Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-88-1169 - 9/22/1988
WHEREAS, the City of Round Rock has duly advertised for bids to construct a 16" waterline for the Crosstown waterline project, and WHEREAS, Bay Maintenance has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Bay Maintenance and to authorize the above - described improvements, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Bay Maintenance is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Bay Maintenance to lay a 16" waterline for the Crosstown waterline project. dal RESOLVED this day of September, 1988. ATTEST: C32RES16WAT LAND, City Secretary RESOLUTION NO. / MIKE ROBINSON, Mayor City of Round Rock, Texas September 20, 1988 Mr. James R. Nuse, P.E. Director of Public Works City of Round Rock 300 S. Blair Street Round Rock, texas 78664 RE: 1986 C.I.P. - Water System Improvements Engineer's Letter of Recommendation Dear Jim: Bids were opened at 10:00 A.M., Tuesday, September 13, 1988, for construction of the 1986 C.I.P. - Water System Improvements. A total of twelve (12) bids were received, the lowest bidder being Bay Maintenance Company, Inc. of Marble Falls, Texas in the amount of $429,728.50. A complete bid tabulation is enclosed for your review. Bay Maintenance has completed many water and wastewater projects in the area for the City of Round Rock, Williamson County and several other entities. Based on this past experience record and submission of the lowest and best bid, we recommend award of this contract to Bay Maintenance Company, Inc. in the bid amount of $429,728.50. If you should have any questions or comments, please feel free to call. Sincerely, HAY KALLMAN & GRAY, INC. . Wi11ia aeltz Project Manager AWW /lm enclosure cc: Steven D. Kallman, P.E., R.P.S.; Haynie Kallman & Gray, Inc. James Domel; Haynie Kallman & Gray, Inc. 8103 -1583 Haynie Kallman&&Gray, Inc. Consulting Engineers 12303 Technology Blvd , Suite) Austin,Texas 78727 (512) 250 -8611 Gwl Engineering Consultants Municipal Engmeenng Land Planning Surveying 027 09/14/88 ' PROJECT: 1986 CIP - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103 - 1583 - 20 FILE ND: 10:BbRRCIPW BID DATE: SEPTEMBER 13, 1988 8 10:00 A.M. PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS HAYNIE 001100N & GRAY, INC. PAGE 1 1 2 3 Bay Maintenance ICA /ICM International Rueter Construction = = ITEM UNIT UNIT UNIT N0. DESCRIPTION UNIT WAN. PRICE AMOUNT PRICE AMOUNT � -- PRICE - -Y -- AMOU I.H. WATER LINE 1 . 16' Mater Line . L.F. 8,080 $27.50 $222,200.00 $32.00 $258,560.00 $31.75 $256,540.00 2 . Cas Butterfly w/box & cover Ea. 15.42 $2,500.00 $38,550.00 82,300.00 $35,466.00 $2,000.00 830,840.00 3 . N ett onnn tionings 4 .Wet Connection it Ea. 1 8300.00 $300.00 $800.00 (800.00 8600.00 8600.00 5 . Wet Connection ilA Ea. 1 $150.00 $150.00 $1,500.00 $1,500.00 $600.00 8600.00 6 . Wet Connection 12 Ea. 1 $200.00 $200.00 $1,000.00 $1,000.00 $600.00 $600.00 7 . Wet Connection 13 Ea. 1 $185.00 $185.00 $3,000.00 $3,000.00 $2,000.00 12,000.00 B . Wet Connection 14 Ea. 1 $200.00 $200.00 $2,200.00 $2,200.00 $1,000.00 $1,000.00 9 . Concrete Retards Ea. 10 $100.00 $1,000.00 $100.00 $1,000.00 8600.00 $6,000.00 10 . 5 -1/4' Fire Hydrant w /valve Ea. 10 $900.00 $9,000.00 $1,200.00 $12,000.00 $1,100.00 $11,000.00 11 . 5 -1 /4' Flushing Valve w /fittings Ea. 1 $850.00 $850.00 $1,100.00 81,100.00 1900.00 $900.00 12 . 2' Automatic Air Release Valve Ea. 5 $850.00 $4,250.00 $1,500.00 $7,500.00 $870.00 $4,350.00 13 . 4' Automatic Air Release Valve Ea. 1 $1,600.00 81,600.00 $2,700.00 $2,700.00 $1,900.00 $1,900.00 14 . Open Cut & Asphalt Restoration L.F. 299 $12.00 $3,588.00 $15.00 $4,485.00 $16.00 $4,784.00 15 . Open Cut & Gravel Drive Restor. L.F. 55 $5.00 $275.00 $6.00 $330.00 810.00 $550.00 16 . Open Cut & Conc. Sidewalk Restor.`.F. 755 $20.00 $1,50 $15.00 $1,12 120.00 11,500.00 17 . Concrete Cap lB . Highway Bore & 24' Encasement L.F. 290 (185.00 $53,650.00 f106.00 (30,740.00 ' $160.00 $46,400.00 19 . Concrete Encasement L.F. 245 $30.00 $7,350.00 $15.00 $3,675.00 $30.00 17,350.00 20 . Fence Repair Ea. 2 $100.00 8200.00 $200.00 $400.00 $200.00 $400.00 21 . 2' Pipe bate Ea. 2 8200.00 $400.00 $400.00 $800.00 $200.00 $400.00 22 . Open Cut & Restor. Mbank Drive L.S. 1 81,500.00 $1,500.00 86,200.00 $6,200.00 $5,200.00 85,200.00 23 . 12' Mater Line L.F. 46 $23.00 81,058.00 $30.00 $1,380.00 $20.00 $920.00 24 . Temporary Fence L.F. 100 $2.50 1250.00 $2.00 8200.00 $8.00 $800.00 25 . Remove & Replace Fence L.F. 116 $3.00 $348.00 $8.00 $928.00 $10.00 81,160.00 26 . Revegetation L.S. 1 $9,500.00 19,500.00 $3,500.00 83,500.00 $4,500.00 14,500.00 27 . B' Water Line L.F. 205 $22.00 $4,510.00 $15.00 $3,075.00 $14.55 $2,982.75 2B . 8' Gate Valve , Ea. 3 $400.00 61,200.00 $600.00 $1,800.00 1450.00 $1,350.00 29 . Trench Excavation Protection L.F. 8,041 $2.00 $16,082.00 $0.75 $6,030.75 $1.00 18,041.00 ,000.00 ,000.00 30 . Cut In 12' 2.Telvo on Exist. ML Ea. 1 4400.00 $400.00 $2,100.00 $2,100.00 fl 1475.00 f1 $475.00 31 1 . Cut In 12x12 Tee on Exist. . W ML Ea. 1 000.00 32 . 16112 Tapping Sleeve & 12' Valve Ea. 1 $1,850.00 ,650.00 $1,850.00 850.00 $2,400.00 400.00 $2,400.00 400.00 f2, 000.00 f2, 000.00 33 . 12' bate Valve m /box & cover Ea. 1 34 . Fire Hydrant Barrel Extensions V.F. 24 $200.00 $4,800.00 $150.00 13,600.00 8100.00 $2,400.00 Subtotal I.H. -35 Water Line 1410,881.00 8428,782.75 $434,024.75 KOURI WATER LINE 35 . 12' Water Line L.F. 706 $20.00 $14,120.00 $25.00 $17,650.00 $22.00 115,532.00 36 . Net Connections Ea. 2 $250.00 $500.00 $800.00 11,600.00 $500.00 $1,000.00 37 . 8' Gate Valve w /box 1 cover Ea. 1 $400.00 $400.00 $600.00 $600.00 1450.00 $450.00 09/14/88 PROJECT: 1986 CIP - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103 - 1583 -20 FILE NO: 10:86RRCIPW BID DATE: SEPTEMBER 13, 1980 8 10:00 A.M. PROJECT LOCATION: ROUND ROCK, WILLIAM50N COUNTY, TEXAS ITEM NO. DESCRIPTION UNIT DUAN. - __ 38 . Cast Iron Fittings __Tn. 0.445 39 . Concrete Cap L.F. 10 40 . Revegetation L.S. 1 41 . Trench Excavation Protection L.F. 706 Subtotal Kouri Water Line HAYNIE KALLMAN 6 BRAY, INC. Bay Maintenance sx:zzz:- xxs:znxxxzzxxxzz $2,500.00 81,112.50 $20.00 $200.00 $750.00 $750.00 $2.50 $1,765.00 $18,847.50 cs:xxxzzx::: TOTAL PROJECT COST - (I.H.-35 /K000I WATER LINES):: : :: : $429,725.50 xxxz:xx:sxxxz 2 3 1CA /ICM lnternationaL- Rueter Construction sxzzz::xxxz xr:xxxx:z :x: xxxz UNIT UNIT UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT $2,200.00 $15.00 $1,000.00 $0.75 $919.00 $2,000.00 $150.00 $20.00 $1,000.00 $500.00 $529.50 $1.25 $22,508.50 sxxxx:xx $451,291.25 uzxx ::zxzxzz PAGE 2 $890.00 $200.00 $500.00 0882.50 $19,454.50 $453,479.25 x. x: 09/14/88 PROJECT: 1986 CIP - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK. JOB NUMBER: 103-1583 -20 FILE N0: 10:86RRCIPW 810 DATE: SEPTEMBER 13, 1988 a 10:00 A.M. PROJECT LOCATION: ROUND ROCK, WILLIAM50N COUNTY, TEX ITEM N0. DESCRIPTION HAYNIE 001180 1 GRAY, INC. PAGE 3 4 5 6 Robert Hurst Company Austin Engineering. Redd:co Construction xz xxzssxxxzxzxxszxxxxzzzzx -------- UNIT UNIT UNIT UNIT DUAN. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT • 1.H. -35 WATER LINE 1 . 16' Water Line L.F. 8,080 $31.50 $254,520.00 $39.00 $315,120.00 $36.35 $293,708.00 2 . 16' Buly in gsz k cover Tn. 15.42 $2,000.00 $30,840.00 $1,800.00 $19,800.00 $2,205.00 124,255.00 $0.00 $0.00 $1,510.00 $23,284.20 3 . Cast Iron Fittings 4 .Net Connection it Ea. 1 $800.00 (800.00 $800.00 1000.00 81,920.00 $1,920.00 5 . Wet Connection 81A Ea. 1 $1,000.00 $1,000.00 $600.00 1600.60 $905.00 $905.00 6 . Net Connection 82 Ea. 1 $1,000.00 $1,000.00 $400.00 $400.00 $905.00 $905.00 7 . Wet Connection 83 Ea. 1 $1,000.00 11,000.00 $500.00 1500.00 $875.00 $875.00 8 . Net Connection $4 Ea. 1 $1,000.00 $1,000.00 $600.00 $600.00 $875.00 $875.00 9 . Concrete Retards Ea. 10 $700.00 $7,000.00 $400.00 $4,000.00 1125.00 11,250.00 10 . 5 -114' Fire Hydrant w /valve Ea. 10 $1,300.00 113,000.00 11,800.00 $18,000.00 $1,105.00 $11,050.00 11 . 5 -1/4' Flushing Valve w /fittings Ea. 1 $1,100.00 $1,100.00 $2,000.00 $2,000.00 $952.00 $952.00 12 . 2' Automatic Air Release Valve Ea. 5 $1,200.00 $6,000.00 11,100.00 $5,500.00 $960.00 $4,800.00 13 . 4' Automatic Air Release Valve Ea. 1 $3,300.00 $3,300.00 $2,400.00 $2,400.00 $1,775.00 11,775.00 14 . Open Cut & Asphalt Restoration L.F. 299 $25.00 $7,475.00 $10.00 $2,990.00 $25.00 $7,475.00 15 . Open Cut 1 Gravel Drive Restor. L.F. 55 $5.00 $275.00 $3.00 $165.00 15.10 $280.50 16 . Open Cut 1 Cont. Sidewalk Restor.L.F. 75 $10.00 f1 $750.00 $18.00 $1 ,080.00 ,350. $10.00 $750.00 17 . Concrete Cap 40,890.00 18 . Highway Bore $ e Encasement L.F. 245 $ $20.00 $ $4,900.00 $ $24.00 $ 15,880.00 $ $18,00 $ $4,410.00 19 . Concrete Encasemmenn t 20 . Fence Repair Ea. 2 $100.00 $200.00 $100.00 (200.00 (112.00 $224.00 21 . 2' Pipe Gate Ea. 2 $250.00 $500.00 1300.00 $600.00 1560.00 $1,120.00 12,320.00 22 . Open Cut 4 Restor. Mbank Drive L.S. 1 $8,000.00 000.00 $8,000.00 $800.00 800.00 f1 $ f12, 320.00 , $ 12,320.00 23 . 12' Water Line L.F. 46 ' 24 . Temporary Fence L.F. 100 $5.00 $500.00 $6.00 $600.00 15:60 $560.00 25 . Remove 1 Replace Fence L.F. 116 $5.00 1500.00 $10.00 $1,160.00 $6.75 $783.00 26 . Revegetation L.S. 1 $8,400.00 $8,400.00 $2,000.00 $2,000.00 $5,825.00 $5,825.00 27 . B' Water Line L.F. 205 $19.00 $3,895.00 $26.00 $5,330.00 013.60 $2,788.00 "28 . 8' Late Valve Ea. 3 1410.00 81,230.00 1540.00 $1,620.00 $516.00 $1,548.00 29 . Trench Excavation Protection L.F. 8,041 00.50 $4,020.50 11.00 $8,041.00 $1.15 $9,247.15 30 . Cut In 12' 6.Valve on Exist. NL Ea. 1 $2,140.00 $2,140.00 $1,800.00 11,800.00 $1,700.00 $1,700.00 31 . Cut In 12x12 Tee on Exist. NL Ea. 1 $1,800.00 $1,800.00 $1,200.00 $1,200.00 $1,266.00 $1,266.00 32 . 16x12 Tapping Sleeve 1 12' Valve Ea., 1 12,150.00 $2,150.00 $2,000.00 $2,000.00 $2,230.00 12,230.00 33 . 12' Gate Valve w /box & cover Ea. 1 $760.00 $760.00 $1,100.00 $1,100.00 1810.00 $810.00 34 . Fire Hydrant Barrel Extensions V.F. 24 $50.00 $1,200.00 $0.00 $0.00 $21.00 $504.00 Subtotal I.H. -35 Water Line $440,406.50 $456,830.00 8462,868.85 KOURI WATER LINE 35 . 12' Water Line L.F. 706 121.00 $14,826.00 $29.00 $20,474.00 $25.50 $18,003.00 36 . Net Connections Ea. 2 1800.00 $1,600.00 $500.00 $1,000.00 $840.00 $1,680.00 37 . 8' Gate Valve w /box & cover Ea. 1 $410.00 $410.00 $540.00 $540.00 $520.00 $520.00 09/14/BB PROJECT: 1986 CIP - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103- 15E3 -20 FILE N0: 10:86RRCIPW BID DATE: SEPTEMBER 13, 1980 8 10:00 A.M. PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEX HAYNIE KALLMAN 6 GRAY, INC. PAGE 4 4 5 6 Robert Hurst Company Austin Engineering. • Reddico Construction xzzxxzxxzzxxxxxzzxzzz z-- z- -- --xxsxmmxxzxz- -xxxzx s zxx ITEM UNIT UNIT UNIT N0. DESCRIPTION UNIT WAN. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 3B . Cast Iron Fittings - + Tn. - 0.445 $1,800.00 $801.00 $0.00 $0.00 $1,360.00 8605.20 39 . Concrete Cap L.F. 10 $20.00 $200.00 $12.00 $120.00 $10.00 $100.00 40 . Revegetation L.S. 1 $000.00 $800.00 $200.00 $200.00 $675.00 $675.00 41 . Trench Excavation Protection L.F. 706 $0.50 - --- $353 $1.00 - -_ $706.00 $1.15 $811.40 Subtotal Kouri Water Line $18,990.00 x $23x,040_00x $22,395.10 mmmmm $459 396.50 mmmmm $485,263.95 TOTAL PROJECT COST - II.H.-35lKOUR1 WATER LINES) szzzzxxsxzzxz sxxzzz- zzzszz :xxxxxx 09/14/88 PROJECT: 1986 CIP - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103-1583 - 20 FILE NO: 10:86RRCIPW BID DATE: SEPTEMBER 13, 1988 B 10:00 A.N. PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEX ITEM NO, DESCRIPTION UNIT ROAN. I.H. -35 WATER LINE 1 . 16' Water Line L.F. 2 . 16' Butterfly w /box 6 cover Ea. 3 . Cast Iron Fittings Tn. 4 . Wet Connection $1 Ea. 5 • Wet Connection CA Ea. 6 . Wet Connection $2 Ea. 7 . Wet Connection $3 Ea. 8". Net Connection $4 Ea. 9 . Concrete Retards Ea. 10 . 5 -1/4' Fire Hydrant w /valve Ea. 11 . 5-1/4' Flushing Valve w /fittings Ea. 12 . 2' Automatic Air Release Valve Ea. 13 . 4' Automatic Air Release Valve Ea. 14 . Open Cut & Asphalt Restoration L.F. 15 . Open Cut 1 Gravel Drive Rester. L.F. 16 . Open Cut & Conc. Sidewalk Restor.L.F. L.F. L.F. Ea. Ea. L .S. L.F. L.F. L.F. L.S. L.F. Ea: 17 . Concrete Cap 18 . Highway Bore It 24' Encasement 19 . Concrete Encasement 20 . Fence Repair 21 . 2' Pipe bate 22 . Open Cut 0 Restor. Mbank Drive 23 . 12' Water Line 24 . Temporary Fence 25 . Remove 6 Replace Fence 26 . Revegetation 27 . 8' Water Line 2B . 8' Sate Valve 29 . Trench Excavation Protection L.F. 30 . Cut In 12' 6.Valve on Exist. WL Ea. 31 . Cut In 12x12 Tee on Exist. WL Ea. 32 . 16x12 Tapping Sleeve & 12' Valve Ea. 33 . 12' Sate Valve w /box k cover Ea. 34 . Fire Hydrant Barrel Extensions V.F. Subtotal I.N. -35 Water Line KOURI WATER LINE 35 . 12' Water Line 36 . Wet Connections 37 . 8' Site Valve w /box i cover L.F. Ea. Ea. 8,080 11 15.42 1 1 1 1 1 HAYNIE KALLMAN & BAY, INC. PAGE 5 7 8 9 Sarney Companies Haegelin Construction, McLean Construction e �r_eexr_= nozesewww== r- :eeswww= ==== :e UNIT UNIT UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT $34.50 $278,760.00 $2,500.00 $27,500.00 $2,500.00 $38,550.00 $800.00 $800.00 $1,000.00 $1,000.00 $800.00 $800.00 $800.00 $800.00 $800.00 $800.00 10 8280.00 $2,800.00 10 $1,400.00 $14,000.00 1 $1,200.00 $1,200.00 5 $1,300.00 $6,500.00 1 $2,500.00 $2,500.00 299 $17.00 15,083.00 55 $5.00 $275.00 36 $20.00 $720.00 75 $12.00 $900.00 290 $160.00 846,400.00 245 $20.00 $4,900.00 2 $200.00 8400.00 2 $300.00 $600.00 1 $7,700.00 $7,700.00 46 830.00 $1,380.00 100 $2.00 $200.00 116 $6.00 $696.00 1 $3,000.00 $3,000.00 205 $25.00 $5,125.00 3 • $500.00 $1,500.00 8,041 $0.20 $1,608.20 1 $2,000.00 $2,000.00 1 $1,500.00 $1,500.00 1 $2,800.00 $2,800.00 1 $800.00 $800.00 24 $50.00 $1,200.00 $464,797.20 706 $25.00 $17,650.00 2 $800.00 $1,600.00 1 8500.00 $500.00 $32.55 $263,004.00 $31.70 0256,136.00 $2,500.00 $27,500.00 6,800.00 $30,800.00 $2,300.00 $35,466.00 $2,600.00 $40,092.00 $750.00 $750.00 $300.00 $300.00 $750.00 $750.00 $350.00 $350.00 $750.00 $750.00 $350.00 $350.00 $1,000.00 $1,000.00 $1,400.00 $1,400.00 $1,000.00 $1,000.00 $1,400.00 $1,400.00 $375.00 $3,750.00 $300.00 $3,000.00 $1,500.00 $15,000.00 $1,300.00 $13,000.00 $1,800.00 $1,800.00 $950.00 1950.00 $1,000.00 $5,000.00 $1,170.00 05,850.00 $2,000.00 $2,000.00 $2,400.00 $2,400.00 $12.50 $3,737.50 $12.50 $3,737.50 $6.00 $330.00 $6.40 $352.00 $20.00 $720.00 $13.00 8468.00 $15.00 $1,125.00 $8.50 1637.50 $165.00 $47,850.00 $150.00 $43,500.00 $30.00 $7,350.00 $13.50 6,307.50 $400.00 $800.00 $100.00 $200.00 $350.00 $700.00 $300.00 1600.00 $7,500.00 $7,500.00 $16,100.00 $16,100.00 $28.00 $1,280.00 $26.20 $1,205.20 $1.00 $100.00 110.00 $1,000.00 08.00 $928.00 $12.00 $1,392.00 $10,000.00 810,000.00 $5,000.00 $5,000.00 $22.00 $4,510.00 121.00 $4,305.00 $450.00 $1,350.00 $450.00 $1,350.00 $1.50 $12,061.50 $3.00 $24,123.00 $1,500.00 $1,500.00 $1,250.00 $1,250.00 $750.00 $750.00 600.00 $800.00 $2,000.00 $2,000.00 $1,850.00 $1,850.00 $950.00 $950.00 $800.00 $800.00 $150.00 $3,600.00 $200.00 $4,000.00 $466,920.00 $25.00 $17,650.00 $600.00 $1,200.00 $450.00 $450.00 $472,805.70 $26.20 $18,497.20 8300.00 $600.00 $450.00 $450.00 09/14/88 PROJECT: 1986 CIP - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103 - 1583 -20 FILE NO: 10:86RRCIPW BID DATE: SEPTEMBER 13, 1988 8 10:00 A.M. PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEX HAYNIE KALLMAN h BRAY, INC. 7 8 9 Barney Companies Haegelin Construction McLean Construction PAGE 6 ITEM UNIT UNIT UNIT N0. DESCRIPTION UNIT MAN. PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 38 . Cast Iron Fittings --- -- Tn. 0.445 12,500.00 $1,112.50 $2,300.00 $1,023.50 $2,300.00 11,023.50 39 . Concrete Cap L.F. 10 $10.00 $100.00 $15.00 1150.00 $8.50 $85.00 40 . Revegetation L.S. 1 1400.00 $400.00 $1,000.00 11,000.00 $400.00 $400.00 41 . Trench Excavation Protection L.F. 706 $0.10 $70.60 $1.00 $706.00 -- 13.00 - $2,118_00 Subtotal Kouri Water Line $21,433.10 $22,179.50 $23,173.70 sxs=zr=xx ::sx sxxzxxcx=xxzx :xxxxsxxxxxx TOTAL PROJECT COST - 11.H.-35 /KOURI WATER LINES) =86,230.30 = $489,099.50 == 9 $495,979.40 • 09/14/88 ' PROJECT: 1986 CIP - WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103-1583 -20 FILE N0: 10:86RRCIPW 1ID DATE: SEPTEMBER 13, 1988 8 10:00 A.M. PROJECT LOCATION: ROUND ROCK, WILLIAM50N COUNTY, TE1 ITEM N0. DESCRIPTION I.N. -35 WATER LINE 1 . 16' Mater Line . L.F. 2 . 16' Butterfly who & cover Ea. 3 . Cast Iron Fittings Tn. 4 . Wet Connection $1 Ea. 5 . Wet Connection $18 Ea. 6 . Net Connection 82 Ea. 7 . Met Connection 13 Ea. 8 . Net Connection 44 Ea. 9 . Concrete Retards Ea. 10 . 5-1/4' Fire Hydrant w /valve Ea. 11 . 5-1/4' Flushing Valve w /fittings Ea. 12 . 2' Autocratic Air Release Valve Ea. 13 . 4' Autocratic Air Release Valve Ea. 14 . Open Cut & Asphalt Restoration L.F. 15 . Open Cut & Gravel Drive Rester. L.F. 16 . Open Cut & Conc. Sidewalk Restor.L.F. 17 . Concrete Cap L.F. 18 . Highway Bore & 24' Encasement L.F. 19 . Concrete Encasement L.F. 20 . Fence Repair Ea. 21 . 2' Pipe Gate Ea. 22 . Open Cut & Rester. Blank Drive L.S. 23 . 12' Mater Line L.F. 24 . Temporary Fence L.F. 25 . Remove & Replace Fence L.F. 26 . Revegetation L.S. 27 . 8' Water Line L.F. - 28 . 8• Gate Valve Ea. 29 . Trench Excavation Protection L.F. 30 . Cut In 12' 6.Valve on Exist. WL Ea. 31 . Cut In 12x12 Tee on Exist. ML Ea. 32 . 16x12 Tapping Sleeve & 12' Valve Ea. 33 . 12' Gate Valve w /box & cover Ea.' 34 . Fire Hydrant Barrel Extensions V.F. Subtotal I.H. -35 Water Line KOURI WATER LINE 35 . 12' Mater Line 36 . Wet Connections 37 . 8' Sate Valve w /box & cover UNIT WAN L.F. Ea. Ea. HAYNIE KALLMAN 6 BRAY, INC. 10 11 12 Pat Union Excavating Triple 'V' Construction Parker & Rogers = = = = =S051T UNIT UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PAGE 7 8,000 $36.63 $295,970.40 $40.00 $323,200.00 $40.00 $323,200.00 11 $2,300.00 $25,300.00 $1,900.00 $20,900.00 $2,800.00 $30,800.00 15.42 $3,000.00 $46,260.00 $2,100.00 $32,382.00 $2,500.00 $38,550.00 1 8500.00 $500.00 600.00 $800.00. $300.00 $300.00 1 $500.00 $500.00 $500.00 $500.00 $800.00 *800.00 1 $500.00 $500.00 $500.00 $500.00 $400.00 $400.00 1 $1,000.00 $1,000.00 $900.00 $900.00 $1,200.00 $1,200.00 1 $1,000.00 $1,000.00 $900.00 $900.00 $1,000.00 81,000.00 10 $200.00 $2,000.00 $150.00 $1,500.00 $250.00 $2,500.00 10 $1 8900,00 10 $ $ 1900.00 $1,500.00 $1,500.00 $1,500.00 I $1,500.00 5 11,500.00 $7,500.00 $1,100.00 $5,500.00 $1,600.00 88,000.00 1 $2,500.00 $2,500.00 $2,300.00 $2,300.00 $2,800.00 82,800.00 299 55 $25.00 83.00 f7 8165.00 83.00 $1 16 $165.00 $10.00 $550.00 36 $15.00 $540.00 $7.00 $252.00 $15.00 $540.00 75 $15.00 81,125.00 $10.00 $750.00 $15.00 11,125.00 290 $150.00 143,500.00 $160.00 $46,400.00 • $175.00 150,750.00 245 $20.00 $4,900.00 $20.00 $4,900.00 830.00 $7,350.00 2 $100.00 $200.00 $250.00 $500.00 $500.00 $1,000.00 2 $500.00 $1,000.00 $600.00 $1,200.00 $1,000.00 82,000.00 1 $2,500.00 $2,500.00 $5,500.00 $5,500.00 $7,000.00 $7,000.00 46 $30.00 $1,380.00 $35.00 $1,610.00 $40.00 $1,840.00 100 $3.00 $300.00 $1.00 $100.00 85.00 $500.00 116 $5.00 $580.00 $6.00 $696.00 18.00 8920.00 1 $5,500.00 $5,500.00 $5,000.00 $5,000.00 $10,000.00 810,000.00 205 $450.00 $1,350.00 $550.00 $1,650.00 $350.00 $1,050.00 8,041 $850.00 fib 8850.00 $2,000.00 12,000.00 81,500.00 $1,500.00 1 8500.00 $500.00 $1,500.00 $1,500.00 $900.00 $900.00 1 $2,000.00 $2,000.00 $2,700.00 $2,700.00 $3,200.00 200.00 $3,200.00 1 8850.00 1850.00 81,000.00 11,000.00 24 $150.00 $3,600.00 $75.00 11,800.00 $250.00 $6,000.00 1493,452.40 $497,496.00 $541,794.00 706 $500.00 $ $ $14 $1,0 D 00 $500.00 $1 000.00 $300.00 2 *600.00 1 $450.00 $450.00 $550.00 $550.00 $550.00 $550.00 09/14/88 PROJECT: 1986 LIP — WATER SYSTEM IMPROVEMENTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103-1583 - 20 FILE N0: 10:86RACIPM BID DATE: SEPTEMBER 13, 1989 B 10:00 R.M. PROJECT LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEI ITEM N0. DESCRIPTION UNIT OUAN. 38 . Cast Iron Fittings Tn. 0.445 39 . Concrete Cap L.F. 10 40 • Revegetation L.S. 1 41 . Trench Excavation Protection L.F. 706 Subtotal Kouri Water Line TOTAL PROJECT COST - 11.H.- 35 /KOURI WATER LINES) HAYNIE 0011800 A GRAY, INC. 10 Pat Canion Excavating UNIT PRICE AMOUNT $3,000.00 $1,335.00 $2,100.00 $934.50 $15.00 $150.00 $10.00 $100.00 $1,000.00 $1,000.00 $250.00 8250.00 $2.00 $1,412.00 $0.50 8353.00 $26,527.00 $27,191.50 :=�xx :n=zzx $519,979.40 szs=z===:z=s 11 12 Triple 'V' Construction Parker A Rogers = =zr= = ==s_r- _x: = = = =:_ _ -- =:=o == = UNIT UNIT PRICE AMOUNT PRICE AMOUNT 8524,687.50 1560,385.50 .1211===:tt:= $2,500.00 $1,112.50 $15.00 $150.00 $1,000.00 $1,000.00 $0.50 $353.00 818,591.50 PAGE 8 DATE: September 20, 1988 SUBJECT: Council Agenda, September 22, 1988 ITEM: 12F. Consider a resolution authorizing the Mayor to enter into a contract for a 16" water line. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: Enclosed please find bid tabs for the 16" cross town water line project. Bay Maintenance Company was the lowest and best bid at $429,728.50. The engineers estimate was $440,000. When completed, the City will have a direct water transmission feed between the water plant and McNeil Road Booster Pump Station. This feed will dramatically help our distribution during drought conditions. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Haynie Kallman & Gray, Inc. Consulting Engineers //6 9, CITY OF ROUND ROCK 1986 C.I.P. - WATER SYSTEM IMPROVEMENTS I.A. 35, 16" WATER LINE CONTRACT DOCUMENTS AND SPECIFICATIONS PROJECT NO. 103 -1583 Bids will be received at the Round Rock City Hall, 221 East Main Street, Round Rock, Texas, 78664, at 10:00 a.m., Tuesday, September 13, 1988. Specification No. ENGINEER: Haynie nand Engineers Inc. er; SEPTEMBER 8, 1988 ADDENDUM NO. 1 1986 C.I.P. - WATER SYSTEM IMPROVEMENTS I.H. 35, 16" WATER LINE Addendum No. 1 to the Plans, Specifications and Contract Documents for "1986 C.I.P. WATER LINE IMPROVEMENTS - I.H. 35, 16" WATER LINE" project for the City of Round Rock, Texas. 1. Technical Specifications - Page TS -6, Item 22 Butterfly Valves - Manual Operators, revise as follows: Butterfly Valves - Manual Operators: All manually operated butterfly valves shall be installed with a manual operator of the worm gear type, which are designed for 90° rotation. The operators shall be self - locking to prevent valve creep and flutter. The units shall be furnished with AWWA mechanical stops and shall conform to AWWA Specifications C504 -80. The worm gear. type operators shall be in accordance with AWWA Specification 150B. Worm gear operators shall be provided on all valves 12" and larger. 2. All Bidders shall acknowledge receipt of Addendum No. 1 on Sheet 2 of the Proposal. ADDENDUM NO. 1 - 1/1 12303 Technology Blvd . Suite.] Austin,Texas 78727 (512) 2508611 Civil Engineering Consultants Municipal Engineering land Planning Surveying 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEET BID BOND AGREEMENT PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS BASIS OF MEASUREMENT AND PAYMENT EXCAVATION, RESPONSIBILITY, TRENCH DESIGN, AND SHORING NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 1986 C.I.P. - WATER SYSTEM IMPROVEMENTS I.H. 35 WATER LINE Sealed bids, in envelopes addressed to The City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, will be received at the above mentioned address until 10:00 a.m., Tuesday, September 13, 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 1986 C.I.P. - Water System Improvements, I.H. 35, 16" water Line, located in Williamson County, Round Rock, Texas. Bids will be submitted in sealed envelopes for each Contract on the proposal furnished, and marked in the upper left hand corner "Bid for 1986 C.I.P. - Water System Improvments, IH 35, 16" Water Line, to be opened at 10:00 a.m., Tuesday, September 13, 1988." All proposals shall be accompanied by a cashier's certified check upon a national or state bank in the amount of five (5) percent of the total maximum bid price payable without recourse 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 of the successful bidder, will be returned within sixty (60) days. The successful bidder must furnish performance, payment, and maintenance bonds in the amount of the one hundred (100) percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or surities 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Plans, specifications and bidding documents may be secured from the office of the Engineer, Haynie Rallman & Gray, Inc., for a non - refundable fee of thirty -five dollars ($35.00) per set. Upon request, plans, specifications and bidding documents will be sent via bus or overnight delivery service (i.e., Federal Express, Airborne), at the requestor's expense. 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 form 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 improvements shall be completed within 140 calendar days after Notice to Proceed from the Owner. Advertised in the Austin American Statesman: Sunday, August 28, 1988 Sunday, September 4, 1988 Sunday, September 11, 1988 Advertised in the Round Rock Leader: Monday, August 29, 1988 Monday, September 5, 1988 Monday, September 12, 1988 Invoices should be sent to: City of Round Rock 300 S. Blair Round Rock, Texas 78664 ATTN: Mr. James R. Huse, P.E. Director Public Works Department Page 2 of 2 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: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: "BID FOR 1986 CIP - WATER SYSTEM IMPROVEMENTS, IB 35 16" WATER LINE, to be opened at 10:00 a.m., Tuesday, September 13, 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 time and place stated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and is filled with the Owner. DISOUALIFICATION 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 for future proposals. RETURN OF PROPOSAL GUARANTEES Within twenty -five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying each of the proposals as are not considered in making the award. All other proposal guarantees will be held until the Contract has been finally executed. They will then be returned to the respective bidders whose proposals they accompany. Page 1 of 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AWARD OF CONTRACT - RESERVATION OF RIGHTS Contracts, if awarded, will be awarded to responsible bidders whose proposals comply with all the requirements prescribed. Awards, if made, will be made within sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the lowest responsible bidder's proposal, and to waive any informality in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written contract with the Owner on the form of agreement provided. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful bidder refuses or fails to execute the Contract, the Owner may award the Contract to second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the Contract, the Owner may award the Contract to the third lowest responsible bidder. On the failure or refusal of such second and third lowest responsible bidder to execute the Contract, the work may be re- advertised. PROPOSAL GUARANTEE Each proposal shall be accompanied by a certified or cashier's check or bid bond in the amount of not less than 5% of the amount named in the proposal. Said check or bond shall be made payable to the owner and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter into said contract, the check or bond as the case may be, shall be forfeited to the Owner. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the Owner, which is bound herein, and is properly filled out and executed. PROPOSAL SIGNATURE If the proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by a firm it shall be signed with the co- partnership name by a member of the firm, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. 1 Page 2 of 3 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 Low 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 assumed that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make request for such information in writing to Engineer, prior to 72 -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, omissions form the Plans, Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued prior to seventy -two (72) hours of 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 prior to seventy -two (72) hours of the opening of bids. Page 3 of 3 1 1 1 1 1 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF 1986 CIP - WATER SYSTEM IMPROVEMENTS I.H. 35, 16" WATER LINE I The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that his proposal is made without collusion with any other person, form or corporation; that he has carefully examined the form of I contract, Notice to Contractors, inviting bids, conditions or classes of materials of the proposed work; and agrees that he will provide all the necessary labor, machinery tools, apparatus, and other items ' incidental to construction, and will do all the work and furnish all the materials called for in the contract and specification in the manner prescribed therein and according to the requirements of the I 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 1 serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit I 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 I performed at the unit prices set forth below except as provided for in the Specifications. 1 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 1 the time herein stated. The undersigned bidder agrees to commence work within ten (10) days 1 after written Notice to Proceed has been given. 1 1 Page 1 of 10 1 1 1 ACKNOWLEDGEMENT OF PAYMENT ITEMS I The undersigned acknowledges that the foregoing 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 I labor, material, and equipment to complete the project as outlined in the plans, specifications, and contract documents. 1 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 the after to Proceed complete the from the 1 Engineer. OWNER'S RIGHTS RESERVED 1 The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities of 1 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. 1 ADDENDA The undersigned acknowledges receipt of the following addenda: ' Addendum No. Dated 1 1 1 1 Page 2 of 10 1 1 1 $DBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: g,9 ✓ /.3 - 845 Name of Contractor Date 1 ���� � c1 /3 - Fe Executed by (Name) - u.IS' Date / 0,2 , box gd' 57.2 -598 Business Address Telephone Number 1 1/2 /eSF.s,/.e "1�1 1 City State Zip 1 1 1 1 1 1 1 1 Page 3 of 10 1 1 PROPOSAL BIDDING SHEET CONTRACT: 1986 CIP - Water System Improvements JOB NAME: I.H. 35, 16" Water Line ' JOB LOCATION: Round Rock, Williamson County, Texas ' OWNER: City of Round Rock Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to I Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as I provided by the attached supplemental specifications, and as shown on the plans for the construction of 1986 CIP Water System Improvements -IH 35, 16" Water Line, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following ' prices, to wit: Bid Item Description Unit ' ;tem Ougntity Unit and Written Unit Price Price 1 8080 L.F. 16" Water Line, complete in place per linear foot for rov 'rY S4s Dollars so a� ?�aoo`� and ,.. Cents $ 2 $ $aDool'J $ .P.7, COO °.= $ °a °` $ 3fi;sra 1 1 2 1 1 1 1 1 1 1 11 EA. 16" Butterfly Valve, including Box and Cover, Valve Marker Sign and Post, complete in place per each for 74.,o ih` -..a Dollars and do Cents 3 15.42 Ton Cast Iron Fittings, including Concrete Blocking, complete in place per ton for rwE"'r' FivE /S ?' ' Dollars and N. Cents Arnow 4 1 EA. Wet Connection #1, Tie -in to existing 16" Water Line at Station 7 +76, com- plete in place per each for 7 /,(' ,1°A.4° Dollars oo and Cents $ 30° — $ 3" Page 4 of 10 1 1 Sid Item Description Unit Item Quantity Unit and Written Unit Price Price Amoun 5 1 EA. Wet Connection #1A, Tie -in to existing 8" Water Line at Station 11 +97, complete in place per each for o.,,, h'v,,Awe '/ 77 Dollars 00 � and ."O Cents $ /� '' — $ /S•' — 6 1 EA. Wet Connection #2, Tie -in to existing 8" Water Line at approx. Station 19 +56, complete in place per each 1 1 1 1 1 1 1 1 10 1 1 1 1 1 for and wo he 0 NO Dollars Cents 1 7 1 EA. Wet Connection #3, Connection to existing 10" Water Line at Station 86 +96, including ' removal of existing 10" waterline, corn- plete in place per each for OrE #1/4,' " Eis, F" Dollars o� and N° Cents $ /SS r $ /85 8 1 EA. Wet Connection #4, Connection to existing 12" Water Line at Station 87 +50, including removal of existing waterline, complete in place per each _for Two r NNO c Dollars o� oo "O and Na Cents $ $ 9 10 EA. Concrete Retards, complete in place per each for and ONE' NNNO,PEO Page 5 of 10 Dollars no Cents $ loo $ $ / OOO — 10 EA. 5 -1/4" Fire Hydrant Assembly, including 6" Gate Valve, not including C.I. Tee, complete in place per each for /14,^'E f/ NoPSO Dollars and ,y Cents $ 9 2 nn $ 9vdo �� o Bid Item Ouantitv Unit for and Item Description and Written Unit Price 11 1 EA. 5 -1/4" Flushing Valve Assembly, including Fittings except C.I. Tee, complete in place per each y,,,,.ozEO FiFr>' Dollars Cents 12 5 EA. 2" Automatic Air and Vacuum Release Valve, including all Fittings, Piping, Vault, and Cover and Marker Sign with Post, complete .in place per each 4z50 ^ r ' for ^'v4-c4 /5`' Dollars oz and Cents $ 7.=5"'115 _ $ 13 1 EA. 4" Automatic Air and Vacuum Release Valve, including all Fittings, Piping, Vault, Cover and Marker Sign with Post, complete in place per each for Six - � ��^'nx Dollars � 60� ="11 �<> and �`'� Cents $ $ /Goo 14 299 L.F. Open Cut and restore Asphalt Paving, including Fittings, Piping, Vault, Cover and Marker Sign with Post, complete in place per linear foot for rwEF -" Dollars and �'' Cents $ 15 55 L.F. Open Cut and Restore Gravel Base Drive with 8" of Flexible Base, complete in place per linear foot for F / ✓E Dollars o0 and n. Cents $ s 16 36 L.F. Open Cut and Restore Concrete Sidewalk, complete in place per linear foot for B Dollars and Cents Page 6 of 10 Unit Price Amour 8s0 $ $ $ 27S" $ GO ,3c 1 1 aid Item Description Unit [tem Ouantitv gait and Written Unit Price Price Amount 11 17 75 L.F. Concrete Cap, complete in place per linear foot 1 1 1 1 1 1 1 1 1 1 1 1 for and for and for and for and for and for and Y II 18 290 L.F. Highway Bore and Encasement, including min. 24" steel casing, not including 16" water line, complete in place per linear foot 0..,� / .7`".o.e60 •7/'Hrx Fi ✓E Dollars o� (00 Cents $ 425 —' $ S3 cso ° — 19 245 L.F. Concrete Encasement, complete in place per linear foot nf,/ery 20" 2 EA. Fence Repair, complete in place per each for er /fv ocEO Dollars Ow and "',, Cents $ /oo- 21 2 EA. 2" Pipe Gate, complete in place per each for 1 h`"^ °' c,--0 Dollars and No Cents $ 22 1 L.S. Open Cut & Restore Asphalt Driveways @ MBank, including Asphalt, Drainage Struc- tures, Landscaping, Curb and all Appur- tenances, complete in place per lump sum F /Fr�E.✓ Ji' 'i .vOREO NO 23 46 L.F 12" Waterline, complete in place per linear foot 7 7i/A' No I 24 100 L.F. Temporary Fence, complete in place per linear foot �zvv 1 Page 7 of 10 1 Dollars oa Cents $ .V $ /.5100-e= Dollars Cents $ 3 °° $ 735 =' Dollars Cents Dollars Cents $ 73 °d $ ��ot• $ s�ov $ /SOo = $ /Soo $ /ose `b Dollars go • Om Cents $ a — $ 256 1 1 Bid Item Description Unit Ite Quantity Unit and Written Unit Price Price Amount I 25 116 L.F. Remove and replace existing fence, complete in place per linear foot for Dollars oa and �0 Cents $ -' $ 3y8 — 1 26 1 L.S. Revegetation, complete in place per lump sum for /v1 " ' /S Dollars and Cents $ %Scv $ 1 ' 27 1 I 28 3 EA. 8" Gate Valve, complete in place per each for Fo w.e Dollars and n'o Cents $ 1 29 8041 L.F. Trench Excavation Protection, complete in place per linear foot 1 1 1 1 1 1 1 205 L.F. 8" Water Line, complete in place per linear foot for TwE' ' ' Two Dollars v �_o and No Cents $ 9.9 $ ySi for and for and Tw 0 N0 f-o tR .I�vNOR6/J Page 8 of 10 Dollars oO Cents $ a — 1_30 1 EA. Cut in 12" Gate Valve on existing waterline, including Valve, Adaptors, Box & Cover, Valve Marker, Signpost, 1 and all Appurtenances, complete in place per each for N "^'e //v")ORO Dollars and Cents $ 31 1 EA. Cut in 12 "X12" Tee on existing Waterline including Tee, Adaptors and all Appur- tenances, complete in place per each Dollars Cents ..yea = $ ieo v yov $ /G, 0 8-7f-'="- vo $ 9 00 — ov $ yoo 92 $ '/oo — 1 1 1 1 1 1 1 1 1 1 1 Bid ;tem Quantity Unit for and for and 32 1 EA. 16 "X12" Tapping Sleeve and 12" Gate Valve including Box & Cover, Valve Marker and Signpost, complete in place per each 1 SUBTOTAL - I.H. 35 WATER LINE 1 Item Description and Written Unit Price for Fry Dollars and Cents $* / ?3 $ /g$- 33 1 EA. 12" Gate Valve, including Box & Cover, Valve Marker and Signpost, complete -place per each for 5:1x f/v vOREO � <� rr F. tE Dollars and NJ Cents 34 24 V.F. Fire Hydrant Barrel Extensions, complete in place per vertical foot j'wa /fw..o E f /Lo A,,P f/v. ✓OILED 1 Page 9 of 10 1 Unit Price Amour Dollars aDV=° Cents $ $ $ '0a, 89/ ROURI WATER LINE I 35 706 L.F. 12" Water Line, complete in place per linear foot ' for T %; Dollars oo and No Cents $ 2 O $ / 1 P - 24.- 36 2 EA. Wet Connections, complete in place per each for Tw /K^'aReO Larr Dollars .�S�� Soo` and ^'O Cents $ $ 37 1 EA. 8" Gate Valve, including Box & Cover, Valve Marker and Sign Post, complete in place per each Dollars �o Cents $ yoe $ 700 1 1 Bid Item Description I Unit ;tem Quantity Mail and Written Unit Price Price AmoUI 38 .445 TN. Cast Iron Fittings, including Concrete Blocking, complete in place per ton 1 for 1 F / o �`fy^ 6 Dollars $ aSov �� $ f //� $° and ' 39 10 L.F. Concrete Cap, complete in place per linear foot ' for T'�`�4-""/ Dollars °� o0 and / Cents $ a ' $ °O I 40 1 L.S. Revegetation, complete in place per lump sum 1 for '' /44.,,.°, o '5,c7 Dollars and oo $ �o ,A) Cents $ 7S� 7`s' " ' 41 706 L.F. Trench Excavation Protection, complete in place per linear foot for Th'O Dollars s-o °° ' and /=1, Cents $ 2 - " $ /765 1 1 SUBTOTAL - ROURI WATER LINE $ SW `a 1 1 1 TOTAL PROJECT COST - (I.0 35 WATER LINE & ROURI WATER LINE) $ f,79,7.7e= 1 1 1 Page 10 of 10 1 Companies KNOW ALL MEN BY THESE PRESENTS: That we BAY MAINTENktK.E. .�QM>?ANYr..- L]C, (Here insert the name and address or legal title of the Contractor) P•.- •A,- • -Bax.. 8859 ,- ••Horseshoe-Bay Marjale Falls, Texas 78654 , as Principal, (hereinafter called the "Principal "), and Fidel,ity .C.ampany , of Baltimore, Maryland, a corporation duly organized (Il ere i nver i t name o the S ure ty) under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety- ") are held and firmly bound unto CITY OF ROUND ROCK, TEXAS (Here insert the name and address or legal title of the Owner) FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE, MD. 21203 BID BOND _._.. ....._...__ .._.._.._......___......_.._.._ _ ........._......_.._.._.._...as Obligee, (hereinafter called the "Obligee "), in the sum of..Five...p.escent..,of... the... greatest ...amount..bid....._...Dollars ($.5.$... .GAB for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for - ____ _......._.._.. _...... 1nas..CSP..- . Water ...System ...Improvements IH 35 16" water line NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this lath day of September Witness C325 TX)— AnProved by The Amen kiln Institute of Architect.. A.1A. Document No. A.310 February 1970 Edition. 88 - .BAY...MA / NANCE. COMP ,_..IN.C.(SEAL) ncipal /� d I ••• ••'- A l itle ❑ FIDELITY AND DEPOSIT COMPANY OF MARYLAND ® FIDELITY AND DEPOSIT COMPANY Surety BY U' - n....�� •(SEAC) S us an As hwancler Title Attorney -in -Fact MOWN= I= IM NMI MINMEM INN Fidelity and Deposit Company OF MARYLAND Fidelity and Deposit Company HOME OFFICES: BALTIMORE BID BOND 0 PLEASE READ YOUR BOND FIDELITY AND DEPOSIT COMPANY OF MARYLAND F i iJ FIDELITY AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE. MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. Vice- President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in hill force and effect on the date hereof, do hereby nominate, ••'tine and a.. .tt Jack W. Davis, Perry Max, Raymon R. Dyer, Melba Butcher, Susan Ash w ' and Marangi, all of Garland, Texas EACH..... .... - ,� ate r,`3• deliver, for, and on its behalf as surety, e true an. agent an • Attorney -in act of each. to :eonta, - - and as its act and deed: any and all bonds a • • alerts_ _ ...EXCEPT bonds on behalf of Independent Executors, Community Su unity Guardians Companies executonn , su , • , nds or undertakings' as fully and amply, to all intents and purposes, as officers of the respective Companies at their This power of attorney revok dated, April 6, 1988. IN WITNESS WHEREOF, the said V' the Corporate Seals of the said FIDE this 10th 168 -2874 \ (t) By Assistant Secretary STATE OF MARYLAND CITY OF BALTIMORE On this l Oth day of May , A.D. 19 88 , before the eubscriber. • Notary Public of the State of Maryland, in end for the City of Baltimore, duly mmmiesioned and qualified, came the above•eamed Vice- Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMP � personally known to be the a individuals and officers desled herein and who executed the preceding instrument, and they the execution of the same, and being by me duly sworn, severally and each for himself deposer] and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding monument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officer. were duly affixed and subsai6ed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF. I have hereunto set toy band and affixed my fegthe t I Baltimore the day and year font above written. o /� 1 lt1dsy of Gtr 19 -88 resents, shall be as binding upon said Companies, executed and acknowledged by the regularly elected in their own proper persons. on behalf of Jack W. Davis, etal, t Secretaries have hereunto subecrbed their names and affixed MPANYOF MARYLAND and the FIDELITY AND»EPOSIT COMPANY o f_ Mav , A D 19.6S AND DEPOSIT COMP By My c ommission expites_Ju1v 1, 1990 CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is • full, true and correct copy, is in full face and effect on the date of this certificate: and I do further certify that the Vice- Presidents who executed the said Power of Attorney were Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at • meeting duly ceded and held on the 16th day of July, 1969 and of the Board of Director• of the FIDELTIY AND DEPOSIT COMPANY at • meeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made beredae or hereafter, whenever appearing upon • certified Dopy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same face and effect u though manually affixed." IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies. this Assistant Secretary YLAND ice- Presdent • Public • EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. 'The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior ' Vice- Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, remgmzances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Via - President. or any of the Senior Via - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Via - Presidents, Assistant Via - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." uatarxi -m. THE STATE OF TEXAS COUNTY OF AGREEMENT 5 S TH AG EM NT, made and entered into this / day of P� , 1988, A.D. by and between CITY OF ROUND ROCK, the ounty of Williamson, and the State of Texas, acting through its Mayor, thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and BAY MAINTENANCE COMPANY, INC. of the City of Horseshoe Bay, County of Llano and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the 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: 1986 CIP - WATER SYSTEM IMPROVEMENTS IH 35 - 16" WATER LINE Further described as the work covered by this specification consists of furnishing all labor, equipment, appliances, and materials, and performing all operations in connection with the excavation, installation of pipe lines and appurtenances, backfilling and compaction of trenches complete in accordance with the Plans, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, In accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE KALLMAN & GRAY, INC., 12303 -J Technology, Austin, Texas 78727, herein entitled the ENGINEER, each of which had been identified by the CONTRACTOR'S written proposal, the General Conditions of the Agreement, and the Performance, Payment and Maintenance Bonds hereof and collectively evidence and constitute the entire contract. Page 1 of 2 The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to complete the same within 140 calendar days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK Party of the First Part (OWNER) By: Mayor Mike Robinson BAY MAINTENANCE COMPANY, INC. Party of the Second Part (CONTRACTOR) By: �1� Allen Smith, Vice President ATTEST: (ThhJ following to be executed if the Contractor is a Corporation). I , / 4 2- 7 / , certify that I am the Secretary of the Corporation named as Contractor herein; that .(Le.✓ it4 , who signed this Contract on behalf of the Contractor was then Vre. / 21 e 51,4,0/ (official title) of said Corporation, that said Contract was duly signed for and on behalf of said Corporation by authority of its governing body, and is within the scope of its corporate powers. (Corporate Seal) Page 2 of 2 Signe { — , ,W + . vvli3 'x'i7S'Ff'.:a A�r�9r ar :? a � K #3•AN ,• _.., .a.:,waW. T�4daT t .{} J 7 ISSUE DATE MWDD Ftr y,. ;, :x • ,_,Lyc � ° 6 ' 1 1 10! 2 8 - 88 ...__ PRODUCER Davis Inc. P. 0. Box 461867 Garland, Texas 75046 CODE SUB -CODE 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 L A The Home Insurance Co. COMPANY B LETTER INSURED Bay Maintenance Co., Inc. Horseshoe Bay Box 8859 Marble Falls, Texas 78654 COMPANY Y C OM 0E E "Y D COMPANY E L ETT ER COVERAGES • ,-. tz al., . ;VSL• 4 I.iT ^ !il aY ... ,�!: ,.. } . 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 REOUIREMENT, 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. COT TYPE OF INSURANCE 1 POLICY NUMBER POLICY EFFECTIVE DATE (MM /DONY) POLICY EXPIRATION DATE (MM /DDNY) ALL LIMBS IN THOU LTRI GENERAL UABILITY k Xl COMMERCIAL GENERAL LIABILITY GLR9 096704 6 -15 -88 4 -11 -89 • GENERAL AGGREGATE $ 2, 0 0 0 PRODUCTS-COMP /OPS AGGREGATE 1 1,000 $ 1, 0 0 0 CLAIMS MADE LL— II OCCUR. PERSONAL 5 ADVERTISING INJURY OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $1,000 X, includes Contractual x includes ind. contractors FIRE DAMAGE (Any one tire) 1 50 MEDICAL EXPENSE (Any one person) $ 5 I AUTOMOBILE UABILITY A [X)ANYAUTO BAF158837 } ALL OWNED AUTOS ( SCHEDULED AUTOS I 6 -15 -88 4 -11 -89 COMBINED NG u LE I $ 1,000 BODILY INJURY (Per Person) $ I t• "t, fti�A � ., •, [ - N MIRED AUTOS 1• • NON-OWNED AUTOS — y I GARAGE LIABILITY II ---1-- _ 1_ t- BODILY 1 INJURY 1 1 P1 PR PROPERTY ' 1 DAMAGE'. EXCESS LIABILITY 1 - -• OTHER THAN UMBRELLA FORM - - • :'Y T A T) EACH AGGREGATE OCCURRENCE • STATUTORY . ' WORKER'S COMPENSATION IO AND 1 EMPLOYERS' LIABILITY } y ' y © (EACH ACCIDENT) © (DISEASE — PODGY LIMIT) 1 (DISEASE — EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/RESTRICTIONS /SPECIAL ITEMS '.0 ERTIFICATE,HOLDER ;,,^ p" �.. ` JL,Vrt,'i, ^ „ y 3 ;q { ' •`�r �'yL'�"' -° "� rn ' s ti,el;" } - ', ...SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE d) EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 5tilatpitfiekAt The City of Round Rock 221 East Main Street MAIL _ten DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Round Rock, Texas 78664 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 253(3 /88)^ `'PlZ.',z,:, ; "`'. -x'i - ' ''4'::k `, . # . q "fits.., " ,* •a • ';°(/. i;:47,4 ;It - 1 cORP.ORATION.19U iy9a d b�rerce 1. 841 n Number Da on l (Date 1AOt ) • `Unless otterwtsa wimt.d, This parley 801008 fell ...mile ender Me kwken Cmw...aaa 10 , d ao stales (except ststea where 01001805 be mari0ed ady M State F url ua d Can end a. desmlalnd N Ma p008 en0 entlaeenents AxPan 1 a:m*.a. Lb80M4 * Nbken Cammmahn 161R- 0f1— f19Fi4F9 11 -1 —R7 11 -1 —RR Labi ly Lints In Thousands (COO Droned) Cupp 8e Gererel UedrM spesw002,00-0800 or lbWemark (sa0 l II c. ) Cmo-acttel - Al Written Gammas ( Prods oIs - Co,0olelod Operators ( —' ) bladed ) Included ( ) antra a ( ) Excluded Body Wry - Earth 000808058 - Aggregate S S Pmpeny Dana- EaMOramam - Aggregate S $ Sapla UM -Em, Dcomence - Aggregate - S S Owners.: Land bob and Tenants Loh98y BodN bury - Each anmance $ Progeny Dame - Each anmo,re - A99159ate S S 00,ere & Contradoa Protealne Awesale S cad, ocaerenae S Auto LaabnM ( ) All owned Antos ( ) sp.A.1 Attoa ONy ( ) three Autos ( ) Na,9med Autos • Seigle umm FSh Pendant S Badly 'WY Each ' S Ead,Aeedat S ROOMY Omega Eash A ceded Liability Eu3tOnmerce S Aggregate Products - Corep1eted Cperah e S aetenion • $ _It Ip1JJin■{lUL Wausau Insurance Companies This is to certify that the insurance policies (described below by a policy number) written on forms in use by the company have been issued This certificate is not a policy or a binder of insurance and does not in any way alter, amend or extend the coverage afforded by any policy referred to herein. Name and Mailing Address of Insured P •-/ Bay Maintenance Co., Inc. V Horseshoe Bay, Box 8859 Marble Falls, TX 78654 L Special Provisions /Locations /Speclfed Autos: Davis - Dyer -Max, Inc. P. 0. Box 461867 Garland, TX 75046 The City of Round Rock 221 East Main Street Round Rock, TX 78664 T 288 )S)15-5738 Producer No• 0907 Office: Dallas Date. 10 - - Region: SW Texas *Special Provisions $500,000 each accident $500,000 disease - each employee $500,000 disease - policy limit 3. WAUSAU UNDERWRITERS INSURANCE COMPANY 7. ILIJNDIS EMPLOYERS INSURANCE OF WAUSAU 1. WAUSAU LLOYDS . ed � n req pre men t. t erm coo, and o e� contract P d� (P 0501 dui with � to p ht certificate may he awed or may pertain, to Insurance a2arded by rte ahem Ls pm-'/ *001008) deeaibed • The entry d a number in this maxim means that the amera9a fe anoreed by the conpany designated by the same numbes Issued to. • ' Issuing Company No. 2. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company Signed .. . lt01+"• (; !NSUow N/-.er ; IN . . +r:' - J _ ISSUE DATE (MMNDIYY) .. P s ,.,.. 10/3/88 ._.- . c- . . . 4:4,• . A . THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM PRODUCER COMPANY BINDER NO. The Home Indemnity Co. Davis-Dyer-Max, Inc. DATE EFFECTIVE TIME DATE EXPIRATION TIME P.O. Box 461867 X AM X 12.01 AM Garland, Texas 75046 10/3/88 12:01 PM 12/3/88 NOON THIS BINDER IS ISSUED TO EMEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY NO CODE SUB -CODE DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY (Including Location) 1986 CIP - Water System Improvements - INSURED IH 35 - 16 water line The City of Round Rock 221 East Main Street Round Rock, Texas 78664 • COVERAGES ALL IJAB)LITY LIMITS IN THOUSANDS TYPE OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE COINSUR PROPERTY CAUSES OF LOSS - _ - BASIC BROAD SPEC. GENERAL LIABILITY GENERAL AGGREGATE 5 1,000 COMMERCIAL GENERAL LIABB/TY PROD. — COMP/OPS AGGREGATE $ CLAIMS MADE OCCUR PERSONAL S ADVTSNG INJURY 5 xx OWNER'S A CONTRACTOR'S PROT EACH OCCURRENCE 5 1,000 FIRE DAMAGE (Any one tae) $ RETRO DATE FOR CLAIMS MADE: MED. EXPENSE (Any one person) $ AUTOMOBILE ALL VEHICLES SCHEDULED VEHICLES CSL S LIABILITY 131 PERS/ACCID 5 NON/OWNED PD S HIRED MED PAY 5 GARAGE PIP 5 UM $ AUTO PHYSICAL DAMAGE ALL VEHICLES SCHEDULED VEHICLES ACV COLLISION DED STATED AMOUNT S OTC DEO OTHER EXCESS LIABILITY EACH AGGREGATE SELF•NSURED OCCURRENCE RETENTION UMBRELLA FORM OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE. -- _ —_ -• - -• - -' �- _- STATUTORY WORKER'S COMPENSATION S (EACH ACCIOENT) AND EMPLOYER'S LIABILITY S (DISEASE POLICY LIMIT) 5 (DISEASE.EACH EMPLOYEE) SPECIAL CONDITIONS /RESTRICTIONS /OTHER COVERAGES • Designated Contractor: Bay Maintenance Co., Inc. and all subcontractors, if any Horseshoe Bay, Box 8859 Marble Falls, Texas 78654 NAME & ADDRESS ACORD 783 (2/U) MORTGAGEE LOSS PAYEE LOAN N AUTHORIZED REPRESENTATIVE ADDITIONAL INSURED 0 ACORD CORPORATION 1980 THE STATE OF TEXAS COUNTY OF Williamson pERFORMANCE BOND ( KNOW ALL MEN BY THESE PRESENTS, THAT Hay Maintenance rgmpany Tnr of the City of Marble Falls County of Llano and State of Texas ae principal, and Fidelity and Deposit Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto gITY OF ROUND BOCK (OWNER), in the penal sum of our Hundred Twenty Nine Thousand Seven Hundred Twenty Eight & 50 /1OODollare ($ 429.728.50 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, eucceeeore 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 19 , 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 CONDITIONS OF THIS OBLIGATION IS SUCH, that if in all said Principal shall duly and faithfully perform d bserve and perform calln shall and singular the covenants, conditions and agreements in and by said performed, covenanted meaning of said obligation ehall be otherwiseatooremain in full force a this and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions o mended and all liabilities on this bond hall Civil Statutes bedeterminedT as in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in 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 thie instrument this the day of 19 Ba Maintenanc Com an Inc. Principal By Tit Address Box 8859 Horseshoe Bay Marble Falls, Texas 78654 PS-2 Fidelity and Deposit Company -,_ Surety By4 .D Y Susan Ashwander Title Attorney -in -Fact Address 409 E. Centerville Rd. Garland, Texas 75041 The name and address of the Resident Agent of Surety is: Davis- Dyer -Max, Inc. P. 0. Box 461867, Garland, Texas 75046 P THE STATE OF TEXAS ( COUNTY OF Williamson ( KNOW ALL MEN BY THESE PRESENTS, THAT Hal Maintenance Company. Inc. of the City of Marble Falls County of Llano , and State of Texas , as Fidelity and Deposit principal, and company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF ROUND ROCK (OWNER), in the'penal sum of Four Hundred Twenty Nine Thousand Seven Hundred Twenty Eight & 50/100 Dollars ($ 429,728.50 ) 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 19_, to which contract is hereby referred to and made a part hereof as fully and to the•same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation ehall be void; otherwise to remain in full force and effect; Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB -3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have Signed and sealed this instrument this day of 19 Principal Surety By . B \1Dnm B �' i.. .�L y "" J Susan Ashwander Title Title Attorney -In -Fact Address Box 8859 Address 409 E. Centerville Rd. Horseshoe Bay Garland, Texas 75041 Marble Falls, Texas 78654 The name and address of the Resident Agent of surety is: Davis - Dyer -Max, Inc. P. 0. Box 461867, Garland, Texas 75046 PB -4 Fidelity and nspncit rnmpany 1682874 Companies ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY HOME OFFICES. BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDEWTY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice - President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on��ythe reverse sidehereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, conglit and a t b e Jack W. Davis, Perry Max, Raymon R. Dyer, Melba Butcher, Susan Ashwa ,gr and k" Marangi, all of Garland, Texas, EACH the true and lawful agent and Attorney -in -Fact of each, to n ia(cpj execute,eftind deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds an .VUndert tigs...EXCEPT bonds on behalf of vi r Independent Executors, Community Surs an :, Guardians Ana I execution of such bonds or undertakings inittrisnance of th presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, asSltthey had beeltly executed and acknowledged by the regularly elected officers of the respective Companies at their o ffL� m Bahimc e,- d., in their own proper persons. This power of attorney revokg$,at isstef on behalf of Jack W. Davis, etal, dated, April 6, 1988. a � IN WITNESS WHEREOF, the said Vic ents and Aee1s ti Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELI N D DE OMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this 10t n\`_ y of May , A D. 193$ FLITY AND DEPOSIT COMPAN w C t - .-.. 4 .4 day of 19 By Assistant Secretary Vice President FIDELITY AND DFJSIT C ANY l DJ 1` er *—uG B Assistant Secretary STATE OF MARYLAND CITY OF BALTIMORE SS: On this 10th day of May , A.D. 19 88 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice - Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and with, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seale of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subsmbed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my OfficisIrSes11113112Ci more and year fit above written. / f^� Public My commission expires July 1, 1990 CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice Presidents who executed the said Power of Attorney were Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. RESOLVED: '"Drat the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this LAND Vice - President Assistant Secretary EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizancea, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." LI419WT30-01. THE STATE OF TEXAS COUNTY OF PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT of the City of County of , and State of as principal, and authorized under the laws of the State of Texas to act as eurety on bonds for principals, are held and firmly bound unto CITY OF ROUND gam (OWNER), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, _jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of 19 , 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 CONDITIONS OP THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plane, 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 the day of 19 Principal Surety By B y Title Title Address, Address The name and address of the Resident Agent of Surety is: PB -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PAYMENT BOND THE STATE OF TEXAS { COUNTY OF { KNOW ALL MEN BY THESE PRESENTS, THAT of the City of County of , and State , as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF ROUND ROCK (OWNER), in the'penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the $rincipal has entered into a certain written contract with the Owner, dated the day of 19 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 eaid Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB -3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in 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 aigried and sealed this instrument this day of 19_. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 { COUNTY OF { THE STATE OP TEXAS MAINTENANCE BOND Bond No. 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 IS 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 one year after approval by against all defects in workmanship and materials which may become apparent during said period; NB -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 , 19 — . Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: MB -2 TO: City of Round Rock Date: 221 East Main Street Description of Work: ).986 CIP - Round Rock, Texas 78664 Water System Improvements ;,H. 35 - 16" Water Line THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company with respect to the business operations hereinafter describe, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further hereinafter described. Exceptions to standard policies are noted on the reverse side hereof. TYPE OF POLICY INSURANCE NO. 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 EFFECTIVE EXPIRATION DATE DATE LIMITS OF LIABILITY Statutory, State of Texas, $ Employer's Liability Page 1 of 2 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than ten 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 BID BOND THE STATE OF TEXAS S COUNTY OF S KNOW ALL MEN BY THESE PRESENTS, THAT WE , as PRINCIPAL and , , as SURETY, are held and firmly bound unto the CITY OF ROUND ROCK, hereinafter referred to as the "OWNER ", in the penal sum of five percent (5%) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum is lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction of the work under the "SPECIFICATIONS FOR CONSTRUCTION OF 1986 CIP - WATER SYSTEM IMPROVEMENTS, IH 35 16" WATER LINE ", for which bids are to be opened at City of Round Rock Council Chambers, on , , 1988; NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. BB -1 1 ' In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incurred by the OWNER I in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1988. 1 Principal Surety 1 By By: 1 Title Title ' Address Address 1 I The name and address of the Resident Agent of Surety is: 1 1 1 1 1 1 1 BB -2 1 INFORMATION REOUIRED OF BIDDER The bidder is required to supply the following information. Additional sheets may be attached if necessary. (1) Name (2) Address (3) Phone Number (4) Type of Firm: ( ) Individual, ( ) Partnership, ( ) 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. (7) Number of years experience (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner: (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: Page 1 of 2 (10) Payment of taxes, in the State of Yes No (11) List all jobs you performed in which a trench failure injury occurred: (12) If requested by the Owner, the Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently comprehensive to permit an appraisal of his current financial conditions. Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS . GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Ewa 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority 2.02 Right of Engineer to Modify Methods and Equipment 2.03 Changes and Alterations 2.04 Damages 2.05 Losses from Natural Causes 2.06 Laws and Ordinances 2.07 Licenses, Permits, and Certificates 2.08 Royalties and Patents 2.09 Keeping of Plans and Specifications Accessible 2.10 Discrepancies and Omissions 2.11 Contractor's Understanding 2.12 Extra Work 2.13 Payment for Extra Work 2.14 Assignment and subletting 2.15 Subcontractors 2.16 Owner's Status 2.17 Completed Portions of Work 2.18 Materials 2.19 Receiving and Storage of Materials 2.20 "Or Equal" Clause 2.21 Completed Work 2.22 Materials Furnished by the Owner 2.23 Protection of Property 2.24 Shelters for Workmen and Materials 2.25 Sanitary Facilities 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor, Equipment, Materials and Construction Plant 3.02 Performance and Payment Bonds 1 3.03 Contractor's Ability to Perform 1 3.04 Superintendence and Inspection 1 3.05 Character of Employees 3.06 Contractor's Duty to Protect Persons 1 and Property 1 3.07 Safety Codes 1 3.08 Barricades 1 3.09 Minimum Wages 1 3.10 Unsuitable Work or Materials 3.11 No Waiver of Contractor's Obligation 1 3.12 Site Clean Up 1 1 3.13 Guarantee 1 ii Paae 1 1 (CONTENTS CONTINUED) 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13 4.01 Lines and Grades 13 4.02 Right of Entry 13 4.03 Owner's Inspectors 14 4.04 Collateral Work 14 4.05 Right -of -Way 14 4.06 Adequacy of Design 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 15 5.04 Hindrances and Delays 15 1 5.05 Extensions of Time 15 5.06 Liquidated Damages for Failure to 16 Complete on Time 1 6. INDEMNITY 16 6.01 Contractor's Indemnity Provision 16 6.02 Workmen's Compensation Insurance 17 1 6.03 Comprehensive General Liability Insurance 17 6.04 Owner's Protective Insurance 6.05 Comprehensive Automobile Liability 18 1 Insurance 18 6.06 Insurance Certificate 7. TERMINATION OF CONTRACT 18 7.01 Right of Owner to Terminate 18 7.02 Right of Contractor to Terminate 18 7.03 Removal of Equipment 19 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 19 8.01 Notification of Contractor 19 8.02 Retention of Contractor's Equipment 19 ' and Materials by Owner 19 8.03 Methods of Completing the Work 20 8.04 Final Acceptance 8.05 Disposition of Contractor's Equipment 20 9. MEASUREMENT AND PAYMENT 21 ' 9.01 Character of Measurements 21 9.02 Estimated vs. Actual Quantities 21 9 .03 Payment 22 9.04 Monthly Estimates and Payments 22 ' 9.05 Certificates of Completion 22 9.06 Final Estimate and Payment 23 9.07 Notarized Affidavit 23 1 9.08 Release of Liability 23 9.09 Contractor's Obligation 23 9.10 Payments Withheld 24 ' 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 GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 -hour period from one midnight to the next consecutive midnight. Saturdays, Sundays and Legal holidays are considered calendar days and shall be used in determining contract time. 1.02 Contract Documents. The Contract Documents shall consist of the Notice to Contractors; Advertisement; the Instructions to Bidders; the Proposal; the Signed Agreement; the Performance, Payment, and Maintenance Bonds; the General Conditions of the Agreement; the Special Conditions of the Agreement; the Technical Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of the interpretation shall be in the following order: Signed Agreement, Performance, Payment, and Maintenance Bonds, Addenda, Proposal, Special Conditions of the Agreement, Notice to Contractors, Instructions to Bidders, Technical Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. 'Contractor" shall mean the business organization or individual named and designated in the Contract Agreement as the "Party of the Second Part ", who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized agents and other legal representatives. 1.04 Engineer. "Engineer" shall mean HAYNIE 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 Pxtra Work. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations ", herein. 1.06 Owner. "Owner shall mean The City of Round Rock named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. -1- 1.07 Plans. "Plans" shall mean and include (a) all drawings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engineer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contractor to the Owner when and as approved by the Engineer. 1.08 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepared by the Owner as a basis for proposals, (b) all supplementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 $ ubcontractor. "subcontractor" shall mean and refer only to a business organization or individual havinga direct of the with the Contractor for (a) performing portion 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 ,Subst= tially Completed. The term "substantially completed" shall mean that the structure or facility has been made suitable for use is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the equipment, supplies, material, and services to be furnished under the Contract unless some other meaning is indicated by the 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 the control of the Contractor, will permit construction of the principal units of the work for a continuous period of not leas 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. GC -2 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litigation it is further agreed by and between the parties of this Contract that the Engineer ehall,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 to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, however, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Bight of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the contractor are found to be unsafe or inadequate to, secure the quality of the work or the rate of progress required under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. 2.03 Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such GC -3 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 auperviaion by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. the Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage arising out of the nature of the work to be done or from the action of the elements or from any unforeseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered in the 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 indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his employees or his subcontractors and their employees. 2.07 Licenses. tipulated, all t li licenses, permits, certificates required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is required such permit will be obtained by the Owner at no cost to the Contractor. 2.08 goyalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented invention used by him in connection with the work done or material furnished under this GC -4 Contract;,provided, however, that if any patented material, machinery, appliance, or invention is clearly specified in this Contract, the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 j(eeping of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with three (3) sets of executed Plans and Specifications without expense to him, and the Contractor shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifications or Drawings, the Engineer shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". GC -5 It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to -the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. 2.13 payment for Extra Work. It is agreed that the compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or 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) traneporation 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 coats. 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 GC -6 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 Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. The Contractor shall not sublet over 50% of the project cost. 2.15 $ ubcontractors. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon written notice from the Owner. 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. GC -7 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 peceiving and Storage of Materials The contractor shall make arrangements for receiving and storing materials.- The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except where the written permission of the Engineer is given. - 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Contract Documents. If that item is listed with an "approved equal" requirement, this approval shall be obtained before bidding or that item will not be evaluated or approved. 2.21 Completed Wort. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. The provision shall extend to the taking of all necessary sanitary precautions to avoid contamination of such materials that must be maintained and incorporated into the work in a sanitary condition. "2.23 protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. GC -8 The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belonging to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not., 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. • 2.25 Sanitary Facilities. Necessary sanitary toilet facilities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor. Equipment. Materials and Construction Plant. The Contractor shall provide all labor, tools, equipment, machinery, supplies and materials necessary for the prosecution and completion of this Contract where • it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protection of any material,, tools, or machinery on any part of the work until it is finally completed and accepted. The Contractor shall maintain on the job at all times sufficient labor, material, and - equipment to adequately prosecute the work. 3.02 performance and Payment Bonds. It is further agreed by the Parties to the Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 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 GC -9 effect until such performance and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance and payment bonds shall be included in the price bid by the contractor for the work under this Contract, and no extra payment for such bonds will be made by the Owner. The surety company or companies underwriting the performance and payment bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his • ability to perform the work which is outlined in this document. This shall include an equipment inventory and records showing the satisfactory completion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of Contract ", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 $uperintendenen end Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a competent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superintendent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervision of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform him that the work being accomplished is of sub- standard character by reason of carelessness, incompetence, or inexperience on the part of the 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. GC -10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Municipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State,' or Municipal laws or regulations. 3.08 parricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established prevailing wage scale for work of a similar character in this locality. The Contractor shall pay not less than the general prevailing wages as established by the U. S. Department of Labor and shall keep accurate wage records accessible in accordance with Article 5159 of the Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials.thI understood andlagreedshed that if the work or any p thereof or any ode by the Contractor for use in the work or selected for the same GC -11 shall be'deemed by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of written notice thereof from the Contracting Officer, forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above 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 po Waiver of Contractor's Obligations. The Engineer, supervisor, or inspector shall have no power to waive the obligations of this Contract for the furnishing by the contractor of good material and of his performing good work as herein described and in full accordance with the plans and specifications. No failure or omission of the Engineer, supervisor, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however that the Engineer, supervisor, or inspector shall upon request of the contractor inspect and accept or reject any material furnished, and once the material has been accepted by the Engineer, supervisor, or inspector such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet with the specifications for the work. Any questioned work may be ordered taken up or removed for re- examination by the Engineer prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re- examination, and replacement shall be borne by the Contractor; otherwise the expense thus incurred shall be allowed as Extra Work" and shall be paid for by the Owner. 3.12 $ite Clean Uo. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or conduits, shall tear down and remove all temporary structures built by him, shall remove all rubbish of every kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. GC -12 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of the work embraced by this Contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judgement of the Owner shall become necessary during such period. If within 10 days after the mailing of a notice in writing to the Contractor or hie agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contractor's expense; provided, however, that in case of an emergency where, in the judgement of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades.ehall be furnished by the Engineer. Whenever necessary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him or his employees such stakes, marks, etc. shall be replaced by the Engineer at the Contractor's expense. 4.02 jtight of Entry. The Owner reserves the right for its personnel or its agents to enter the property or location on which the work herein contracted is being constructed or installed for the purpose of supervising and inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such Engineer, supervisors, or inspectors as the said Owner may deem necessary to inspect the material furnished and the work done under this Contract, to see that the said material is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. GC -13 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 needed for a construction ®under ®thisicontractpwill be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons in such order of precedence and in such manner as shall be most conducive to economy of construction; provided however, that the order and time of prosecution shall be such that the work shall be completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part of parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the elements or to coordinate with other work being done for or by the Owner. • 5.02 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 tsorlduring t progress of the work any part GC -14 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 Contractor. The-Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 yunday. Holiday. and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engineer. 5.04 Hindrances and Delays. No claims shall be made by the Contractor for damages, hindrances, or delays from any cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the Owner. If the Owner stops the work for just cause because the Contractor is not complying with the plans and specifications or the intent thereof, the Contractor shall have no claim for damages, hindrances, or delays. However, if the Owner stops the work for any other reason,' the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred which in the judgement of the Engineer occurred as a result of the work stoppage. • Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or personnel, or where the Engineer determines that unreasonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspended until he shall have provided adequate plant, equipment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neglect of the Owner or Engineer, or of any employee of either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as determined by the GC -15 1 Engineer shall be granted by the Owner; provided, however, 1 that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of ' time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 1 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of'thie Contract and that the definite value of damages which would result from ' delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified ' and contracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanently from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day ' Leas than $ 5,000.00 5 30.00 $ 5,001.00 to $ 15,000.00 35.00 ' 15,001.00 to 25,000.00 40.00 25,001.00 to 50,000.00 50.00 50,001.00 to 100,000.00 70.00 100,001.00 to 500,000.00 200.00 ' 500,001.00 to 1,000,000.00 300.00 1,000,001.00 to 2,000,000.00 400.00 2,000,001.00 to 5,000,000.00 500.00 t 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from , the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnify and save harmless the Owner and the Owner's ' agents and employees from all losses, damages, judgements, decrees, and expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or ' actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach of any II or condition of this Contract by the contractor, his 1 OC -16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the Owner and the Owner's agents and employees from all demands of subcontractors, workers, material persona, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontractors or their employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder., and to protect and indemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The contractor shall furnish the Owner with a certificate from the Industrial Accident Board evidencing the Contractor's and subcontractor's compliance with said statute. 6.03 Comprehensive General Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision'. The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 25,000 each accident $ 50,000 aggregate 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liability Insurance'. GC -17 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, non - owned, or hired by the Contractor, in which shall specifically insure contractual liability of the Contractor assumed under the above Paragraph 6.01 entitled •Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insurance coverage set out in sections 6.02, 6.03, 6.04 and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be guilty of substantial violation of the Contract or any provision thereof, the Owner, upon certification by the Engineer as to the nature and extent of such violation, may without prejudice to any other resources or remedy give the Contractor written notice of termination of the employment of the Contractor 10 date thesuOwnerumay such notice. ofthe Immediately site of the work and all material, equipment, tools, and appliances thereon and may finish the work in accordance with the provisions of Section 8 "Abandonment of Contract by Contractor•, of these General Conditions. ,7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if t he 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. GC -18 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within ten (10) days after receipt of the notice. Should he fail to do so within ten (10) days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 8.01 Rotification of Contractor. If the Contractor should abandon and fail to refuse to resume work within ten (10) days after written notification from the Owner or the Engineer or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as having abandoned the Contract. In such event the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice of abandonment the Contractor shall not remove from the work any machinery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work may be held for use on the work by the Owner or the Surety on the performance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connection with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra Work ", it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be ref Jetted in the final settlement. 8.03 $ethods of Comoleting 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 GC -19 8.04 Final Acceptance. When the work has been completed, the Contractor and his Surety shall be so notified and a contract Completion Certificate as hereinafter provided shall be issued. A complete itemized statement of the Contract accounts certified by the Engineer as being correct shall then be prepared and delivered to the Contractor and his Surety, whereupon the Contractor, his Surety or the Owner, as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of such Contract Completion Certificate. 8.05 statement of accounts c shows that the t cost n h to 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 thie Contract or when the Contractor or his Surety pay the balance shown to be due by them to the Owner, then all machinery,'eguipment, 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 GC -20 1 1 said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contractor under and by virtue of this Contract. In case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same had been completed by said Contractor, then the Contractor or his Surety shall pay the amount of such excess to the Owner. b. The Owner under sealed bids, after fourteen (14) days notice published two or more times in a newspaper having a general circulation in the county of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this Contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this Contract such increase shall be charged to the Contractor, and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this Contract, the Contractor 1 or his Surety shall be credited therewith. 1 1 1 1 1 1 1 1 1 1 1 1 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) 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 r'hvract.er of Mwanurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise specifically provided. 9.02 Estimated vs. Actual Ouantitiee. Any and all estimated quantities stipulated in the proposal form under unit price items are approximate and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quantity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the estimated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised GC -21 consideration on-the portion of the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing materials for the overrun or underrun quantities. Such revised consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra Work ". 9.03 Payment. In consideration of the furnishing of ell the necessary labor, equipment, and material and the completion of all work by the Contractor, and on the completion of all work and the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirements of the Engineer. 9.04 j+ionth'y Estimates and Payments_ On or about the fifth day of each month the Engineer will make an approximate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Contractor 90 percent of the amount of such estimated sum on or before the 15th day of said month. It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Engineer notice that the work has been completed, the Engineer shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accordance with the plans, specifications and Contract. If so, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final acceptance of the work covered under this Contract. GC -22 ginal Estimate and Payment. After the Contract Completion Certificate has been issued, the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnished under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the Contractor within fifteen (15) days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically understood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 entitled "Notarized Affidavit", has been submitted to the Engineer. All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company consents to final payment to the Contractor being made by the Owner. 9.08 Release of Liability. The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any person relating to or affecting the work. 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. 9.06 GC -23 9.10 payments Withhe1 . The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. - c. Failure of the Contractor to make payments properly to subcontractors or for material or labor. d. Damage to another contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. GC -24 SPECIAL CONDITIONS OF AGREEMENT SECTION 01 - INFORMATION SPECIAL CONDITIONS OF THE AGREEMENT 01 -01 - ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Haynie Mailman GKay, Inc., 12303 -J Technology Blvd., Austin, Texas 78727. Engineer of the Owner, or the Engineer's authorized representative, supervisor or inspector 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 five (5) counterpart (original signed) sets. Owner will furnish Contractor with three (3) 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 DELAY The Contractor shall pay to the Owner for each and every calendar day, including Sundays and legal holidays, that he shall be in default by not completing the whole work to be done under this Contract, after giving effect to extensions of contract time which are authorized hereunder, the sum of $200.00 per calendar day, which sum is by the execution of this Agreement mutually fixed, determined and agreed upon as liquidated damages, which the Owner will suffer by reason of such default and not as a penalty. The Owner shall have the right to deduct the amount of such damages from any monies due or to become due the Contractor under this Contract, and in the event such damages exceed the sum due or to become due the Contractor hereunder, the latter shall be liable to the Owner for such difference. . SC -1 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 Notice to Proceed. 01 -06 - OWNER The Owner shall be the party of parties named in the Notice to Contractors. 01 -07 - LOCATION The location of work shall be as mentioned in the Notice to Contractors and as indicated on the Plans. 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 bids items. Prior to submission of final as -built drawings to the Engineer, the Contractor shall meet with representatives of the Owner and Engineer in the field to verify the accuracy and completeness of the as -built drawings. SC -2 02 -03 - UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. 02 -04 - GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor 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 therefor from Contractor. 02 -05 - DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder progress of work. 02 -06 - LANDS FOR WORK The Owner is in the process of finalizing easements, permits and site acquisition for lands upon which work is to be done. It is possible that delays on acquisition of some of the property owner's lands for easements may occur. In such cases, the Contractor shall schedule his work on easements and right -of -ways that already have been acquired while such easement acquisition procedures are in progress. No extra cost to Contractor shall be due by Owner for any delays caused by easement acquisition, but Owner may extend the calendar days of the contract, if delays occur. SC -3 Within private lands, a 15 -foot or 20 -foot wide permanent easement and an additional temporary construction easement is provided for the Contractors use with conditions as follows: ;5 -Foot or 20 -Foot Wide Permanent Easement - The Contractor has full use of the permanent easement for construction of the proposed improvements except for preservation of 8" diameter and larger trees. Trees to be saved with limbs in the way of construction shall be neatly trimmed with a chainsaw or a handsaw, if such limbs interfere with the construction operations. Temnorary Easement - (Varying width as shown on Plans) - The Contractor has limited use within the temporary construction easement. The temporary easement is shown on the Plans either straddling both sides of the permanent easement gL along one side of the permanent easement. In either case, the temporary easement has been provided for construction operations. Eq. clearing of existing trees is allowed within the temporary easement or at any other location within the temporary easement or at any other location on the private lands without express written permission from the Engineer g_ Landowner. If the Contractor damages oL kills any trees within the temporary easement without express written permission from the Engineer pr Landowner, he shall purchase new trees of the same type and size and re -plant them in the same location. Clearing of brush and small cedar trees may be allowed, if absolutely necessary for the construction operations, but such clearing shall be allowed only after written permission of the Engineer 2L Landowner is given. The temporary construction easement has been provided for temporary storage of construction materials. Cleared materials from the permanent easement and excavated materials from trench excavation. Clean -up shall be done on each tract of land as the work progresses. For instance, after the pipe is installed on one Landowner's tract, the Contractor shall immediately begin clean -up operations on that tract of land. All dead trees and brush shall be removed from the permanent easement and the temporary easement. All excavated materials from the trench, not acceptable for use in trench backfill shall be removed from the tract, unless the Contractor makes other arrangements with the Landowner. All materials brought in by the Contractor shall be removed from the tract. In essence, the areas affected by the construction shall be left in a cleaner, neater manner than prior to construction. SC -4 EL) burning of trash, dead trees, and brush or any other materials shall be allowed. The Contractor shall be liable to the Landowner for any injuries to cattle or other stock caused by animals falling in trenches QL escaping through gates or fences being left open or injured or lost in any other way. The Contractor will make fair and equitable settlement with the Landowner for such damages prior to the 10% final retainage being released. • The possession of firearms or other weapons on Landowners property is strictly forbidden in order to preserve the wildlife on the tract. The Contractor shall provide portable toilets within reasonable walking distance of the construction operations to maintain sanitary conditions on the job. All fences damaged by the Contractor shall be replaced at the Contractor's expense with new materials of the same type construction or. other types as approved by the Landowner. All fences and gates shall remain intact and closed to prevent the loss of ranch stock. The permanent easement shall be used for the Contractor's ingress and egress to the tracts. All materials including pipe, appurtenances, bedding, concrete and other items shall be brought in along the permanent easement unless other arrangements are made between the Landowner and the Contractor. A shaker bucket with 8" or smaller openings •shall be used to backfill trench above select bedding, unless Owner's inspector deems such method unnecessary when backfill material is void of rocks larger than 8" in its greatest dimension. For work within the highway right -of -way, the Contractor shall contact Luther Toungate, Maintenance Foreman, Phone 512- 863 -2842 in Georgetown, Texas, and follow his requirements. SECTION 03 INSURANCE 03 -01 Insurance policies must be obtained by the Contractor or separate endorsements obtained to his existing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. SC -5 The principal types of insurance which will be necessary are: Public Liability and Property Damage to protect the Contractor, any of this Subcontractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount for liability is $100,000/$300.,000. The amount of property damage will depend upon the magnitude and nature of the project. 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 amounts for liability. Worker's Compensation and Employer's Liability Insurance. guilder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. SECTION 04 - PREVAILING WAGE SCALE - NOTICE 1. This determination of prevailing wages shall not be construed to prohibit the payment of more than the rates named. Under no condition shall any laborer, workman or mechanic employed on this job be paid less than the minimum wage scale. 2. In execution of this contract, the contractor must comply with all applicable state and federal laws, including but not limited to laws concerned with labor, equal employment opportunity, safety, and minimum wage. 3. Pursuant to the provisions of Section 2 of Article 5159a, Vernon's Civil Statutes, 'The contractor shall forfeit as a penalty to the state, county, city and county, city, town, district or other political subdivision of whose behalf the contract is made or awarded ten dollars ($10.00) for each laborer, workmen or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under the said contract, by him, or by any sub- contractor under him, and the said public body awarding the contract, shall cause to be inserted in the contract a stipulation to this effect." SC -6 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS MISCELLANEOUS The current City of Austin Standard Specifications as amended by the City of Round Rock are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1. Alignment shown on Plans shall be achieved by deflection in pipe and pipe joints not to exceed manufacturer's recommended maximum deflection, except where specific fittings are called for on Plans. There will be no additional pay for fittings used for deflection purposes, except for those specifically authorized by the Engineer. 2. It is the Contractor's responsibility to locate and protect all existing utilities such as gas meters, water meters, valve boxes, fire hydrants, structures and other appurtenances that lie within the construction easement. It shall be the responsibility of the Contractor to repair, at his expense, all utilities, driveway pavement, curb and gutter, sidewalk and any other items damaged during construction, regardless of whether all items are shown on the Plans. Take precautions when excavating within 25 feet of any utilities shown on plans, as shallow, live utility lines may be found within the construction easement. The location of existing overhead and underground utilities are approximate. 3. All pipe and fittings at thrust blocks shall be wrapped with B -mil (minimum) polyethylene film meeting ANSI- AWWAC105- current, with all edges and laps taped securely to provide a continuous and watertight wrap. 4. See Standard Details on the Plans for pipe bedding, valves, fire hydrants, and other items. 5. Dust control measures provided by Contractor at the discretion of the City Inspector. 6. Blasting, where allowed, shall be monitored under certain instances at the Contractor's expense. Include in unit price bid for pipe. Proper notification of property owners by Contractor shall be accomplished eight (8) hours prior to blasting. Refer to "Special Conditions" for monitoring locations. TS -1 7. Trees in Permanent and Temporary Construction Easements: Careful clearing shall be done under the direction of the Engineer in the easements so as to save all trees of 8" diameter and larger. No trees of 8" diameter or larger and no ornamental trees or shrubs shall be damaged or removed without written consent of the Engineer, and /or Owner. 8. When approaching existing water, sewer or any other underground utilities, the Contractor shall excavate and verify exact elevations, locations and sizes prior to construction. The Contractor shall make grade adjustments in the proposed lines as required to pass under all existing utility lines, at no extra cost the the owner. 9. All utility trenches underneath street paving shall be compacted with a vibrating tamper in 6" lifts. Density of backfilled trenches under pavement shall be tested by an independent testing laboratory as approved by the Engineer. Such testing will be paid for by the Owner, and an authorized representative of the City of Round Rock shall be present when such tests are made. 10. All testing of pipe shall be done under the supervision of the City, and the Contractor shall perform such tests as required and furnish all material and equipment for same. 11. The "Measurement and Payment" procedures shall be as included in these Specifications. Bid items in the Proposal are for specific items noted in the Plans. Any items shown on the Plans but not included as a separate pay item in the Proposal shall be considered a subsidiary item and no additional payment shall be made for such work. 12. All areas exposed during construction shall be revegetated as directed by the Engineer. Revegetation of all exposed areas shall consist of sodding, seeding or hydromulching, at Contractor's option. Acceptability shall consist of a minimum 1 -1/2" growth over 85% of the area, with individual exposed areas not to exceed 10 square feet. 13. All debris, trash, tree stumps, broken concrete, asphalt, etc. shall become the property of the Contractor and shall n2t be disposed of on the jobsite. TS -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECHNICAL SPECIFICATIONS WATER The current City of Austin Standard Specifications as amended by the City of Round Rock are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin specifications, it shall be construed to mean Haynie and Kallman. 1. Water mains shall be Ductile Iron, Class 50, Polywrapped, 8 -mil minimum. 2. Service material shall be type "K" copper tubing or 160 psi polyethylene tubing conforming to ASTM D2737, SDR 9 with brass fittings. 3. All gate valves shall conform to current AWWA Standard C -500 and have a minimum working pressure rating of 150 psi for gate valves 14" and larger and 200 psi for gate valves 2" through 12 ". Gate valves shall have a clear waterway equal to the full nominal diameter of the valve and shall be opened by turning counter - clock -wise. 4. Check valves shall be of the flanged silent type as manufactured by APCO, PRINCE, or approved equal. 5. Curb stops and corporation stops shall be bronze, conform to current AWWA Standards, and be equal to those manufactured by Hays, Mueller, or Ford. 6. Air release valves shall be the float and lever type as manufactured by APCO or approved equal. 7. Butterfly valves shall conform to items Nos. 18 thru 24 included herein. 8. All underground valves shall be equipped with cast iron valve boxes. A minimum of two valve wrench shall be furnished to the Owner. 9. Fire hydrants shall be 3 -way Mueller, improved AWWA type, with pump nozzle for 4 -1/2" fire hose, as approved equal by the Engineer. A 6" gate valve and valve box shall be provided on each fire hydrant lead. TS -3 10. Sterilization of mains shall be done under the supervision of the City, and the Contractor shall perform such sterilization and furnish additional flushing valves and test connections as necessary to perform tests and sterilization. The City will be responsible for bacteriological tests. If such bacteriological tests fail, the Contractor shall be responsible for re- sterilization of the mains. Samples will not be taken from fire hydrants. 11. Minimum cover over the top of water line shall be 30" unless otherwise specified on the Plans. 12. Forty -eight (48) hours prior to connection to the existing water lines, contact the City of Round Rock, Director of Public Works, Jim Nuse, 255 -3612, and follow his requirements. 13. All water mains shall include water line, valve and air release valve markers per the Standard Details shown on the Plans. 14. The exact location of gate valves, fire hydrants, etc. shall be located in the field by the Contractor, at the direction of the Engineer. 15. All pipe shall be installed in strict accordance with the pipe manufacturer's recommendations. "Stabbing" in the jointing procedure will not be allowed. 16 Butterfly Valves - General: All butterfly valves shall conform to AWWA Standard Specification C504 -80 rubber seated butterfly valves except as supplemented herein. All butterfly valves shall have a minimum working pressure rating of 150 psi for butterfly valves 14" and larger, and 200 psi for butterfly valves 2" through 14 ". Valve and operator arrangement shall be as shown on the plans. Operators shall be in accordance with AWWA C504 -80 and valve schedules on plans. All butterfly valves shall be from the same manufacturers. Also, all operators shall be from the same manufacturers. All valves and operators shall be of new construction. 17. putterfly Valves - Materials: a. Bodies - Valve body shall be high strength cast iron ASTM A -126, Class B, short body and flanged in accordance with ANSI B16.1. All internal fasteners shall be 316 stainless steel. Valve Disc - Valve discs shall be constructed of ASTM A -436, Type 1 (ni- resist), A -536 (65- 45 -12) ductile iron with 316 stainless steel edge. TS -4 c. Valve Seats - Valve seats shall be a full circle 360° seat, located in the body only and not penetrated by the valve shaft and shall be of a synthetic rubber compound such as Buna N. Valve seats for 30" and larger valves shall be easily field adjustable around the full circle 360° with standard tools and replaceable without dismantling operator, disc or shaft and without removing the valve from the line. Manufacturer shall certify that rubber seat is field replaceable. d. Valve Shaft - Valve shafts shall be one piece or two piece Type 304 stainless steel surpassing minimum diameters as established in AWWA C504 -80. Shafts of all valves shall be turned, ground and polished. e. Shaft Seals - Shaft seals shall be self- adjusting Chevron, TFE type or 0 -Ring type. Packing shall be replaceable on 30" valves and larger without moving actuator. f. Valve Bearings - All valves shall be fitted with sleeve type bearings. Bearings shall be corrosion resistant and self - lubricating. Bearing loads shall not exceed 1/5 of the compressible strength of the bearing or shaft material. 18. Butterflv Valves - Proof of Design: Manufacturer furnishing valves and operators shall present proof of compliance with AWWA C- 504 -80. Bidders shall provide drawing and material specifications sufficient to show that proposed equipment meets this specification. Additional information required shall be general dimensions and weights. 19. Butterfly Valves - Shop Drawings: A minimum of six (6) copies of dimensional shop drawings including operators and showing sizes, parts list and materials shall be submitted for approval. This shall include maintenance and installation manual. 20. Butterfly Valves - Painting, Testing and Tagging: All surfaces of the valve shall be cleaned, dry and free from grease before painting. The valve interior and exterior surfaces, except for sealing edges, shall have manufacturer's standard finish. Hydrostatic and leakage tests shall be conducted in accordance with AWWA C504 -80. Each valve shall be provided with a stainless steel tag permanently attached to the valve body. Valve number shall be imprinted on tag in accordance with valve schedules on plans. 21. Butterfly Valves - Manufacturer: The manufacturer shall have manufactured tight - closing, rubber seat butterfly valves for a period of at least five (5) years. TS -5 22. Butterfly Valves - Manual Operators: All manually operated butterfly valves shall be installed with a manual operator of the worm gear type, which are designed for 90° rotation. The operators shall be self - locking to prevent valve creep and flutter. The units shall be furnished with AWWA mechanical stops and shall conform to AWWA Specification C504 -80. The worm gear type operators shall be Limitorque BBC Series, or approved equal. Worm gear operators shall be provided on all valves 12" and larger. TS -6 BASIS OF MEASUREMENT AND PAYMENT 1 BASIS OF MEASUREMENT AND PAYMENT WATER 1 VIA -9 WATER 1 Unless stated otherwise in the contract documents, it is understood that all payments made are for finished work and include all labor, tools, materials, constructing and completing the item on which payment is made. I VIA -9.1 PIPE 1 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, complete in place. The bid I price per linear foot shall include all clearing, excavation, laying of pipe, backfilling and clean up. Measurement for length shall be the horizontal distance along the centerline of the pipe as surveyed by the I Engineer. Payment will also represent compensation for replacement of pavement, curb, drainage structures, driveways and any other improvements damaged during I construction. Concrete blocking for supporting and reinforcing bends, concrete retards and thrust blocks shall be included in the cost for pipe. 1 No separate payment will be made for welded joints, or harnessed joints required for thrust restraint which are scheduled or indicated on the drawings. I VIA - 9.2 FITTINGS I Cast iron and ductile iron fittings furnished in accordance with these Specifications will be paid for according to ANSI A21.10 (AWWA C110) scheduled weights for 1 mechanical joint fittings furnished. Class to be as specified in the contract documents. Short body fittings are approved. I Steel cylinder concrete pipe fittings will not be paid for separately. The Contractor shall include these in his bid for the laying of pipe. 1 VIA - 9.3 VALVES Valves will be paid for at the unit price bid, including I valve stem casing and cover, excavation, setting and adjusting to proper grade, and anchoring in place. 1 1 MP -1 1 VIA -9.4 AUTOMATIC AIR & VACUUM RELEASE VALVE ASSEMBLIES Installation of automatic air vacuum release valve assemblies shall be paid for at the unit price bid per air valve installation and shall include valve pipe, fittings, box and cover, complete in place, as per the detail. VIA -9.5 FLUSHING VALVE ASSEMBLIES Installation of flushing valve assemblies shall be paid for at the unit price bid per flushing valve installation and shall include the valve, pipe, fittings, concrete, box and cover, complete in place, per the detail. VIA -9.6 FIRE HYDRANTS Fire Hydrants will be paid for at the unit price bid per each and shall include all pipe and fittings except valves between the main line fitting and the fire hydrant. The main line fitting is paid for under "fittings" unless otherwise shown on the plans or Bid Proposal. VIA -9.7 FIRE HYDRANT BARREL EXTENSIONS In cases where the bury of the fire hydrant is greater than four (4') feet, barrel extension will be paid for by the vertical foot complete in place including rod extensions, bolts and all other required accessories. VIA -9.6 WET CONNECTIONS 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 that cast iron fittings and valves shall be paid for as a separate item, unless otherwise specified in the Bid Proposal. VIA -9.9 BORING. JACKING AND TUNNELING When called for in the proposal, boring, jacking and tunneling shall be paid for at the unit contract price bid per linear foot, including all excavation, all necessary grouting, backfilling, cleanup, and the specified, pipe casing ngt including carrier (water) pipe, complete in place. • VIA - 9.10 CONCRETE ENCASEMENT When called for in the proposal, concrete encasement shall be paid for at the unit contract price bid per linear foot for the size of the pipe specified, complete in place. MP -2 1 VIA -9.11 CONCRETE RETARDS 1 1 When called for in the proposal, concrete retards shall be paid for at the unit contract price bid per each for the size of pipe specified, complete in place. VIA -9.12 PIPE ACCESS PORTS Pipe access ports on concrete steel cylinder pipe shall be paid for under the linear foot unit price for the pipe. VIA -9.13 TRENCH SAFETY SYSTEMS Trench safety systems shall be measured and paid for on a linear foot basis as described in the bid proposal for all applicable project excavation, inclusive, in accordance with the Geotechnical Investigation for Trench Safety System contained herein and the Trench Safety Details included in the Construction Plans, both prepared. by Jack H. Holt PhD. & Associates, Inc., Austin, Texas. 1 1 1 1 1 1 1 1 1 1 1 1 MP -3 SOILS INVESTIGATION TECHNICAL PROVISIONS EXCAVATION, RESPONSIBILITY, TRENCH DESIGN, AND SHORING 1. General: 1.1 This section covers the contractors responsibility for protection . and safety of personnel working in trenches or excavated areas. These specifications are developed to conform with the require- ments of all Occupational Safety and Health Administration (OSHA) Construction Standards and applies but is not limited to Subpart P, Part 1926 of the Code of Federal Regulations. All regulations and requirements set forth by County, City, State or Federal shall also govern and are included as a part of these specifications. 1.2 The geotechnical engineers boring logs are a part of this speci- fication and depict subsurface conditions along the utility right - of -way. The contractor shall review the logs and become intimately familiar with the subsurface conditions and have his safety offi- cer and all on -site personnel become familiar with the type of soil, rock, and water conditions that may be anticipated. Where soil borings are made on 500 foot centers, variations between borings will occur. The contractor's safety officer and personnel are responsible for detecting these conditions and take appropri- ate action to provide additional safety measures from all hazard- ous trench conditions. If any question should arise as to the adequacy or safety of trench shoring or trench boxes or other protective employed measures, all work should stop immediately and the owner or owner's representative be notified. Under all circum- stances, the contractor has the full responsibility and liability to assure the safety and welfare of personnel working in trenches. 2. Applicability: 2.1 These specifications apply, except for noted conditions, to all utility trench excavations greater than 5 feet in depth as established from natural grade or from soil or rock cuttings placed closer than 4 feet from the trench sidewall. Noted conditions apply to but are not limited to where groundwater is encountered at depths of less than 5 feet, where fill is encountered, or other unstable soil conditions exists. Unstable soil conditions are those soils which experience displacement due to "quick" conditions or from dynamic or static loading. 3. Trench Safety Program: 3.1 These specifications set forth a minimum safety program directed in assuring safe working conditions in utility trenches. In no way should it be construed that this program relieves the contractor of his liability and responsibility for the safety of his person- nel while working in trenches. 1 3.2 The contractor must designate in writing to the owner an on -the- job worker within his organization as a Safety Officer. The con- tractor assumes full responsibility in assuring his Safety Officer is thoroughly familiar with the soil or rock types, moisture con - ditions, groundwater, trench box construction and assembly, shor- ing, bracing, and any and all aspects of the methods used to make the trench safe. The Safety Officer shall make inspections of trenches prior to entry of workers into trenches, at the beginning of each day, and during the progress of advancement of the utili- ties and trench excavation. A daily log will be kept noting date, weather conditions, time of trench inspection, shoring or trench box condition, soil and rock conditions, moisture conditions, pulling of trench shields, and any and all conditions affecting trenches or workers. The safety log will be retained at the job site for review by the owner or the owner's representative and at the termination of the job, the safety log will be turned over to the owner as assurance of compliance with OSHA and State require- ments. All workers will be briefed by the Safety Officer of unsafe trench and sidewall conditions and the proper assembly of trench boxes and shoring and working in and around shoring members. A safety meeting of all personnel will be held on a minimum of once each week at which time safety conditions and procedures will be reiterated. Any unusual conditions will be brought to the atten- tion of the owner or owner's representative at which time an evaluation will be made of the adequacy of the trench system. The contractor must make himself aware of any unsafe trench conditions and take all precautions to insure the safety of his workers. • 3.3 An injury or death occurring or property damage as a result of the contractor's non - compliance with the trench excavation safety plan or from the owner's omission of unforseen safety requirements from the plan, shall remain the sole liability and responsibility of the contractor. 3.4 Conditions such as unusual soil or moisture changes which may warrant modification of shoring or trench boxes or to the scope of the contract, shall be brought immediately to the attention of the owner and all work in the immediate area shall stop until a posi- tive fix is worked out between the owner and contractor. Such action does not relieve the contractor of any liability or re- sponsibility for the safety of his workers. 4. Trench Wall Reinforcement: 4.1 plans shall be followed to assure trench excavation limits are not exceeded. Sidewall sloping or benching as shown on attached drawings does not relieve the contractor of the responsi- bility of conforming with the plans and specifications. Where benching or sloping cannot be achieved, trench wall reinforcement or a combination of the two shall be achieved. Drawings or trench box recommendations do not relieve the contractor of his responsi- bility or liability of conforming with OSHA safety standards set forth in Subpart P, Part 1926 of the Code of Federal Regulations. 2 4.2 Trenches excavated in sand or clay soil or loose and fractured rock shall be reinforced to withstand soil pressures, sloughing, and caving. The reinforcement may consist of any suitable shoring, bracing, sheeting, piling, or trench boxes to withstand earth pressures as stated herein. Trenches deeper than 5 feet into the dark brown organic clays as depicted on the boring logs, shall be reinforced to comply with OSHA standards. 4.3 Trench widths greater than 6 feet and deeper than 5 feet shall be benched. The bench shall commence at each trench sidewall and shall extend horizontally a distance of 4 feet from the trench. 4.4 The contractor's trench reinforcement shall comply with the attached drawing or drawings. 4.5 The contractor shall have the option of designing his own trench reinforcement so long as the design conforms with OSHA and State requirements and is signed and sealed by a registered engineer in the State of Texas. The drawings must be submitted to the owner for approval with a statement certifying the trench reinforcement is designed to resist existing lateral earth pressures of up to 720 f /SF and unstable soil conditions and conforms with OSHA safety standards. 5. Trench and Shoring Inspection: 5.1 Contractor - Contractor shall be aware of trench conditions at all Imes. a shall familiarize himself with boring logs, boring log locations, and anticipated soil conditions. Should changes occur such as stratification of soils, color changes, rock or sand con- tent, water content or unstable soil conditions, workers shall be removed from the trenches and work in these areas must not proceed without consultation with owner or his representative. 5.2 Contractor's Safety Officer shall inspect trench and trench wall protection devices each morning prior to personnel entering the trenches. Sidewall layback, walls, and trench bottoms shall be checked for deformation, wetting conditions, fractures, shear planes, and possible sloughing. In areas where suspective unstable soils exist or in deep cut sections, the inspection will be on a continuous basis. 5.3 The contractor shall perform daily inspection of all protective shoring. It shall be his responsibility to see that all struts or wall bracing are properly fastened and secure and that all members are in good condition. Damaged or faulty bracing shall be replaced immediately. The contractor has the responsibility to see that trench reinforcement is not abused or misused and is used only for it's intended purpose. The practice of hanging pipe or other materials from struts or other members will not be tolerated. 5.4 Owner - The owner or his representative shall inspect the trench riTron a daily basis. Trench shoring and trench conditions will be discussed with the contractor's Safety Officer. The Safety Officer's daily log book will be reviewed on a daily basis. These daily inspections in no way relieves the contractor of his re- 3 5.5 Prior to commencement of work, the owner or owner's representative shall meet with the contractor and contractor's Safety Officer. Soil and rock conditions will be reviewed and the contractor's safety program and shoring procedures will be reviewed and approv- ed or disapproved. 6. General Trench Requirements: 6.1 The conditions set forth are requirements to be met by the con- tractor but in no way relieve the contractor of any liability or responsibility for a safe and complete job. 6.2 Prior To Any Excavation: 6.2.1 The contractor shall submit in writing his proposed safe- ty plan including the name of his Safety Officer and his proposed method of trench shoring. 6.2:2 Construction plans show the general location of under- ground utilities. It is the contractor's responsibility to verify exact location of all utilities by consulting with respective utility owners or by the use of proper sounding equipment. Damages resulting from the destruc- tion or interruption of utilities are the sole liability and responsibility of the contractor. 6.2.3 Limits of trench excavations are delineated on the construction drawings and it shall be the contractor's responsibility to accurately layout the limits and to notify the owner or his representative of any conflicts with the plans prior to construction. 6.3 During Excavation: 6.3.1 When existing utilities are uncovered during trench exca- vation, all such utilities will be properly protected to assure no interruption of services. As work advances, proper bedding, backfilling, and compaction around the utilities shall be accomplished by the contractor. 6.3.2 As previously stated in paragraph 3.2 of these specifi- cations, the contractor's Safety Officer shall perform continuous safety inspection of the trench and trench shoring devices. 6.3.3 Special attention shall be given to trenches following rainfall. The contractor and his Safety Officer shall carefully examine all aspects of the trench sidewalls and bottoms and if a suspective condition exists, work shall stop and the owner or his representative shall be noti- fied. A joint meeting shall be held to determine a safe approach to shoring of the trenches. 6.3.4 Particular attention shall be given to displacement of rock or soil cuttings. Where shoring is provided, all excavated material shall be placed no closer than five (5) feet from the trench opening and shall be stockpiled on a minimum slope of 1 horizontally to 1 vertically. Rounded rock or unstable excavated material which could slide or roll back in the trenches shall be removed from the site. 6.3.5 The contractor shall be responsible for removing all excessive water from the trenches and shall provide adequate drainage at the trench opening to prevent the entry of surface water. 6.3.6 The contractor and contractor's Safety Officer shall assure the safety of workers during operation of heavy equipment near trench opening. Particular attention shall be given not to impose loading on the trench walls which may cause sloughing, caving or dislodging of soil or rock cuttings. Repetitive dynamic loading, near the trench opening can cause unstable soil or rock conditions and may result in trench failure. The Safety Officer must make himself aware of these conditions and continuously inspect areas where repetitive loading is occurring. 6.3.7 The contractor is solely responsible to assure that all equipment (mobile and static) cannot roll or slide into a trench opening. Stop logs, barricades, grading, warning signs, lights, and other means shall be used to assure safe trench conditions. 6.3.8 Excavation shall not advance faster than 10 days of utility placement. Under unusual conditions, the owner may grant exceptions, however, the contractor shall be required at no extra cost to the owner to protect trench sidewalls from drying out or becoming over wetted. 6.3.9 Trench sidewalls must not be left unsupported longer than 48 hours. Where possible, shoring shall closely follow the excavation within a safe distance. 6.3.10 Trench and excavated support systems will be installed from the top to bottom. Struts shall be made horizontal and hard shimmed. 6.3.11 Trench protection equipment, material, and devices shall be kept in good serviceable conditions. Timber or mechanical devices which show defects shall be immedi- ately replaced. Special attention shall be given to damaged struts, loose shims, timber members containing checks, knots or stress cracks, and leaking hydraulic or pneumatic devices. 6.3.12 Trenches or excavated areas having depths greater than four (4) feet shall be equipped with ladders or steps spaced no further than twenty -five (25) feet of lateral travel. 5 6.3.13 The contractor has the sole liability and responsiblilty for complying with Federal, State, County, and City laws and regulations governing the physical protection of ex- cavated areas. Proper warning signs, protective barriers, lights, coverings, etc. shall be provided and maintained in good condition to safeguard the public and animals. 6.3.14 Where required by the owner, properly and safely designed walkways or bridges shall be provided to permit trench crossing. 7. Special Considerations: 7.1 All previously filled areas where the new utility crosses shall be shored. 7.2 All groundwater points must be sealed or controlled to assure no wetting of the sidewall or flooding of the trench occurs. 7.3 Where rock is encountered, vetical rock faces shall be shored. Slope rock faces shall be inspected by the contractor or his Safety Officer for loose joints, fractures, seams or failure planes. If such conditions are found, proper shoring shall be provided. 8. Definitions - Definitions contained herein are given by OSHA Safety and Health Regulations, Part 1926, Subpart P, Paragraph 1926.653. 8.1 "Braces" - The horizontal members of the shoring system whose ends bear against the uprights or stringers. 8.2 "Changed Conditions" - Where soil conditions such as moisture content, groundwater, development of desiccation cracks or joints, or soil stratigraphy change from those originally designated on the grading plans or following initial excavation. 8.3 "Dewatering System" - A mechanical system which artificiallly lowers the static groundwater to a level which prevents ground- water seepage into the excavation. These include; well - points, sumps, pumping wells, or cut -off walls. 8.4 "Groundwater" - Water that is present in the soil in sufficient quantities that it will flow and collect at a point. This includes a natural, aquifer water level or a perched groundwater on top of an impervious layer. 8.5 "Lagging" - Horizontal boards supported by the flanges of two H -piles and are used to separate the natural soil from the excavation. 8.6 "Rock" - A mass of soil particles that cannot be excavated by hand. This includes any weathered rock that contains soil seams. Shale is to be considered a rock material. 6 8.7 "Running Soil" - Soils that possess a fluid behavior generally brought about by excess moisture or imbalanced hydrostatic (water) conditions. 8.8 "Sheet Pile" - A pile or sheeting that may form one of a continu- ous interlocking line or a row of timber, concrete, or steel pile, driven in close contact to provide a tight wall to resist the lateral pressure of water, adjacent earth, or other materials. 8.9 "Sides" - Also referred to as "walls ", or "faces ". The vertical or inclined earth surfaces formed as a result of excavation work. 8.10 "Slope" - The angle with the horizontal at which a particular earth material will stand without movement. 8.11 "Stringers" - Also referred to as "wales ". The horizontal members of a shoring system whose sides bear against the uprights or earth. 8.12 "Trench" - An excavation made below the surface of the ground whereby the depth is greater than the width, but the width is less than fifteen (15) feet. A trench may consist of the void between unsupported earth and the wall of a structure if the wall is within fifteen (15) feet of the unsupported earth. 8.13 "Trench Shield" - A shoring system composed of steel plates and bracing, welded or bolted together which support the walls of a trench from the ground level to the trench bottom, and which can be moved along the trench bottom as work progresses. 8.14 "Uprights" - The vertical members of a shoring system. * *** * * *** * * * *** * ** 7 Measurement and Payment: "Trench Excavation Protection" shall not be measured but paid for on a lump sum basis where the depth of trench exceeds 5 feet.This may include sloping of sides of excavations, closed - sheeting shoring or open- sheeting shoring or combina- tion thereof, as reflected in the Article "Payment ". Payment for trench excavation protection, as prescribed above shall be made at the lump sum price bid for "Trench Excava- tion Protection ". Payment shall include all components of the shoring system which can include, but not be limited to sheeting, sheet pil- ing, cribbing, bracing, shoring, underpinning, dewatering or diversion of water to provide adequate drainage or sloping. Payment shall also include the additional excavation and backfill required, any jacking, jack removal, and removal of the trench supports after completion. Payment of all work prescribed under this item shall be full compensation for all excavation and backfill; for furnishing, placing and removing all shoring, sheeting, or bracing; for dewatering or diversion of water; for all jacking and jack removal; and for all other labor, materials, tools, equipment and incidentals necessary to complete the work. s LABORATORY TEST PROJECT I11 -35 - 16" Water Line, I11 -35, Round Rock Texas JOB NO 1 -1288 DATE: 2 February 1988 COMPRESSION TEST OTHERTESTS Percent Passing j2Q0 Sieve NOKUY/N00 s II NIT LC Is 7YIK5DY/ 1vY3171 I) 7Nflllt/ 3dAL 11 BORING N0. DE ITN IN PEET SAMPLE M0. TYPE O/ MATERIAL MOISTURE CONTENT % DRY DENSITY is ATTENTION{ LAOS LL IL II B -2 4.0 -- Brown silty clay 28.6 109 54 28 26 1.6 -- -- -- 75 Q_ 5L -- T n rlayPy gilt 77 4 111 10 1R 17 7_5 -- -- -- 80 B -3 3.0 -- Brown silty clay 30.2 113 52 26 26 1.7 -- -- -- 64 B -5 10.0 -- Tan clayey silt 29.4 107 29 14 15 3.2 -- -- -- 77 R -6 4.0 - +- Rrnwn silty clay 37.6 112 49 25 24 2.0 -- -- -- 88 7.0 -- Tan clayey silt 29.5 109 32 16 16 3.1 -- -- -- 73 B -9 5.0 -- Tan silty clay 27.8 108 54 25 29 .9 -- -- -- 38 B -12 4.0 -- Brown silty clay 30.7 106 51 23 28 2.0 -- -- -- 65 , B -14 7.0 -- Tan clayey silt 28.4 114 26 14 12 2.8 -- -- -- 62 B -15 8.0 -- Tan silty clay 28.1 110 56 25 31 1.9 -- -- -- 74 B -17 5.0 -- Tan cla a silt 29.9 26.8 107 113 30 48 17 24 13 24 1.4 2.2 -- -- -- -- -- -- el 63 7.0 -- Tan silty clay Date: 18 January 1988 Project Location: in-35, Round Pock, Texas PTV .0 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER 5011 DESCRIPTION SURFACE Brown silty clay w /small rock Tan weathered limestone (medium hard to hard) Becoming grey (hard) Terminated at 14.0 feet REMAR JACK H. HOLT Ph.D. 8c ASSOCIATES INC. PO SOX 3978 AUSTIN. TEXAS PH. 447 -8166 Log of Boring For 111 -35 - 16" Water Line Bole dry upon completion of drilling operation. SAMPLE TYPE N-SLOWS PER FOOT Boring No. B -1 UNC.COMP. STRENGTH MOISTURE VnF GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER HRS. FT. FT. FT. Date: 18 January 1988 Project Location: 1B-35, Round Rock, Texas Log of Boring For IH - - 16" Water Line Boring No. B -2 SOIL DESCRIPTION SURA E _p \' Brown silty clay Fw small rock _Becoming reddish brown (stiff) 5 �\ Tan clayey silt (stiff) Tan clayey silt w /fine gravel (medium hard) Layered rock w /tan clayey silt layers (damp, medium hard) Terminated at 15.0 feet SAMPLE TYPE S.T. S.T. UNC.COMP. STRENGTH 1.6 2.5 N -BLOWS PER FOOT MO1 TURE 28.6 27.4 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S• - SPLIT SPOON - ROCK CORE (( - PENETROMETER REMARKS: Bole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS 4 G.M. ENCOUNTERED AT FT. G.M. AFTER COMPLETION FT. G.M. AFTER MRS. FT. JACK H. HOLT Ph.D. do ASSOCIATES INC. PO SOX 3978 AUSTIN. TEXAS PH. A47 -8166 Date: la January 1988 Project Location: 18-35, Round Rock, Texas ART —�s — Tan clayey silt w /rock 5 1� F _ _ Water @ 5' 14 Tan weathered limestone (medium hard) T - " _ Becoming grey (hard) 10 L SOIL DESCRIPTION SURFACE wn silty clay w /rock Terminated at 12.0 feet Log of Boring For 1H -35 - 16" Water Line SAMPLE TYPE S.T. TYPE OF SAMPLE REMARKS: D. - DISTURBED Water encountered at 5.0 feet. S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER JACK H. HOLT Ph.D. & ASSOCIATES ING PO OH. •AX739196 AUSTIN. TEXAS N-BLOWS PER FOOT Boring No. B UNC.COMP. STRENGTH TAP 1.7 MOIITURE 30.2 GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT 5.0 FT. G.M. AFTER COMPLETION. FT. G.M. AFTER 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: 18 January 1988 Project Location: IH-35, Pound Rock, Texas Log of Boring For IH -35 - 16^ Water Line Boring No.8 -4 SOIL DESCRIPTION SURFACE Medium rock w /brown & tan silty clay (Fill) 1,5 Layered limestone w /tan clayey silt layers (medium hard to hard) Limestone rock (hard) Terminated at 16.0 feet SANPLE TYPE UNC.COMP. STRENGTH TCF N -BLOMs PER FOOT MOISTURE TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE I ) - PENETROMETER REMARKS. Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT FT. G.M. AFTER COMPLETION FT. G.M. AFTER MRS. FT. JACK H. HOLT Phi). do ASSOCIATES INC. PO Sox 3979 AUSTIN. TEXAS H. • S47.9166 Log of Boring For IH -35 - 16" Water Line Date: 16 January 1988 Project Location: IH - 35, round Rock, Texas Boring No. B -s SOIL DESCRIPTION SURFACE -- Brown silty clay w /small rock ''` _Becoming reddish brown (stiff) Tan clayey silt w /small rock - -gyp @ 9 Terminated at 16.0 feet SAMPLE TYPE S.T. UNC.COMP. STRENGTH TRF 3.2 N-BLOWS PER FOOT MOISTURE 29.4 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.M. AFTER COMPLETION G.M. AFTER NRS. FT. FT. FT. JACK H. HOLT Ph.D. ac ASSOCIATES INC. PO SOX 3979 AUSTIN. TEXAS H. 447.9166 Date: 18 January 1988 Project Location: IH-35, Pound Bock, Texas 5 - : SOIL DESCRIPTION SURFACE Brown silty clay w /small rock — — Becoming reddish brown (stiff) Tan clayey silt w /thin rock layers (stiff) Tan weathered limestone (hard) Terminated at 14.0 feet Log of Boring For I8 - 16" Water Line SAMPLE TYPE S.T. S.T. N -BLOWS PER FOOT Boring No. B -6 UNC.COMP. STRENGTH TRW 2.0 3.1 MOISTURE 32.6 29.5 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 . FT. G.M. AFTER COMPLETION FT. G.M. AFTER MRS. FT. JACK H. HOLT Ph.D. do ASSOCIATES INC. PO SOX 3979 AUSTIN. TEXAS PH. 547.9166 Date: 18 January 1988 Project Location: I11 -35, Round Rock, Texas TSP FT SURFACE _'\ Brown silty clay w /small rock 5 _ ._Becoming reddish brown (stiff) _ y ' Tan clayey silt w /thin rock layers (stiff) 10 Tan weathered limestone (hard) Becoming grey (hard) ] 5 " _ Terminated at 15.0 feet TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER SOIL DESCRIPTION JACK H. HOLT Ph.D. & ASSOCIATES INC. PO SOX 3979 AUSTIN. TEXAS H. 447 -6166 Log of Boring For Ili -35 - 16" Water Line REMARKS: Hole dry upon completion of drilling operation. Boring No. B -7 GROUND MATER 06SERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER HRS. FT. FT. FT. 1 Date: 18 January 1988 Project Location: 1H -35, Round Rock, Texas Log of Boring For IH - 35 - 16" Water line Boring No. B -8 SOIL DESCRIPTION SURFACE Brown silty clay w /large rock Tan weathered limestone (hard) __Becoming grey (hard) Terminated at 15.0 feet SAMPLE TYPE UNC.COMP. STRENGTH ?CT' N -BLOWS PER FOOT MO)STURE TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON q.C. - ROCK CORE - PENETROMETER JACK H. HOLT Ph.D. & ASSOCIATES INC. PO SOX 7979 AUSTIN. TEXAS FN. 447.6166 REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT FT. G.M. AFTER COMPLETION FT. G.M. AFTER HRS. FT. 1 Date:.18 January 1988 Project LOcation: 1H Round Rock, Texas —ms- Tan weathered limestone (hard) _ _Becoming grey (hard) 42 5 SOIL DESCRIPTION SURFACE Brown & tan silty clay w /medium rock (Fill) Terminated at 14.0 feet Log of Boring For 1H -35 - 16" Water Line UNC.COMP. SAMPLE N-SLOWS STRENGTH MOISTURE TYPE PER FOOT TaF S.T. Boring No. 8 - 9 .9 27.8 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. 1 1 1 1 1 1 1 1 1 1 1 1 GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT FT. G.W. AFTER COMPLETION FT. G.M. AFTER HRS. FT.1 JACK H. HOLT Ph.D. & ASSOCIATES INC. Po SOX 3978 AVSTIN. TCXAS OP. 447.8166 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Log of Boring For IH - 35 - 16" Water Line Date: 18 January 1988 Boring No.B -10 Project Location: IB -35, Found Rock, Texas UNC.COMP. STRENGTH Twr SOIL DESCRIPTION WW1., SURFACE $,/' . Brown silty clay w /small rock Tan clayey silt w /small rock (stiff) -- damp @ 4' Layered limestone w /tan clayey silt layers (damp, medium bard) Water @ 8 Grey weathered limestone (hard) Terminated at 11.0 feet SAMPLE TYPE N -BLOWS PER FOOT MOIS 1 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON g . - ROCK CORE ( ) - PENETROMETER REMARKS: Water encountered at 8.5 feet. GROUND WATER 08SERVATIONS G.M. ENCOUNTERED AT 8.5 FT. G.M. AFTER COMPLETION FT. G.M. AFTER HRS. FT. JACK H. BOLT Ph.D. ac ASSOCIATES 1NC. }H A SOX 7 2979 9796 AUSTIN. TEXAS Date: 18 January 1988 Project Location: IE - 35, Round Rock, Texas Log of Boring For IH -35 - 16" Water Line Boring No.B -11 SOIL DESCRIPTION R ^T SURFACE Black silty clay w /small rock "-- Becoming brown (stiff) Tan weathered limestone (hard) __Becoming grey (hard) Terminated at 11.0 feet SAMPLE TYPE N-BLOWS PER FOOT UNC.COMP. STRENGTH Ysr MOIITURE TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. - ROCK CORE ( ) - PENETROMETER JACK H. HOLT Ph.D. & ASSOCIATES INC. PC SOX 3S7S AUSTIN. TEXAS PH. A47 -8166 REMARKS: Hole dry upon completion of drilling operation. GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER HRS. FT. FT. FT. Date: 18 January 1988 Project Location: 18 -35, Round Rock, Texas Log of Boring For IH -35 - 16^ Water Line Boring No.B -12 SOIL DESCRIPTION SURFACE J%\ Black silty clay w /small rock ., - Becoming brown (stiff) K` 10 I N , r Tan clayey silt w /small rock (stiff) Tan weathered limestone (medium hard) -- Becoming grey (hard) Terminated at 11.0 feet uNC.COMP. STRENGTH TCP 2.0 SAMPLE TYPE S.T. N. PER FOOT MO1 TORE 30.7 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE 5.5. - SPLIT SPOON R.C. - ROCK CORE (( 4 - PENETROMETER REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER HRS. FT. FT. FT. JACK H. HOLT Ph.D. & ASSOCIATES INC. PO SOX 3979 AUSTIN. TLXAS PH. 447 •8166 Date: 18 January 1988 Project Location: IH-35, Round Rock, Texas Log of Boring For IH -35 - 16" Water Line Boring No.a - 13 SOIL DESCRIPTION Brown silty clay / small rock 5 1-r Tan weathered limestone (hard) -- Becoming grey (hard) Terminated at 14.0 feet SAMPLE TYPE UNC.COMP. STRENGTH Ttv N-BLOWS PER FOOT MOISTURE TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON q.C. - ROCK CORE ( ) - PENETROMETER REMARKS: Idle dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.N. ENCOUNTERED AT G.W. AFTER COMPLETION G.M. AFTER MRS. FT. FT. FT. JACK EL HOLT Ph.D. & ASSOCIATES INC. PO SOX 3979 AUSTIN. TCxAS PH. 447 -8196 Date: 18 January 1988 Project Location: I8 -35, Round Rock, Texas Log of Boring For I8 -35 - 16" Water Line Boring No. B -14 SOIL DESCRIPTION SURFACE --/\.`: Brown silty clay w /small rock --Becoming tan (stiff) 10 �I Tan clayey silt w /thin rock layers (medium hard) Tan silty clay (stiff) Terminated at 10.0 feet SAMPLE TYPE S.T. UNC.COMP. STRENGTH TA 2.8 N -BLOWS PER FOOT MOISTURE ' 28.4 TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.r.. - ROCK CORE ti -PENETROMETER REMARKS: Hole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.W. AFTER HRS. FT. FT. FT. JACK H. BOLT Ph.D. dI ASSOCIATES INC. PO SOX 3979 AUSTIN. TEXAS FN. A47 -6166 Date: 18 January 1988 Project Location: IR -35, Round Rock, Texas SOIL DESCRIPTION SURFACE Brown silty clay w /small rock Tan clayey silt w /small rock Tan silty clay Terminated at 10.0 feet SAMPLE TYPE N-BLOWS PER FOOT Boring No.B -15 UNC.COMP. STRENGTH TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON 11 ROCK CORE ( �1� - PENETROMETER JACK H. HOLT Ph.D. & ASSOCIATES INC. PO SOX 3979 AUSTIN. TEXAS PH. 447 -9166 REMARKS: Role dry upon completion of drilling operation. GROUND MATER OBSERVATIONS G.M. ENCOUNTERED AT FT. G.M. AFTER COMPLETION FT G.M. AFTER HRS. FT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: 18 January 1988 Project Location: IH-35, Round Rock, Texas 5- Tan clayey silt w /small rock (stiff) , Layered rock w /tan clayey silt layers TT (medium hard) 10 - SOIL DESCRIPTION SURFACE Brown silty clay Tan weathered limestone (hard) Terminated at 12.0 feet Log of Boring For IH - - 16" Water Line SAMPLE TYPE N-BLOWS PER FOOT Boring No. 8 - 16 UNC.COMP. STRENGTH Ts MOIS TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.c. - ROCK CORE (( 1 - PENETROMETER REMARKS' Bole dry upon completion of drilling operation. GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT „ FT. G.M. AFTER COMPLETION FT. G.M. AFTER HRS. FT. JACK FL HOLT Ph.D. & ASSOCIATES INC PO SOX 3979 AUSTIN. TEXAS FN. S37.S166 Date: 18 January 1988 Project Location: IH-35, Round Rock, Texas 10 ,' TYPE OF SAMPLE D. - DISTURBED S.T. - SHELBY TUBE S.S. - SPLIT SPOON R.C. OCK CORE ( ) • PENETROMETER SOIL DESCRIPTION SURFACE Brown silty clay Tan clayey silt w /thin rock layers (stiff) Tan silty clay (stiff) Tan weathered limestone (hard) Terminated at 12.0 feet REMARKS: JACK H. HOLT Ph.D. & ASSOCIATES INC. PO Sox 3979 AUSTIN. TEXAS FN• 347 -8166 Log of Boring For IH -35 - 16" Water Line Hole dry upon completion of drilling operation. SAMPLE TYPE S.T. S.T. N-BLOMS PER FOOT Boring No. B -17 uNC.COMP. STRENGTH TAP 1.4 2.2 MOISTURE 29.9 26.8 GROUND WATER OBSERVATIONS G.M. ENCOUNTERED AT G.M. AFTER COMPLETION G.M. AFTER HRS. • FT. FT. FT.II 1 RECEIVED OCT 0 5 1988