Loading...
R-89-1308 - 7/27/1989WHEREAS, the City of Round Rock has duly advertised for bids for the Burnet Street Box Culvert Bridge Project, and WHEREAS, Chasco Construction Inc. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Chasco Contruction Inc., Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Chasco Construction Inc., 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 Chasco Construction Inc. for the Burnet Street Box Culvert Bridge Project. RESOLVED this 27th day of July, 1989. ATTEST: NE LAND, City Secretary C43RESCHAS2 RESOLUTION NO. /30 /C/ MIKE ROBINSON, Mayor City of Round Rock, Texas Haynie & Kallman, Inc. CONSULTING ENGINEERS 800 Paloma Dr., Suite 160 Round Rock, Texas 78664 (512) 255 -7861 Environmental Engineers Transportation Engineers Construction Managers Planners Surveyors Land Development Engineers July 21, 1989 Mr. James R. Nuse, P.E. Director of Public Works City of Round Rock 300 S. Blair Street Round Rock, Texas 78664 Sincerely, HAYN & KALLMAN, INC. . William tz Project Manag AWW /cla Enclosure icc: Steven D. Kallman, P.E., R.P.S. James H. Domel, Director /Field Services File No. 103 - 719 -38 RECEIVED JUL 2 1 1989 Re: Engineer's Letter of Recommendation Burnet Street Box Culvert Improvements Dear Jim: Bids were opened at 2:00 p.m., Tuesday, July 18, 1989 for construction of the Burnet Street Box Culvert Improvements, A total of fourteen (14) bids were received, with the lowest bidder being Chasco Contracting of Round Rock, in the amount of $173,630.23. A complete bid tabulation is enclosed for your review. Chasco Contracting has completed many street and drainage projects in the area for the City of Round Rock, Williamson County and several other entities. Based on their past experience record and submission of the lowest bid, we recommend award of this contract to Chasco Contracting in the bid amount of $173,630.23. If you have any questions or comments, please feel free to call. 01/22/89 PROJECT: BURNET STREET BOX CULVERT IMPROVEMENTS DESCRIPTION: B01 CULVERTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103 - 719 -36 FILE: 82:11RNTB01 BID DATE: JULY 18, 1989 0 2:00 P.M. PROJECT LOCATION: ROUND ROCK, TEXAS ENGINEER'S ESTIMATE: 1203,500.00 CHASCO CO1IRACTI116 HAYNIE 4 KALLMAN, INC. - BID TABULATIONS PAGE 1 DAYCO CONST., INC. J.C. EVANS COAST. AUSTIN PAVING CO. HAYDEN CONCRETE BM PUSH C019ANY UNIT UNIT UNIT UNIT UNIT UNIT DESCRIPTION UNIT OUANTTTY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 . REMOVAL A DISPOSAL EAST. STRUCTURE L.S. 1 $9,838.00 19,830.00 $8,300.00 18,300.00 118,000.00 $18,000.00 $6,750.00 16,750.00 112,881.00 $12,881.00 15,500.00 15,500.00 2 . UNCLASSIFIED STREET EXCAVATION S.Y. 1,721 $1.95 13,354.98 $2.18 $3,750.69 $2.85 $4,903.43 $5.00 $8,602.50 $4.50 $1,742.25 $5.25 $9,032.63 3 . SUBSRADE PREPARATION S.Y. 1,399 $0.50 1699.70 $2.20 13,070.68 $2.05 $2,868.77 $1.00 11,399.40 $1.25 11,749.25 $1.75 12,448.95 4 . 12' FLEXIBLE BASE S.Y. 1,263 $5.00 $6,314.50 $4.72 $5,960.89 16.15 $7,766.84 18.00 110,103.20 15.04 $6,365.02 17.65 19,661.19 5 . 2' H.M.A.C. S.Y. 1,477 $4.20 $6,203.40 $4.10 $6,055.70 14.50 $6,646.50 $3.50 $5,169.50 $4.50 $6,646.50 14.15 $6,129.55 6 . STANDARD CONCRETE CURB 6 BUTTER L.F. 622 $4.40 $2,736.80 $4.90 $3,047.80 $8.70 $5,411.40 $6.00 $3,732.00 $6.50 $4,043.00 16.00 $3,732.00 7 . 8 - 10'110' REINF. CONC. BOX CULVERTS L.S. 1 189,274.00 $89,274.00 $95,680.00 195,680.00 185,500.00 $85,500.00 $100,000.00 1100,000.00 193,106.00 $93,106.00 199,500.00 $99,500.00 8 . 6' CONCRETE APPROACH SLAB S.Y. 157 $20.2t $3,169.38 $24.38 $3,025.I2 $29.60 $4,644.24 $35.00 $5,491.50 $30.00 $4,707.00 127.00 $4,236.30 9 . 2' I.O. 6AL9. STEEL PIPE HANDRAIL L.F. 318 $21.00 $6,678.00 $16.15 $5,135.70 $18.00 $5,724.00 $15.00 $4,770.00 $17.50 15,565.00 $18.00 $5,724.00 10 . STANDARD 4' CONCRETE SIDEWALK S.F. 1,296 $1.75 $2,268.00 $1.75 12,268.00 11.70 $2,203.20 $1.50 11,944.p0 $2.35 $3,045.60 $1.85 12,397.60 11 . 5' REINF. CONCRETE RETA1111N6 NALL L.F. 69 $54.50 $3,774.67 $82.15 $5,689.71 $79.00 $5,471.54 $110.00 17,618.60 $94.60 $6,552.00 1120.00 $8,311.20 12 . RELOCATE EIISTIN6 FIDE HYDRANTS EA. 1 $800.00 $800.00 $682.50 $682.50 1650.00 $650.00 1650.00 $650.00 $960.00 $960.00 $700.00 $700.00 13 . 5' CONCRETE DRIVEWAY S.Y. 78 $18.75 $1,453.13 $18.00 $1,395.00 $25.35 $1,964.63 128.00 12,110.00 $33.00 $2,557.50 123.50 11,821.25 14 . 5' CONCRETE RIPRAP S.Y. 304 $23.15 $7,032.97 $19.00 $5,772.20 $27.55 18,369.69 $20.00 $6,076.00 $26.00 $7,898.80 $27.50 10,354.50 15 . 6' WATERLINE L.F. 444 $19.50 $8,658.00 $17.00 17,548.00 117.60 17,814.40 116.00 $7,104.00 122.00 110,123.20 $16.75 17,437.00 16 . 6' GATE VALVE EA. 1 $350.00 1350.00 1494.00 1494.00 $400.00 $400.00 $500.00 $500.00 $420.00 $420.00 1600.00 1600.00 17 . 5 -114' FIRE HYDRANT HMO ER. 1 $1,250.00 11,250.00 $1,620.00 11,620.00 $1,200.00 $1,200.00 11,500.00 $1,500.00 $1,440.00 $1,440.00 11,600.00 $1,600.00 18 . 8' TIWPIN6 SLEEVE N /6' 6ATE VALVE EA. 1 $1,250.00 $1,250.00 $1,420.00 $1,420.00 $720.00 1720.00 $1,400.00 $1,400.00 $1,440.00 11,440.00 $1,400.00 $1,400.00 19 . CONCRETE CAP FOR 6' WATERLINE L.F. 82 $11.00 1902.00 $12.07 $989.74 114.30 $1,172.60 $12.00 $984.00 $12.00 $984.00 113.00 $1,066.00 20 .-08' RCP L.F. 291 125.50 17,420.50 $16.25 $4,728.75 $23.25 16,765.75 $20.00 $5,820.00 126.25 $7,638.75 121.50 $6,256.50 21 . STANDARD 10' INLET EA. 2 $1,600.00 13,200.00 12,000.00 $4,000.00 $1,800.00 13,600.00 $2,000.00 84,000.00 $1,900.00 $3,800.00 $1,950.00 13,900.00 22 . STANDARD 4' DIA. JUNCTION MANHOLE EA. 1 $1,150.00 11,150.00 $1,490.00 $1,490.00 $1,500.00 11,500.00 $1,400.00 $1,400.00 $1,300.00 $1,300.00 $1,425.00 $1,425.00 23 . 881109.6 RELOC. OR REPLAC. EXIST. FENCE L.F. 108 $7.00 1756.00 $5.25 1567.00 17.25 $783.00 $8.00 1864.00 $12.00 *.x:11,296.00 $7.50 $810.00 24 . TEMP. EROSION 6 SEDIMENTATION CONTROL L.S. 1 (500.00 $500.00 12,000.00 $2,000.00 $765.00 $765.00 $500.00 1500.00 $1,000.00 $1,000.00 $2,500.00 $2,500.00 25 . RESTORATION OF DISTURBED AREAS L.S. 1 $1,500.00 11,500.00 $3,150.00 $3,150.00 $2,300.00 $2,300.00 $2,500.00 $2,500.00 $1,600.00 $1,600.00 12,500.00 $2,500.00 26 . REINF. CONC. SIDEWALK N /RETAIN. WALL C.Y. 10 1260.00 $2,696.20 $400.00 14,148.00 $190.00 $1,970.30 $270.00 12,799.90 $325.00 $3,370.25 $235.00 $2,436.95 27 . FLOOD GAUGE MARKER EA. 2 $50.00 $100.00 $125.00 $250.00 $200.00 $400.00 $75.00 $150.00 $120.00 , $240.00 $100.00 $200.00 28 . HANDICAP RAW EA. 3 $100.00 $300.00 $250.00 $750.00 1150.00 $450.00 1175.00 $525.00 $225.00 $675.00 1300.00 $900.00 TOTAL CONTRACT $173,630.22 $183,797.58 $189,965.28 $194,523.60 $199,146.11 1200,580.61 AS READ 07/22/89 PROJECT: 91 INLET STREET 801 CULVERT IMPROVEMENTS DESCRIPTION: BOX CULVERTS OWNER: CITY OF ROUND ROCK JOB NUMBER: 103-719 -36 FILE: B2:11RNTBOI BID DATE: JULY 18, 1989 0 2:00 P.N. .PROJECT LOCATION: ROUND ROCK, TEXAS ENGINEER'S ESTIMATE: $203,500.00 LILLJEDAHL BROS. HAYNIE 6 KALLMAN, INC. - BID TABULATIONS PAGE 2 CRAWFORD PAT CANION H & N CONCRETE HUNTER AUSTIN HEAVY 6 MARINE EXCAVATING CONST. CO., INC. INDUSTRIES, INC. ENGINEERING CO. UNIT UNIT UNIT UNIT UNIT UNIT DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AM011NT PRICE AMOUNT PRICE AMOUNT PRICE ANOINT PRICE �AMOUNT 1 . REMOVAL & DISPOSAL EXIST. STRUCTURE I 110,000.00 110,000.00 $22,000.00 $22,000.00 $12,000.00 $12,000.00 $20,000.00 120,000.00 14,000.00 $4,000.00 110,000.00 $10,000.00 2 . UNCLASSIFIED STREET EXCAVATION S.Y. 1,721 15.00 $8,602.50 $5.00 $8,602.50 18.50 $14,624.25 $4.00 $6,192.00 $3.00 15,161.50 $5.00 113,764.00 3 . SUBSRADE PREPARATION S.Y. 1,399 $3.61 15,051.83 $6.00 $8,396.40 11.20 $1,679.28 $2.00 $2,798.80 $0.75 $1,049.55 $2.00 $2,798.80 4 . 12' FLEXIBLE BASE S.Y. 1,263 $5.00 $6,314.50 $7.00 $8,840.30 $4.80 $6,061.92 17.00 18,840.30 18.00 $10,103.20 $7.20 19,092.88 5 . 2' H.M.A.C. S.Y. 1,477 $9.00 $13,293.00 15.25 17,754.25 $5.04 17,444.08 15.00 $7,385.00 14.60 16,794.20 $4.10 $7,089.60 6 . STANDARD CONCRETE CURB 6 GUTTER L.F. 622 $8.00 14,976.00 $5.00 $3,110.00 $12.00 17,464.00 $10.00 $6,220.00 15.50 $3,421.00 $7.00 14,354.00 7 . 8 - 10'110' REINF. CONC. 001 CULVERTS L.S. 1 192,590.00 $92,590.00 198,000.00 $98,000.00 188,000.00 $88,000.00 1140,000.00 *140,000.00 $130,000.00 $130,000.00 1108,000.00 $108,000.00 0 . 6' CONCRETE APPROACH SLAB S.Y. 157 $27.01 14,236.30 $16.50 $2,588.85 138.00 $5,462.20 $18.00 $2,824.20 127.00 $4,236.30 095.60 $14,999.64 9 . 2' I.D. GALS. STEEL PIPE HANDRAIL L.F. 318 $10.00 $3,180.00 $4.00 $1,272.00 $9.00 $2,862.00 110.00 $3,180.00 $20.00 $6,360.00 $40.00 $12,720.00 10 . STANDARD 4' CONCRETE SIDENALK S.F. 1,296 12.50 $3,240.00 12.00 12,592.00 $3.00 $3,888.00 11.50 $1,941,00 12.50 13,240.00 11.80 $2,332.80 11 . 5' REINF. CONCRETE 011618196 NALL L.F. 69 188.00 16,094.88 199.00 $6,856.74 $120.00 $0,311.20 $20.00 $1,385.20 1100.00 $6,926.00 $90.00 $6,233.40 12 . RELOCATE EXISTING FIRE HYDRANTS EA. 1 11,000.00 11,000.00 $1,200.00 $1,200.00 $1,800.00 $1,800.00 $750.00 $750.00 12,000.00 $2,000.00 1800.00 $800.00 13 . 5' CONCRETE DRIVEWAY S.Y. 78 $27.00 $2,092.50 $12.00 1930.00 $40.00 $3,100.00 118.00 $1,395.00 $27.00 $2,092.50 126.00 $2,015.00 14 . 5' CONCRETE RIPRAP S.Y. 304 127.00 $8,202.60 $2.66 0800.11 $20.00 18,506.40 $15.00 $4,557.00 $30.00 19,114.00 $26.00 $7,898.80 15 . 6' WATERLINE L.F. 444 125.00 $11,100.00 $25.00 $11,100.00 $24.00 110,656.00 120.00 08,880.00 $25.00 111,100.00 $30.00 113,320.00 16 . 6 601E VALVE EA. 1 $500.00 $500.00 1400.00 1400.00 $720.00 $720.00 1500.00 0500.00 $1,000.00 $1,000.00 $100.00 $700.00 17 . 5 -1/4' FIRE HYDRANT ASSEMBLY EA. 1 $2,000.00 12,000.00 $1,200.00 $1,200.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 12,500.00 $2,500.00 $1,500.00 $1,500.00 IB . 8' TAPPING SLEEVE 0 /6' GATE VALVE EA. 1 11,000.00 $1,000.00 11,700.00 $1,700.00 $2,000.00 $2,000.00 $400.00 $400.00 11,000.00 $1,000.00 $1,500.00 $1,500.00 19 . CONCRETE CAP FOR 6' WATERLINE L.F. 82 $10.00 $820.00 $5.00 $410.00 $12.00 $984.00 $2.00 $164.00 $13.00 $1,066.00 $30.00 $2,460.00 20 111' RCP L.F. 291 $25.00 17,275.00 119.00 $5,529.00 136.00 $10,476.00 $25.00 17,275.00 $33.00 $9,603.00 $30.00 $8,730.00 21 . STANDARD 10' INLET EA. 2 11,500.00 $3,000.00 $1,800.00 13,600.00 $2,640.00 . $5,280.00 $2,000.00 04,000.00 $2,500.00 $5,000.00 12,100.00 $4,200.00 22 . STANDARD 4' DIA. JUNCTION MANHOLE EA. 1 $1,000.00 11,000.00 $5,050.00 $5,050.00 $1,800.00 $1,800.00 $1,500.00 $1,500.00 $2,000.00 12,000.00 $1,500.00 $1,500.00 23 . REMDV.6 RELOC. OR REPLAC. EXIST. FENCE L.F. 108 $5.00 $540.00 $7.00 1756.00 $12.00 $1,296.00 $5.00 $540.00 $10:00 ±;..$1,0B0.00 $10.00 $1,080.00 24 . TEOP. EROSION 6 SEDIMENTATION CONTROL L.S. 1 $1,000.00 $1,000.00 $3,000.00 $3,000.00 $1,000.00 $1,000.00 11,000.00 11,000.00 $3,000.00 $3,000.00 $1,000.00 $1,000.00 25 . RESTORATION OF DISTURBED AREAS L.S. 1 $1,000.00 $1,000.00 13,000.00 13,000.00 $2,000.00 12,000.00 $1,000.00 $1,000.00 $3,000.00 $3,000.00 $4,000.00 $4,000.00 26 . REINF. CONC. SIDEWALK II/RETAIN. NALL C.Y. 10 $300.00 $3,111.00 1220.00 $2,281.40 $500.00 $5,185.00 1200.00 12,074.00 1300.00 $3,111.00 $260.00 $2,696.20 27 . FL00D 60116E MARKER EA. 2 $500.00 11,000.00 $300.00 0600.00 $200.00 1400.00 $500.00 11,000.00 $200.00 , $400.00 $150.00 $300.00 28 . HANDICAP RAMP EA. 3 $400.00 $1,200.00 $50.00 $150.00 $200.00 $600.00 $150.00 $450.00 $300.00 $900.00 $240.00 $720.00 TOTAL CONTRACT $203,420.11 $211,727.55 $217,100.33 $238,444.50 1239,258.25 1245,805.12 AS READ $203,411.28 0245,065.48 07/22/89 HAYNIE 6 KALLNAN, INC. - BID TABULATIONS PAGE 3 PROJECT: BURNET STREET BOX CULVERT IMPROVEMENTS DESCRIPTION: B01 CULVERTS DARER: CITY OF ROUND ROCK JOB NUMBER: 103 - 719 -36 FILE: 82:BRNT801 BID DATE: JULY 18, 1989 B 2:00 P.N. PROJECT LOCATION: ROUND ROCK, TEXAS ENGINEER'S ESTIMATE: 4203,500.00 AS READ UNIT DESCRIPTION UNIT BUANTITY PRICE 1 . REMOVAL L DISPOSAL E1151. STRUCTURE L.S. 1 418,000.00 2 . UNCLASSIFIED STREET EXCAVATION S.Y. 1,721 45.00 3 . SUBGRADE PREPARATION S.Y. 1,399 45.40 4 . 12' FLEXIBLE BASE S.Y. 1,263 46.70 5 . 2' N.M.A.C. S.Y. 1,477 45.00 6 . STANDARD CONCRETE CURB D SUTTER L.F. 622 46.00 7 . 8 - 10'110' REINF. CONC. BOX CULVERTS L.S. 1 494,000.00 8 . 6' CONCRETE APPROACH SLAB S.Y. 157 427.0b 9 . 2' 1.8. 6ALV. STEEL PIPE HANDRAIL L.F. 318 432.00 10 . STANDARD 4' CONCRETE SIDEWALK S.F. 1,296 42.25 11 . 5' REINF. CONCRETE RETAINING NALL L.F. 69 4150.00 12 . RELOCATE EXISTING FIRE HYDRANTS EA. 1 82,500.00 13 . 5' CONCRETE DRIVEWAY S.Y. 78 422.50 14 . 5' CONCRETE RIPRAP S.Y. 304 436.00 15 . 6' WATERLINE L.F. 444 432.00 16 . 6' SATE VALVE EA. 1 4600.00 17 . 5-114' FIRE HYDRANT ASSEMBLY EA. 1 42,000.00 18 . 8' TAPPING SLEEVE N /6' SATE VALVE EA. 1 32,500.00 19 . CONCRETE CAP FOR 6' WATERLINE L.F. 82 420.00 20 . RCP L.F. 291 432.00 21 . STANDARD 10' INLET EA. 2 42,000.60 22 . STANDARD 4' DIA. JUNCTION MANHOLE EA. l 46,000.00 23 . REMOV.1 RELOC. OR REPLAN:. EXIST. FENCE L.F. 108 430.00 24 . TEMP. EROSION 6 SEDIMENTATION CONTROL L.S. 1 42,500.00 25 . RESTORATION OF DISTURBED AREAS L.S. 1 47,800.00 26 . REINF. CONC. SIDEWALK 11/RETAIN. WALL C.Y. 10 3400.00 27 . FLOOD 6AU6E MARKER EA. 2 4200.00 28 . HANDICAP RANP EA. 3 4200.00 LOMAS COAST. WARD -LISLE CONSTRUCTORS UNIT AMOUNT PRICE AMOUNT 418,000.00 Proposal not signed{ 48,602.50 therefore declared 47,556.76 non- responsive 48,461.43 41,385.00 43,732.00 494,000.00 84,236.30 110,176.00 42,916.00 410,389.00 42,500.00 11,143.75 410,936.80 414,208.00 4600.00 12,000.00 42,500.00 41,640.00 19,312.00 44,000.00 36,000.00 43,240.00 42,500.00 47,800.00 44,148.00 4400.00 4600.00 TOTAL CONTRACT 4249,513.54 ti M E M O R A N D U M TO: Jim Nuse, P.E., Director of Public Works City of Round Rock FROM: Bill Waeltz, Project Manager Haynie & Kallman, Inc. DATE: July 21, 1989 RE: Burnet Street Box Culvert Improvements 14 bids received July 18, 1989 at 2:00 p.m. Low Bid - Chasco Contracting - $173,630.23 2nd Low - Dayco Construction Co. - $183,797.58 Chasco Contracting P. O. Box 1057 Round Rock, Texas 78680 Phone No. 244 -0600 Chaz Glace, President Bid Bond issued by Security National Insurance Company; Dallas, Texas Maximum bonding capacity for Security National Insurance Corp. according to Highway Dept. is $723,150.00. Chasco has completed many projects in Round Rock and the Williamson County area (see attached Contractor's Qualification Statement). Chasco proposes to use the following subcontractor for this project: Asphalt Paving, Inc. - Asphalt paving Reddico Construction - Utilities These subs are tentative and may change. AWW /cla Job No. 103 - 719 -38 CO.4YI8 .CTObl Fi 014ASCO ( 4i7Ar'Trr✓G • A - TEXAS CcnkPo gak'Te D Addt.0 `;.% 3O,i ro5 c it y K NIT KOC.IC state `Te- zip Cod. /P.G 1.1. ( 2'4 - .- U (0() O - Innddividual Partnership J Corporation incorporated under cue laws of the State of ' r 1 X 9 S vith principal place of business iu PR11..1PALS 1N FIRM: NAM 6L41 (? I/ iii /C 61-4 CONTRACTOR'S 1-4lcG CONTRACTOR'S QUALIFICATION STATEMENT F1n4 HISTORY 1711 ,- 21. List firm history below includinr� any other business names used. Pros I'! 7 �r co Nfir Name C /76n Address - City Fro. to Firm Name Address City State Froa to Firm Name Address City State Ras fin, under its current of former name(e) ever f;iled to couplets a project, defaulted on • contract, or been engaged An litigation over a contract? Yes j/ No. If Bo, state particulars of lust recent occurrence on separate sheet(.) and attach to this form. CONSTRUCTION CAPABILITIES List the construction NAME 6M GtALF_ � !t/l� / %C. 5T'.44 t coF -aG TITLE P/IE ftF,(1! V. P2Ei, experience of the principal individuals of your organization. q PRESENT POSITION we,) OR OFFICE e7 £. 4'2 092 n/ /ES 9111/1_ City FIRM'S YORE VOLUME: INDICATE AVERAGE ANNUAL CONSTRUCTION VOLUME S Indicate percentage of this volume by construction categorise: e Building ', I Hach. -RVAC 2 Righvey /Roads. Electrical X Utility Lines I Earthwork 2/ Plumbing i Utility Plants I Site York •liZI 6.vaed nptil 3, 1987 Pari. 1 .i 3 TELEPHONE f3z - %'A 7 Stara Or! Scare YEARS OF EXPERIENCE . 3 6 is /4' I S CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 FIMANCl/+L CAPAPILITIEU • Financial information summarised below was prepared by (FLrn) /1I W,A./' if (fr :ai r.✓ Address )6r. L ✓...qh L' /P.' 1,,, city At or/Ai State fLV.«� Zip 7,470/ The parson familiar with the acatement is (name) 6 71114 60L Tele (6/4 FIMANCLAL STATEMENT SUMMARY: Currecc Asa acs 66 5 7Us. `- Currant Liabilities . Sb7. Fixed As lid te 5%41 ,t/! Net Worth _7f'., /q7 Total Asbete f, 20g • 5/ie , ' ' Total Liab. L Net Worth BONDING £EFZILENCES: Indicate agency through which bonding requirements will be obtained. Agency / //T W/4C- A.E.QCL/.719/✓ Address /43e f/A L/,ili.✓ "Jae City 6b / . 0 /• /A/6.5 State 72:1644 Zip Agent's sas.a C •.T NITbc//' Tele (3/') 4 Agent(,) with Parer of Attorney from loading Company (oeme(s)) R. 7 : N /7SCr /A:= / if,ei 4. e'r F /4.-'L.4/ /2h », i!'CG.) ),'" . Eaptrat1oa date of Power of Aeeornee I'i .4 tV 2 • 4 . 'la BONDING COM'1 Y '1/? /N 10 r Address City 4.4ke State i,..y 44 Zip 73:26 . flooding Company Representative to contact for verification (Dame) /L , 94.05/ e/U Tele (VA %77'24 tlANKINC REFERENCES: • aANt: �L�.v / Gl SAL Address A. Cicy 77%yJ/) 7L= State `F_i/ /)4 Zip 7r'.4h'C•. Individual familiar with account /C.Fn/ 4/4691 Tele t; .' -; -:4794 Checking Account Numbers) Wan Account Number(a) C.D. /M.M. Account NunDer(a) a BANK: r�ilA.Ji Of f/� ff /Lll� Address Cic . !;th/ 77 V4/. State Zip Individual familiar with account .DC.n/N// Ii/al—/4/Y9 Tele L ') 2 SR - 7T-11 Checking Account Number(e) Loan account Number(•) C.D. /t.M. Account Number (d) COMd1'MUCTIOM PERFORMANCE RECOMYLSat minimum of five Projects that are at least 30Z completed or have been completed within the last two years. Public Works projects for local, state or federal govern- ment egenctes is preferred information. 1. Project title or description .ZOO 46 Project Location Y /Gj..9 / =/.4 Project Number CI P Ud(6)5) 5 Contract Amount $ 2• •00 00C. Project Owner (Firm or Agency) S /).4 PT Addreae City 11/t/ /2//J State '/ ?r•.f, OwaerlOwner'e Representative familiar with details of the Project (name) 'ONR /fe 442'40(/`,4 Tele ( ) Project percent completed If completed, date completed A9 c• 7/21/89 Page 2 of 3 2. Prcjecr title or description /IN/ 2 % Project Number G .337'2' Contract Amount $ Project Owner (Firm or Agency) .517/AP/ Address City Cit State P'Y.JG Owner /Owoar's Sep familiar wish details of the Project (Dame) Ci ALa= R JAAd.' 7ele ( ) Project percent completed /od Z If completed. dace completed 3. Project title or description /fivY 79 675;'o Project Number 02S 2o4- or -b37 Contract Am»uat $ 056L3. Project Owner (Firm or Agency) 6 Address City CA /.'4e7ge•>:(! State Owner /Owner's Representative familiar with details of the P oject(naio) Tele ( ) • Project percent completed X If completed, duce completed efr% 45 of 1 i, 89 40' . 4. Project title or description Aid/ 334 Page 3 of 3 Title of Person Sfin.>.ng Dace Project Location Project Locatioq , leorO k CL Project Location ri f er - g. , A✓ Project Number ,� Contract Amount $ Project Owner (Firm or Agency) .5flor Adcresb City Cr State T'Aa Owr.er /Owner's Rapreaeotative familiar with details of the pro ject (name) Tele ( ) Project percent completedZ If completed. dace complered 95% As oe 7 Z1 ,Iw" n , 5. Project title or description P4, 'LI4' /f�J� / °o'4 t II1Y/ Project Location 4./ 00 )rilou. Project Number Contract Amount ¢ /G7 'I[n Project Owner (Firm or Agency), L/ / /L/4#U Ml/ 1 PALOY Adcress Cicy l/lt,n /C.r.� State 7 %.r:1Ad Owner /Owner's Representative familiar with details of the Projeec(name) ,('c,./ L./ec;r Tale ( ) • Project percent completed /do Z If completed, dace completed 6. Prujeur title or description r des)An1. f bi / ?fvvO i /. "tY�e Project Location fi ':,,..11.i nd.e l✓r:4.„1.;.✓ e_r✓ Yruject Number Contract Amount 5 :?.:14:„4,4,0, JY Project Owner (Firm or Agency) JLilf i 4•rc S Address. O - r: /!Y n/ City Stare al /,1 i .hoer. Wr.er'e Repres.ncative familiar with /1acalla of the Projecc(n.e) /2...... le dv Tele ( ) • Project percent completed! /dtr Z If completed, dace completed I hpreby-carcify„'shat'•All information provided above and attached t true a d orrect. �i / /, 1 Name of Farr - Signature r or Officer CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 DATE: July 24, 1989 SUBJECT: Council Agenda, July 27, 1989 ITEM: 10D. Consider a resolution authorizing the Mayor to enter into an agreement for the construction of the Burnet Street Box Culvert Bridge Project. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: Chasco Construction was the lowest and best bidder of the fourteen (14) bids opened. The contract time is 120 days. ECONOMIC IMPACT: The project cost of $173,000 is approximately $30,000 below estimate. To 1 Q vl ■1 r fil . ft K if 7; C r'T • .QQ / Subject M toJ . j T/'LOr.� IJ1l�i �iqr - �rn10i'n✓t rid u- . 7.) p � 4 0✓lrra Date rl S d ?A/ 7;144 S nie /T r J h rir w. T� 4 ✓ T s-e ✓en (7) Cori J a( Cn »i /e r lOe Th-e % 57;ere rdo�_ srr�/ov(4 .9.71 0 S, rz v.'r u1e• b ar @ )r f leasc ij r ✓( wlsonJones GRAVLINE FGRMEA -900 2 -PART .1 1983 • PRINTED IN NS.A r From /91 w ; IJ-r P ucfr•t &Jo' • P i')s G LIJArXIr nJ Tvl�evs% Signed lN". Speed Message 19 1284 Haynie & Kaltman Inc. CONSULTING ENGINEERS Bids will be received at the City of Round Rock, Council Chambers, 221 E. Main Street, Round Rock, Texas 78664 until 2:00 p.m., Tuesday, July 18, 1989. i RECEIVED AU6 1 7 1989 BURNET STREET BOX CULVERT IMPROVEMENTS CONTRACT DOCUMENTS AND SPECIFICATIONS OWNER: CITY OF ROUND ROCK, TEXAS SPECIFICATION NO. 6 1 , r ' /� " STEVEN D.. __, :.. Haynie & Kaltman. Inc. CIVIL ENGINEERING AND LAND SURVEYING Round Rock, Texas H &K Job No.: 103 -719 Date: 06/21/89 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS 1 - TITLE SHEET 2 - TABLE OF CONTENTS 3 - NOTICE TO CONTRACTORS 4 - ADVERTISEMENT SUMMARY 5 - INSTRUCTIONS TO BIDDERS 6 - PROPOSAL AND PROPOSAL BIDDING SHEET 7 - INFORMATION REQUIRED OF BIDDER 8 AGREEMENT 9 -. BID BOND 10 - PERFORMANCE BOND 11 - PAYMENT BOND 12 MAINTENANCE BOND 13 - CERTIFICATE OF INSURANCE 14 - GENERAL CONDITIONS OF THE AGREEMENT 15 - SPECIAL CONDITIONS OF THE AGREEMENT 16 - TECHNICAL SPECIFICATIONS 17 - SOILS REPORT NOTICE TO CONTRACTORS BURNET STREET BOX CULVERT IMPROVEMENTS Sealed Bids, in envelopes addressed to the City of Round Rock, 221 E. Main Street, Round Rock, Texas 78664 will be received at the above mentioned address until 2:00 p.m., Tuesday, July 18, 1989 and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the construction of Burnet Street Box Culvert Improvements. Bids will be submitted in sealed envelopes for the project on the proposal furnished, and marked in the lower left hand corner "Bid for Burnet Street Box Culverts, opening 7/18/89 at 2:00 p.m." All proposals shall be accompanied by a certified cashier's check upon a national or state bank in the amount of five (5%) percent of the total maximum bid price payable without recourse to the City of Round Rock, Texas, 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. Provided however, if the contract price is less than $50,000.00, the bidder shall have the option of providing a letter of credit in lieu of a performance bond, said letter of credit to be in a form acceptable to the City of Round Rock. The notice of award of contract shall be given by the Owner within sixty (60) days after the bid opening. The bid security must be enclosed in the same envelope with the bid. Bids without check or bid bond will not be considered. All bid securities will be returned to the respective bidders within twenty -five (25) days after bids are opened, except those which the Owner elects to hold until the successful bidder has executed the contract.. Thereafter all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. The successful bidder must furnish performance bond or letter of credit, payment bond, and maintenance bond in the amount of one hundred (100%) percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received. Page 1 of 2 Plans, specifications and bidding documents may be secured after July 5, 1989, from the Engineer, Haynie & Kallman, Inc., 800 Paloma Drive, Suite 160, Round Rock, Texas 78664, on receipt of twenty -five ($25.00) dollars per set, which is non - refundable. Plans and specifications may be examined at the office of the Engineer, Haynie & Kallman, Inc., 800 Paloma Drive, Suite 160, Round Rock, Texas. Bidders should carefully examine the Plans, Specifications and other documents, visit the site of work, and fully inform themselves as to all conditions and matters which can in any way effect the work or the cost hereof. Should a bidder find discrepancies in, or omissions from the Plans, Specifications or other documents, or should be in doubt as to their meaning, he should notify the Engineer, Haynie & Kallman, Inc., and obtain clarification prior to submitting any bid. Prequalification Requirements: The bidder is to submit information regarding his qualifications with this bid in accordance with instructions contained in the Bid Form. Minimum Wage Scale: As specified and regulated by the State of Texas and the Federal Government. The Project shall be completed within one hundred twenty (120) calendar days after Notice to Proceed from the Engineer. Page 2 of 2 1 ADVERTISEMENT SUMMARY OWNER: City of Round Rock, Texas LOCATION: Round Rock, Williamson County, Texas PROJECT TITLE & TYPE: Burnet Street Box Culvert Improvements 1 BID BOND: 58 PERFORMANCE BOND: 100% 1 PAYMENT BOND: 100% ' MAINTENANCE BOND: 100% PLANS AVAILABLE: July 5, 1989 Haynie & Hallman, Inc. ' 800 Paloma Drive, Suite 160 Round Rock, Texas 78664 Telephone: (512) 255 -7861 1 OPENING TIME: 2:00 p.m., July 16, 1989 OPENING PLACE: Council Chambers City of Round Rock 221 E. Main Street Round Rock, Texas 78664 1 1 1 1 1 1 1 1 INSTRUCTIONS TO BIDDERS PROPOSAL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed envelope addressed to: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: 'Bid for Burnet Street Box Culverts, opening 7/18/89 at 2:00 p.m." 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 condition, limitation or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and if filed with the Engineer. pISOUALIFICATION OF BIDDERS More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. RETURN OF PROPOSAL GUARANTEES Within twenty -five (25) days after bids are opened, the Owner will return the proposal guarantees accompanying each of the proposals as are not considered in making the award. All other proposal guarantees will be held until the Contract has been finally executed. Page 1 of 3 They will be returned to the respective bidders whose proposals they accompany within sixty (60) days after the contract execution. AWARD OF CONTRACT - RESERVATION OP RIGHTS Contract, if awarded, will be awarded to responsible bidder whose proposal complies with all the requirements prescribed. Award, if made, will be made within sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the lowest responsible bidder's proposal, and to waive any informality in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written contract with the Owner on the form of Agreement provided. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful bidder refuses or fails to execute the Contract, the Owner may award the Contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the Contract, the Owner may award the Contract to the third lowest responsible bidder. On the failure or refusal of such second and third lowest responsible bidder to execute the Contract, the work may be bid again at a later date. gROPOSAL GUARANTEE Each proposal shall be accompanied by a certified or cashier's check or bid bond in the amount of not less than 5% of the amount named in the proposal. Said check or bond shall be made payable to the Owner and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after Notice of Award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter into said contract, the check or bond as the case may be, shall be forfeited to the Owner. No bidder's bond will be accepted unless it conforms to the form furnished by the Owner, which is bound herein, and is properly filled out and executed. PROPOSAL SIGNATURE If the proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by a Partnership it shall be signed with the co- partnership name by a member of the Partnership, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation, the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. Page 2 of 3 COMPETENCY OF BIDDERS In selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to the general competency of the bidder for the performance of the work covered by the proposal. To this end, each proposal shall be supported by a statement of the bidder's experience, on the form entitled "Information Required of Bidder ", bound herein. BIDDER'S EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefore. It will be understood that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make request for such information in . writing to Engineer, a minimum of 48 -hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from the Plans, Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued twenty -four (24) hours before the opening of bids will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to include any Addenda if such are issued by the Engineer twenty -four (24) hours before the opening of bids. Page 3 of 3 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF BURNET STREET BOX CULVERT IMPROVEMENTS Page 1 of 11 CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK TEXAS The undersigned. as bidder, declares that the only person or .parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors inviting bids, conditions and classes of materials of the proposed work; agrees that he will provide all the necessary supervision, labor, machinery, equipment, tools, apparatus, and other items incidental to construction, will do all the work and furnish all the materials called for in the Contract Documents, Plans and Specifications in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within seven (7) calendar days after written Notice to Proceed has been given. ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the following bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the Plans, Specifications, and the Contract Documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in one hundred twenty (120) calendar days following date of "Notice to Proceed ". If the Contractor is awarded both contracts this time of completion shall run concurrently for both contracts. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities of technicalities in any proposal in the interest of the Owner, except as specifically limited by the terms of the Contract Documents or applicable Laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following addenda; Addendum No. Dated Page 2 of 11 CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 1 1 1 JOB NAME: Burnet Street Box Culvert Improvements JOB LOCATION: Round Rock, Williamson County. Texas OWNER: City of Round Rock 1 1 Gentlemen: Pursuant to the foregoing Advertisement for Bids and Instruction to Bidders, the undersigned bidder hereby proposes to do all the work, to I furnish all necessary supervision, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work bid as- provided by the attached supplemental specifications, and as shown on the plans for the construction of Burnet Street Box Culvert Improvements I and binds himself of acceptance of this proposal to execute a contract and bonds for completing said project within the time stated fbr the following prices, to wit: PROPOSAL BIDDING SHEET BASE BID Item Description Unit Quantity Unit and Written Unit Price Price Amount ' 1 1 L.S. Removal and disposal of exist- ing Structure, complete per 1 lump sum I fddr - /A .ALy a_.9tit, Dollars and C70 Cents $ 4 R38 a ° S4r33R oo 2 1720.5 S.Y. Unclassified Street Excavation 1 complete in place per square yard //�� for at-c- Dollars and q.-c.ti f r v-C, cents $ /. 9 s $ 33 551, 9P 1 fD 1 Page 3 of 11 CHASCO CONTRACTING P. O. BOX 1057 ROUNDROC K. TEXAS Bid Item 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3 1399.4 S.Y. Subgrade Preparation, complete 5 Item Description Unit Quantity Unit and Written Unit Price Price Amount in place per square yard for and 4 1262.9 S.Y. 12" Flexible Base, complete in place per square yard for ii 7t, and 1477 S.Y. 2" H.M.A.C., complete in place per square yard for /1+ Cents $ 61 $ Dollars Dollars 1 Cents $ 53 $' /00. Dollars and /,. ; f Cents $ 4. $ (40 51° 6 622 L.F. Standard Concrete Curb and Gutter, complete in place per linear foot for Dollars and N21 Cents $ " 4O $ Page 4 of 11 CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 1 1 Bid Item Description Unit 1 Item Quantity Unit and Written Unit Price Price Amount 7 1 L.S. 8 - 10'x10' Reinforced 1 Concrete Box Culverts, includ- 1 ing wingwalls, unclassified channel excavation, 12" course 1 aggregate, sidewalk, backfill and all appurtenances, com- 1 plete in place per ump pum 1 for .Sc.4..?1 Ln�✓1 Dollars v / and Cents S 89,X 74 1 . °6 5 2 7` . " 1 8 156.9 S.Y. 6" Concrete Approach Slab, 1 including integral curb and 3 -1/2" compacted flexible base 1 complete in place per square 1 vard for `7ure.-.,_ Dollars y' 1 and '��+..�.7y Cents 2d $ 3.1(vq. 38 I 9 318 L.F. 2" I.D. Galvanized Steel Pipe Handrail, complete in place 1 per linear foot for 7,x,s.r,D� Dollars 1 and 1° Cents $ I ' S 64, 8. 00 1 1 CHASCO CONTRACTING Page 5 of 11 P . O .80 X 1057 ROUND ROCK, TEXAS 1 78680 ' Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 10 1.296 S.F. Standard 4' Concrete Sidewalk, 1 complete in place per square foot 1 for On. Dollars 1 and � ,x..4.17/0 Cents $ /..'s $ 2243. °O I 11 69.26 L.F. 5' Reinforced Concrete Retaining Wall, complete in 1 place per linear foot for - �ti n .. Dollars 1 and U ' 141 Cents $S'/. 5° $ 3.774. 67 1 12 1 Ea. Existing Fire Hydrants to be Relocated, including all fit- 1 tangs, pipe, excavation and I all appurtenances, complete in place per each ' for ,, f ,7 L yG�..a.„ . � Dollars and ✓I„ Cents $ 8OO °° $ Fo °° I 13 77.5 S.Y. 5" Concrete Driveway, includ- ing base, complete in place per sctuare yard for Dollars /3 and Cents $ /P. $ /4' Page 6 of 11 CHASCO CONTRACTING P. Q. 80X 1057 ROUND ROCK. TEXAS 78680 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1 1 1 ' 15 1 1 1 1 1 1 1 1 1 1 1 1 14 303.8 S.Y. 5" Concrete Riprap, complete in place per square yard for Dollars and Cents $.23./5 $ 7o 3Z. 97 444 L.F. 6" Waterline, including all fittings and appurtenances, complete in place per linear foot for i r.Tu Dollars and "-Apr Cents $ /9 16 1 Ea. 6" Gate valve, including valve box and all appurtenances, So $81s8 complete & each place ped for — 4,1t, a / Dollars ,/ and / Cents $ 35201 0 0 $ 350 °O 17 1 Ea. 5 -1/4" Fire Hydrant Assembly, including hydrant, valve, valve box, piping, and all appurtenances, complete in place per each -- 10o x1. ,..d,.uLd for Dollars ,/ and � !o Cents $ /ZCd-4° $ / Page 7 of 11 CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 1 1 Bid Item Description Unit 1 Item Quantity Unit and Written Unit Price Price Amount 18 1 Ea. 8" Tapping Sleeve with 6" Gate 1 Valve, complete in place / per 1 each Of# oa4 v.,4 `lido 9Sfi...d.4,a for -* Y 1 ) Dollars • n 1 ' 19 1 1 1 20 1 1 ' 21 1 1 1 1 1 1 and 82 L.F. Concrete Cap for 6" Waterline, complete in place per linear foot for and linear foot for and 291 L.F. 18" RCP, complete in place per Page 8 of 11 Cents $ /Z /Z5 Dollars Cents $ 1/ a ° $ 9n Z. °d Dollars Cents $ So $ 7412-.b s 2 Ea. Standard 10' Inlet, including curb transition, complete in place per each Co ` e_ / teach for3 XG� v . ,-! Dollars and ✓, Cents $ / 1,00 . 00 $ 2on o° CMASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 22 1 Ea. Standard 4' diameter Junction Manhole, including casting and all appurtenances, complete in place per each ©u,�Lu 9a- .t./J� far X�a.¢dc.��1� Dollars and 67 Cents 8/6(2 00 23 108 L.F. Removal and Relocation or Replacement of Existing Fence, including all gates, corner posts and all appurtenances, complete in place per linear foot for Dollars % and /l, Cents $ 7 $ 75 24 1 L.S. Temporary Erosion and Sedimen- tation Control, complete in place per lump sum for jire, Xl,,.. e !` Dollars and '7. 25 1 L.S. Restoration of Disturbed Areas comklete in place per lump sum for Dollars and /7o Page 9 of 11 Cents s S©o " $ Soo ° o Cents $ /500 $ /5-oo J CHASCO CONTRACTING P. 0. BOX 1057 ROUND ROCK. TEXAS 78680 1 II Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 26 10.37 C.Y. Reinforced Concrete Sidewalk 1 with Retaining Wall, complete in place per cubic yard for '-1iU Dollars 61° r and /7o Cents SSG O $ ;7 9 • 20 1 1 1 1 1 TOTAL BASE BID PRICEOitt.., 4/..4.r4• /I .547.rterd fllh iii `![I A,. /,e..id4 Sw[ KZ. .,1-1.d `1k,At; DOLLARS (5/13 �? acrd hJ-s± P n` r) 1 1 1 1 1 27 2 Ea. Flood Gauge Marker, complete in place per each for' l Dollars �. and Cents $ SD °O $ /O/). DO 28 3 Ea. Handicap Ramp, complete in place per each for (94._ )4 , -i4 =_rl Dollars and r � a Cents S /DO o0 $ 3 0 e ) . 6 4 Page 10 of 11 CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal in the following amounts are hereby respectively submitted by: Name of Contractor Executed by (Na1/e) Yo ;?o1- /O$ Business Address Telephone Number City County Page 11 of 11 - 7 ,/i8 /s9 Date Sr / Title or Position 5/2- mil'/- 000O() 7 8 ‘ 1 6 0 State Zip CHASCO CONTRACTING P. O. BOX 1057 ROUND ROCK. TEXAS 78680 1 1 1 The bidder is required to supply the following information. Additional sheets may be attached if necessary. (1) Name ( wn cri &,-#4.-6 1 1 1 1 1 e(7) Number of years experience 1 1 1 1 1 1 1 INFORMATION REQUIRED OF BIDDER (2) Address ' 7/ 7) e) 12.+u /051 sw- cJ ' VocL.` _ - IS MO (3) Phone Number -53-1.2-Z241-0600 (4) Type of Firm: ( ) Individual, ( ) Partnership, ( A Corporation (5) Corporation organi;ed,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. (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 CI IA SCO CONTRACTING P. O. BOX 1057 ROUND ROCK, TEXAS 78660 (10) Payment p taxes, in the State of - 72.44 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 CHASCO CONTRACTING P.O.50x 1047 ROUND ROCK. TEXAS 78880 it 11 1 1 1 1 1 1 1 1 1 1 CO.41'ar.CTO11 Firm Addres., .VQ --60X. iQS7 city RD K Individual PR1h 1PAIS IN FIRM: NAME ClI/X/t GI�fGG FIicAI eilti TO H Y//yy List ���firm history /' b below including any ocher business names used. Free l( � / co Yy irm Name ll4 /7(O Address City State Fro, to Firm Name Address City State From to Firm Name Address City State Naa firm, under 1te current of former name(a) ever failed to complete a project, defaulted on a contract, or been engaged in litigation over a contract? Yea NO. If so, state particulars of most recent occurrence on separate sheet(s) and attach to this form. CONITMUCTION CAPABILITIES List the construction NAME 011/� Z ( �l(i/(, (;‘,4-t!":.- 4/14Y 6r4»/ t' /'o2ta2. FIRM'S WORK VOLUME; Indicate percentage Building .24 Electrical Plumbing R. v oed April 3. 1987 CONTRACTOR'S QUALIFICATION STATEMENT ASC() ['n ITRACI"i i • A % EXAS � o�Po - - rt U • I State 7'- 21p Code /cam. (U 7� Tele ( z`t ) - 244 - ' 0 (2 0 C) O(o� Partnership Corporation incorporated under the laws of the State of with principal place of buaineaa in City State TITLE P/1�:�5/nF.cll U. , experience of the principal individuals of your organization. PRESENT POSITION OR OFF/CE u /#4 bye • P/7i' P 6Tier Nele ft . Pag.. 1 ..i 3 TELEPNONE oOG / dGG.Ori INDICATE AVERAGE ANNUAL CONSTRUCTION VOLUME of this volume by construction categories: X Mech. -NVAC S Iiighway /Roads.(? S Utility Lines X Earthwork 2/ 2 Utility Planta 2 Site Work " 2/ 244-0660 521/41G YEARS OF EXPERIENCE 26 /G /6 CHASCO CONTRACTING P. O. 80X 1057 ROUND ROCK. TEXAS 78680 FINANCIAL CAPABILITIES Financial information summarized below was prepared by: (Firm) i /LJbit/2 / r' J(FAu/iI✓ Address 501 c ✓ -i /, State rLV6✓� Zip 7g7 0/ The parson familiar with the statement is (name) 6Tfd4:- 'c Tele (: /� FINANCIAL STATEMENT SIBRIARY: Current Assets 6 >7D5 Fixed assets 5 S/3 Total Assets 1 , 20$ BONDING REFERENCES: Indicate agency :Agent �� /7 ":�L F�C - A.O�Crii tJ :City (.../ I) /- ` - State T�ls�li I Zip Agent's Name ,C •.7. iV /TJCJ/& T.1. .01?) `/ 721/4 - 7 Agent (s) with Power of Attorney from Bonding Company (name(s)) R 'T N /A54'We / L. c :• / F --'!i! ' a/s'K:i 1Y`CG✓ ': . Expiration date of Power of Actornev /6 ,a,"2a< '' ' BONDING COM /ASY ?R/// /II Address City /7 /� � Scare 1r -jl 4 Zip 1-5266 Bonding Company Representative ca contact for verIficacIon (name) / /1( /6 Tele ( %7‘7 BANKING REFERENCES: • •ANI:: / N P[2."' XJ 44 City 7-70/ll) A✓.e- Individual familiar with account / Z A) 4/469 Checking Account Number(s) Loan Account Number(s) C.D./M.M. Account Nu:•.i)er(s) BAN /"14n4A Of /7/Z /i //fly City i �. � 71/ V Y Individual familiar with account ..00A4V /L l /'LL Checking Account Number(s) Loan Account Number(s) C.D. /P:.M. Account Number(s) Project percent completed 4 4 Current Liabilities Net Worth Total Liab. & Net Worth through which bonding requirements will be obtained. Address /4 3 L' /4/5/%.4./ /4/5/%.4./ UK Page 2 of 3 Address //::-�( State 7742/6 Zip 7/',6/ C Tele 6/33 2 79G Address State COMm1'NUCTION PERFORMANCE RECORDList minimum of five Projects that are at least 30Z completed or have been completed within the last two years. Public Works projects for local, state or federal govern - ment agencies is preferred information. 1. project title or description L LOP 469 Y /L1 Project Location ''/ r7/2 Project Number CRP fle36515)5 Contract Amount $ 2, hvo, Ooc • project Owner (Firm or Agency) 5 n/-) Pr 1,//413/2/.4 Address • • City State ILL' r)9'r Owner /Owner's Representative familiar with details of the Project (name) L //./ F26.0/2. • Tele ( ) 2 If completed, date completed Tele (;y2) 7iq -7zil 1, 1' 1 1 ' 1 1 1 1 1 Zip 1 1 1 1 1 1 1 1 1 2. Project title or description //NV 27 Project Location LC6.�1'Lro. -", 7Z=44! Project Number C,S/' 337'2 . - Contract Amount $ Project Owner (Firm or Agency) .54)//,DP Address City /i ,, ,eze - A-.J State rE'Y4' Owner /Owner's Representative Familiar with details of the Project (name) 6 - f/:lA.k,W✓ 1'ele ( ) Project percent completed_/oa S If completed, date completed 3. Project tide or description ffi(Y 79 G7S4b Project Location .CDUNDk•C,C Project Number CRS 204 - 01-637 Contract Amount $ t' 7 3 Project Owner (Firm or Agency) JO/fPY Address Cit ''1', 77. „t/ State Owner /Owner's Representative familiar with details of the Projecc(name) Tele ( ) Project percent completed 7: X If completed, dace completed 4. Project title or description A /6U �3 3d Project Location lt`[r44 Project Number Contract Amount $ Project Owner (Firm or Agency) ;54 r aduress Cit liC- 6 Ci'/7=/+/ Omer /Owner's Representative familiar with details of the Project (name) 1'ele ( ) Project percent completed 45 X If completed, dace completed D 5. Project title or description PLJ/'UA /L /En/� Q�RO .as•r /Cr” Project Location L.. /.J•Ir �u �/ e'er Project Number Contract Amount $ /67-1c, Project Owner (Firm or Agency) I,(///1 /4, KC.c/ L )' 7f Actress - City C- / State /Y.,i.)-'o Owner/Owner's Representative familiar with details of the Project (name) h'o,J /Jcr i T'ele ( ) Project percent completed 410 X Ii completed, date completed 6. Project title or description //'DAD4)f.A19L f2ca t'/2r Project Location Project Number Contract Amount 3 ..12 . D Project Owner (Firm or Agency) IV 1t- 1 -(A %Il `iej ttUNj Andrew Q%c "264i Y_ ^c.-n/ ' City State TLf/J, / Lti tarc Jwur,'Jmer's Representative familiar with details of the Project (name) Tc1e ( ) Project percent completed /dG X If completed, dace completed Name oz Firm 4 / 4)41/r: •• I he?ehy• -&11 laforimatioa Title of Person 5i goyng provided above and attached ly true d hoz rect. G i Page 3 of 3 Signature o r r ft cer 3/ 6C-/Z6&"-/L / rim Dace Seaee �'.(i1�i CHASCO CONTRACTING P. O. BOX ) 057 ROUND ROCK. TEXAS 78680 THE STATE OF TEXAS COUNTY OF WILLIAMSON AGREEMENT THIS AGREEMENT, made and entered into this J./ day of , A.D., 1989, by and between the City of Round Rock, of the Suite of Texas, acting through its Mayor, Mike Robinson thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and Chasco Contracting, Inc., of the City of Round Rock, County of Williamson, and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for 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: Burnet Street Box Culvert Improvements further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE & KALLMAN, INC., 800 Paloma Drive, Suite 160, Round Rock, Texas 78664, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within seven (7) calendar days after the date written notice to do so shall have been given to him, and to complete the same within one hundred twenty (120) calendar days after the date of the written notice to proceed, subject to such extensions of time as are provided by the General and Special Conditions. Page 1 of 2 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS CHASCO CONTRACTING, INC. BY: A4/ ATTEST: (The f o Ong/ - be a uted if the Contractor is a Corporation.) I, //AV ) F , certify that m the Secretary of the orporation nam as Contractor herein; that 2 . 76.4GE.. , who signed this Contr behalf of the Contractor was then D,GcdV (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is with the scope of its corporate powers. Corporate Seal BY: Signed: Page 2 of 2 ATTEST: The Trinity Companies Dallas, Texas Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Chasco Contracting Inc . as Principal, hereinafter called the Principal, and Security National Insurance Co. Surety, hereinafter called the Surety, are held and firmly bound unto City of Round Rock as Obligee, hereinafter called the Obligee, in the sum of 5% Maximum Amount of Bid Dollars ($ ), 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 Burnet Street Box Culvert Improvements NOW THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, 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. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall fumish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed and sealed this 10th day of (witness July By: By 19 89 Chasco Contracting Inc. (Prim; (Seal) (Tale) ,as Security National Insurance Company �,1 unity V-4:41 l hoses (Attomey -in -Fact) TheTrinity 'Companies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL. MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, eoch a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint ROBERT J. NITSCHE, DAVID FERGUSON OR VIOLET FROSCH — GIDDINGS, TEXAS its true and lawful Attorney(s) -in -Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby, in amounts or penalties not exceeding the sum of ONE MILLION AND NO /100 Dallars($1,000,000.00 ) EXCEPT NO AUTHORITY IS GRANTED FOR 1. Bid or proposal bonds where estimated controct price exceeds the amount stated herein. 2. Open Penalty bonds. 3. Bonds where Attorney(s) -in -Foci, oppeor os a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL. IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., hove each executed and attested these presents this 8TH day of MARCH 19 88 , JUt H E. FAG • , CO RY -VICE ' RES. JAMES 6. D AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Boo rd of Directors on the 1st day of March, 1976 and of which the following is a true, full, and complete copy: "RESOLVED, That the President, any Vice - President, or any Secretory of each of these Companies be and they ore hereby authorized and empowered to make, execute, and deliver in behalf of these Cowponies unto such person or persons residing within the United Stares of Americo, as they moy select, its Power of Attorney constituting and appointing each such person its Attorney -in -Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertoking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. . RESOLVED, That any and all Attorneys -in -Fact and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary s absent, be and are hereby authorized and empowered to certify or verify copies of the By -Lows of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizonces, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of an of the officers of these Companies or of Attorneys-in- Fact, RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Juidth E. Fagtn, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still In full force and effect. IN WITNESS WHEREOF, I hove hereunto set my hand and affixed the focsimile seal of each Corporation July 19 89 s �fJU DI TN E. FAaAN, CORP. SECRETARY The Trini and day of Companies Dallas, Texas 75201 KNOW ALL MEN BY THESE PRESENTS, That P.O. Box 1057 Round Rock, Texas 78680 Security National Insurance Co. Dallas, Texas, (Hereinafter called the Surety) as Surety are held and firmly bound unto City of Round Rock Round Rock, Texas (Hereinafter called the Obligee,) in the amount of One hundred seventy - three thousand six hundred thirty dollars and 23/100 ($ 173, 630.23 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 19 to Burnet Street Box Culvert Improvements which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. • NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in 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 by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on thisbond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this2 day of August 1989 5-3561 Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. TEXAS STATUTORY PERFORMANCE BOND Chasco Contracting Inc. (Hereinafter called the Principal), os Principal, Chasco Contracting Inc. IPRINCIPALI Security National Insurance Co. By L -17/457,2:4‹, ATTORNEY -IN Robert J. Ni.- the (Dollars) TheTrini Companies and day of Dallas. Texas 75201 KNOW ALL MEN BY THESE PRESENTS, That Chasco Contracting Inc. P.O. Box 1057 Round Rock, Texas 78680 Security National Insurance Co. Dallas, Texas, (Hereinafter called the Surety), as Surety are held and Firmly bound unto City of Round Rock Round Rock, Texas (Hereinafter called the Obligee), in the amount of One hundred seventy — three thousand six hundred thirty dollars and 23/100 ($ 173,630.23 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the ,19 to Burnet Street Box Culvert Improvements which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in Full force and effect; PROVIDED, HOWEVER, That this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument thisl day of August , 1989 Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. TEXAS STATUTORY PAYMENT BOND B 3-3562 A TORN Rnficr} .T M.( 4- he (Hereinafter collect the Principal) as Principal Chasco Contracting Inc. (PRINCIPAL) Security National Insurance Co. (Dollars) EhC 'ITIiflitIST Trinity Universal Insurance Co. �► Security National Insurance Co. Companies Trinity Universal Insurance Co.. of Kansas, Inc. r ise MAINTENANCE BOND I se i t I, Isi J H Dallas, Texas 75201 KNOW ALL MEN BY THESE PRESENTS, That we, Chasco Contracting Inc. as Principal and the Security National Insurance Co. of Dallas, Texas, as Surety, are hereby held and firmly bound unto the City of Round Rock in the penal sum of One hundred seventy -three thousand six hundred thirty dollars and 23/100 $173,630.23 Dollars, for the payment of which well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, successors, administrators, and assigns by these presents SIGNED THIS 16 thday of August .a, 1`:rl �t By V �� 5 -3480 Robert J. Ni the Attorney-In-Fact WHEREAS, entered into a written contract with the City of Round Rock on the day of , 19 . Which contract and the plans and specifications therein mentioned are hereby expressly made a part hereof as though the same were written and embodied herein; WHEREAS, under the plans, specifications and contract, it is provided that the contractor will keep in good repair the work therein contracted to be done and performed for a period of one year beginning the day of , 19 , and ending the day of , 19 it being understood that the purpose of this section is to cover only defective conditions arising by reason of defective materials, work, or labor performed by the said contractor; NOW THEREFORE, If the said contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of one year, as provided, then these presents shall be null and void, and have no further effect, but if default shall be made by the said contractor in the perfor- mance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and th said shall have and recover from the said contractor and its Surety damages in the premises, as provided for in said plans, specifications and contract. PROVIDED, However, there shall be no liability on the Surety for any damage resulting from fire, acts of God, accidents, or careless or malicious handling. WITNESS OUR SIGNATURES THIS i thday of 19 89 August Chasco Contracting Inc. , 1911.2 (Principal) By: Security National Insurance Co. 4.i1 TheTrinity 'Companies Dallas, Texas 75201 I „<ti U DI H LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint ROBERT J. NITSCHE, DAVID FERGUSON OR VIOLET FROSCH - GIDDINGS, TEXAS its true and lawful Attomey(s) -in -Fact, with full authority to execute o its behalf Fidelity and surety bonds o undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby, in amounts or penalties not exceeding the sum of ONE MILLION AND NO /100 Dollars ( ) EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Bid or proposal bonds where estimated contract price exceeds the amount stated herein. 2. Open Penalty bonds, 3. Bonds where Attorney(s) -in -Fact, appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 8TH day of MARCH 1988 . sEf / /J E. FAGAN, CO cae ARY -VICE PRES. ' JAMES G. DR'WERT, PRESIDEN AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., o Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the following is o true, full, and complete copy: "RESOLVED, That the President, any Vice- President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney -in -Fact, with full power and author- ity to make, execute and deliver, for It, its n and in its behalf, a surety, any particular bond or undertaking that may be required in the specified a territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deern proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys -in -Fact and Officers of the taries, whether or not the Secretary is absent, be and are hereby verify copies of the By -Lows of these Companies as well as any r with the execution of 'bonds, recognizances, contracts of indemnity, nature thereof, or with regard to the powers of any of the officers Fact. RESOLVED, That the signature of any of the persons described i signatures as fixed or reproduced by any form of typing, prin the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY Companies, including Assistant Secre- outhorized and empowered to certify or esolutian of the Directors, having to do and all other writings obligatory in the of these Companies or of Attorneys -in- n the foregoing resolution may be foo- ting, stamping or other reproduction of I, Juidth E. Fag n, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. da hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation 16th day of August 19 89 y ..UDITH E. FAGAN. CORP. SECRETARY B -9600 REV. 3 -62 _ Of Pn1 =Ev chi and Ferguson Insurance Agency, Inc. 143 East Austin Ciddings, Texas 78942 Chasco Cent- ractin ^ Inc. F.Q. Box 1057 Round Rock, Texas 79680 COVERAGES HIS =ER1IF HAT ._ -C'E3 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORME POLICY PERIOD INOICAI ED S ANU.NL a .,J 9 MENT, TERM OR CONDITION OF ANY CONTRACT DR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE D . V MAY PERTA'ti - FE !NSURANOE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS. AND CONDI• TIQNS OF SL.L:H NULl . E5. AU_IQMCPI• ` L:AB:LITY ENEFA LIABILITY xl. -- I pOL 4.,','YEP CLA302661 TLAI00491 EXCESS LIAR +' T - - - -- A'x TXL601019 2 -28 -89 2 -28 -89 L Y4QRKERS ,� _'MI-'ENSATIO.N A :40707502 AND EMPLOYERS= dBIL1' - ' OTHER City of .-` - 221 E_ M -- Round RC.'-..,_ THIS CERTIFICATE 15 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 SY THE POLICIES BELOW, COMPANY LETTER A COMPA NY s LE11 , UUPAN= � . LETTER on! nr:v b LETTER COMPAN' LETTER ITEMS -TSCHE FERGLIN GIL,i_, ,5S TX COMPANIES AFFORDING COVERAGE Northwestern National F !EE'VE i r P " I, ALL vM 5 IN THOUSANDS 2-28-89 2 -28 -90 'E ,3rsx' -E ,I. � . rv- . $500 2 -28 -89 I 2- 28 -90;« AUTHORIZED REPRESENTATIVE :1 :12 8 -18-89 81.000 81.000 5 500 $ 500 $ 50 SiS*,.,MD CORPORA f10N 1 55' ERTIFICATE FfOCDE ; -" ° - - - - CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED PL ,c IE5 BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL EEXPW4NKX9[ MAIL 10 DAVE WRITTEN! NOTICE TO THE CERTIF -.CATE HOLDER NAMED 70 THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY RIND UPON THE COMPANY, 175 ADEN 1 S OR REPRESENTATIVES. COVERAGES CERTIFICATE OF INSURANCE CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 E. Main Street Round Rock, Texas 78664 PROOUCTSCOMP /OPG AGGREGATE $ 1 000 PROPERTY DAMAGE STATUTORY EACH AGGREGATE OCCURRENCE $1,000 $1,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PfRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 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 AC 25 -8 (11/85) - IIR /ACORO CORPORATION 1985 PRODUCER Nitsche and Ferguson Insurance Agency, Inc. 143 East Austin Giddings, Texas 78942 INSURED Chasco Contracting Inc. P.O. Box 1057 Round Rock, Texas 78680 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 Northwestern National (WITHSTANDING ANY REQUIR EMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE M ISS UED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E %CLUSIONS, AND CON GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Paae 1. DEFINITIONS 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, Payment and Maintenance Bonds 3.03 Contractor's Ability to Perform 1 3.04 Superintendence and Inspection 1 3.05 Character of Employees 1 3.06 Contractor's Duty to Protect Persons and Property 1 3.07 Safety Codes 1 3.08 Barricades 1 3.09 Minimum Wages 1 3.10 Unsuitable Work or Materials 1 3.11 No Waiver of Contractor's Obligation 1 3.12 Site Clean Up 1 3.13 Guarantee i I (CONTENTS CONTINUED) Page I 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13 4.01 Lines and Grades 4.02 Right of Entry 13 1 4.03 Owner's Representatives 13 4.04 Collateral Work 13 4.05 Right -of -Way 13 4.06 Adequacy of Design 14 I 5. SCHEDULING AND PROGRESS OF WORK 14 5.01 Order and Prosecution of the Work 14 I 5.02 Rate of Progress 14 5.03 Sunday, Holiday, and Night Work 14 5.04 Hindrances and Delays 15 I 5.05 Extensions of Time 15 5.06 Liquidated Damages for Failure to Complete on Time 15 I 6 IDEMNITY 16 6.01 Contractor's Idemnity Provision 16 6.02 Workmen's Compensation Insurance 16 I 6.03 Comprehensive General Liability Insurance 16 6.04 Owner's Protective Insurance 17 6.05 Comprehensive Automobile Liability Insurance 17 I 6.06 Insurance Certificate 17 7. TERMINATION OF CONTRACT 17 7.01 Right of Owner to Terminate 17 I 7.02 Right of Contractor to Terminate 18 7.03 Removal of Equipment 18 I 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 18 8.01 Notification of Contractor 8.02 Retention of Contractor's Equipment I and Materials by Owner 18 8.03 Methods of Completing the Work 19 8.04 Final Acceptance 19 8.05 Disposition of Contractor's Equipment 20 I 9. MEASUREMENT AND PAYMENT 20 9.01 Character of Measurements 20 I 9.02 Estimated vs. Actual Quantities 20 9.03 Payment 21 9.04 Monthly Estimates and Payments 21 1 9.05 Certificates of Completion 22 9.06 Final Estimate and Payment 22 9.07 Notarized Affidavit 22 9.08 Release of Liability 23 II 9.09 Contractor's Obligation 23 9.10 Payments Withheld '23 1 ii ITEM 11 - STRUCTURAL EXCAVATION, BACRFILL AND COMPACTION 11.01 Description 11.02 Quality Assurance 11.03 Materials 11.04 Execution of Excavation 11.05 Dewatering 11.06 Backfilling iii Paae 1 1 1 2 4 4 GENERAL CONDITIONS OF THE AGREEMENT 1. pEFINITIONS 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, INC., or such other Engineer, supervisor, or project representative who has been designated, appointed, or otherwise employed or delegated by the Owner for this work, or their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. 1.05 Extra Work. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations ", herein. 1.06 Owner. "Owner shall mean the CITY OF ROUND ROCK named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. -1- 1.07 Plans. "Plans" shall mean and include (a) all drawings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engineer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contractor to the Owner when and as approved by the Engineer. 1.08 Specifications. 'Specifications" shall mean (a) all written descriptions, methods and instructions prepared by the Owner as a basis for proposals, (b) all supplementary written materi 1 furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, however, include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term 'substantially completed" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. It does not constitute end of contract period or acceptance as total completion. 1.11 Work. 'Work" shall mean the work to be done and the equipment, supplies, material, and services to be furnished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under control of the Contractor, will permit construction of the principal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.13 Written Notice. 'Written Notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by certified or registered mail to the last business address known to him who gives the notice. -2- 1 GENERAL PROVISIONS Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litigation it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Contract; that he shall determine all questions in relation to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and findings shall be the conditions precedent to the right of the parties hereto the arbitration or to any action on the Contractor to receive any money under this Contract; provided, however, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the Contractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress required under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that they may be dispensed with. 1 1 1 1 1 1 1 2.03 1 1 1 1 1 1 1 -3- If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Contract; otherwise such work shall be paid for as provided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in preparation for the work as originally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage arising out of the nature of the work to be done or from the action of the elements or from any unforseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered in the prosecution of the work shall be sustained and borne by the Contractor at his own cost and expense. 2.06 yaws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which in any manner affect the Contract or the work and shall idemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his employees or his subcontractors and their employees. 2.07 Licenses, Permits and Certificates. Except as hereinafter stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is required such permit will be obtained by the Owner at no cost to the Contractor. -4- 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented invention used by him in connection with the work done or material furnished under this Contract; provided, however, that if any patented material, machinery, appliance, or invention is clearly specified in this Contract, the cost of procuring the rights of use and the legal release of idemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with two (2) sets of executed Plans and Specifications without expense to him, the Contractor shall keep one copy of the same constantly accessible on the job site, with the latest revisions noted thereon, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under °Contract Documents° shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifications or Drawings, the Engineer shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities need preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. -.5- No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the 'actual field cost" thereof as provided under Method 'C" below. 2.13 Payment for Extra Work. It is agreed that the compensation to be paid by the Contractor for performing extra work shall be determined by one or more of the following methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or Method "C" - If neither Method "A' or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, craftsmen, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power- driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges necessarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expenses; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional premiums for construction bonds, workmen's compensation, public liability and property damage, and other insurance required by the Contract where the premiums therefor are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also specify in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superintendence. -6- 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Engineer, nor shall he assign, by power of attorney or otherwise, any of the money payable under this contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due to to become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon written notice from the Engineer. 2.16 Owner's St tus. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not completed in accordance with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 }Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except wbere written permission is given by the Engineer. -7- 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Contract Documents. 2.21 Completed Fork. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamination of such materials that must be maintained and incorporated into the work in a sanitary condition. 2.23 protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belonging to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on Plans or not. 2.24 Shelter§ for Workmen and Material. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. -8- 2.25 Sanitary Facilities. The Contractor at his expense shall furnish necessary sanitary toilet facilities for the use of all employees on the job site. The facilities shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor. Eauivment. Materials and Construction Plant. The Contractor shall provide all labor, tools, equipment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protection of any material, tools, or machinery on any part of the work until it is finally completed and accepted. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Performance. Payment and Maintenance Bonds. It is further agreed by the Parties to this Contract that the Contractor will execute separate performance, payment, and maintenance bonds, each in the sum of 100% of the total Contract price, in standard forms for this purpose guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. If the contract price is less than $50,000.00, a letter of credit may be furnished in lieu of a performance bond. It is agreed that the Contract shall not be in effect until such performance bond or letter of credit, and payment bond are furnished and approved by the Owner and that final retainage shall not be paid until such maintenance bond is furnished and approved by the Owner. The cost of the premium for the performance bond or letter of credit, payment bond and maintenance bond shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds or letter of credit will be made by the Owner. The surety company or companies underwriting the performance, payment and maintenance bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. -9- 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment inventory and records showing the satisfactory completion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 Termination of Contract ", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a competent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superintendent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervision of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform them that the work being accomplished is of sub - standard character by reason of carelessness, incompetence, or inexperience on the part of the workers the installation of such work shall be immediately suspended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the public and the Owner fully by taking reasonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in anyway connected with the performance of this Contract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the performance of this Contract unless necessary to its performance, and in that event the Contractor shall provide and maintain at all times reasonable means of warning of any danger or nuisance created. -10- 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, County, and Municipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. 3.08 Barricades & Traffic Control Signs. When barricades or traffic control signs are used to satisfy safety requirements, such barricades or signs shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least two (2 ") inches high. Barricades and signs shall be located and fashioned as per the Texas Manual on Uniform Traffic Control Devices for Streets and Highways, 1980 Edition. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established prevailing wage scale for work of a similar character in this locality. A scale of prevailing wages is included in the Special Conditions of these Contract Documents. The Contractor shall not pay less than the general prevailing wages shown on said scale and shall keep accurate wage records accessible in accordance with Article 5159 of the Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be deemed by the Engineer as unsuitable or not in conformity with plans, specifications, and contract documents, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Engineer may direct that the work be done by others and that the cost of the work be deducted from monies due the Contractor. 3.11 No Waiver of Contractor's Obliaations. The Engineer, supervisor, or project representative shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of good material and of his performing good work as herein described and in full accordance with the plans and specifications. No failure or omission of the Engineer, supervisor, or project representative to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery ,of said defective work or material; provided, however, that the Engineer, supervisor, or project representative shall upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been accepted by the Engineer, supervisor, or project representative such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed, for re- examination by the Engineer prior to final acceptance, and if found not in accordance with the plans,• specifications, and contract documents for said work, all expense of removing, re- examination, and replacement shall be borne by the Contractor; otherwise the expense thus incurred shall be allowed as Extra Work' and shall be paid for by the Owner. 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or conduits, shall tear down and remove all rubbish of every kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 3.13 Guarantee. During a period of twelve (12) months from and after the date of the final acceptance by the Owner of the work embraced by this Contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judgement of the Owner shall become necessary during such period. If within ten (10) days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contractor's expense; provided, however, that in case of emergency where, in the judgement of the Owner, delay would cause serious loss or damage, repairs may -12- 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever necessary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation thereof. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Contractor, and in case pf careless destruction or removal by him or his employees such stakes, marks, etc. shall be replaced as directed by the Engineer at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or location on which the work herein contracted is being constructed or installed for the purpose of supervising and inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 4.03 pwner's Representatives. It is agreed by the Contractor that the Owner shall appoint such Engineer, supervisors; or project representatives as the said Owner may deem necessary to examine the material furnished and the work done under this Contract, to see that the said material is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or project representatives for the proper review and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Engineer, supervisors, or project representatives so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to provide all labor and material essential to the completion of work that is not included in this Contract either by a separate contract or otherwise. Any collateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the progress of the work being accomplished under this Contract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right-of-Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. —13— 4.06 Adeauacv of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has compiled with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. . 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. It is the meaning and 'intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons in such order of precedence and in such manner as shall be most conductive to economy of construction; provided however, that the order and time of prosecution shall be such that the work shall be completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the elements or to coordinate with other work being done for or by the Owner. 5.02 Pate progress. The Contractor shall give the Engineer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Engineer may order the Contractor to increase or improve his facilities or methods, and the Contractor shall promptly comply with such orders; failure to comply will result in placing Contractor in abandonment per Section 8 "Abandonment of Contract by Contractor "; but neither compliance with such orders nor failure of the Engineer to issue such orders shall release the Contractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contract. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 Sunday, Holiday and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engineer. -14- 1 5.04 1 1 1 1 1 1 5.05 1 1 1 5.06 1 1 1 1 1 1 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 actualtly 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. Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neglect of the Owner or Engineer, or of any employee or either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as determined by the Engineer shall be granted by the Owner; provided, however, that the Contractor shall give the Owner prompt notice in writing of such cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. piouidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages, the sum of $500.00 per calendar day. -15- 1 6. IDEMNITY 6.01 Contractor's Idemnitv Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or 1 any of the terms of this Contract, the Contractor shall idemnify and save harmless the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions of law or in equity brought against the Owner and the Owner's agents and employees for the death or 1 injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach or any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore idemnify and save harmless the Owner and the Owner's agents and employees from all demands of subcontractors, worker, material, persons, or suppliers of machinery and parts 1 thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of 1 Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and idemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of 1 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 1 specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Idemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: 1 Bodily Injury $100,000 each person $300,000 each accident 1 -16- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Property Damage $ 25,000 each accident $ 50,000 aggregate 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liability Insurance ". 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, non - owned, or hired by the Contractor, in which shall specifically insure contractural liability of the Contractor assumed under the above Paragraph 6.01 entitled •Contractor's Idemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the following: Bodily injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 jnsurance Certificate. In connection with the insurance coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given ten (10) days advance written notice before any provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the contractor should be guilty of substantial violation of the Contract or any provision thereof, the Owner, upon certification by the Engineer as to the nature and extent of such violation, may without prejudice to any other resources or remedy give the Contractor written notice of termination of the employment of the contractor ten (10) days subsequent to such notice. Immediately following such date, the -17- Owner may take possession of the site of the work and all material, equipment, tools, and appliances thereon and may finish the work in accordance with the provision of Section 8 "Abandonment of Contract by Contractor', of these General Conditions. 7.02 Bight of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if the Owner should substantially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon ten (10) days written notice to the Owner, terminate this Contract and recover from the Owner payment for all completed work. 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within ten (10) days after receipt of the notice. Should he fail to do so within ten (10) days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 8.01 Notification of Contractor. If the Contractor should abandon and fail to resume work within ten (10) days after written notification from the Owner or the Engineer or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as having abandoned the Contract. The Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice of abandonment the Contractor shall not remove from the work any machinery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work may be held for use on the work by the Owner or the Surety on the performance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefore except when used in connection with extra work where -18- credit shall be allowed as provided for under Section 2.12 entitled "Extra Work ", it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settlement. 8.03 Methods of Completing the Work. If the Surety should fail to commence compliance with the notice for completion herein before provided within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: a. The Owner may thereupon employ such force of workers and use such machinery, equipment, tools, materials, and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials, and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contractor under and by virtue of this Contract. In case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same had been completed by said Contractor, then the Contractor or his Surety shall pay the amount of such excess to the Owner. b. The Owner under sealed bids, after fourteen (14) days notice published two (2) or more times in a newspaper having a general circulation in the county of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this Contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this Contract, such increase shall be charged to the Contractor, and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this Contract, the Contractor or his Surety shall be credited therewith. 8.04 Final Acceptance. When the work has been completed and accepted by the Owner, the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter provided shall be issued. A complete itemized statement of the Contract -19- accounts certified by the Engineer as being correct shall then be prepared and delivered to the Contractor and his Surety, whereupon the Contractor, his Surety or the Owner, as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of such Contract Completion Certificate. 8.05 Disposition of Contractor's Equipment. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this Contract or when the Contractor or his Surety pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the Contractor or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials, or supplies on the site of the work, notice thereof together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this Contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice such property shall be held by the Owner at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the work and belong to persons other than the Contractor or his Surety to their proper owners. 9. MEASUREMENT AND PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise specifically provided. 9.02 Estimated vs. Actual Quantities. Any quantities stipulated in the proposal form items are approximate and are to be used only estimating the probable cost of the work and of comparing the proposals submitted for understood and agreed that the actual amounts - and all estimated under unit price (a) as a basis for (b) for the purpose the work. It is of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quantity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as twenty -five (25%) percent more or twenty -five (25%) percent less than the estimated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised consideration on the portion of the work above or' below twenty -five (25%) percent of the estimated quantity prior to initiating work or furnishing materials for the overrun or underrun quantities. Such revised consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra Work ". 9.03 Payment. In consideration of the furnishing of all the necessary labor, equipment, and material and the completion of all work by the Contractor, and on the completion of all work and the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirement of the Engineer. 9.04 Monthly Estimates and Payments. The Contractor shall furnish to the Engineer by the twenty -fifth of the month such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. On or about the first day of each month the Engineer will make an approximate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Contractor ninety (90%) percent of the amount of such estimated sum on or before the 15th day of said month. -21- It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. 9.05 Certificates of Completion. Within ten (10) days after the Contractor has given the Engineer notice that the work has been completed the Engineer shall review the work and satisfy himself by examination that work has been finally and fully completed In accordance with the plans, specifications, and Contract. If so and if acceptance by Owner and all governmental entities having jurisdiction has been secured, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final acceptance of the work covered under this Contract and serve as the date for stoppage of the contract period specified for completion of the Project. 9.06 final Estimate and Payment. After the Contract Completion Certificate has been issued the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnished under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate; provided the Notarized Affidavit specified in Section 9.07 has been received by the Engineer. The Owner shall pay the Contractor within fifteen (15) days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically understood that the final payment will not be paid by.the Owner to the Contractor under any circumstances until the Notorized Affidavit required by Section 9.07 entitled "Notarized Affidavit ", has been submitted to the Engineer. All prior estimates and payment shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit -22- shall bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company consents to final payment to the Contractor being made by the Owner. I 9.08 release of Liability. The acceptance by the Contractor of the last payment shall operate as and shall be a release to the 1 Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any person relating to or affecting the work. 9.09 Contractor's Obligation. Neither the Contract Completion ' Certificate nor the final payment nor any provision in the Contract Documents shall relieve the Contractor of. the obligation for fulfillment of any warranty which may be required in the Contract Documents. ' 9.10 payments Withheld. The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any payment to such eztent as may be necessary to protect ' himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payment properly to subcontractors or for material or labor. d. Damage to another contractor. ' When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 1 1 1 1 1 1 1 1 1 -23- 1 SPECIAL CONDITIONS OF THE AGREEMENT SECTION 01 - INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to HAYNIE & RALLMAN, INC., 800 Palona Drive, Suite 160, Round Rock, Texas 78664. Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than seven (7) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from Engineer at commercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIOUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME Refer to the General Conditions of Agreement, Section 5.06, Page 15 for description. 01 -05 TIME OF COMPLETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Agreement, or from the date of the Notice to Proceed, which ever is latest. 01 -06 OWNER The Owner shall be the party or parties named in the Notice to Contractor. 01 -07 DOCATION The location of work shall be as mentioned in the Notice to Contractors and as indicated on Plans. S -1 01 -08 USAGE OF WATER Contractor shall pay all costs of water used. Water is to be metered by Contractor and the cost is to be subsidiary to other bid items. No additional pay will be made for water. 01 -09 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified In Section 9.04 of the General Conditions, then the pay estimate will not be processed and will be returned to the Contractor. SECTIION 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. S -2 02 -03 LANDS FOR WORK Owner provides, as indicated on Drawings, land upon which work is to be done, rights -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -04 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. 02 -05 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for a period of "kw (2) years from the date of final acceptance by the et. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -06 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whatever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the owner of the utility to be moved and have it moved. The cost of any utility relocation will be at the Contractor's sole expense. Owner will not be liable for relocation costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work. S -3 02 -07 MINIMUM WAGE SCALE Minimum wage scale as specified and regulated by the State of Texas and the Federal Government. 02 -08 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may e required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages for anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02 -09 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -10 LIMITS OF WORK AND PAYMENT It shall be the obligation of the contractor to complete all work included in this contract, so authorized by the Owner, as shown on the drawings or described in the contract documents and technical specifications. All items of construction not specifically paid for in the bid schedule shall be included in the unit price bids. Any question arising as the the limits of work shall be left up to the interpretation of the Engineer. 02 -11 PAYMENT FOR MATERIALS ON HAND Owner shall pay for 90% of amount of materials on hand in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 -12 CONSTRUCTION STARING The Engineer shall provide construction staking for this project. The Contractor shall furnish and pay for any re- staking. S -4 PROTECTION OF STAKES. MARKS, ETC. All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be re- staked by the Contractor at the Contractor's sole expense without additional compensation by the Owner. 02 -13 BLASTING �. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly flammable materials, shall conform to Federal, State and Local Laws and Ordinances. The following is a list of requirements in addition to Federal, State and Local Laws and Ordinances: 1. The Contractor shall furnish the Owner with a Certificate of Blasting Insurance in the amount of $300,000 for each contract, at least twenty -four (24) hours prior to using explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The Contractor shall notify the City of Round Rock Public Works Department on every occasion at least twenty -four (24) hours prior to the use of explosives. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineer. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the Inspector, the permit, or by safe blasting practices. S -5 5. The Engineer or his representative shall have the right to limit the use of explosives and /or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. 6. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. (The Contractor is fully responsible for all claims resulting from his blasting operation.) All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone whose acts any of them may be liable, shall be remedied by the Contractor. SECTION 03 - INSURANCE 03 -01 Insurance policies must be obtained by the Contractor or separate endorsement obtained by his existing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. The principal types of insurance which will be necessary are: Comprehensive General Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 in the General Conditions entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $300,000 each person $300,000 each accident Property Damage $100,000 each accident $100,000 aggregate A $500,000 umbrella coverage shall also be required. S -6 Public Liability and Property Damage to protect the Contractor, any of his sub - contractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount for liability is $250,000/$500,000. The amount of property damage is $100,000 per accident. Automobile and Truck Public Liability and Property Damage to protect the same individuals as indicated under Public Liability and Property Damage above, and in the same amount of liability. Worker's Compensation and Employer's Liability- Builder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. The Contractor shall supply to the Owner a Certificate of Insurance, on a form supplied by the insurance companies or a form similar to the attached samples from the Contractor prior to the start of work. Owner's Protective as required by the General Conditions of the Agreement. S -7 TECHNICAL SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM 1 - GENERAL ITEM 2 - CONTROL OF WORK 2.01 Clean -Up 2.02 Grading ITEM 3 - EXAMINATION AND REVIEW 3.01 Examination of Work 3.02 Notification 3.03 Construction Staking 3.04 Cut Sheets ITEM 4 - PROTECTION AND PRECAUTION TECHNICAL SPECIFICATIONS INDEX 1.01 Scope of Work 1.02 Governing Technical Specifications 4.01 Work in Freezing Weather 1 4.02 Protection of Trees, Plants and Shrubs . . 1 4.03 Barricades 4.04 Property Lines and Monuments 1 4.05 Disposal of Surplus Material 1 4.06 Contractor's Use of Premises 1 4.07 Closing of Burnet Street ITEM 5 - MATERIALS 5.01 Trade Names 5.02 Materials and Workmanship ITEM 6 - STREET IMPROVEMENTS 6.01 Technical Specifications ITEM 7 - STORM DRAINAGE • 7.01 Materials 7.02 Measurement and Payment ITEM 8 - CONCRETE FORMWORK 8.01 Description 8.02 Quality Assurance i Paae 1 1 1 1 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM 8 - CONCRETE FORMWORK (Continued) 8.03 Materials 2 8.04 Execution of Form Construction 2 8.05 Preparation of Form Surfaces 3 3 8.06 Forms for Exposed Concrete 3 8.07 Removal of Forms 4 8.08 Reshoring 4 8.09 Removal Strength ITEM 9 - CONCRETE REINFORCEMENT 9.01 Description 1 9.02 Quality Assurance 1 9.03 Submittals 2 9.04 Storage 2 9.05 Reinforcing Steel 2 9.06 Bar Supports and Spacers 2 9.07 Execution of Concrete Protection for 3 Reinforcement 9.08 Placing 3 9.09 Field Quality Control 4 ITEM 10 - CAST -IN -PLACE CONCRETE 10.01 Description 1 10.02 Quality Assurance 1 10.03 Submittals 3 10.04 Materials 3 10.05 Concrete 4 10.06 Grout 5 10.07 Bonding Agent 5 10.08 Concrete Curing Materials 6 10.09 Execution of Production of Concrete 7 10.10 Inspection 9 9 10.11 Construction Joints 10 10.12•. Expansion Joints 11 10.13 Placing 13 10.14 Retempering 13 10.15 Repair of Surface Defects 10.16 Finishing of Formed Surfaces 20 14 10.17 Selection of Finishes 20 10.18 Related Unformed Surfaces 20 10.19 Slabs . . . 10.20 Curing and Protection 21 10.21 Testing 10.22 Evaluation of Concrete Strength 26 10.23 Acceptance of Concrete Work 27 10.24 Prestressed Box Girders ii ITEM 11 - STRUCTURAL EXCAVATION, BACRFILL AND COMPACTION Paae 11.01 pescription 1 11.02 Duality Assurance 1 11.03 Materials 1 11.04 Execution of Excavation 2 11.05 Dewatering 11.06 Backfilling 4 iii 1 I ITEM 1 1.01 1 1 1.02 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL DESCRIPTION COPE OF WORK The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the installation of street improvements, water distribution, sewage collection, and storm drainage facilities complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. GOVERNING TECHNICAL SPECIFICATIONS TOTE: The item number designation shown in parenthesis adjacent to captions is a reference to City of Austin Standard Specifications for methods of construction, measurement and pyament except as modified herein. STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The current City of Austin, Standard Specifications as adopted and amended by the City of Round Rock and the current City of Round Rock Erosion & Sedimentation Control Ordinance, are incorporated into this project and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall be construed to mean Haynie & Kallman, Inc. 1 -1 ITEM 2 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean -up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth br debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. 2.01.2 BACKWORK The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean -up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. 2.02 GRADING The Contractor shall do such grading in the area adjacent to streets and drainage facilities as may be necessary to leave the area in a neat and satisfactory condition approved by the Engineer. 2 -1 ITEM 3 3.01 EXAMINATION AND REVIEW EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the Owner's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of tine Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of Engineer or project representative. 3.03 CONSTRUCTION STAKING The Engineer shall furnish the Contractor alignment and reference hubs for utility excavation at an agreed interval and offset, together with cut sheets showing the difference in elevation from top of the stakes to the flow line of the utilities at centerline. This construction staking will be provided one (1) time at the sole expense of the Owner. All re- staking will be provided by the Contractor and paid for by the Contractor at his sole expense without additional compensation by the Owner. PROTECTION OF STAKES. MARKS. ETC. All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. 3.04 CUT SHEETS - CITY OF AUSTIN PROJECTS ONLY Water and Wastewater The Engineer shall issue four (4) copies of cut sheets and one (1) copy of field notes to the City of Austin's Water and Wastewater Construction /Inspection Division. The Contractor shall request his cut sheets from the City of 3 -1 Austin Water and Wastewater Construction /Inspection Division. Storm Drainage The Engineer shall issue four (4) copies of cut sheets and one (1) copy of field notes to the City of Austin One Call Center" One Texas Center, 505 Barton Springs Road, Austin, Texas. The Contractor shall request his cpt sheets from the City of Austin Department of Public Works Inspection Department. CUT SHEETS - OTHER THAN THE CITY OF AUSTIN The Engineer shall furnish two (2) copies of cut sheets to the Contractor. The Contractor shall be responsible for acquiring cut sheets at the office of the Engineer. 3 -2 ITEM 4 PROTECTION AND PRECAUTION 4.01 FORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES. PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right -of -way but only with approval of the Engineer. See special notes concerning erosion control on Sheet 2 of the Plans.' 4.03 BARRICADES Barricades shall be installed, in locations deemed necessary by the Engineer, for the protection of life and property. This shall in no way relieve the Contractor of his responsibility and duty to protect persons and property. See General Conditions Section 3.04. 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property corner monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. 4.07 CLOSING OF BURNET STREET Burnet Street may be closed upon written request by the Contractor to the City of Round Rock. Such request shall be accompanied by a detailed plan of the proposed detour route, showing route, detour markings, and other pertinent information. Upon approval of the Road Closure Request, the Contractor shall clearly mark and delineate the detour route. The Contractor shall be solely responsible for maintenance of the detour markings for the duration of the road closure. 4 -1 ITEM 5 5.01 MATERIALS TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto tin quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", •proper" or "equal to are used, they shall be understood to mean that the item referred to shall be "proper ", the "equivalent" of, or "equal to some other item, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words or equal to or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer, and the Engineer will have the right to require the use of such specifically designated material, article or process. 5 -1 1 I ITEM 6 6.01 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STREET IMPROVEMENTS TECHNICAL SPECIFICATIONS The following items from the City of Austin Standard Specifications are modified as related to measurement and payment; Items 230. 232. 234 and 236 (Rolling - Flat Wheel, Pneumatic Tire, Tamping Proof) No additional compensation will be made for materials, equipment or labor required by these items, but shall be considered subsidiary to the various items included in the Contract. Item 432 (Sidewalks) Concrete sidewalk shall be paid at the unit price bid per square feet. Reinforced concrete sidewalk with retaining wall shall be constructed with the height of the retaining wall adjusted to conform to field conditions; however, the height of the wall shall not exceed 2.5 feet without approval of the Engineer. Reinforced concrete sidewalk with retaining wall shall be paid for at the unit price bid per cubic yard. Determination of total yardage used shall be based upon calculated quantities from actual field measurements of wall height, sidewalk width and plan thicknesses. Item 504 (Adjusting Structures) Removal, relocation and adjustment of all existing utility lines and structures (regardless of being shown on the plans or not) and adjusting all proposed utility structures, shall be completed to match finished grade and to avoid proposed improvements. This item will include relocation of power lines, telephone lines, gas lines, cable T.V. lines, water lines, sewer lines, and any other utilities that require adjustment or relocation to allow the proposed improvements to be constructed in accordance with these plans and specifications. The work performed and materials furnished as prescribed by this item as indicated above shall not be measured or paid for seperately but will be considered subsidiary to other items in the bid proposal. 6 -1 Series 600 (Environmental Enhancement s Erosion Control Measures) These items shall govern the furnishing, placing, maintaining and removal of all erosion control measure, site work, restoration work, grading, shaping and seeding for the project of all disturbed areas and in accordance with the plans or as directed by the Department of Public Works. All temporary erosion control measures including hay bales, rock berms and brush piles shall be erected lat locations as required, maintained until final acceptance, and removed by the Contractor after final acceptance 'of the project. The restoration of both the existing and proposed spoil sites, and all disturbed areas shall include spreading of a minimum of 4" of top soil, shaping and seeding in accordance with the plans. Maintenance of the temporary erosion control measures shall be the Contractors responsibility until final acceptance. Areas of solid rock excavation shall be exempt from this special provision provided the rock face is left in a neat, clean condition, conforming to the slopes and grades indicated on the Plans. When called for in the proposal, erosion control measure shall be paid for at the unit contract price bid per lump sum for such measures, complete in place, in accordance with the Plans. The bid price per lump sum shall include all excavation, materials, shaping, hauling, maintenance, removal at completion of project, disposal of surplus materials, top soil, seeding, and clean up. Item 800 (Traffic Signs, Pavement Markings) This item shall govern the installation of pavement markings (reflectorized paint), pavement markers ( reflectorized), traffic buttons, signs and pedestrian ramps. The installation of signs, markings and markers shall conform to the Texas State Department of Highways and Public Transportation "Standard Specifications for Construction of Highways, Streets, and Bridges ". The materials to be used for markings and markers will conform to the State Department of Highways and Public Transportation and Material Specifications. Copies of departmental material specifications are available from the Materials and Test Division, 38th and Jackson Street, Austin, Texas 78703. The Texas State Department of Highways and Public Transportation will not provide any material to the Contractor at no cost. 6 -2 1 ITEM 7 $TORN DRAINAGE 7.01 MATERIALS 1 1 7.02 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All storm drainage pipe shall be R.C.P. Cl. III as specified in the bid proposal and on the plans unless shown otherwise. MEASUREMENT AND PAYMENT 11 The following items from the City of Austin Standard Specifications are modified as related to measurement and payment: Item 120 (Channel Excavation) This item will be paid for at the contract unit price bid for "Unclassified Excavation', which price shall be full compensation for furnishing all materials, equipment, tools, labor and incidentals necessary to complete the work. Item 401 (Structural Excavation & Backfill) Unless otherwise shown on the plans, structural excavation for pipe headwall, inlets, manholes, culvert widening (extensions), bridge abutments, and side road and private entrance pipe culverts and any other items will not be measured but shall be included in the lump sum price for each item. Item 403, 406 and 410 (Concrete for Structures; Reinforcing Steel, Concrete Structures) No direct measurement or payment will be made for the work to be done or the equipment to be furnished under these items, but it shall be considered subsidiary to the particular items required by the plans and the contract. ;tem 503 (Frames, Grates, Rings & Covers) No direct compensation will be made for frames, grates, rings and covers. Measurement and payment for furnishing all materials, tools, equipment, labor and incidentals necessary to complete the work will be included in proposal items which constitute the completed and accepted structures. 7 -1 Item 506 (Manholes) All manholes satisfactorily completed as indicated in plans or specifications will be measured as completed units per each for all depths. When called for in the proposal, manholes shall be paid for at the unit contract price bid per each for such structures and backfilling, complete in place. The depth of such structures shall be understood to be the perpendicular distance from the top of the ring to the invert of the structure. No separate payment will be made for 'eyes ". The cost of these should be included in bid items for manholes. Each manhole shall be constructed in accordance with the details indicated and to the depth required by the profiles. ;tem 508 (Misc. Structures a Appurtenances) All miscellaneous structures satisfactorily completed in accordance with the plans and specifications will be measured as completed units unless specified otherwise. Excavation and backfill will not be measured under this item but will be considered subsidiary to the other item. Frames, grates, rings and covers will not be measured and paid for but shall be considered subsidiary to the items for pay. Payment for Inlets for the type shown on the plans in place in accordance with these specifications and measured as prescribed above will be made at the unit price bid for each 'Inlet', Complete of the type specified including transition curbs and gutters. Payment for inlets with extensions of the length shown on the plans and measured as prescribed above shall be made at the unit price bid for each •Inlet' including transition curbs and gutters. The construction, furnishing and placing of the 'eight (8) 10' x 10' reinforced concrete box culverts" on a prepared grade at the location designated and as shown shall be in accordance with the details, specifications, and plans. Item 702 (Removing and Relocating Existing Fences) This item covers removal and relocation of all existing fences, gates and hardware as required (regardless of being shown on the plans or not). Relocated fences shall be of the same construction and quality as the existing fence. Payment shall be made at the unit price bid per linear foot for "Relocation of Existing Fence." 7 -2 1 I ITEM 8 8.01 A. 1 1 1 1 8.02 1 1 1 1 1 1 1 1 1 1 1 1 1 B. A. B. C. CONCRETE FORMWORK DESCRIPTION Related Work Specified Elsewhere: 1. Concrete Reinforcement: Item 9 2. Concrete: Item 10 Scope Furnish all materials, labor, tools, items required to provide forms concrete. QUALITY ASSURANCE The following publications of Institute (ACI) shall apply to the each reference thereto: equipment and related for cast -in -place the American Concrete extent applicable in ACI 301 -72 Specification for Structural Concrete for Buildings ACI 347 -68 Recommended Practice for Concrete Formwork Design Criteria 1. Design formwork for loads and laterial pressures outlined in ACI 347, wind loads as specified by controlling local building code, and such other loads to which the forms may be subjected. Comply with the requirements of State and Federal safety standards. 2. Details of formwork shall comply with ACI 347. 3. Do not use earth cuts as forms for vertical surfaces, unless indicated on the Drawings. 4. The requirement for facing materials shall be compatible with finish requirements specified in item 10. Tolerances 1. The maximum deflection of facing materials reflected in concrete surfaces exposed to view shall be 1/240 of the span between structural members. 2. Construct formwork to insure that the concrete surfaces will comply with tolerances in ACI 301. 8 -1 8.03 MATERIALS A. Plywood used for forms shall be Exterior -Type APA Class I as graded by the American Plywood Association. B. Steel forms shall be free of dents and other defects which would make them susceptible to leakage or disfigurement of the finished concrete surface. C. Form oil shall be a non - staining paraffin -base oil having a specific gravity of between 08 and 0.9. D. Release agent used shall be non - staining., E. Form accessories to be partially or wholly embedded' in the concrete, such as ties and hangers, shall be commercially manufactured type. Non - fabricated wire is not acceptable. The portion remaining within the concrete shall leave no metal within one inch of the surface when the concrete is exposed to view. Spreader cones on the ties shall not exceed 7/8 -inch diameter. Design form ties to prevent seepage of water along the tie. F. Plastic form ties are not permitted. 8.04 EXECUTION OF FORM CONSTRUCTION A. Forms shall be tight to prevent leakage of grout or cement paste. B. Where necessary to maintain the specified tolerances, camber formwork to compensate for anticipated deflections in the formwork due to the weight and pressure of the fresh concrete and construction loads. C. Provide positive means of adjustment (wedges or jacks) of shores and struts. Take up all settlement during concrete placing operations. Brace forms against lateral deflections. D. Provide temporary openings at the base of column forms and wall forms and at other points where necessary to facilitate cleaning and observation immediately before concrete 1s deposited. 8 -2 8.05 PREPARATION OF FORM SURFACES A. Plywood and other wood surfaces not subject to shrinkage shall be sealed against absorption of moisture from the concrete by either: 1. a field applied oil or sealer approved by the Owner, or 2. a factory applied non - absorptive liner. B. When forms are coated to prevent bond with concrete, iC shall be done prior to erecting forms. Do not allow excess coating material to stand in puddles in the forms or allowed to come in contact with surfaces to which fresh concrete is to be bonded. C. Where as -cast finishes are required, do not apply materials which will impart a stain to the concrete to the form surfaces. Where the finished surface is required to be painted, apply material to form surfaces compatible with the type of paint to be used. D. Clean form surfaces before use and re -use. E. Assemble forms so they may be readily removed without damage to concrete surfaces. 8.06 poRNS FOR EXPOSED CONCRETE A. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Do not splinter forms by driving ties through improperly prepared holes. B. Do not use metal cover plates for patching holes or defects in forms. C. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. D. Place 3/4 inch x 3/4 inch chamfer strips in the corners of column, beam and wall forms where the concrete will be exposed to view. 8.07 REMOVAL OF FORMS A. Formwork for columns, walls, sides of beams and other parts not supporting the weight of the concrete shall remain in place for a minimum of 48 hours after completion of concrete placement, unless required by finished requirements of subsequent sections. 8 -3 S. Formwork for beam soffits and slabs and support weight of concrete shall remain the concrete has reached its specified unless otherwise permitted. C. The shores and supports shall remain in concrete has reached its specified unless otherwise permitted. D. Whenever the formwork is removed during the curing; period, cure the exposed concrete by one of the methods specified in Section 03300. E. Remove form ties as soon as possible after form removal, not to exceed two working days. 8 -4 other parts that in place until 28 day strength, place until the 28 day strength, 8.08 jRESHORING A. When reshoring is permitted or required, the operations shall be planned in advance and shall be subject to approval. 8. Perform reshoring for the purpose of early form removal so no new construction will be required to support its own weight. While reshoring is underway, no live loads shall be permitted on the new construction. Reshores shall be tightened to carry their required loads, but they shall be over - tightened so the new construction is overstressed. Reshores shall remain n place until the concrete has reached its specified 28 day strength, unless otherwise permitted. C. Floors supporting shores under wet concrete shall be reshored or shall have their original shores left in place. The reshores shall have at least one -half the load capacity of the shores above and shall be distributed in approximately the same pattern as those above. The reshores shall remain in place until the freshly - placed concrete has reached 75 percent of its specified 28 day strength, unless otherwise permitted. 8.09 REMOVAL STRENGTH A. When formwork removal or reshoring removal is based on the concrete reaching its specified 28 day strength or a specified percentage thereof, the concrete shall be presumed to have reached this strength when either of the following conditions is met: 1. When test cylinders, field cured under the most unfavorable conditions prevailing for any portion of the concrete represented, have reached the required strength. Except for the field curing and age at test, the cylinders shall be molded and tested as specified in Item 10. 2. When the concrete has been cured as specified in Item 9, for the same length of time as the age at test of laboratory -cured cylinders which reached the required strength. The length of time the concrete has been cured in the field shall be determined by the cumulative number, of days or fractions thereof, not necessarilyf consecutive, during which time the temperature of the air in contact with the concrete is above 50 degrees and the concrete has been damp or sealed from evaporation and loss of moisture. 8 -5 ITEM 9 CONCRETE REINFORCEMENT 9.01 DESCRIPTION A. Related work Specified Elsewhere. 1. Concrete Formwork: Item 8 2. Concrete: Item 10 B. Scope of Work Furnish all materials, labor, tools, equipment and related items required to provide and place concrete reinforcing. 9.02 QUALITY ASSURANCE A. The specifications of the American Society for Testing and Materials (ASTM) referred to below shall apply to the extent applicable in each reference: A 185 - 73 A 615 -76a B. The following publications of the American Concrete Institute (ACI) and the Concrete Reinforcing Steel Institute (CRSI) shall apply to the extent applicable in each reference thereto: ACI 315 -74 ACI 318 -77 CRSI C. Fabricated Tolerances Specification for Welded Steel Wire Fabric for Concrete Reinforcement Specifications for Deformed and Plain Billet Steel Bars for Concrete Reinforcement Manual of Standard Practice for Detailing Reinforced Concrete Structures Building Code Requirements for Reinforced Concrete Manual of Standard Practice, Concrete Reinforcing Steel Institute (CRSI) Bars used for concrete reinforcement shall meet the following requirements for fabricating tolerances: 1. Sheared length: ±1 inch 2. Depth of truss bars: +0 - 1/2 inch 9 -1 3. Stirrups, ties and spirals: ±1/2 inch 4. All other bends: ±1 inch D. Placing Tolerances Place bars to the following tolerances: 1. Concrete cover to formed surfaces: ±1/4 inch 2. Top bars in slabs and beams: a. Members 8 inches deep or less: ±1/4 inch b. Members more than 8 inches but not over 2 feet deep: ±1/2 inch c. Members more than 2 feet deep: ±1 inch 3. Crosswise of members: spaced evenly within 2 inches. 4. Lengthwise of members: ±2 inches. 9.03 SUBMITTALS Submit detail and placing drawings complying with the recommendations in ACI 315. 9.04 STORAGE Store steel reinforcing bars in such a manner as to prevent direct contact with the ground or existing structures. 9.05 REINFORCING STEEL A. Reinforcing bars shall comply with ASTM A -615, Grade 60. B. Welded wire fabric shall comply with ASTM A -185. 9.06 BAR SUPPORTS AND SPACERS A. Manufacture wire supports to comply with "Manual of Standard Practice, CRSI ". B. Precast concrete bar supports shall use the same class of concrete as specified for the concrete in the structures. The height of the block shall be the height required to give the protection specified below. The block shall contain wires for securing the block to the reinforcement. 9 -2 9.07 EXECUTION OF CONCRETE PROTECTION FOR REINFORCEMENT A. Place and hold steel reinforcement in position so the concrete cover, as measured from the surface of the bar, will be the following, except as otherwise specified or indicated on the Drawings. 1. Slabs: a. 3/4 inch top and bottom. b. 1 -1/2 inches at bottom for slabs over water. c. 1 -1/2 inches at top of slabs over water. d. 2 -1/2 inches at bottom for slabs on earth. e. 2 inches at top for slabs under water. 2. Footings: a. 1 -1/2 inches at top of footing. b. 3 inches at bottom and at sides placed against earth. 3. Walls: a. 1 inch at interior surfaces contacting air. b. 1 -1/2 inches at formed surfaces contacting earth. c. 3 inches where placed against earth. d. 2 inches at formed surfaces contacting water. 4. Beams and Girders: a. 1 -1/2 inches to stirrup steel or to principle steel if there are no stirrups. 5. Precast, Prestressed Box Girders: a. 3/4 inches. 6. Drilled Piers: a. 3 inches to principle reinforcement. 9.08 PLACING A. Support and wire reinforcing bars together to prevent displacement by construction loads or the placing of concrete beyond the tolerances specified. Use supporting concrete blocks on ground surfaces. Use concrete, metal, 9 -3 or plastic bar chairs over forms. The portion of all accessories in contact with the formwork shall be plastic, galvanized or plastic coated where the concrete surface will be exposed to the weather in the finished structure, or where rust would impair architectural finishes. B. Welded wire fabric in structural slabs shall have lapped splices made so the overlap measured between outermost cross wires of each fabric sheet is not less than the spacing of the cross wires plus 2 inches. Side laps shell be as specified below. Support welded wire fabric 4as required for reinforcing bars, except as specified below;. C. Welded wire fabric in slabs on fill shall have lapped splices made in each direction so the overlap measured between outermost cross wires of each fabric sheet is not less than 2 inches. Extend fabric across supporting beams and walls and to within 4 inches of concrete edges. Extend fabric through construction joints. In lieu of adequate support for welded wire fabric in slabs on ground, support fabric in its proper position by laying on a layer of fresh concrete of the correct depth before placing the upper layer of the slab. D. Furnish and set templates for column dowels to insure proper placement. E. Splices, when approved by the Owner, may be used at locations not shown on the Drawings. All splices shall comply with Standard Structural Details. F. Do not bend reinforcement after being embedded in hardened concrete unless approved by the Owner. G. Bars may be moved as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be subject to approval by the Owner. 9.09 FIELD QUALITY CONTROL A. Physical properties of reinforcing steel are subject to testing by an independent laboratory for compliance with ASTM A -615. Furnish samples required for such testing. B. Give the Owner twenty -four (24) hours notice of the completion of reinforcing steel setting, and sufficient time before the start of concrete placement to inspect the layout and for Contractor to make any required corrections. 9 -4 ITEM 10 CAST -IN -PLACE CONCRETE 10.01 pESCRIPTION A. Related Work Specified Elsewhere 1. Concrete Formwork: Item 8 2. Concrete Reinforcement: Item 9 B. Work Installed by Others All trades, whose work is related to the concrete or must be supported by it, shall be given ample notice and opportunity to introduce and /or furnish embedded items before the concrete is placed. C. Scope of Work Furnish all labor, materials, tools, equipment and related items required to do the cast -in -place concrete work. 10.02 QUALITY ASSURANCE A. The specifications of the American Society for Testing and Materials (ASTM) referred to in this Section are listed below with their serial designation and shall apply to the extent applicable in each reference: C 31 -69 Curing Compressive and Flexural Strength Test Specimens in the Field C 33 -74a Specifications for Concrete Aggregates C 39 -74a Method for Test for Compressive Strength of Cylindrical Concrete Specimens C 42 -68 Obtaining and Testing Drilled Cores and Sawed Seams of Concrete C 94 -74a Specification for Ready -Mixed Concrete C 143 -74 Test for Slump of Portland Cement Concrete C 150 -k76a Specification for Portland Cement C 171 -69 Specification for Sheet Materials for Curing Concrete C 171 -71 Sampling Fresh Concrete C 231 -75 Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method C 260 -74 Specification for Air - Entraining Admixtures for Concrete C 309 -74 Specification for Liquid Membrane- Forming Compounds for Curing Concrete C 494 -71 Specification for Chemical Admixtures for Concrete 10 -1 C 618 -73 Specification for Fly Ash and Raw Calcined Natural Possolans C 845 -76 Expansive Hydraulic Cement D 1752 -67 Specifications for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction B. Other Standards The following publications of the American Concrete Instit to (ACI) and the Concrete Reinforcing Steel Institute (CROI) shall apply to the extent applicable in each reference thereto: ACI 301 -72 Specification for Structural Concrete for Buildings ACI 304 -73 Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete ACI 305 -68 Recommended Practice for Hot Weather Concreting ACI 318 -77 Building Code Requirements for Reinforced Concrete ACI 347 -68 Recommended Practice for Concrete Formwork CRSI Recommended Practice for Placing Reinforcing Bars, 1968 National Ready -Mixed Concrete Association 'Checklist for Certification of Ready -Mixed Concrete Production Facilities ", 1967 C. Quality Control The Owner will maintain a running record of average strength, the average strength of the last three tests, the average standard deviation, the average required strength based on the average standard deviation, and the average range for the last six tests. 1. The Contractor shall report changes in the same source or type of materials used in the concrete mix immediately. 2. When changes in type or source of materials are made or when the quality control indicate a trend which is toward high or low strengths, changes in the mix design shall be considered. Mix design shall be reviewed at intervals not to exceed 30 days. 10 -2 10.03 SUBMITTALS A. Submittals shall include: 1. Concrete monolith drawings for all concrete work showing all proposed joints. 2. Concrete mix designs. 3. Reports of tests. 10.04 MATERIALS A. CEMENT Each of the following types of cements shall comply with the appropriate specifications, as indicated. 1. Portland Cement - ASTM C -150. 2. Shrinkage Compensating Cement - ASTN C -845. B. Admixtures Use each of the following admixtures when required and when so instructed by the Owner. They shall comply with the appropriate specifications as indicated. 1. Air - Entraining Admixtures - ASTM C -260. 2. Pozzolanic Materials - ASTM C -618. 3. Chemical Admixtures - ASTM C -494. C. Water Potable. D. Aggregates 1. Aggregates for concrete shall comply with ASTM C -33. 2. Fine and coarse aggregates •shall be regarded as separate ingredients. Each size of coarse aggregate, as well as the combination of sizes when two or more are used, shall comply with the grading requirements of the application ASTM Specifications. 10 -3 10.05 CONCRETE A. Class 3. Maximum size of coarse aggregate shall be 1 -1/2 inches. Maximum size of exposed aggregate shall be 3/4 inches. The specified 28 -day compressive shall be as follows: Class A Class B Class C C. Air Content 4000 psi 3000 psi 2000 psi B. All concrete shall be Class A Drawings or specified herein. All Class A and Class B concrete, contain air as indicated below. Maximum Size Aaareaate 1/2 inch 1 -1/2 inch D. Slump 1. Slump of concrete, as determined by be in accordance with Table I. conveyed by pumping or pneumatic slump tests at the discharge end. • 2. The minimum slump is waived for ramps or other sloping construction. TABLE I ,SLUMPS FOR VARIOUS RINDS OF CONSTRUCTION Slump, (inches)* Rinds of Construction Maximum Minimum Reinforced Footings, Plain Footings Drilled Piers Substructure Walls Slabs, Beams, Walls & Columns Shrinkage Compensating (all construction) *For concrete to be vibrated. 10 -4 4 Concrete 6 strength of concrete except as shown on the except Total Air Percent by Volume 4.5 to 7.5 3 to 6 3 7 5 • for slabs, shall ASTM C -143, shall If concrete is equipment, take concrete used in 1 5 3 2 4 E. Admixtures 1. Do not use admixtures containing or producing calcium chloride. 2. Used an approved water - reducing retarder in the proportions recommended by the manufacturer when the temperature of the concrete as placed exceeds 75 °F. 3. Used admixtures for shrinkage compensating cements irl the proportions and of the type recommended by the cement manufacturer. F. Proportioning of Ingredients Select proportion of ingredients to comply with Section 3.8, ACI 301. 10.06 GROUT. One part Portland cement (Type I or III) and three parts fine aggregate (ASTM C -33) mixed with the minimum amount of water required for hydration and to produce a grout with a slump suitable for the method of placement used. 10.07 BONDING AGENT A. Chemical Bonding Agent Film- forming, freeze -thaw resistant compound suitable for brush or spray application, complying with Mil -B- 19235. Provide concrete bonding agent as manufactured by one of the following: 1. Daraweld -C: W.R. Grace 2. Anchor PVA Bonder: Anti -Hydro Waterproofing Co. 3. Weldcrete: Larsen Products Co. 4. Eucoweld: Euclid Chemical 5. Proweld -D: Protex Industries 6. Everbond: L&M Construction Chemicals 7. Sonocrete: Sonneborn- Contech 8. Approved equal 10 -5 B. Epoxy -Resin Bonding Agent Two - component, mineral filled, epoxy - polysulphide polymer complying with FS MMM -G -650, Type I or Type II, Grade A. Provide epoxy -resin bonding compound as manufactured by one of the following: 1. Sikastix: Sika Chemical Corp. 2. Epoxtite: W.R. Grace 3. A -B Poly -Epoxy Binder: Anti -Hydro Waterproofing Co. 4. Euco Epoxy: Euclid Chemical Co. 5. Sonobond: Sonneborn - Contech 6. Probond ET -50: Protex Industries 7. Approved equal 10.08 CONCRETE CURING MATERIALS A. Absorptive Cover Burlap cloth made from jute or kenaf, weighing approximately 9 ounces per square yard and complying with AASHTO M -182, Class 3. B. Moisture - Retaining Cover One of the following, complying with ASTM C -171: 1. Waterproof paper 2. Polyethylene film 3. Whate burlap - polyethylene sheet C. Liquid Membrane- Forming Curing Compound Liquid type membrane- forming curing compound complying with ASTM C -309. Provide liquid membrane- forming curing compound as manufactured by one of the following: 1. A -H 3 -Way Sealer: Anti -Hydro Waterproofing Co. 2. Eucocure: Euclid Chemical Co. 3. Clear Seal: W.R. Grace 4. Sealkure: Toch Division /Carboline 5. Rure -N -Seal: Sonneborn - Contech 6. Polyclear: Upco Chemical USM Corp. 7. L &M Cure: L &M Chemical Corp. 8. Rlearseal: Castle Chemical Corp. 9. LR -151: Protex Industries 10. Sealco: Gifford -Hill 11. Approved equal 10 -6 10.09 EXECUTION OF PRODUCTION OF CONCRETE A. Concrete shall be ready -mixed concrete complying with Section 7.1 ACI 301. 1. The maximum elapsed time between the introduction of the mixing water and the discharge of the concrete shall be 1 -1/2 hours if the temperature of the concrete is below 80 °F. If the temperature of the concrete is above 80 °F., the maximum elapsed time shall not exceed 1 hour. B. Admixtures 1. Charge air engraining and chemical admixtures into the mixer as a solution and dispense by an automatic dispenser or similar metering device. Weigh or measure powdered admixtures by volume as recommended by the manufacturer. The accuracy of measurement of any admixture shall be within plus or minus 3 percent. 2. If two or more admixtures are used in the concrete, they shall be added separately to avoid possible interaction that might interfere with the efficiency of either admixture or adversely affect the concrete. 3. Addition of retarding admixtures shall be completed within 1 minute of the completed addition of water to the cement, or prior to the beginning of the last three - quarters of the required mixing time, whichever occurs first. C. Weather Conditions 1. Cold Weather a. The minimum temperature of the concrete when delivered to the site of the work shall conform to the following temperature limitations: Air Temperatures Degrees F. Minimum Concrete Temperature, Degrees F. For Sections with Least Dimension Less than 12 in. For Sections with Least Dimension 12 in. or Greater 30 to 45 60 50 0 to 30 65 55 Below 0 70 60 10 -7 1 ' b. If water or aggregate has been heated above 100 °F., combine the water with the aggregate in the mixer before cement is added. Cement shall ' not be mixed with water or with mixtures of water and aggregate when the temperature of the mixture is greater than 100 °F. 2. Hot Weather a. The maximum temperature of the concrete whe delivered to the site of the work shall not exceed 90 °F. b. The ingredients shall be cooled before mixing, 1 or flake ice or well - crushed ice of a sizethat will melt completely during mixing may be substituted for all or part of the mixing water ' if necessary to maintain the temperature of the concrete below 90 °F. ' c. Use the retarding agent complying with ASTM C -494, Type B under the following circumstances: I 1) If the temperature of the air is above 85 °F. 2) If the temperature of the concrete as I placed is above 75 °F. 3) In cased drilled shafts regardless of temperature. 4) Where large pours are permitted, to allow all portions to remain plastic until adjacent concrete is placed. 5) At exposed aggregate areas as required. 1 D. Minimum Cement 1 All concrete used in slabs shall have a minimum cement content as follows: Maximum Size of Aggregate Cement 1 (Inches) (Pounds per Cubic Yard) 1 -1/2 470 3/4 540 10.10 INSPECTION A. All reinforcement, before concrete is placed, shall be free of mud, oil or other materials that may adversely affect or reduce the bond. Reinforcing without rust or mill scale, not removable by wire brush, will be accepted provided the dimensions, weights and height of deformations of a cleaned sample are not less than required by the applicable ASTM specifications. All reinforcing steel shall be securely tied and supported t prevent displacement (beyond the tolerances of Section 03200, 1.02.D) by construction loads or the placing of concrete. B. Inspect and clean column and wall forms of any debris. Close temporary openings provided for such cleaning before concrete placement is begin. Clean beam bottoms of debris and other foreign matter. C. Embedded.Items 1. Place sleeves, inserts, anchors, and embedded items required for adjoining work or for its support prior to placing concrete. 10.11 CONSTRUCTION JOINTS A. General If Type I, IA, II, IIA, III, or IIIA cements are used, construction joints, in addition to the joints shown on the Drawings, will be required to limit the maximum vertical dimension of any single concrete placement to 30 feet. If shrinkage compensating cement is used, additional joints limiting the ratio of length to width of any single placement to 3 will be required. Construction joints not shown on the Drawings, including those requested by the Contractor to facilitate his construction procedures and those required by these Specifications, shall be shown on the concrete placement (monolith) drawings. Prepare and submit monolith drawings with deviations and changes clearly marked for the Owner's review and action. 10 -9 B. Joints not shown on the Drawings shall, in general, be located near the middle of the spans of slabs, beams and girders unless a beam intersects a girder at this point, in which case the joints in the girders shall be offset a distance equal to twice the width of the beam. Unless otherwise shown on the Drawings, horizontal joints in walls and columns shall be at the underside of floor slabs, beams or girders and at the top of footings or floor slabs. Place beams, girders, brackets, column capitals, haunchs and drop panels at the same time asp slabs. Joints shall be perpendicular or parallel to thei main reinforcement. C. Continue reinforcing steel and welded wire fabric across joints. Longitudinal keys at least 1 -1/2 inches deep shall be provided in all joints in walls and between walls and slabs or footings. D. Clean surface of the concrete at all joints and remove laitance. 10.12 EXPANSION JOINTS A. Do not extend reinforcement or other embedded metal items bonded to the concrete (except dowels bonded only on one side of the joint) continuously through expansion joints. B. Premold expansion joint filler shall comply with ASTM D -1752, Type III. C. Preformed Elastomeric Compression Joint Seals shall conform to the Specification for Preformed Elastomeric Compression Joint Seals for Concrete, AASHTO M 220. D. Joint sealer for expansion joints in walls and overhead slabs shall be a two - component polysulfide non - sagging mixture applied in accordance with manufacturer's recommendations. E. Armor Joints - The plates, angles, or other structural shapes shall be accurately shaped, at the shop, to conform to the section of the concrete floor. The fabrication and painting shall conform to the requirements of the specifications covering those items. When called for on the plans or in the special provisions, the material shall be galvanized in lieu of painting. Care shall be taken to ensure that the surface in the finished plane is true and free of warping. Positive methods shall be employed in placing the joints 10 -10 to keep them in correct position during the placing of the concrete. The opening at expansion jointsshall be that designated on the plans at normal temperature, and care shall be taken to avoid impairment of the clearance in any manner. 10.13 PLACING A. General Conveying and depositing concrete shall comply with ACI 304. B. Conveying 1. Handle concrete from the mixer to the place of final deposit as rapidly as practical by methods which will prevent separation or loss of ingredients. 2. Truck mixers and agitators and their manner of operation shall comply with the applicable requirements of ASTM C -94. 3. Pumping or pneumatic conveying equipment shall be of suitable kind, without "Y" sections, and with adequate pumping capacity. Clean equipment at the end of each operation. Control pneumatic placement so segregation is not apparent in the discharged concrete. The loss of slump in pumping or pneumatic conveying equipment shall not exceed 2 inches. 4. Chutes, pipe and other conveying equipment shall not be constructed of aluminum or aluminum alloy. C. Depositing 1. General - Deposit concrete continuously or in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, locate construction joints at points as approved by the Owner. Carry placing on at such a rate that the concrete which is being integrated with fresh concrete is plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. Remove temporary spreaders in forms when the concrete placing has reached an elevation rendering their service unnecessary. They may remain embedded in the concrete only if made of metal or concrete and if prior approval by the Owner has been obtained. Do 10 -11 not place concrete in supported elements, such as floor systems, until 24 hours after the concrete in columns and walls under the elements was placed. 2. Segregation - Deposit concrete as nearly as practical in its final position to avoid segregation due to rehandling and flowing. concrete shall not be subjected to any procedure that will cause segregation. a. Deposit concrete in such a manner that it drop vertically without hitting reinforcing steel,, tie rods, spacers, embedded items, or forms. Place concrete into forms more than three feet deep by means of a flexible drop chute (tremie) so the maximum free fall of concrete is limited to three feet. Where forms are sufficiently open so concrete placement is not impeded by the reinforcing steel, tie rods, spacers, etc., the free fall of concrete may be increased to a maximum of six feet. 3. Consolidation - Consolidate concrete by vibration, spading, rodding, or forking so the concrete is worked around the reinforcement, embedded items and into corners of forms, eliminating all air or stone pockets which may cause honeycombing, pitting, or planes of weakness. Internal vibrators shall have a minimum frequency of 8,000 revolutions per minute and sufficient amplitude to consolidate the concrete effectively. They shall be operated by competent workmen. Use of vibrators to transport concrete within forms will not be allowed. Insert and withdraw vibrators at points approximately 18 inches apart. At each insertion, the duration shall be sufficient to consolidate the concrete but not sufficient to cause segregation, generally from 5 to 15 seconds durations. An operable spare vibrator shall be kept on the jobsite during concrete placing operations. a. Do not vibrate forms unless suitable vibrators are used and forms are designed for external vibrators. b. Where the concrete is to have an as -cast finish, bring a full face of mortar against the form by the vibration process, supplemented if necessary by spading to work the coarse aggregate back from the formed surface. 10 -12 10.14 RETEMPERING A. Mix concrete only in quantities for immediate use. Concrete which has set shall not be retempered and shall be discarded. B. Indiscriminate addition of water to increase slump is prohibited. C. When concrete arrives at the project with slump below that suitable for placing, water may be added only if neither the maximum permissible water cement ratio nor the maximum slump is exceeded. Incorporate water by additional mixing equal to at least half of the total required mixing time. Addition of water in excess of that permitted by the limitation on water - cement ratio shall be accompanied by the addition of a quantity of cement sufficient to maintain the proper water - cement ratio. Such cement addition shall be approved by the Owner. 10.15 REPAIR OF SURFACE DEFECTS A. General Patch repairable defective areas immediately after form removal. B. Defective Areas 1. Minor honeycombed areas shall be chipped back to solid material, cleaned, coated with a bonding agent, then grouted flush with surrounding surfaces. In exposed areas, mix grout to match color and texture of the surrounding area. Prepare sample mix for each area patched so texture and color may be compared for approval. 2. The patching mixture shall be made of the same material and of approximately the same proportions as used for the concrete, except that the coarse aggregate shall be omitted and the mortar shall consist of not more than 1 part cement to 2 -1/2 parts sand by damp loose volume. Substitute white Portland cement for a part of the gray Portland cement on exposed concrete in order to produce a color matching the color of the surrounding concrete, as determined by a trial patch. The quantity of mixing water shall be no more than necessary for handling and placing. Mix patching mortar in advance and allow to stand with frequent 10 -13 manipulation with a trowel, without addition of water, until it has reached the stiffest consistency that will permit placing. 3. When removal of defective concrete creates a void sufficiently deep to expose reinforcing steel, accomplish patching by cleaning the exposed area, coating with a bonding agent, and "dry- packing' to within 1/2 inch of the surface. After 'dry- packing" has set, plaster area with grout as specified fo honeycombed areas. Use Embeco Mortar 167, of approved equal for "dry - packing' material. a. Other proven methods of patching defects in concrete may be used subject to prior approval of the Owner. b. Patching shall be done by craftsmen experienced in this work. c. Damp cure patched areas for a period of seven (7) days. 4. After surface water has evaporated from the area to be patched, brush bond coat into the surface. When the bond coat begins to lose the water sheen, apply pre -mixed patching mortar. Consolidate mortar into place and strike off to leave the patch slightly higher than the surrounding surface. Leave undisturbed for at least 1 hour before being finally finished. Do not use metal tools in finishing a patch in a formed wall which will be exposed. C. Tie Holes After being cleaned and thoroughly dampened, fill tie holes solid with patching mortar. Patch tie holes within seven (7) days after removal of forms. D. Proprietary Materials Proprietary compounds for adhesion or as patching ingredients may be used in lieu of or in addition to the foregoing materials. Use such compounds in accordance with the manufacturer's recommendations. 10.16 FINISHING OF FORMED SURFACES A. -General 1. After removal of forms, give surfaces of concrete one or more of the finishes specified below in locations designated by the Contract Documents. 10 -14 2. When finishing is required to match a small sample furnished to the Contractor, the same finish shall be reproduced on an area at least 100 square feet in an inconspicuous location designated by the Owner before proceeding with the finish in the specified location. B. As -Cast Finishes 1. Form Finish - Form finish surfaces with no requirements for selected facing materials shall bet true to line and plane. Patch tie holes and defects. Rub down fins exceeding 1/4 inch in height with wooden blocks. Otherwise, leave surfaces with the texture' imparted by the forms. 2 Smooth Form Finish - The form facing material shall produce a smooth uniform texture on the concrete. It may be plywood, tempered concrete - form -grade hardboard, metal, plastic, paper, or other approved material capable of producing the specified finish. The arrangement of the facing material shall be orderly and symmetrical, with the number of :seams kept to the practical minimum. Do not use material with raised grain, torn surfaces, worn edges, patches, dents, or other defects which will impair the texture of the concrete surface. Patch tie holes and defects. Remove fins completely. Support facing material by studs or other backing capable of preventing excessive deflection (See Item 7). C. Rubbed Finishes Produce the following finishes on concrete with a smooth form finish (3.07 B.2). Where smooth rubbed finish is to be applied, the forms shall have been removed and necessary patching completed as soon after placement as possible without jeopardizing the structure. 1. Smooth Rubbed Finish - Produce smooth rubbed finish on newly hardened concrete. Do necessary patching immediately after forms have been removed. Complete rubbing not later than the following day. Wet and rub surfaces with carborundum brick or other abrasive until a uniform color and texture are produced. No cement grout or slush shall be used other than the cement paste drawn from the concrete itself by the rubbing process. 10 -15 D. Roadway Surface Finish 1. Striking Off a. After the concrete is placed and consolidated, bridge floors or top slabs of structures serving as finished pavements shall be finished using approved power driven finishing machines. Hand finishing methods may be permitted by the Engineer for short bridges 50 feet or less in length and for irregulai areas where the use of a machine would be impractical. b. When the hand method is permitted, the floors or slabs shall be struckoff with a screed which is parallel to the centerline of the roadway, resting on bulkheads or screed strips cut or set to the required cross section of the roadway. This screed shall be so constructed as to have sufficient strength to retian its shape and the cutting edge shall be adjusted to conform to the profile of the roadway. Screeds shall be of sufficient length to finish the full length of spans 50 feet or less in length. Screed strips or headers shall be accurately set to the specified grades, checked, and adjusted as necessary prior to the final screeding operation. The screed shall be worked back and forth over the surface until the proper profile and cross section is obtained. c. Floors on bridges over 50 feet in length and on continuous spans shall be placed with lengths of pours as shown on the plans, using power driven finishing machines traveling on rails adjusted to conform to the profile or cross section of the roadway. The machines shall be equipped with oscillating transverse or longitudinal screeds and shall be adjusted to conform to the profile or the required cross section of the roadway. Consolidation by a vibratory action of the finishing machine will not be permitted. The screeds shall have sufficient strength to retain their shape after adjustment. The finishing machine shall go over each area of the bridge floor as many times as it is required to obtain the required profile and cross section. A slight excess of concrete shall be kept in front of the cutting edge of the screed at all times. This excess of concrete shall be carried all the way to the edge of the pour or form and shall not be worked into the slab but shall be wasted. 10 -16 d. Excess water, laitance, or foreign materials brought to the surface during the course of the finishing operations shall not be reworked immediately upon appearance by means of a squeegee or straightedge drawn from the center of the slab towards either edge. e. In general, the addition of water to the surface of the concrete to assist in finishing operations will not be permitted. If the application of water tcl the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment. 2. Straightedging After finishing as described above, the entire surface shall be checked by the Contractor with a 10 -foot metal straightedge operated parallel to the centerline of the bridge and shall show no deviation in excess of 1/8 inch from the testing edge of the straightedge. Deviations in excess of this requirement shall be corrected before the concrete sets. The checking operation shall progress by overlapping the straightedge at least 1/2 the length of the preceding pass. Major deviations shall be corrected by the strike -off with the straightedge being used to correct minor deviations and as a checking device. 3. Final Finishing a. The surface shall be finished by brooming. b. If the surface texture is to be a drag finish, the surface shall be finished by dragging a seamless strip of damp burlap over the full width of the surface. The burlap drag shall consist of sufficient layers of burlap and have sufficient length in contact with the concrete to slightly groove the surface and shall be moved forward with a minimum bow of the lead edge. The drag shall be kept damp, - clean, and free of particles of hardened concrete. As an alternative to burlap, as the Engineer may approve or direct, carpet or artificial turf of approved type and size may be substituted. 10 -17 c. If the surface texture is to be a broom finish, the surface shall be broomed when the concrete has hardened sufficiently. The broom shall be of an approved type. The strokes shall be square across the slab, from edge to edge, with adjacent strokes slightly overlapped, and shall be made by drawing the broom without tearing the concrete, but so as to produce regular corrugations not over 1/8 of an inch in depth. The surface as thus finished shall be free from porous spots, irregularities,, depressions, and small pockets or rough spots such as may be caused by accidental disturbing, during the final brooming, of particles of coarse . aggregate embedded near the surface. d. If the surface is to be grooved, the grooving shall be ina transverse direction using a wire broom or comb having a single row of tines. The grooving may vary from 1/8 inch width at 1/2 inch centers and the groove depth should be approximately 1/8 inch to 3/16 inch. This operation shall be done at such time and in such manner that the desired texture will be achieved while 'minimizing displacement of the larger aggregate particles. The transverse grooving should terminate approximately 1 foot from the centerline at the base of the curb. This area adjacent to the curbs should be given a light broom finish longitudinally. As an alternative, grooving may be achieved using an approved machine designed specifically for grooving concrete pavements. 4. Surface Test a. As soon as the surface has set sufficiently to withstand damage when walking on it, and not later than the morning following the placing of the concrete, it shall be straightened with the 10 foot straightedge and all variations exceeding 1/8 inch shall be plainly marked. These areas shall be corrected by abrasive means until such deviations have been reduced to meet the tolerance specified above. b. Areas that have been ground shall not be left smooth or polished, but shall have a uniform texture equal in roughness to the surrounding unground concrete. 10 -18 5. Work Bridges The Contractor shall provide suitable and adequate work bridges for proper performance of the work operations as specified and for inspecting the work. E. Sidewalk Finish 1. After the concrete has been deposited in place, it shall be consolidated and the surface shall be struck off by means of a strike board and floated with wooden or cork float. An edging tools shall be used on edges and expansion joints. The surface shall not vary more than 1/8 inch under a 10 -foot straightedge. The surface shall have a granular or matte texture that will not be slick when wet. 2. Sidewalk surfaces shall be laid out in blocks with an approved grooving tool as shown on the plans or as directed. F. Exposed Aggregate Finish Areas for exposed aggregate finish shall be as noted on the drawings, or as directed by the Engineer. All aggregate shall conform to the related ASSATO specifications. Aggregate shall be predominantly round, with a maximum diameter of 3/4 inch. The aggregate to be exposed shall be large enough to remain held by the concrete after the exposing procedure. A surface retarder shall be applied to forms at areas of exposed aggregate before placing the concrete. Use and application of the retarder shall be according to the manufacturer's recommendations. Form removal shall take place 12 to 15 hours after placement of the concrete. Aggregate shall be exposed using wire brushing, water blasting, or sand blasting techniques. Contractor shall submit the method of exposing the aggregate to the Engineer for approval before the final exposing procedure. After exposing the aggregate, all concrete shall be allowed to cure according to subsequent articles of the Specifications. A mock -up panel, of size as directed by the Engineer, showing the proposed exposed aggregate finish and banding, shall be submitted to the Engineer for approval prior to construction fo areas with exposed aggregate finish. 10 -19 10.17 SELECTION OF FINISHES A. The following surfaces shall be Form Finish: 1. Exterior surfaces one foot or more below finished grade. 2. Drilled piers, abutments, and interior bents on underside of bridge. B. The following surfaces shall be Rubbed Finish: 1. Exposed surfaces of parapets and wingwalls. C. The Roadway Surfaces shall be Roadway Surface Finish - Brooming. D. All sidewalks shall have a Sidewalk Finish, with joints laid out to match raiipost spacing. E. Exposed Aggregate Finish shall be as noted on the Drawings, or directed by the Engineer. 10.18 RELATED UNFORMED SURFACES Strike tops of walls or buttresses, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces smooth after concrete is placed and float to a texture reasonably consistent with that of the formed surfaces. Continue final treatment on formed surfaces uniformly across the unformed surfaces. 10.19 SLABS A. Preparation of Subgrade for Slabs on Ground 1. Prepare subgrade and base to conform to requirements outlined under Item 6 of these Specifications and to grade and lines shown on the Drawings. 2. The subgrade shall be free of frost before concrete placing begins. If the temperature inside a building where concrete is to be placed is below freezing, it shall be raised and maintained above 50 ° F. long enough to remove frost from the subgrade. 3. The subgrade shall be moist at the time of concreting. If necessary, dampen with water in advance of concreting, but there shall be no free water standing on the subgrade nor any muddy or soft spots when the concrete is placed. 10 -20 B. Edge Forms and Screeds Set edge forms and intermediate screed strips accurately to produce the designed elevations and contours in the finished surface. They shall be sufficiently strong to support vibrating screeds or roller pipe screeds if the nature of the finish specified requires the use of such equipment. Align concrete surface to the contours of screed strips by the use of strike -off templates or approved compacting type screeds. when the formwork is cambered, set screeds to a like camber to maintain the proper concrete thickness. C. Consolidation 1. General - Consolidate concrete in slabs thoroughly. Use internal vibration in beams and girders for framed slabs and along the bulkheads of slabs on grade. Obtain consolidation of slabs with vibrating screeds, roller pipe screeds or internal vibrators. 2. Placement Carefully coordinate mixing and placing with finishing. Do not place concrete on the subgrade or forms more rapidly than it can be spread, straightedged, and darbied or bull floated. Perform these operations before bleeding water has an opportunity to collect on the surface. 3. To obtain good surfaces and avoid cold joints, plan the size of finishing crews with due regard for the effects of concrete temperature and atmospheric conditions on the rate of hardening of the concrete. If construction joints become necessary, construct as required by these Specifications. D. Finishes 1. According to provisions specified previously. 10.20 CURING AND PROTECTION A. General Protect freshly deposited concrete from premature drying, excessively hot or cold temperatures, and excessive moisture loss for a period of time necessary for the hydration of the cement and proper hardening of the concrete. 10 -21 B. Protection 1. Weather Conditions: a. Unless adequate approved protection is provided, do not place concrete during rain, sleet or snow. b. Do not allow rainwater to increase the mixing water or to damage the surface finish. 2. Prevention of rapid surface drying occurs when the rate or surface drying exceeds 0.20 pounds per square foot per hour. If plastic cracking is indicated, take precautions to reduce the evaporation to an acceptable level. Such precautions include: a. Building wind breaks to reduce air movement over the concrete surfaces. b. Reducing the concrete temperature. c. Increasing the relative humidity near the surface of the concrete with fogging equipment. 3. If plastic cracking is observed, apply an application of membrane curing compound immediately following the finishers. C. Curing 1. Initial Curing - Keep concrete continuously moist at least 18 hours. Use one of the following materials or methods following the finishing: a. Ponding or continuous sprinkling. b. Absorptive cover kept continuously wet. c. Sand kept continuously wet. d. Continuous steam (not exceeding 150 °P.) or vapor mist spray. e. Curing compounds complying with ASTM C -309. Apply compound in accordance with the recommendations of the manufacturer immediately after any water sheen has disappeared from the concrete surface. Do not use on surfaces against which additional concrete or other cementitious finishing materials are to be 10 -22 2. Final Curing - Immediately following the initial: curing and before the concrete has dried, accomplish additional curing procedures by one of the following materials or methods: D. Temperature bonded unless it is proven that the curing compound will not prevent bond, or unless positive measures are taken to remove it completely from areas to receive bonded applications. f. Concrete surfaces where forms have not been loosened or removed do not require any initial curing procedures during the time forms are left intact. a. Continuation of the method used in initial curing. b. Application of moisture- retaining cover. c. Other moisture- retaining coverages as approved by the Owner. 3. Duration of Curing - Continue final curing until the cumulative number of days or fractions thereof, not necessarily consecutive, during which temperature of the air in contact with the concrete is above 50 °F. has totaled seven (7) days. If high -early strength cement has been used, continue final curing for a total of three (3) days. Prevent rapid drying at the end of the curing period. 4. Formed Surfaces - If forms are removed during the curing period, cure exposed surfaces by one of the above curing materials or methods for the remainder of the curing period. 5. Construction Joints - Cure construction joints by absorptive mat or fabric kept continuously wet. Place concrete in hot and cold weather in compliance with ACI 305 and the requirements stated below: 1. Cold Weather - When the mean daily temperature of the atmosphere is less than 40 °F., maintain temperature of the concrete between 50 and 70 °F. for two days following placement. Make arrangements for heating, covering, insulating, or housing the concrete work as needed in advance of placement to maintain the required temperature and moisture conditions and to prevent injury due to concentration of heat. Do not 10 -23 use combustion heaters during the first 24 hours unless precautions are taken to prevent exposure of the concrete to exhaust gases which contain carbon dioxide. 2. Hot Weather - Make arrangements for installation of windbreaks, shading, fog spraying, sprinkling, ponding, or wet covering of a light color as needed in advance of placement. Take such protective measures as quickly as concrete hardening and finishing operations will allow. See Prevention of Rapid' Surface Drying. E. Protection from Mechanical Injury. During the curing period, protect concrete from damaging mechanical disturbances, such as load stresses, heavy shock, and excessive vibration. Protect finished concrete surfaces from damage caused by construction equipment, materials, or methods, and by rain or running water. Do not load self - supporting structures in such a way as to overstress the concrete. 10.21 TESTING A. General 1. Routine testing of materials and structural concrete for compliance with requirements of the Specifications shall be performed by the testing agency approved by the Owner. 2. Special testing of field cured cylinders or testing required because of changes in materials or proportions of the mix requested by the Contractor, as well as extra testing of concrete or materials occasioned by failure to meet specification requirements, shall be performed by the Contractor at no additional expense to the Owner. B. Testing Services 1. The designated testing agency will: a. Test the Contractor's proposed materials for compliance with the Specifications. b. Review and check the Contractor's proposed mix design. c. Obtain production samples of materials at plants or stockpiles during the course of the work. 10 -24 d. Conduct compressive strength tests of the concrete in accordance with the following: 1) Secure composite samples in accordance with ASTM C -172. Obtain each strength test from a different batch of concrete on a representative, random basis, avoiding selection of the test batch other than by a number selected at random before commencement of concrete placement. When pumping or pneumatic equipment is used, take samples at the discharge end. 2) Mold three specimens for each strength test in accordance with ASTM C -31 and cure under standard moisture and temperature conditions in accordance with Section 7 of the ASTM method. 3) Test one of three specimens at seven (7) days. Test two specimens at 28 days. The 28 -day test results shall be the average of the strength of the two specimens. If one specimen in the 28 -day strength manifests evidence of improper sampling, molding or testing, discard and consider the strength of the remaining specimen the test result. If both specimens in a test show any of the above effects, discard the entire test. When Type III cement is used, the strength test shall be the average of two specimens tested at seven (7) days. Test other specimen at two (2) days if the Owner requests it. All tests shall be in accordance with ASTM C -39. 4) Make one strength test for each 100 cubic yards, or fraction thereof, of concrete in each monolithic placement. In no case during the life of the project shall a given mix design be represented by less than five tests. e. Determine air content of concrete on a regular and frequent basis in accordance with ASTM C -231. f. Report all test results to the Owner and the Contractor on the same day that tests are made. 2. The testing agency will perform the following additional services, as directed by the Owner: a. Check batching and mixing operations to the extent deemed necessary. 10 -25 C. Responsibilities and Duties of Contractor The Contractor's duties in connection with testing shall include, but be limited to: 1. Furnishing all materials needed for required testing. 2. Submitting to the Owner the concrete mix designs he proposes to use and making written request for approval. 3. Furnishing labor as is necessary to assist the Owner in obtaining and handling samples at the project or at other sources of materials. 4. Advise the Owner in advance of construction operations to allow for completion of quality tests and for the assignment of personnel. 5. Furnish copies of certified test reports of all shipments of cement and reinforcing steel to the Owner. 10.22 VVALDATION OF CONCRETE STRENGTH A. Evaluation of Test Results The strength level of the concrete will be considered satisfactory when the .averages of all sets of three consecutive strength test results equal or exceed the specified strength and no individual strength test result falls below the specified strength by more than 50 psi. For evaluation of potential strength and uniformity, each type and specified strength of concrete shall be represented by at least five tests. B. Core Tests b. Review the manufacturer's report of each shipment of cement and reinforcing steel or conduct laboratory tests or spot checks of these materials as received. c. Mold and test reserve 7 -day or field cylinders as required or perform additional services as authorized by the Contractor at his expense. 1. Impact hammers, sonoscopes, or other nondestructive devices may be used to determine relative strengths of various areas of the structure as an aid in determining locations of areas to be cored. Do not use such nondestructive tests as a basis for acceptance or rejection. 10 -26 2. When required, obtain cores at least 2 inches in diameter and test in accordance with ASTM C -42. 3. Take at least three representative cores from each member or area of concrete in place that is considered potentially deficient. The location of cores will be determined by the Owner so as to least impair the strength of the structures. Cores may not be taken from any part of the structure, if in the opinion of the Owner it will impair the safety of the structure.1 If, before testing, one or more of the cores show: evidence of having been damaged subsequent to or during removal from the structure, additional cores may be required. If the concrete in the structure will be dry under service conditions, air dry the cores (temperature 60 to 80 °F., relative humidity less than 60 percent) for seven (7) days before test and test dry. If the concrete in the structure will be more than superficially wet under service conditions, test cores after moisture conditioning in accordance with ASTM C -42. 4. Concrete in the area represented by a core test will be considered adequate if the average strength of the core is equal to at least 85 percent of, and if no single core is less than 75 percent of, the specified strength. 5. Plug core holes solid as specified for defective areas. 6. Cores containing reinforcing steel may be unacceptable and additional cores may be required. 10.23 ACCEPTANCE OF CONCRETE WORK A. Concrete Compressive Strength Allow additional curing for concrete which fails to meet the compressive strength requirements and modify the concrete mix design for the remaining concrete work, at no additional cost to the Owner. B. Structural Tolerances 1. Formed surfaces resulting in configuration of members smaller than permitted under the tolerances allowed in ACI 347 will be considered deficient in strength and shall be treated as specified below. 10 -27 2. Formed surfaces resulting in configuration of members larger than permitted under the tolerances allowed in ACI 347 may be rejected and the excess material removed. Remove excess material in such a manner as to maintain the strength of the section and to meet applicable requirements of function and appearance. 3. Concrete members cast in the wrong location may be rejected if the strength, appearance or function of the structure is adversely affected or misplaced members interfere with other construction. If rejected, remove members cast in the wrong location and replace correctly. 4. Finished flatwork exceeding the specified tolerances may be repaired provided that strength or appearance is not adversely affected. High spots may be removed with a terrazzo grinder, low spots filled in with a patching compound (detailed recommendations are given in "Guide for Use of Epoxy Compounds with Concrete" reported by ACI Journal) or other remedial measures performed as permitted by the Owner. C. Strength of Structure 1. The strength of any structure in place will be considered potentially deficient if it fails to comply with any requirement which controls the strength of the structure. The Contractor may make a structural analysis of any structure considered potentially deficient by the Owner. If the analysis indicates the completed structure will be suitable for its intended use, it may be accepted, subject to the approval of the Owner. In addition to the structural analysis, core tests to check the concrete strength may be required and shall be performed by the Contractor at no additional cost to the Owner. 2. If core tests are inconclusive or impractical to obtain and structural analysis does not confirm the safety of the structure, load tests may be required at no additional cost to the Owner. The results shall be evaluated in accordance with Chapter 20 of ACI 318. 3. Reinforce concrete work judged inadequate by structural analysis or by load test with additional construction or replace at no additional cost to the Owner. Additional construction shall be approved by the Owner prior to the start of the work. 10 -28 10.24 PRESTRESSED BOX GIRDERS A. General The construction of prestressed concrete members shall conform to the requirements of preceding articles in this section, except as those requirements modified or supplemented by the provisions that follow. B. Design Box girders shall be designed and detailed by a supplier approved by the Engineer, according to the details shown on the drawings and the loads indicated on the drawing notes. Design calculations and shop drawings shall be submitted to the Engineer prior to fabrication for approval. Each girder shall be designed for a residual camber after paving with no sag due to the self - weight of the bridge. The dimensions of each girder shall not exceed the tolerances set forth by the Texas Highway ; Department Standard Specification. C. Concrete Concrete shall be controlled, mixed, specified in other articles of this otherwise specified herein. Concrete shall not be deposited in the Engineer has inspected the placing of the conduits, anchorages, and prestressing given his approval. The concrete shall be vibrated internally or both, as ordered by the Engineer. The be done with care in such a manner displacement of reinforcing, conduits, or and handled as section, unless forms until the reinforcement, steel and has or externally, vibrating shall as to avoid wires. The top of all girders shall have a rough finish with no curing compound added. All corners exposed after construction shall have a 3/4" chamfer. Curing shall be performed in accordance with the latest recommendations of the AASHTO Specification. 10 -29 • D. Transportation and Storage Precast girders shall be transported in an upright position, and points of support and directions of the reactions with respect to the girder should be approximately the same during transportation and storageas when the girder is in its final position. In the event that the Contractor deems it expedient to transport or store precast girders in other than this position, it shall be done at his own risk. Care shall be taken during storage, hoisting, and handling of the precast units to prevent cracking or damage. Units damaged by improper storing and handling shall be replaced by the Contractor at his expense. E. Prestressing Prestressing of the box girders shall be performed in accordance with the latest AASHTO Specifications. F. Prestressing Reinforcement Prestressing reinforcement shall be high- strength steel wire, high- strength seven -wire strand, or high - strength alloy bars as called for on the drawings or in the special provisions. High- strength steel wire shall conform to ASTM A -421. High- strength seven -wire strand shall conform to ASTM A -416. High- strength alloy bars shall conform to the requirements of ASTM A -722. Bars with greater minimum ultimate strength, but otherwise produced and tested in accordance with ASTM A -722 may be used, provided they have no properties that make them less satisfactory than the specified material. G. Testing and Sampling Testing and sampling shall be as required by preceding articles of this Specifications. 10 -30 ITEM 11 STRUCTURAL EXCAVATION. BACRFILL AND COMPACTION 11.01 DESCRIPTION A. Related Work Specified Elsewhere 1. Concrete Formwork: Item 8 2. Concrete: Item 10 11.03 B. Scope of Work Furnish all work, materials, equipment and related items required to remove all earth, rock, water and other materials to the extent required for the construction of the facilities shown on the Drawings; to prepare the subgrade or subbase for the foundation of the facilities; and backfill around the facilities to the lines and grades established on the Drawings. 11.02 QUALITY ASSURANCE A. The specifications of the American Society for Testing and Materials (ASTM) referred to in this Section listed below shall apply to this Section to the extent applicable in each reference: C 136 -76 D 698 D 2922 -71 MATERIALS Sieve or Screen Analysis of Fine and Course Aggregates Test for Moisture - Density Relations of Soils Test for Density of Soil and Soil- Aggregates in Place by Nuclear Methods (Shallow Depth). A. Concrete All concrete shall comply with the requirements of Item - Concrete, with the class as specified or indicated the Drawings. B. Type "A" Select Subbase This material shall consist of a non- expansive sandy clay or clayey sand with a maximum liquid of thirty -five (35) percent and a plasticity index in the range of three (3) to twelve (12). 9 on C. Type "B" Select Subbase This material shall be crushed stone or gravel mixed with approved binding material. The material shall be free of all soil, clay and other objectionable material. The sample of the standard crushed stone and binding material, when tested in compliance with ASTM C -136, "Sieve or Screen Analysis of Fine and Course Aggregates ', shall comply with the following gradation requirements. Percent by ,Sieve Size Weight Passing 1 -3/4' 100 1■ 75 - 95 1/2" 50 - 70 No. 4 35 - 55 No. 40 20 - 30 Note: Material passing the No. 40 sieve shall be known as "soil binder" and shall have a maximum liquid of forty (40) percent and a maximum plasticity index of ten (10). D. Backfill material 1. Ordinary Backfill - Ordinary backfill shall be good sound earth free from waste, rubbish, objectionable organic matte, large rocks or clods, waste concrete or other unstable or unsuitable material. 2. Select Backfill - Select backfill shall be non - expansive sandy clay, clayey sand, silty sand or clean sand with a maximum liquid limit of thirty -five (35) percent and a maximum plasticity index of twelve (12) . 11.04 EXECUTION OF EXCAVATION A. General 1. Excavations shall be of such dimensions as to permit the construction of the work in the manner, shape and size shown on the Drawings. Excavation shall extend a sufficient distance from walls to allow for placing and removal of forms, installation of piping and inspection. 11 -2 2. If structures do not have 6 inches of select subbase or 4 inches of concrete subgrade protection, the excavation shall not be plowed, scraped or machine dug closer than 3 inches to the finished subgrade elevation. Remove the last layer of excavation by hand or other means approved by the Owner to the exact lines and grades shown on the Drawings. The exposed surface shall be undisturbed and all loose material shall be removed from the bottom of the excavation so the foundation will be clean and firm:, 3. Excavations in rock or rock -like material shall be, machine dug at least 6 inches below finished grade with Type "B" select subbase placed and compacted to finished grade. 4. Select subbase shall be compacted to at least 95% of maximum density as determined by ASTM D -698. B. Authorized Additional Excavation Where the proposed subgrade material on which the foundation, footing or slab is to be placed is deemed unsatisfactory by the Engineer, carry the excavation to an additional depth specified by the Engineer, and fill the excavated space with Class "C" concrete or select subbase material, as directed by the Engineer. The additional excavation and concrete or select subbase shall be paid for as specified in the General Conditions of Agreement. C. Approved Additional Excavation Upon written request by the Contractor, the Engineer may approve additional excavation. Carry the excavation to a depth approved by the Engineer, and fill the excavation space below the structure as a convenience to the Contractor and shall be done at no additional cost to the Owner. D. Unauthorized Excavation Whenever the excavation is carried beyond or below the lines or grades shown on the Drawings, refill all such excavated space below the structure foundation with Class "C" concrete. This work shall be done at no additional cost to the Owner. 11 -3 E. Material Storage Stockpile excavated materials classified as satisfactory soil material where directed by the Engineer until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. F. Shoring, Sheeting and Bracing Excavations shall be properly shored, sheeted, and braced as the nature of the ground may require, to prevent shifting of material with possible damage to existing or uncompleted structures and attendant delay of work. 11.05 DEWATERING Commence sufficiently in advance of excavation, during the excavation period and as long thereafter as the condition of the work may require, provide and maintain in good operating condition such equipment as may be required to prevent all water from entering any excavation. This shall include, but is not limited to: surface water which would drain into the excavation; seepage water which would enter as a result of the excavation and a high ground water table; and the water which could penetrate the excavation due to the anticipated piezometric head coupled with the removal of overburden, should the Contractor not lower the water table in advance of the excavation. Complete backfilling operations before dewatering operations are suspended. Water removed from the excavation shall be disposed of in such a manner as to prevent damage to adjacent property or to other work under construction. Damage of whatever nature caused by dewatering the work or failure to dewater the work satisfactorily shall be promptly repaired or remedied by the Contractor at his own expense. Provision shall be made for the satisfactory disposal of water pumped from excavations so as to prevent damage to public or private property. In all cases, accumulated water in the trench shall be removed before placing - embedment, laying pipe, placing any concrete or backfilling. 11.06 BACKFILLING A. Placement of Backfill 1. Concrete in walls shall have attained the required 28 day compressive strength before any backfill is placed. 11 -4 2. If a floor or structural system frames into a floor, no backfill shall be placed against walls until floors at the top and bottom have been in place fourteen (14) days unless authorization has been received from the Owner in writing. 3. 'Ordinary Backfill' shall be placed at a moisture content slightly higher than optimum moisture. It shall be placed in layers approximately ten (10) inches loose depth, compacted to a density of 90, percent of maximum dry density as determined in;. accordance with ASTM D -698. 4. Density of backfill in place shall be determined in accordance with ASTM D -2922. 11 -5 SOILS REPORT 1 1 1 1 1 1 GEOTECHNICAL INVESTIGATION 1 BURNET STREET BOX CULVERT ROUND ROCK, TEXAS 1 1 1 ® Trinity inity Engineering Testing 1 Corporation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 E gineeri g Testing Corporation GEOTECHNICAL INVESTIGATION BURNET STREET BOX CULVERT ROUND ROCK, TEXAS FOR THE CITY OF ROUND ROCK, TEXAS AND HAYNIE & KALLMAN, INC. ROUND ROCK, TEXAS JULY 1989 1 ® Trinity Engineering Testing Corporation INTRODUCTION General Subsurface Exploration Field Testing Laboratory Investigations TABLE OF CONTENTS PAGE 1 1 . 2 2 SUBSURFACE MATERIALS AND CONDITIONS Stratigraphy and Geology 4 Subsurface Material Characteristics 4 Subsurface Water 5 FOUNDATION DESIGN AND CONSTRUCTION CRITERIA General 6 Structural Load Support 6 Foundation Construction Criteria 7 PAVEMENT DESIGN AND CONSTRUCTION Thickness Requirements 8 Pavement on Expansive Soils 8 Material Specifications 9 APPENDIX sonkTranity Engineering Te ting Corporation 1 GEOTECHNICAL INVESTIGATION BURNET STREET BOX CULVERT 1 ROUND ROCK, TEXAS 1 INTRODUCTION ' General: This investigation of subsurface materials and conditions for a proposed box culvert and related roadway was authorized in June, 1989. The site under investigation is located at the existing Burnet Street low water crossing over Lake Creek between Lake Creek Circle and Deerfoot Drive in Round Rock, Texas. The purpose of this investigation has been to: Explore the subsurface materials and conditions present at the site by core drilling and sampling; ' Perform laboratory tests to classify the soils and evaluate the strength and volume change potential of the subsurface materials; - Analyze the results of the field and laboratory tests to determine the applicable geotechnical design and construction criteria for the structure and pavement. 1 This investigation was performed in accordance with the proposal /contract I dated June 1, 1989. Details and results of this investigation are discussed in the following sections of this report. 1 Subsurface Exploration: Subsurface materials at the site were explored by three core borings advanced to depths of 15.5 to 20.0 feet below the 1 existing ground surface. The boring locations are shown on Plate I in the Appendix at the end of this report. A truck - mounted Failing Model 1500 rotary drill rig with a two - person crew was used for drilling and field testing. The field operations were conducted on June 13 and 14, 1989. 1 .1 ®Trinity Engineering Testing Corporation The drilling procedure for this investigation consisted of the following: Cohesive Soils - Continued hydraulic push of 3-inch diameter, thin -wall steel tube samplers until refusal; and Granular /Cohesionless Soils - Hollow stem auger with intermittent sampling utilizing a driven 2 -inch diameter split -spoon sampler. 2 All samples of the subsurface materials were extracted in the field, classified, and labeled as to location and depth. Undisturbed push -tube samples were carefully sealed in plastic sheeting to minimize moisture changes. Disturbed samples were placed in plastic bags. All samples were arranged in core boxes and transported to the laboratory for further analyses. During the field operations, all of the borings were observed for subsurface water prior to using drilling fluid to advance the hole. These observations are noted at the bottom of each boring log and are discussed in subsequent sections of this report. Field Testing: Existing in -place conditions of subsurface materials at the site were investigated by standard penetration tests in the borings. The standard penetration tests determined the resistance of the materials to penetration by a 2 -inch O.D. split -spoon sampler driven by a 140 -pound hammer dropping 30 inches. Depending on the resistance of the materials, either the number of blows of the hammer required to drive the split -spoon 12 inches (after seating the sampler 6 inches) or the additional inches of penetration due to 100 blows of the hammer were recorded on the field logs. Results of the standard penetration tests are shown on the left -hand side of the attached Logs of Borings. Laboratory Investigations: All samples of subsurface materials from the borings were visually examined and classified in the laboratory by an engineering geologist. Atterberg Limits and minus 200 -mesh 'sieve tests were performed on selected samples to establish index properties, grain size characteristics, and to properly classify the soils according to the Unified Soil Classification System. The classification tests are summarized on Plate II and are also shown on the boring logs. k Engineering Testing Corporation 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i Strength properties of the cohesive soils were evaluated through the use of unconfined compression tests on selected, undisturbed push -tube samples. The results of these tests are summarized on Plate II along with the measured unit weight and moisture content for the push -tube samples. Pocket penetration tests were conducted on selected undisturbed samples for estimating the consistency and strength characteristics of the clayey materials. Results of these tests, expressed in tons per square foot, are shown on the Logs of Borings under the column labeled "N -Blows per Foot ". ®T rinity Engineering Testing Corporation SUBSURFACE MATERIALS AND CONDITIONS Stratigraphy and Geology: Specific types and depths of subsurface materials encountered at the three boring locations are shown on the individual boring logs contained in the Appendix. The general stratigraphy across the site consists of: 2.5 to 3.5 feet of brown to dark brown CLAY; 4.0 to 7.0 feet of tan CLAYEY SAND and GRAVEL; and followed by a tan and gray CLAY to at least the bottom of all the borings. 4 The site under investigation is located in a very complex geologic setting with numerous geologic formations outcropping within short horizontal distances. Numerous mapped faults are also present. Geologic maps indicate that the specific site under study is composed of surficial alluvial soils followed by either the Eagle Ford or Del Rio Clay Formation. It is this writer's opinion that the surficial CLAYS and more granular CLAYEY SAND and GRAVEL soils are recent alluvial deposits while the underlying tan and gray CLAY is part of the Del Rio Clay Formation. Subsurface Material Characteristics: The upper dark brown to brown CLAY alluvial deposit is a high plasticity soil with a stiff to very stiff consistency and high shrink /swell potential. The tan CLAYEY SAND and GRAVEL is a highly plastic granular soil with a medium to dense relative density and moderate shrink /swell potential. The underlying tan and gray CLAY is a highly plastic soil with stiff to hard consistency and high to very high shrink /swell potential. The high plasticity of all the soils observed at the site indicates that these materials will exhibit large strength reductions with increasing moisture content. These moisture sensitive soils will also have low to .very low unsupported slope stability. 1 ®Trin Engineering Testing Corporation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5 Subsurface Water: Subsurface water was observed during the drilling operations in Boring Nos. 1 and 2 at a depth of 6.7 and 2.8 feet, respectively. A permanent groundwater table should be anticipated near these levels; however, the water level will fluctuate with climatic changes and creek flow. ®Trinity Engineering Testing Corporation General: It is our understanding that the existing low water crossing at Burnet Street and Lake Creek will be replaced with a series of eight individual 10' by 9' concrete box culverts. The base of the culverts is set at FOUNDATION DESIGN AND CONSTRUCTION CRITERIA an approximate elevation of reinforced concrete mat with toe walls capacity and fill material requirements 6 685 -feet. The culverts will sit on a for erosion protection. Bearing have been requested for design considerations relating to the culverts. A flexible pavement thickness design has been requested for the approach roads and is provided in the final section of this report. Structural Load Support: At a base elevation of 685 -feet, the culverts will be founded in the alluvial CLAYEY SAND and GRAVEL stratum and/or the tan and gray CLAY of the Del Rio Formation. Based on the results of the field penetration tests and unconfined compression tests, a maximum unit allowable load intensity of 3,000 pounds per square foot should not be exceeded when sizing the mat foundation supporting the culverts. In addition to strength considerations, the subsurface soils will be subject to high shrink /swell movements with changing moisture content and rebound movements with removal of overburden pressure. These movements are estimated to be in the range of 3 to 4 inches based on the Potential Vertical Rise method of analysis and this writer's previous experience with the Del Rio Clay Formation. This potential movement is considered high and should be taken into account in the design of the supporting mat foundation. The base of the culverts will extend below the subsurface water level as measured during the drilling operations. De- watering and protection of the excavated bearing surface will be required during construction. As a minimum, the base of the culverts should be set on a select, free - draining structural fill material or a low strength concrete "mud slab" in order to provide uniform support at the base of the culvert. 1 1 1 1 1 1 1 1 1 1 , 1 1 1 1 1 ®Trin Engineering Testing Corporation 7 The low slope stability of the clay soils will require temporary retention systems during construction or flattening of slopes to a maximum 3 (horizontal) to 1 (vertical) for short term stability. Foundation Construction Criteria: All of the surficial vegetation and major root systems should be removed beneath building areas prior to construction. The exposed surface should be proof - rolled, with any soft or weak areas removed and replaced with compacted fill. The surface should be graded to ensure adequate drainage of surface water away from structures. In no instance should water be allowed to pond next to foundations, either during or after construction. Excavations for foundations should be inspected by the Geotechnical Consultant to insure a firm and dry bearing surface has been reached. The excavations should be clean of all loose material and water prior to placement of reinforcing steel and concrete. Foundation concrete should be placed promptly after the excavation, cleaning and inspection operations. Structural fill material used for support of the mat foundation should consist of either: 1. Well- graded, free - draining coarse aggregate such as TSDHPT Item 421, Coarse Aggregate #1 or 2. The material should be compacted to a minimum of 98% of TEX- 113 -E, maximum dry density for cohesionless soils; or 2. Low strength concrete mud slab as per TSDHPT Item 421, Class D. ®Trinity Engineering Testing Corporation PAVEMENT DESIGN AND CONSTRUCTION Subgrade support characteristics; Magnitude and frequency of wheel loads; Quality of available construction materials; Desired period of design life. 8 Thickness Requirements: A properly designed flexible pavement for the approach roads should take into account the following considerations: Based on the stratigraphy encountered in the core borings, the predominant subgrade at this site is a brown clay. This material is estimated to have a Texas Highway Department triaxial classification of 5.8 for subgrade support. Assuming the road will be classified as a residential street, the magnitude and frequency of wheel load applications for a 20 year design period has been estimated to be 25,000 equivalent 18 -kip axle load repetitions. Based on these conditions, the total required pavement thickness and individual layer thicknesses are as follows: 1.5 inches Hot Mix Asphaltic Concrete Surface Course 12.0 inches Crushed Limestone Base Material 13.5 inches Total Constructed Pavement Pavement on Expansive Soils: Pavement design methods are intended to provide an adequate thickness of structural materials over a particular subgrade, such that wheel loads are reduced to a level the subgrade can support. The support characteristics of the subgrade are estimated by the SDHPT triaxial classification; but, this method of design does not account for shrink and swell movements of an expansive clay subgrade. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink /swell movement of the subgrade. 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 ®Tr Engineering Testing Corporation It is important to minimize moisture changes in the subgrade to reduce these movements. The pavement and adjacent areas should be well drained. Proper maintenance should be performed on cracks in the asphalt surface coarse to prevent water passing through to the base material. With these precautions, some movements and related cracking may still occur, requiring periodic maintenance. Material Specifications: Pavements should be specified, constructed, and tested to meet the following requirements: Respectfully submitted, TRINITY ENGINEERING TESTING CORPORATION ak; 4 (f)) 'Lewis B. Yates, Jr., P. Geotechnical Division Manager Au -2805 June 28, 1989 1. Hot Mix Asphaltic Concrete Surface - Texas Highway Department Item 340, Type D. 2. Crushed Limestone Base Material - Texas 'Highway Department Item 248, Type A, Grade 2 or better. The material should be compacted in maximum six -inch lifts to a minimum of 100 percent of TEX- 113 -E, maximum dry density. 3. Natural subgrade - Loose or disturbed natural subgrade beneath pavements should be recompacted to 95 percent of TEX- 113 -E, maximum dry density in six -inch lifts. OF ,,11 awls E. YY't , '.'.. 45E35 'w 414E::s:'• Ti4!,..c5).."410 � 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ® Trinity Enginee tin Co viviarr stir LXATION SURNET STREET BOX CULVERT AMMO $OGR, T[YIS PLATE 1 00 BURNET STREET BOX CULVERT ROUND ROCK, TEXAS SUMMARY OF LABORATORY TEST RESULTS Boring Depth LL PI ( -)200 MC UDW Qu Material Description No. ft. % % $ % pcf tsf (USCS Classification) 1 5.5 - 7.0 52 33 19 9.;-8 CLAYEY SAND and GRAVEL (SC/GC) 1 10.0 - 11.5 24.6 98.5 1.66 Tan and Gray CLAY 1 14.5 - 16.0 22.6 104.2 3.33 Tan and Gray CLAY 2 0.0 - 2.0 60 37 73 23.4 -- -- Brown CLAY (CH) 2 11.0 - 12.5 -- -- -- 24.0 106.5 4.10 Tan and Gray CLAY 2 12.5 - 14.0 59 38 95 23.5 -- -- Tan and Gray CLAY (CH) 3 2.0 - 3.5 17.3 99.2 4.56 Dark Brown CLAY 3 8.5 - 10.0 -- -- -- 17.1 110.6 4.76 Tan and Gray CLAY 3 10.0 - 11.5 61 39 96 19.6 -- -- Tan and Gray CLAY (CH) 3 15.5 - 17.0 -- -- -- 20.0 102.1 3.16 Tan and Gray CLAY LL = Liquid Limit PI = Plasticity Index ( -)200 = Percent Passing 0200 -Mesh Sieve MC = Moisture Content UDW = Unit Dry Weight Qu = Unconfined Compressive Strength USCS = Unified Soil Class. PLATE II UM MI M M I r - MN MB (♦ I MN OM MI MN inaarnu Engineering Testing Corporation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TYPICAL SOIL AND ROCK SYMBOLS Well- Graded Gravel (GW) Poorly- Graded Gravel (GP) Silty Gravel (GM) Clayey Gravel (GC) Well-Graded Sand (SW) Poorly-Graded Sand (SP) • NR -size core sample DEGREE OF WEATHERING -Unweathered .. Rock in its natural state without visible sign of decomposition or discoloration Slightly Weathered .... Slight discoloration without visible sign of decomposition Weathered .... Complete discoloration with zones of slightly decomposed rock Severely Weathered .... Complete discoloration and decom - position, approaching soil texture and appearance EXPLANATION OF SYMBOLS AND TERMS USED ON LOGS OF BORINGS aW W LL — 5 10 J J F.2 y N 15 g o 0 LL CD Q za MATERIAL DESCRIPTION undisturbed push tube sample 3. 5.• • pocket penetrometer test disturbed sample 15 ••• • split spoon sample and standard penetration blow count wash boring, no sample recovery Texas cone penetration Q water surface TCP Test ¢w U J tX 0 W w CC W 00 CC UV W w w 5.0' 4.0' hill m Silty Sand (SM) Clayey Sand (SC) Silt (ML) Lean Clay (CL) Elastic Silt (MH) Fat Clay (CH) Shale Sandy Shale Weathered Shale Sandstone • � 1 Bl =3" Conglomerate Caliche Limestone Shaky Limestone Weathered Limestone Dolomite Fill Material Asphaltic Concrete SOIL STRUCTURE Calcareous .... Containing calcium carbonate Slickensided ... The presence of planes of weakness having a slick and glossy appearance Fissured Breaks along definite planes of fracture with little resistance to fracturing Laminated Alternating thin layers or lenses of varying material or color Interbedded Alternating layers of varying material The Log of Boring is a representation of the subsurface materials at the specific boring location and within the depth explored. The transition between strata may be gradual and variations in material types and depths between borings can be expected. Water level observations represent those conditions at the time of exploration and may vary with time and location on the site. 2 a w 0 LL CO CO N -BLOWS PER FOOT MATERIAL DESCRIPTION CORE DRILLED CORE RECOVERED A313 '+� w w �o ASPHALT AND BASF MATFRTAT • 6' 1 1111 [MI 11111 11111 w r r w r r r w r 1 r r t i W F N + ° + ° °f }J + U+ in o CLAY; Dark Brown, Gravelly - 6' _ 5 Z CLAYEY SAND AND GRAVEL; Tan Water 6 6 -14 -89 - LL =52 PT =1 (- 1200 -19.Q% 686.5 30 15 CLAY; Tan and Gray with numerous fractures, iron - stains, fossils, and gypsum /calcite seams 676.0 20 - Total Depth of Boring = 20.0 feet Note: Boring was advanced to 20.0 feet below the ground surface without using drilling fluid and groundwater was encountered at the 6.7 foot depth. - — - - - ® y Engineering Testing Corporation Project: BURNET STREET BOX CULVERT Location Round Rock, Texas LOG OF BORING Date: 6 -14 -89 Type: Core Boring No 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 F- G LL J m ). c CD W a < y Q O O CD CC Z a MATERIAL DESCRIPTION 'V 4 -_ 5 + 2.5 CLAY; Brown - LL =60 PI =37 (-)200=73.0%c7 warm 5 6 -13 -8 CLAYEY SAND AND GRAVEL; Tan 38 4.5+ 4.5+ 4.5+ 4 __ _ 3.5 4. 5+ 10 15 CLAY; Tan and Gray with numerous fractures iron stains, fossils, and gypsum/calcite seams LL=59 PI =38 (- )200 =95.0% I r t 20 Total Depth of Boring = 15.5 feet Note: Boring was advanced to 15.5 feet below the ground surface without using drilling fluid and ground- water was encountered at the 2.8 foot depth. 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 Project: BURNET STREET BOX CULVERT ation: maiNrinity E ngineering Testing Corporation Round Rock, Texas Date: LOG OF BORING 6 -13 -89 Type: Cori Boring No: 2 w W �. n co a. Q y � O p e to tx za MATERIAL DESCRIPTION CORE DRILLED CORE RECOVERED rn n ELEV. 0 4.5+ CLAY; Dark Brown with same gravel — — - - — Il► 1111► 1111111'1111111111► 11111111111111111111 4.5+ 692.5 4.0 4.5+ CLAYEY SAND AND GRAVEL; Tan to dark brown 688.5 4.5+ 10 4.5+ LL =61 P1 =39 (- )200 -96.0% 4.5+ CLAY; Tan and Gray with numerous fractures, 4.5+ iron stains, fossils, and gypsum /calcite seams 15 4.5+ 4.5+ 4.5+ 4.5+-- 19.5' - 20.0' - Vertical gypsum filled 4.5+ fracture 676.0 20 Total Depth of Boring - 20.0 feet Note: Boring was advanced to 20.0 feet below the ground surface without using drilling fluid and ground- water was not encountered. amterrhlity Engineering Testing Corporation Project BURNET STREET BOX CULVERT Location: Round Rock, Texas Date: 6 -13 -89 LOG OF BORING Type: Core Boring No 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1