRS. FT.
Date: 26 January 1987
Project Location:ROund Rock, Texas
Ir<fr
SOIL DESCRIPTION
IT lli" Asphalt
SURFACE
�6. � P
{`I \Crushed limestone base
r Brown silty clay w /small rock
Tan silty clay
Terminated at 6.0 feet
Log of Boring
For
Sunrise Road
TYPE OF SAMPLE REMARKS:
D. - DISTURBED Hole dry upon completion of
S.T. - SMELBY TUBE drilling operation.
S.S. - SPLIT SPOON
94. - ROCK CORE
( - PENETROMETER
JACK H. HOLA Ph.L) at ASSOCIATES INC.
mo !Ox 1979 AU$,114. TE%AZ
PM. *47 -8181
SAMPLE
TYPE
S.T.
N -BLOWS
PER FOOT
Boring No. a -4
UNC.COMP.
STRENGTH
V
2.1
MOISTURE
29.4
GROUND WATER OBSERVATIONS
G.M. ENCOUNTERED AT
G.W. AFTER COMPLETION
G.W. AFTER MRS.
FT.
FT.
FT.
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
1
1
Date: 26 January 1987
Project LOcati0n:Round Pock, Texas
_ vi \l+s" Asphalt
Crushed limestone base
SOIL DESCRIPTION
SURFACE
rown silty clay w /small cock
Tan weathered limestone rock (medium hard)
Tan silty clay w /small rock
Terminated at 6.0 feet
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.C. - ROCK CORE
( ) - PENETROMETER
REMARKS:
Hole dry upon completion of
drilling operation.
GROUND MATER OBSERVATIONS
G.M. ENCOUNTERED AT FT.
G.M. AFTER COMPLETION FT.
G.M. AFTER MRS. FT.
I.,CK H. HOLT Ph.D. & ASSOCIATES INC.
SOX 3979 AUSTIN. TSAAS
H. • *47
Log of Boring
For
Sunrise Road
SAMPLE
TYPE
UNC.I:OMP.
N - BLOWS STRENGTH
PER FOOT,
Boring No. 8 - 5
MOISTURE
Date: 26 January 1987
Project Location:Round Rock, Texas
_>. \Crushed limestone
'. Brown silty clay w /small rock
Light brown silty clay w /small rock
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
q.C. - ROCK CORE
(( - PENETROMETER
1 1 1" Asphalt
Tan silty clay
SOIL DESCRIPTION
SURFACE
Terminated at 6.0 feet
JACK H. HOLT Ph.D. & ASSOCIATES INC.
PO pox 7979 AU9TIN. T9'.XAS
II. £47.8166
Log of Boring
For
Sunrise Road
REMARKS:
Hole dry upon completion of
drilling operation.
SAMPLE
TYPE
S T.
N-BLOWS
PER FOOT
Boring No. B -6
UNC.COMP.
STRENGTH
7tF
2.5
MOISTJAE
29.1
GROUND WATER OBSERVATIONS
G.W. ENCOUNTERED AT
G.M. AFTER COMPLETION
G.W. AFTER HRS.
FT.
FT.
FT.
1
Date: 26 January 1987
Project Location:Roud Pock, Texas
Log of Boring
For
Sunrise Road
Boring No. B -7
\ 11" Asphalt
SOIL DESCRIPTION
SURFACE
'.: \Crushed limestone base
Brown silty clay w /small rock
Tan silty clay w /small rock
Terminated at 6.0 feet
SAMPLE N-BLOWS
TYPE PER FOOT
S.T.
UNC.COMP.
STRENGTH
7fP
3.1
MOISTURE
T
30.2
REMARKS:
Hole dry upon completion of
drilling operation.
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.c. - ROCK CORE
- PENETROMETER
' JACK H. HOLT Ph.D. ASS .IA i ; INC.
PO SOX 3979 AUSTIN. TEXAS
P$. A47.9166
GROUND WATER OBSERVATIONS
G.W. ENCOUNTERED AT
G.W. AFTER COMPLETION
G.M. AFTER HRS.
FT.
FT.
FT.
Date: 26 January 198'
Project Location :Found Rock, Texas - — _ Boring No. B
C:777 11..
Crushed limestone base
•
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
P.C. - ROCK CORE
- PENETROMETER
Asphalt
SOIL DESCRIPTION
SURFACE
Brown silty clay w /small rock
Tan silty clay w /small rock
Terminated at 6.0 feet
REMARKS:
JACK H. HOLT Ph.D. & ASSOCIATES INC
PO SOX 1979 AUSTIN. TEXAS
♦N• 447 -8166
Log of Boring
For
Sunrise Road
Hole dry upon completion of
drilling operation.
SAMPLE
TYPE
N -BLOWS
PER FOOT
UNC.COMP
STRENGTH
MOISTORE
z
GROUND WATER OBSERVATIONS
G.W. ENCOUNTERED AT
G.W. AFTER COMPLETION
G.M. AFTER MRS.
FT.
FT.
FT.
1
Date: 26 January 1987
Project Location:nbund Rock, Texas
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.C. - ROCK CORE
- PENETROMETER
SOIL DESCRIPTION
SURFACE
^pt. 1" Asphalt
,,,Crushed limestone base
Brown silty clay w /small rock
Tan silty clay w /small rock
Terminated at 6.0 feet
JACK H. HOLT Ph.D. & ASSOCIATES INC.
PO sox 2979 AUSTIN. TR:XAS
ON. 447.8166
Log of Boring
For
Sunrise Road
REMARKS: Hole dry upon completion of
drilling operation.
SAMPLE
TYPE
S.T.
N-BLOWS
PER FOOT
Boring No. B -
UNC.COMP
STRENGTH
TSR
2.0
MOISTURE
28.1
GROUND WATER OBSERVATIONS
G.M. ENCOUNTERED AT
G.M. AFTER COMPLETION
G.M. AFTER HRS.
FT.
FT.
FT.
Date: 26 January 1987
Project Location: Round Rock, Texas Boring No. B -10
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
\1" Asphalt
q.� - ROCK CORE
• PENETROMETER
SOIL DESCRIPTION
SURFACE
Crushed limestone base
Brown silty clay w /small rock
Tan silty clay w /small rock
Terminated at 6.0 feet
JACK H. HOLT Ph.D. & ASSOCIATES INC.
Pe SOX 5979 AUSTIN. TSXAS
OH. 647.6166
Log of Boring
For
Sunrise Road
SAMPLE
TYPE
S.T.
N -BLOWS
PER FOOT
UNC.COMP.
STRENGTH
Vt.
1.8
MOISTURE
'
29.5
REMARKS: Hole dry upon completion of
drilling operation.
GROUND WATER OBSERVATIONS
G.W. ENCOUNTERED AT
G.M. AFTER COMPLETION
G.W. AFTER NRS.
FT.
FT.
FT.
Date: 26 January 1987
Project LOCatiOn:Pound Rock, Texas
_�e ; \1" Asphalt
Crushed limestone base
-- Brown silty clay w /small rock
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
A.G. - ROCK CORE
( I - PENETROMETER
SOIL DESCRIPTION
SURFACE
Light brown silty clay w /small rock
Terminated at 6.0 feet
REMARKS:
JACK H. HOLT Ph.D. & ASSOCIATES INC
re sox 3979 AusTIN. rsxws
Om. 447 -8166
Log of Boring
For
Sunrise Road
Hole dry upon completion of
drilling operation.
SAMPLE
TYPE
UNC.COMP
N-BLOwS STRENGTH
PER FOOT TSP
Boring No. B -11
MOISTURE
GROUND MATER OBSERVATIONS
G.M. ENCOUNTERED AT
G.N. AFTER COMPLETION
G.w. AFTER 1485.
FT.
FT.
FT.
Date: 26 January 1987
Project Location:Rbund Rock, Texas
1" Asphalt
SOIL DESCRIPTION
SURFACE
Crushed limestone base
Brown silty clay w /small rock
Log of Boring
For
Sunrise Road
Light brown silty clay w /small rock
Terminated at 6.0 feet
JACK H. HOLT Ph.D. ac ASSOCIATES INC
PO SOX 3979 AUSTIN. TICXAS
••N. 447.8166
SAMPLE
TYPE
S.T.
N-BLONS
PER FOOT
Boring No. 8
uNC.COMP.
STRENGTH
TRP
2.2
MOISTURE
28.7
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.C. - ROCK CORE
- PENETROMETER
REMARKS:
Hole dry upon completion of
drilling operation.
GROUND WATER OBSERVATIONS
G.M. ENCOUNTERED AT
G.W. AFTER COMPLETION
G.M. AFTER MRS.
FT.
FT.
FT.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Date: 26 January 1987
Project Location:Pound Rock, Texas
TAT
SOIL DESCRIPTION
SURFACE
Brown silty clay w /rock
Layered rock
w /light brown silty clay layers
(medium hard)
Terminated at 6.0 feet
Log of Boring
For
Sunrise Road
SAMPLE
TYPE
N -BLOWS
PER FOOT
Bo rin g N o.B -
UNC.COMP.
STRENGTH MOISTURE
TRW
TYPE OF SAMPLE
D. - DISTURBED
S.T. - SHELBY TUBE
S.S. - SPLIT SPOON
R.C. - ROCK CORE
( ) - PENETROMETER
REMARKS: Hole dry upon completion of
drilling operation.
GROUND WATER OBSERVATIONS
G.W. ENCOUNTERED AT
G.W. AFTER COMPLETION
G.W. AFTER MRS.
FT.
FT.
FT.
JACK H. HOLT Ph.D. & ASSOCIATES INC
PO SOX 3979 AUSTIN. TEXAS
11094. 447.9166
GEOTECHNICAL INVESTIGATION
FOR
TRENCH SAFETY SYSTEM
SUNRISE ROAD G.O.B.
STREET AND DRAINAGE IMPROVEMENTS
ROUND ROCK, TEXAS
SwL PROJECT NO. 88 - AUS - 192
REPORT
to
City of Round Rock
c/o Haynie, Kallman & Gray, Inc.
Austin, Texas
Prepared by
SOUTHWESTERN LABORATORIES, INC.
GEOTECIINICAL ENGINEERING DIVISION
AUSTIN, TEXAS
May 5, 1988
SOUTHWESTERN LABORATORIES
1
11CW,L SOUTHWESTERN LABORATORIES
1
1
1
1
1
1 1.
1
1
1
1
1
1
1
Materials, environmental and geoteebnical engineering, nondestructive, metallurgical and analytical services
415043 Fraldrich Lane • P. 0. Box 17356, Austin, Texas 78780 • 512/447 -8DB1
May 5, 1988
City of Round Rock
c/o Mr. A. William Waeltz
Project Manager
Haynie, Kallman & Gray, Inc.
12303 Technology Blvd., Suite J
Austin, Texas 78723
Dear Mr. Waeltz,
RE: Geotechnical Investigation
Trench Safety System
Sunrise Road G.O.B.
Street and Drainage Improvements
Round Rock, Texas
SwL Project No. 88 -AUS -192
Submitted herein is a report summarizing the results of the
geotechnical investigation performed at the above referenced project.
We trust the recommendations derived from this investigation will
provide an adequate and economical trench safety system. As your project
develops, we would be pleased to assist you with material quality
inspection and quality assurance testing.
We thank you for the opportunity to provide you with our professional
services. If we can be of further assistance, please do not hesitate to
contact us.
DLS /cmg
Copies submitted: (3)
Respectfully submitted,
SOUTHWESTERN LABORATORIES, INC.
Doyle L. Smith, Jr., P.E.
Project Manager
HOUSTON • DALLAS • AUSTIN • BEAUMONT • CONROE • GALVESTON COUNTY • RIO GRANDE VALLEY • ALEXANDRIA
BAN ANTONIO • FORT WORTH • LEESVILLE • MIDLAND • MONROE • SHREVEPORT • TEXARKANA • SHERMAN
TABLE OF CONTENTS
Introduction 1
Site Location and Project Description 2
Subsurface Soil Description 2
Subsurface Water Conditions 2
Analyses and Recommendations 3
Trench Safety System Recommendations 3
Design Review 10
Field and Laboratory Investigations
Figure I
Summary of Laboratory Test Data
Plate I - Vicinity Map
Plata II - Boring Plan
Logs of Borings
Key to Soil Classification Terms and Symbols
Trench Safety Plan Sheet TS -1
A P P E N D I X
Al and A2
∎ SOUTHW CUTCNN L•e0A•TORItS
1
1
1
1
1
1'
1
1
1
1
1
1
1
1
1
1
1
1
1
TRENCH SAFETY SYSTEM
SUNRISE ROAD C.O.E.
STREET AND DRAINAGE IMPROVEMENTS
ROUND ROCK. TEXAS
SvL PROJECT NO. 88 - AUS - 192
I. INTRODUCTION
This report transmits the findings of the geotechnical
investigation performed for the referenced project. The purpose of
this investigation was to define and evaluate the general
subsurface conditions in the vicinity of the proposed storm sewer
lines and provide recommendations for the development of trench
safety system options. The recommendations provided in this report
were utilized to prepare the plan sheet which addresses trench
safety system options and is included in the Appendix of this
report.
This study was performed in accordance with the request of Mr. A.
William Waeltz with Haynie, Kallman & Cray, Inc. in Austin, Texas.
To accomplish the intended purposes, a three phase study program
was conducted which included: a) field investigation consisting of
nine (9) exploratory test borings with samples obtained at selected
intervals; b) a laboratory testing program designed to determine
pertinent engineering characteristics of the subsurface soils; c)
an engineering analysis of the field and laboratory investigations
to develop the appropriate for trench safety system design
recommendations. No additional analysis vas requested or
performed. A brief description of the various field and laboratory
tests and their respective results is included in the Appendix of
this report.
■SOUT LA.OAATORICt
II. SITE LOCATION AND PROJECT DESCRIPTION
The site of this investigation was located along Sunrise Road
between U.S. Highway 79 and Country Aire Drive in Round Rock,
Texas. Specific site and boring location is depicted on Plates I
and II in the Appendix of this report.
Present plans indicate that approximately 3,868 feet of storm sewer
line is proposed for this project. The depth of the proposed storm
sewer line ranges from 5 to 10 feet below existing grade.
III. SUBSURFACE SOIL DESCRIPTION
The subsurface formations encountered at this site belong to the
Buda and Eagle Ford geologic formations. The soil encountered
consisted of dark brown, light brown, and yellowish brown clays.
Tan limestone was encountered in borings 8 -1, 8 -2, 8 -3, and 8 -8 at
depths ranging from 2.0 to 11.5 feet below existing grade.
Limestone vas not present within the limits of exploration in the
remaining test borings. The limestone stratum contained numerous
extremely weathered zones, fractures, and clay layers.
IV. SUBSURFACE WATER CONDITIONS
At the time this investigation was performed, groundwater vas not
encountered within the limits of exploration. However, subsurface
water regime is subject to change with variations in climatic
conditions. Groundwater will flow through fractures, weathered
zones, and clay layers in the limestone formation and should
$OIL ' ![,7 ( 4 4.e110, ,TORILS
be expected after periods of rainfall. Future construction
activities may also alter the surface and subsurface drainage
characteristics of this site. If there is a noticeable change from
the conditions reported herein, Southwestern Laboratories, Inc.,
should be notified immediately to review the effect it may have on
the design recommendations. It is not possible to accurately
predict the presence and /or quantity of subsurface water that might
occur based upon short -term observations.
V. ANALYSES AND RECOM!4ENDATIONS
The professional services which have been performed, the findings
obtained and the recommendations prepared, were accomplished in
accordance with currently accepted geotechnical engineering
principles and practices. The possibility always exists that the
subsurface conditions at the site may vary somewhat from those
encountered at the boring locations. The number and spacing of
test borings were chosen in such a manner as to decrease the
possibility of undiscovered abnormalities, while considering the
size, and cost of the project. If there are any unusual conditions
differing significantly from those described herein, Southwestern
Laboratories, Inc., should be notified to review the effects it may
have on the recommendations submitted herein. The recommendations
given in this report were prepared exclusively for the use of the
City of Round Rock or their consultants. The information supplied
-3-
—64' AWES •CAN LASo11•TONICI- -'
VI. TRENCH SAFETY SYSTEM RECOMMENDATIONS
The utilization of adequate trench safety systems in all
excavations greater than a depth of five (5) will provide a safe
working environment during the installation of utilities with
respect to trench sidewall stability. The recommendations
submitted herein provide the necessary information to ensure an
adequate and economical trench safety system is achieved.
herein is applicable only for the design of the trench safety
systems described herein to be constructed at locations indicated
at this site and should not be used for any other purpose. This
firm is not responsible for the conclusions, opinions, or
recommendations made by others based on the information submitted
herein.
1. Types of Trench Safety Systems
Several types of trench safety systems are available, the
selection of which will most likely depend on subsurface
conditions, site constraints, and economics. Typically in the
Central Texas area, trench safety systems would consist of
sloping the excavation sidewalls to an adequate slope, benching,
hydraulic shoring or trench shields. Typical details and
specifications for the previously mentioned trench safety
systems are depicted on sheet TS -1 included in the Appendix of
this report. Equivalent trench safety systems may be proposed
by the contractor; however, should be reviewed by SwL to ensure
the intent of the recommendations submitted herein are
satisfied.
-4-
.. �. - ■■■IOUTMWE$TCNN I. TC
2. Trench Safety System Design Parameters
Based on the information obtained from the field and laboratory
investigation performed on this project, the ensuing
recommendations pertaining to the design of trench safety
systems were developed.
a. Trench Sidewall Sloping and Benching
The trench sidewalls formed in cohesive soils and weathered
limestone should be sloped or benched to an incline of 1
horizontal to 1 vertical. The aforementioned elope is
based on a short term exposure of 72 hours or less.
In the event that the trench sidewalls are benched, the
lowermost bench adjacent to the work area should not exceed
a height of 4 feet, whereas subsequent benches may be
increased to a maximum height of 5 feet each.
In the event that obstructions in the form of boulders or
rock ledges are encountered, that are precariously
positioned, they should be removed. The trench sidewalls
should be observed for possible signs of failure manifested
as bulging of the face, tension cracks at'the crest and /or
raveling of material down the sidewall. Observations
should also be made for a change in subsurface soil
conditions and surcharge loadings from spoil piles, traffic
or equipment, which might alter the stability of the
-5-
SOUTH* AAAAAN LA5OAATOAMS - ��
slope. Vibratory loads from nearby traffic or construction
equipment could also affect the stability of the slope and
should be monitored. Workmen should not be permitted in
the trench until these conditions have been reviewed by the
design team. If the aforementioned conditions occur,
further flattening of the slope may be necessary.
Surface water should not be permitted to flow down or
accumulate at the toe or crest of the trench sidewall. The
trench sidewalks should be thoroughly inspected by
competent personnel following a rainfall prior to workmen
entering the excavations.
b. Trench Shields and Hydraulic Shoring
In the event that site constraints do not permit sloping or
benching the excavations, trench shields or hydraulic
shoring may be utilized for trench safety.
Earth pressures for design of trench shields and /or
hydraulic shoring should be based on the "worst case"
condition encountered from an earth pressure standpoint.
We recommend the design earth pressures be taken as:
Trench Shields: P — 55(H + x)
Hydraulic Shoring: P — 45(8 + z)
Where: H — Trench Depth. ft.
P — Apparent Earth Pressure, psf.
z — Height of Soil Surcharge, ft.
SOU KKKKK CMS L ADO R *TORICS
-6-
Open space between the trench sidewalls and the trench
shield should be twelve inches or less. Each strut or
brace should be proportioned as if it would be subjected
to the maximum load computed by the apparent pressure
diagram. The recommended apparent pressure diagram is
depicted in Figure 1 in the Appendix of this report.
Trench safety systems may be subjected to surcharge loads
in the form of construction equipment and /or spoil piles.
Surcharge loads should be added to the recommended
apparent earth pressures as depicted in Figure I in the
Appendix of this report. Equipment such as backhoes,
front end loaders, and etc., should not operate within a
distance of 6 feet from the trench sidewall while workers
are in the trench. The design team should review the
surcharge loads imposed on the trench safety system in the
event that the above stated recommendations cannot be
followed by evaluating the construction methods to be
employed.
It should be understood that trench shields only serve as
a means for worker protection; they are rat a means of
excavation retention. The potential effects of sidewall
deflection or failure and subsequent damage to adjacent
facilities should be taken into account when considering
the use of trench shields. Sheeting utilized in
-7-
IASOAATONI[{
conjunction with hydraulic shores may be necessary in
areas where marginally cohesive or raveling soils are
encountered.
It is recommended that plans and specifications for trench
shields and hydraulic shoring be provided to the design
team for review prior to initiation of construction.
3. $xcavations Characteristics
Excavation operations in the Buda limestone formation
typically consist of ripping, blasting or sawing techniques.
Based on the compressive strength of intact rock specimens,
the Rock Quality Designation (RQD - the measure of the quality
of a rock mass), the core recovery and visual inspection of
the rock cores, the limestone formation is estimated to be
rippable to marginally rippable with heavy equipment.
However, the use of hoe rams and /or limited blasting may be
necessary in areas where massive limestone layers are
encountered. The method of excavation should be determined by
the excavation contractor based on previous experience and
economic considerations. The type of trench safety system to
be employed will effect the selection of the excavation
method.
L *woe *rofICS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
4. Inspection of Trench Safety Systems
Inspections of the trench excavations should be performed by a
competent person to: (1) confirm that actual conditions are as
anticipated from analysis of the borings; (2) to examine for
the presence of faults or other geologic features that might
be an
ensure
trench.
indication of sidewall
that
interpreted
construction
inspection
the recommendations
and
incorporated
sequence should
can be performed
In addition, O.S.H.A. regulations require that inspections be
made daily by a competent person for situations which could
result in a possible cave -in, indications of failure of the
protective systems, hazardous atmospheres or other hazardous
conditions. porkmen should not be permitted in the trench
until these conditions have been reviewed by a competent
person on a daily basis. A competent person is defined within
the Occupational Safety and Health Administration (OSHA)
Safety and Health Standards and Interpretations Part 1926 of
29 CFR, amended 1987, Subpart P - Excavations, as one who is
capable of identifying existing and predictable hazards in the
surroundings, or working conditions which are unsanitary,
hazardous, or dangerous to employees, and who has
authorization to take prompt corrective measures to eliminate
them.
-
instability; and, (3) to help
submitted herein are properly
into construction. The
be planned so that an adequate
prior to personnel entering the
SOUTMM A.O11ATOMIEt
VII. DESIGN REVIEW
Additional analyses may be necessary as final plans are developed.
Southwestern Laboratories, Inc., can : provide additional
consultation and analysis as necessary.
It is recommended that Southwestern Laboratories, Inc., be provided
the opportunity to review the final plans and specifications to
ensure that these and subsequent recommendations are properly
incorporated.
-
��• seu TMN[/Taee ICS
A P P E N D I X
fOV TMW
LA.OW•TORICS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
FIELD AND LABORATORY INVESTIGATIONS
SUNRISE ROAD C.O.B.
STREET AND DRAINAGE IMPROVENETNS
ROUND ROCK, TEXAS
SwL PROJECT N0. 88-ADS-192
I. Field Investisation
Soil conditions at the project site were determined by nine (9)
intermittent and core sample borings which were drilled during May,
1988.
The locations of these borings are shown on Plate II included in
the Appendix of this report. Descriptions of the various strata
encountered in each of the borings and the depths at which samples
were obtained are presented on the individual Log of Borings.
Undisturbed specimens of cohesive soils were obtained with
thin - walled Shelby tube samplers (ASTM D 1587). The soil specimens
were extruded from the tube in the field, logged, sealed and
packaged to maintain in -situ conditions. Double tube core barrels
and hard formation drilling bits were used to sample the primary
formation. These samples were also removed from the sampler,
logged and sealed for transport to the laboratory.
Disturbed samples of stiff to hard cohesive materials have been
obtained utilizing a two (2) inch 0.D. split -spoon sampler in
conjunction with the Standard Penetration Test (ASTM D 1586).
This test employs a 140 -pound hammer that drops a free fall
vertical distance of 30 inches, driving the split -spoon sampler
into the material. The number of blows required
& ORktORIts
for 18 inches of penetration is recorded and the value for the last
12 inches, or the penetration obtained from 100 blows, is reported
as the Standard Penetration Value (N) at the appropriate depth on
the attached Log of 8oring.
II. Laboratory Soils Tests
Laboratory soil tests were performed on samples recovered from the
borings to verify visual classification and determine the pertinent
engineering properties of the soils encountered. Atterberg Limits,
Moisture Content, and Unit Weight tests were performed on
representative samples in order to classify them according to the
Unified Soil Classification System.
Unconfined Compressive Strength tests were performed on selected
undisturbed samples of soil and limestone to determine the ultimate
unconfined compressive strength of the soil and limestone strata.
The results of all laboratory and field tests are tabulated in the
Appendix of this report.
In order to evaluate the quality of the rock mass encountered at
this site, each core run was measured to determine the approximate
index known as Rock Quality Designation (RQD). This index aids in
determining characteristics of the rock mass such as the frequency
of weathered zones, clay seams, and /or fractures. The RQD may be
utilized to approximately established field reduction of
compressive strength values determined on intact limestone samples
in the laboratory.
AJT141V[UT[ ..•,OAA.OIUU •
WHERE:
UII
=1 11 1 1
TRENCH SHIELDS:
HYDRAULIC SHORING:
2 FT. MIN.
Pa ■ 55 (Ws)
Pa•45IWxl
sou X
SURCHARGE
,1
.25 N
1
75 H
H
H • Trench Dapth, ft.
Pa • Apparent Earth Pressure, psf.
• HsIght of Sell Surcharge, ft.
RECOMMMENDED EARTH PRESSURE DISTRIBUTION
FOR TEMPORARY BRACING
FIGURE I
SUNRISE ROAD G.O.B.
STREET AND DRAINAGE IMPROVEMENTS
ROUND ROCK, TEXAS
SwL .oje,t No. 88 -AUS -192
•OUTHWx.TLAN LAIrOAATORI[O
SUMMARY OF LABORATORY TEST DATA
PROJECT :Sunrise Raid G.O.E.. Street i Drainage improvements,
Round Rock, Texas
PROJECT Na: 88 -AUS -192 DATE: 5/4/88
COMPRESSION TEST
OTHER TESTS
3A31S 002 nN
aNlssw 1N3tt!(3d
I.
I Nass3adNOR I
I %'NIIYISI
I " wain
3UnSS3tld
`
UAL 3WTWd I
I
M
HO:
DEPTH
1,
s
MATERIAL DESCRIPTION
MSWW[
(%1
Dry
Dann
MI.rb.raIJmT!
LL
PL
PI
11-1 I
9
Tan limestone
5
149
301.1
I
8-2
3 - 5
Dark brown clay
29
93
88
22
66
1.42
4.7
0
SHEAR
8
Tan limestone
5
144
269.5
.
B-3
1 - 3
Dark brown clay
27
96
32
14
18
7 - 9
Yellowish brown clay
22
103
64
18
46
B-4
3 - 5
Dark brown clay
32
89
2.32
4.8
0
SHEAR
9 -11
Yellowish brown clay
19
104
52
16
36
L_
IB-5
13 - 5
Dark brown clay .
30
91
1.77
5.2
0
ROITMa[ST[RM
SHEAR
LABORATORIES
NM N — -- INN — — NM MI, MN MO NM I= — I= MI MO •
NM E NM M - -- MN MN S MI INN N MI ON I MI MI MN
•
SUMMARY OF LABORATORY TEST DATA
PROJE.`T :Sunrise Road G.O.B., Street 6 Drainage Improvements.
Round Rock, Texas
PROJECT NO.: 88 - AUS - 192 DATE'
5/4/88
dnrbw _
Si COMPRESSION
HER
OT TESTS
3A31$ 00Z 'ON
VNISSw 1N33tl3d
I NOISS3tld1WZ I
.
% 'NIYtl1S I
`
ICI
3tlflSS3Md I
11/011/1
3dAl 31111Y!
Swum
NO.
DEPTH
FEET
MATERIAL OE:
'TION
Merhw
Dry
D"*
LL
n.
►1
B-S
9 -10.5
Yellowish brown clay
9
o
I
B-6
1 - 3
Dark brown clay
32
89
77
24
53
5 - 7
Dark brown clay
25
103
2.68
6.2
0
SHEAR
•
B-7
3 - 5
Dark brown clay
27
93
78
21
57
8.5 -10
Yellowish brown clay
17
B-8
1 - 3
Dark brown clay
31
91
74
27
47
11
Tan limestone
9
140
212.9
B-9
1 - 3
Dark brown clay
6
128
2.33
2.4
0
saurn
BULGE
asTres
LAOORATORIES
NM E NM M - -- MN MN S MI INN N MI ON I MI MI MN
ME NM MN NMI MI NM In M
.
SUMMARY OF LABORATORY TEST DATA
6unrisa Road C.O.D., Street & Drainage Ielprovesents,
Round Rock, Texas
PROJECT Pa: 88 2 DATE:5 /4/8E
(
OTHER TESTS
3A31$ ON 'ON
ONSSYd 1NTAl3d
I NO(S$3 dV I
L
I % *wait I
L -
�unSS3ud
as ,w3m
3dA13Nrrivi
H
NO.
INS
FEET
MATERIAL DESCRPTDN
r.er.
a
Ors ,wwe.r
D.n.
LL
PL
P1
B
7 - 8.5
Yellowish brown clay
14
32
15
17
gear ww,eTrim
LABORATORIES
ME NM MN NMI MI NM In M
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
- er. j�'� �5� ,
SCALE
OUT • tee itr ter nt mai KU tt twerrattlTtto Re
rut 1• tetra MAO AlTplwt4T $ Y W
PLATE I
VICINITY MAP
SUNRISE ROAD G.O.B.
STREET AND DRAINAGE IMPROVEMENTS
ROUND ROCK, TEXAS
SwL Project No. 88 -AUS -192
-.SOUTHWESTERN LABORATORIES
/ aeua:r-RooIlb
Ir _ 1 � � /I. r � .�.•
all
all-
{ gWIRIISt N• _ r x
\\ `j �)�• ; �j.. 1 Flan 11
BORING PLAN
' sumsE ROAD s.O.9.
RTRW
Llitt um DRA2NAM INnOVDM n
4+' mm RDC[.TO"
Rd.P..Jwt b. !t-1us-192
oo,mwr�srwM LARIGMT011Nt1
LOG OF BORING B - 1
PROJECT: Sunrise Road G.O.B., Street b Drainage SwL Project No. 88 -AUS -192
Improvements, Round Rock, Texas
DATE: 5/3/88 TTPE: Hollow -Stem Auger LOCATION: See Boring
a
m j
a
k.
u
;
W m
��
g W z
6
DESCRIPTION
SURFACE ELEVATION:
REC
%
ROD
%
\ 0.5" Asphalt; 9" Limestone Base r
Light brown clay with
\ .O limestone fragments (CL)
ES Tan
u 50
__I
_.
13
0
limestone with extremely
weathered zones, fractures and
clay layers
13.0
SMMI��
El --
No
63
32
-_.=....
B)•
BMI
—
Ill
MIE
MIN
BEI
MO
NM
IMO
OM
BBB
B)•
OEM
iiii
50
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SOUTHWESTERN LAS
LOG OF BORING B -2
PROJECT: Sunrise Road G.O.B., Street 6 Drainage
Improvements, Round Rock, Texas
DATE: 5/3/88 TYPE: Hollow -Stem Auger LOCATION: See Boring
x e
o 0�
'15
o20.
.254
'304
'354
40
454
'50.
a
1
50
W
44.1 a
be 0
LW
W
SURFACE ELEVATION:
DESCRIPTION
0.5" Asphalt; 7" Limestone Base
Dark brown clay
6.5 with limestone fragments (CH)
15.0
Tan limestone with extremely
weathered zones, fractutes and
clay layers
SwL Project No. 88 -AUS -192
REC
83
70
m
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SOUTHWESTERN LABORATORIES'
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
LOG OF BORING a -3
PROJECT: Sunrise Road G.O.B., Street 6 Drainage SwL Project No. 88 -AUS -192
Improvements, Round Rock, Texas
oa1E:5/3/ TYPE: Hollow -Stem Auger LOCATION: See Boring
e
W
•
0
a
W
WI
YO
gt
W
SURFACE ELEVATION:
D
REC
e�.
0.5" Asphalt; 7" Limestone Base
7.0 Dark brown clay with calcareous nodules(CL -CH)
ROD
Yellowish brown clay with
50 11.0 calcareous nodules
2.0 Tan limestone
(CH)
SOUTHWESTERN LABORATORIES
•5
LOG OF BORING e - 4
PROJECT: Sunrise Road C.O.B., Street A Drainage SwL Project No. 88 -AUS -192
Improvements. Round Rock, Texas
DATE: 5/3/88 TYPE: Hollow -Stem Auger LOCATION: See Boring
0
as
h
a
L
i
a
/
. 4'
X15'
.204
•25
.30
.354
.40
.454
.504
1
i
J 0
•
a
1-
W
YO
ca a
6 W
2
W
SURFACE ELEVATION:
DESCRIPTION
. N 0.5" Asphalt; 7" Limestone Base
r
6.5 Dark brown clay (CH
Yellowish brown clay with
11.0 calcareous nodules (CH)
R EC RQD
W
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SOUTHWESTERN LABORATORIES
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
LOG OF BORING 8-5
PROJECT: Sunrise Road C.O.B., Street 6 Drainage SwL Project No. 88 -AUS -192
Improvements, Round Rock, Texas
oare:5 /3/ TrpE:Hollov -Stem Auger LOCATION: See Boring
015 4
020'
•254
.304
.35+
, 40,
°45
.50•
0
e
7
1,
L
a
1-
s:
•
Ni
Ni I
d W W
SURFACE ELEVATION:
DESCRIPTION
-, 0.5" Asphalt; 7" Limestone Base
Dark brown clay with
6.5 calcareous nodules (CH)
Yellowish brown clay
13.0 vith calcareous nodules
iCL)
REC.
%
ROD
SOUTHWESTERN LABORATORIES
MOREL
•
•
LOG OF BORING B -6
PROJECT: Sunrise Road 6.0.8., Street b Drainage
Improvements, Round Rock, Texas
OATS: 5/3/88 Ty►E: Hollow -Stem Auger
0
• 15 4
0204
.254
130
'354
•45'
'504
f �
5 f W
la a
Y O
a O
a O 0 W
J y 2
/ a
SURFACE ELEVATION:
OESCRIPTI0N
SWL Project No. 88 - AUS - 192
LOCATION: See Boring
L- 0.5" Asphalt; 10 Limestone Base
Dark brown clay with
7.5 calcareous nodules (CH)
Yellowish brown clay
10.0 with calcareous nodules _SCH)
REC
ROD
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
dOUTHWESTERN LABORATORIES '
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I-
w
'IO
LOG Of BORING B -7
PROJECT: Sunrise Road C.O.B.. Street & Drainage SwL Project No. 88 -AUS -192
Improvements, Round Rock, Texas
OATS :5/3/ TYPE: Hollow -Stem Auger LOCATION: See Boring
0
O
•15.
0201
.254
X30(
, 354
X45.
.504
a
n
29
w
•
W>
g
z
SURFACE ELEVATION:
DESCRIPTION
0.5" Asphalt; 9" Limestone Base
Dark brown clay with
5.5 calcareous nodules (CH)
Yellowish brown clay with
10.0 calcareous nodules (CH)
r
REC
'Ye
ROD
SOUT:IWEBTERN LABORATORIES
LOG OF BORING 8 -
PROJECT: Sunrise Road G.O.B., Street 6 Drainage SwL Project No. 88 -AUS -192
Improvements, Round Rock, Texas
DATE: 5/3/88 TYPE: Hollow - Stem Auger LOCATION: See Boring
W
i
i
'204
.254
.30'
35'
40'
.45'
.504
r
0
50
7"
50
50
W
W
W
ta
YO
er
L W
z
W
e .
SURFACE ELEVATION:
DESCRIPTION
0.5" Asphalt; 8" Limestone Base
13.5 Dark brown clay
(CH) /-
Light brown clay with thin
10.0 layers of limestone
(CL)
Tan limestone with extremely
12.5 weathered zones, fractures. and clay lavers
14.0 Gray limestone v /thin shale lavers of shale
REC
100
ROD
67
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SOUTHWESTERN LABORATORIES"
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
LOG OF BORING B -
PROJECT: Sunrise Road G.O.B., Street & Drainage
Improvements, Round Rock, Texas
DATE: 5/3/88 TYPE: Hollow -Stem Auger LOCATION: See Boring
OIMO
NINO
IIMM
14
IC
W
W
tal
u ° t
ss 1 z
z
s
31
47
50
SwL Project No. 88 -AUS -192
SURFACE ELEVATION:
DESCRIPTION
^,‘ 0.5" Asphalt; 8" Limestone Base
4.0 Dark brown clay (CH)
Yellowish brown clay
12.0 with calcareous nodules
REC
ROD
SOUTHWESTERN LABORATORIES
i
J IB
1 / 4 .8
KEY TO SOIL CLASSIFICATION TERMS AND SYMBOLS
SAND
SILT
CLAY
i1LL
SOIL OR ROCK TYPES
DESCRIPTIVE TERM
VERY SOFT
.SOFT
FIRM
STIFF
VERY STIFF
HARD
SANDY
SILTY
CLAYEY
ORGANIC
PARTING: PAPER THIN IN SIZE
SHALE
SANDSTONE
LIMESTONE
GRAVEL
CONSISTENCY OF COHESIVE SOILS
(MAJOR PORTION PASSING No.200 SIEVE)
UNCHAINED SHEAR
STRENGTH KIPS /SQ.FOOT
LESS THAN 0.25
0.25 TO 0.5
0.5 TO 1.0
1.0 TO 2.0 .
2.0 TO 4.0
GREATER THAN 4.0
SEAM: 1/8"-3 IN THICKNESS
LAYER: GREATER THAN 5" IN THICKNESS
CALCAREOUS: • CONTAIN N BONREECE,BLE QUANTITIES
FERROUS: CONTAINING APPRECIABLE QUANTITIES
OF IRON.
WELL - GRADED: HAVING WIDE RANGE IN GRAIN SIZE
AND SUBSTANTIAL AMOUNTS OF ALL
INTERMEDIATE SIZES.
POORLY-GRADED: PREDOMINATELY ONE GRAIN SIZE
• OR HAVING A RANGE OF SIZES WITH
SOME INTERMEDIATE SIZES MISSING.
SAMPLER TYPES
M
r'w
N
SHELBY DISTURBED' SPLIT NO
TUBE (AUGER) SPOON RECOVERY
V
HI
DENISON PISTON PITCHER ROCK COFE
RELATIVE DENSITY OF GRANULAR SOILS
(MAJOR PORTION RETAINED ON Nq.200 SIEVE)
DESCRIPTIVE TERM
VERY LOOSE
LOOSE
MEDIUM DENSE
DENSE
VERY DENSE
RELATIVE DENSITY, %
LESS THAN 15 %.
15 TO35
35 TO 65
85 TO 85
GREATER THAN 85
WATER LEVELS
,SL - GROUNDWATER LEVEL AFTER 24 HOURS (UNLESS OTHERWISE HoltDI
,L - DEPTH GROUNDWATER FIRST ENCOUNTERED DURING DRILLING
TERMS DESCRIBING SOIL STRUCTURE
FISSURED: CONTAINING SHRINKAGE CRACKS,
FEQUELY FILLED WITH E SAD OR
S US MORE OR LE VERT
INTERBEDDED: COMPOSED OF ALTERNATE LAYERS OF
DIFFERENT 50K. TYPES,
LAMINATE
COMPOSED AND TEXTURTHIN LAYERS OF VARYING
SLICKENSIDED: HAVING INCLINED PLANES OF
W H T ARE SLICK AND GLOSSY
NOTE: CLAYS POSSESSING SLICKENSIDED OR
FISSURED STRUCTURE MAY EXIBIT LOWER
UNCONFINED ABOVE. CONS OF SUCH SOIL 1 3 ED
STRENGTH ALONGNWI 1 OCKETNED
PENETROMETER RESULTS.
SOUTHWESTERN LAPORATORIES
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1