Loading...
R-89-1334 - 9/14/1989construction of the meter shop, and WHEREAS, and best bid, and WHEREAS, the City Council wishes to accept the bid of Now Therefore, ATTEST: WHEREAS, the City of Round Rock has duly advertised for the BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with /Z�G�J �U•� .for the construction of the meter shop, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 14th day of September, 1989. 1 IA LAND, C- RS08249B City Secretary RESOLUTION NO. 133 T 4 4 I / t •has submitted the lowest tXiL •, is hereby accepted MIKE ROBINSON, Mayor City of Round Rock, Texas DATE: September 6, 1989 TO: FROM: Steven D. Miller, P.E. pnhlir Works Engin THE CITY OF ROUND ROCK 221 East Main Street Round Rock, Texas 78664 512- 255 -3612 James R. Nuse, P.E. Director of public Works MEMORANDUM RE: Meter/Pump Repair Shop As you are aware, three (3) bids were recieved on August 23 for the above mentioned project. I have attached a bid tabulation for your use. The budget for this job placed a constraint on acceptance of the low bidder's price of $71,300. Through negotiations held on August 23 & 31 Jezek Construction agreed to reductions in work items, such that a substantial amount was deleted without compromising the intent of the original contract. The following items describe the general changes: Base Bid $71,300 Office/Meter Shop <7,100> Bridge Crane <3,500> EVA C <2,300> Electrica)/Plumnbing <1,150> Total Bid (revised) $57,250 Mayor Based on this and my review of Mr. Larry Jezek's credentials I Mike Robinson recommend the project be awarded to Jezek Construction for the revised Mayor Pro -tent bid amount; a change order shall be initiated at the time of contract Charles Culpepper execution. Council Members John Hood Tish Oatman Pete Correa cc: Al Wille Ronnie Jean Fred Rua all Jimmy Joseph City Manager Robert L Bennett, Jr. City Attorney Attachments: bid tabulation Stephan L. Sheets letter from contractor mtprsblt/sm September 6, 1989 Mr. Steven Miller, P.E. City of Round Rock 221 East Main Street Round Rock, Texas 78664 Re: City of Round Rock Meter /Pump Repair Shop Dear Mr. Miller: As requested we are furnishing the following revised breakdown of our bid as submitted on August 23, 1989 including certain deletions, deduct alternates and add alternates as discussed in our meeting of August 31, 1989. 1. Bond and Insurance * 2,800.00 2. Mobilization 500.00 3. Engineering 2,500.00 4. Site work, including sewer line and drop connection to existing manhole 7,000.00 5. Concrete foundation 6,500.00 6. Metal building 26,500.00 7. Bridge crane (Deleted) .00 8. Restroom enclosure (no handicap requirements) 1,100.00 9. Space heaters, fan and louvers (delete HVAC) 700.00 10. Electrical 5,200.00 11. Plumbing 2,650.00 Deduct: a. Sewer line and drop connection to existing manhole b. Flush valve toilet Add: JEZEK CONSTRUCTION CO., INC. GENERAL CONTRACTORS (512) 388 -2755 P.O. BOX 2005 ROUND ROCK, TEXAS 78680 Total $ 55, 450.00 750. 00 110.00 Total deduct alternates $ 860.00 Total less deducts $ 54,590.00 a. Frame out first floor perimeter, including roof joists (no finish out work) 1,800.00 Total add alternates $ 1,800.00 If you should have any questions concerning the above, please contact me at 388 -2755. We are looking forward to working with you on this project. Yours very truly, Larry W. Tezek President LWI /mlt THE CTPY OF ROUND ROCK PUBLIC. WORKS DIiPN?1'MENT 221 East Main Street Round Rock, Texas 78664 (512) 255 -3612 CONTRACT METER /PUMP REPAIR SHOP BID DATE 8 -23 -89 TIME 2:00 P.M. LOCATION City Hall, Round Rock, Texas DESCRIPTION ITEM Base Bid/ Total Letter of credit Bid bond Cashier's check APPROX. UNIT DID TA[ULF11'IONS Jordan - Whitfield1Transom - Concrete Austin, TX Round Rock, TX SIT QUANTITY PRICE UNIT COST PRICE COST PRICE 80,724 X BIDDERS COST 78,975 Jezek Construction Round Rock, TX UNIT PRICE BIDS EXPENDED AND ❑IECKED UY: S.D. Miller DAPS: R_71_R9 SIIELI � OF � UNIT PRICE COST DATE: September 11, 1989 SUBJECT: Council Agenda, September 14, 1989 ITEM: 11J. Consider a resolution authorizing the mayor to enter into a contract for the construction of a meter shop facility. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On August 23, 1979, three bids were received for the construction of a meter repair shop to be located at the water plant. The original bids were above the budgeted amount so staff negotiated with the low bidder, Jezek Construction. Some finish out work, a bridge crane, the air conditioner, and some minor electrical /plumbing have been estimated. The project is recommended at $57,250.00. The budget amount is $60,000.00. 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF ROUND ROCK PUBLIC WORKS PROJ ECT 133Li METER/ PUMP REPAIR SHOP • .) a$ SPECIFICATIONS AND CONTRACT DOCUMENTS to ,9� �`��dS r iwv ADMIKismatTtav Mayor Mike Robinson Mayor Pro-tem Charles Culpepper Council Members John Hood Tsh Outman Pete Correa Ronnie Jean Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L. Sheets THE CITY OF ROUND ROCK 221 Eat Main Street Round Rock, Texas 78664 512 - 255 -3612 August 18, 1989 Addendum No. 2, Meter /Pump Repair Shop - 1989 Refer to Plans and Specifications titled "Meter/Pump Repair Shop - 1989" and add or change or delete each document per the following instructions: 1. Refer to the Plans, sheet 2 of 3, and add the following note: "The exhaust fan x+11 he capable of 5000 C.F.M. (minimum)." 2. Refer to the Plans, sheet 3 of 3, ElectricaL Delete the type - E light fixture in the lavatory. 3. Refer to the Plans, sheet 3 of 3, Fixture Schedule, Item -C. The note rape out two (2) quartz lights. The Contractor shall supply 3 Hubbell 300W quartz lights with photo cell. 4. Refer to the Plans, sheet 3 of 3, Note 13. Change Note 13 to read as follows- "Concrete compressive strength equal to or greater than 3500 p-s.i», reinforcing steel grade -60." 5. Refer to the Plans, sheet 2 of 3, and change the note that reads: "Drop manhole by Contractor." The note is to read as follows: "Drop connection by Contractor." 6. Refer to the Specifications, General Requirements, Page 7, Section 5.03A. Change the second sentence to read: "AA framed walls shall be insulated with a minimum of R -11 insulation." 7. Refer to the Specifications, General Requirements, Section 5.03F. The sentence that reads: "Hardware for doors shall be of commercial quality; door lock required for exterior door only." Change this sentence to read as follows: "Hardware for doers shall be of commercial quality (Sargent or approved alternate); door lock required for exterior door only and a privacy /passage lock required for the restroom door." 1 1 1 8. Refer to the specification, General Requirements, section 5.03F, the phrase that reads: "3/0 x 6/8 doors are proposed." Change this sentence to read as follows: • 3/0 x 6/8 doors are proposed, the restroom door 1 shall to 2/6 x 6/8." 9. The following rlarification concerning workmanship on the foundations is extended - "The Contractor shall patch and rub all outside exposed concrete surfaces too a smooth finish appearance." 1 1 Public Works 1 1 1 1 1 1 1 1 1 1 1 mprsad2/6 1 Steven D. Miller, P.E. Project Manager Mayor Mike Robinson Mayor Pro -tem Charles Culpepper Council Members John Hood Tish Oatman Pete Correa Ronnie Jean Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney mprsad/sm Stephan L. Sheets August 8, 1989 Addendum No. 1, METER/PUMP REPAIR SHOP - 1989 Refer to plans and specifications titled "Meter/Pump Repair Shop - 1989" and add or change or delete each document per the following instructions: L Refer to "Notice to Contractors" in the specifications. The following rrarification is extended - The pre-bid conference and the hid opening will both be held in the Round Rock City Council Chambers at the stated times and dates shown in the Notice to Contractors. 2. Refer to "Proposal Bidding Sheet" on page 5 of 6 of specifications. Replace this page with the attached, revised "Proposal Bidding Sheet". 3. Refer to sheet 3 of 3 of the plans. Refer to Attachment-1 of this addendum: The trolley beam horizontal travel distance is to be inaccordance with the drawing provided. Steven D. Miller, P.E. Project Manager THE CITY OF ROUND ROCK 221 East Main Street Round Rock, Teams 78664 512 - 255 -3612 PROPOSAL BIDDING SHEET (Revised Addendum No.1) JOB NAME: Meter /Pump Repair Shop JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round „Rock, Texas DATES: August 1989 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the unaersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Meter /Pump Repair Shop and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID Bid Item Description Item Quantity Unit and Written Unit Price 1. 1 L.S. Meter /Pump Repair Shop providing design /construction services, detailing good engineering practices sealed by a registered Professional Engineer for all major requirements of the proposed building in accordance with all applicable state laws and local ordinances; and providing all labor and materials, including in- general, excavation, structural backfill, reinforced concrete foundations, electrical, plumbing, mechanical, structural /metal building with meter shop and offices, complete in -place per lump sum. for collars and cents $ (bid /2) -Page 5 of 6- Unit Price Amount $ Mayor Mike Robinson Mayor Pro-tem Charles Culpepper Council Members John Hood Tish Oatman Pete Correa Ronnie Jean Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L. Sheets THE CITY OF ROUND ROCK 221 East Muen Street Round Rock, Texas 78664 512- 255 -3612 AT0 — O Gwak ftR T"RvEl- UMi>3 �. SEA ARas Au6, _Z,112cu -E( CP A&.E OF Sisinic -. _Ge rEgea Nee _ F4 RP M1lr Plr Revision Addendum No. 1 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEETS AGREEMENT BID BOND PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND NOTICE OF AWARD NOTICE TO PROCEED GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT GENERAL REQUIREMENTS Sealad propnals addressed to the City Manager, City of Round Rock, 221 East Main Street, Round Rock, Texas, 78664, for furnishing all labor, material and equipment and performing all work required for the construction of METER /PUMP REPAIR SHOP, 1989. The work in -general includes providing design plans and construction service for erecting a 30' X 50' pre-engineered metal building which will house offices and a meter repair room. The Contractor shall be responsible for providing all design, superintendence, 1ahor, supplies, materials, transportation, etc..., for completing the job as detailed on the bidding plans and in the contract documents. Proposal forms, specifications, and instructions to bidders may be obtained from the Department of Pnhlir Works, 300 South Blair in Round Rock, Texas beginning July 31, 1989, for a nonrefundable charge of ten ($10) dollars per set. Bids will be received until 2:00 P.M., August. 23, 1989 then publicly opened and read aloud. No bids may be withdrawn after the scheduled opening time. Any hicks received after schedule bid opening time will be returned unopened. A pre -bid conference is scheduled for 10:30 A.M., August 17, 1989. All bidders are encouraged to attend but this is not mandatory. Ali proposals shall be accompanied by a certified cashier's check upon a national or state bank in the amount of five (5%) percent of the total maximum bid price payable without recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute performance bond within ten (10) days after notice of award of contract to him. Provided however, if the contract price is lees than $50,000.00, the bidder shall have the option of providing a letter of credit inlieu of a performance bond, said letter of credit to be in a form acceptable to the City of Round Rock. In rase of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Pub. Dates: Austin American Statesman 7/30/89, 8/6/89, 8/13/89 Round Rock Leader 7/31/89, 8/7/89, 8/14/89 notcont/3 NOTICE TO CONTRACTORS JOANNE LAND City Secretary City of Round Rock and shall be identified as follows. drop / INSTRUCTIONS TO BIDDER PROPOSAL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed envelope addressed to The City of Round Rock 221 East Main Street Round Rock, Texas 78664 Attn: City Manager "BID FOR METER PUMP REPAIR SHOP - 1989" to be opened at 2:00 P.M on August 23, 1989. A proposal will not be accepted unless prepared on the bidding forms provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless ca11ca3 for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejlidire to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and is filed with the City of Round Rock. DISQUALIFICATION OF BIDDERS More than one proposal from an individual, firm, partnership, corporation or ass nation 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 hires will be rejected and none of the participants in such collusion will be considered in future prop . 1 of 3 AWARD OF CONTRACT - RESERVATION OF RIGHTS Contracts, if awarded, will be awarded to responsible bidders whose proposals comply with all the requirements prescribed. Awards, if made, will be made within sixty (60) calendar days after the opening of the proposals. The City of Round Rock reserves the right to re 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 City of Round Rock 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. ]f the successful Mader refuses or fails to execute the Contract, the City of Round Rock may award the Contract to second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the Contract, the City of Round Rock may award the Contract to the third lowest remnnsihle bidder. On the failure or refusal of such second and third lowest responsible bidder to execute the Contract, the work may be re- advertised. PROPOSAL GUARANTEE All proposal. 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 payahls without recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute performance bond within ten (10) days after notice of award of contract to him. 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 City of Round Rock 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 City of Round Rock 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, if applicable, 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 balding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptahls to the City of Round Rock, with approval prior to hid opening. (instprop /4) 2 of 3 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 firm it shall be signed with the co-partnership name by a member of the firm, who shall sign his own name, and the name and address af 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 an officers of the corporation shall be given. BIDDER'S EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefore. It will be assumed that the bidder has investigated an is satisfied as to the conditions to be encountered; as to the character, quality and quantity af materials to be furnished an 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 the Owner, prior to 48 -hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract Documents. No other explanation or int will be considered offical 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 0 wner in order that a written Addendum may be sent to all bidders. Any addenda issued prior to twenty -four (24) hours of the opening of hiriq 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 Owner prior to twenty-four (24) hours of the opening of bids. instprop /4 3of 3 The undersigned, as i r ddar, 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 the bidder has carefully examined the form of the contract, Notice to Contractors, instruction to bidders, general conditions, general requirements of the proposed work; and agrees that he/she will provide all the necessary labor, machinery cools, apparatus, and other items incidental to the design and construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City of Round Rock as herein set forth. It is understood that this proposal consists of a design phase and a construction phase. The bidder declares that he/she is a company, corporation, or firm in business to provide design/build services toward the project herein described. It is understood that the design phase consists of the following: Preparation of metal building construction plans which details excavation, foundation, plumbing, electrical, mechanical, structural, and metal building requirements for acceptance by the City of Round Rock. It is understood that the construction phase consists of the following: Supplying, furnishing, and completing all labor and materials planned and developed from the design phase for the construction and erection of the proposed Meter/Pump Repair Shop. proposal/1 PROPOSAL TO CITY COUNCIL. OF THE CITY OF ROUND ROCK FOR DESIGN AND CONSTRUCTION OF METER PUMP REPAIR SHOP Page 1 of 6 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 necssary, in the opinion of the City of Round Rock, to complete the work frilly 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. ]t is further agreed that lump sum prices may be increased to cover additional work ordered by the City of Round Rock; 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 to be completed within the time herein stated and is of two (2) parts described as Phase A- Design and Phase B- Construction. The undersigned bidder agrees to commence work within ten (10) days after written Notice to Proceed has been issued for each phase of this proPct- ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all latrr, material, and equipment to complete the project as outlined in the plans, specifications, and contact documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he/she 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 conditons at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the underkgned agrees to complete the work for Phase A- Design in 42 calendar days and for Phase B- Construction in 91 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities or prop l Page 2 of 6 1 1 technicalities in any proposal in the interest of the Owner, except as specifically limited by the terms of the Contract Documents or applicable laws or governmental regulations. ' ADDENDA The undersigned acknowledges receipt of the following addenda: I Addendum No. Dated I 640- Alm-just 8,1469 'tW Avy01" 18,1 1 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully stbmitted by: 1 (1) Name 3 -t r.- A4.5 feilLtitoN LD ( LAG I (2) Addres,, P•0 • 1107( 2005 V.OdJD Foc T - .., 4, , ,- , -,. 76 L80 (3) Phone Number Cll. 386 Z15 1 (4) Type of firm: ( ) Individual, ( ) Partnership, ()) Corporation I (5) Corporation organized under the laws of the State of 1 CA S (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: 1 Lk tf vv. , rw f"tecks P.D. Pio Zoos, rzoND g,,,..,, 78680 ' 1,.54, L. 3 e..e. 1 ■Jr (i4c 511 A44 ' • (7) Numbers of years experience /(6 (8) List at least three (3) similar projects completed within the last 1 1 proposal/a Page 3 of 6 1 1 five (5) years. Contract Amount/Date Completed /Name and Address of Owner and telephone number. �tL 6r461N6£rrnu 1 A ,115 ce. $ 121,140. 1980 Pu ee.i n - 4e1»L 51 7 , ea5 - -fze 3 $ 41,12o. 1981, p u c1 Titi - Ar51,,, $ G 4 , 'ILO 1985 re-60 NUS j(.4va1u `sue, #1 A E -D w - i41.4To¢• < L)S1 LO■YL Joss (9) List the name and address of each subcontr who will perform work in or about the work or improvement in excess of one -half (1/2) of one percent (1%) of the total bid price and indicate what part of the work will be done by each subcontractor: Name Address Work to be Performed 11414 LON51¢Vt.1iau Po. Orox 187 Lo. ,INL POUND ZDce. 7Bb8o BJILP(all - o'W SveCONti2Au67tV5 - to p. 12 - t‘eMeN£n A( 1A PATE — Signature proposal/1 ( W1911%1 ID P415 0E 13l4 (10) Payment of taxes, in the State of - 1 - 4,ce4 Yes )< No (12) This proposal is respectfully submitted by: FpesiV6N Title Page 4 of 6 (11) If requested by the Owner, the Low 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. A■hus'f Z3, 1989 Date PROPOSAL BIDDING SHEET (Revised Addendum No.1) JOB NAME: Meter/Pump Repair Shop JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATES: August 1989 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Meter/Pump Repair Shop and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID Bid Item Description Item Quantity Unit and Written Unit Price 1. 1 L.S. Meter/Pump Repair Shop providing design/construction services, detailing good engineering practices sealed by a registered Protessional Engineer for all major requirements of the proposed building in accordance with all applicable state laws and local ordinances; and providing all labor and materials, including in- general, excavation, structural backfill, reinforced concrete foundations, electrical, plumbing, mechanical, structural/metal building with meter shop and offices, complete in-place per lump um. fc'r cents liars and Wo (bid/2) -Page 5 of 6- Unit Price Amount $ 11 360.00 If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within forty -two (42) calendar days for Phase A- Design and ninety -one (91) days for Phase B- Construction after the date of each written Notice -to- Proceed. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, Laa W E K- QP4h(O Title for: EK Lo1„KtWL'floa Co lAG bidding /2 Page 6 of 6 to. box Zoos K46,4u rbeAL, TEXks 78690 Address 5lZ 388 2155 Telephone Name of Firm Secre ary if Contractor is a Corportaton AGREEMENT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON That this Agreement made and entered into this day of A.D., 1989, by and between the CITY OF ROUND ROCK, TEXAS, it's Mayor, First Party, hereinafter termed the Owner and Jezek Construction Company, Inc. of the City of Round Rock, County of Williamson, State of Texas, Second Party, hereinafter termed Contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the first Party to commence and complete the construction of certain improvements at the prices set forth in the Contractor's Proposal dated August 23,1989 for certain improvements described as follows: METER PUMP REPAIR SHOP - 1989 The Contractor shall perform all work shown on the Plans and described in the Contract and shall meet all requirements of this Agreement, the General and Special Conditions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within 10 consecutive calendar days after the date written notice to do so shall have been to given to him and shall cause work to progress in a manner satisfactory to the Owner. Such work shall be completed in full by ( as denoted on notice to proceed). The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deductions, all as provided in the General Conditions of the Agreement. The following documents together with this Agreement, comprise the Contract, and they are fully a part thereof as if herein repeated in full. The Notice to Bidders The Instruction to Bidders The Proposal and Bidding Sheets The Performance & Payment Bonds The Certificate of Insurance The General Conditions of Agreement The Baas of Measurement & Payment PBD-1 AGREEMENT - continued The Special Conditions of Agreement The Technical Specifications The Special Provisions Addenda Change Orders The Plans (agreepbd/4) In WITNESS WHEREOF the Parties to the presents have executed this Agreement in the year and day first above written. ATTEST: Jezek Construction Company, Inc. Post Office Box 2005 Round Rock, Texas 78680 By: L . J ek, President agreepbd/4(2) PBD -2 CITY OF ROUND ROCK, TEXAS, OWNER Mayor AMWEST SURETY INSURANCE COMPANY IA WOODLAND HILLS. CALIFORNIA VMMI BID BOND PREMIUM: BBSU KNOW ALL MEN BY THESE PRESENTS, That we P.O. Box 2005, Round Rock, Texas 78680 Principal, and ,4M WEST SURETY INSURANCE COMPANY, a corporation, organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of (hereinafter called the Surety), as Surety, are held and firmly bound unto 221 East Main Street, Round -Rock, Texas 78664 Jezek Construction Company, Inc., (hereinafter called the Obligee) in the penal sum of five percent ( 5 %) not to exceed four thousand two hundred fifty and no /100 * * * * * ** Dollars (S 4,250.00 * * * ** for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee ona contract for Construction - of foundation and metal building and electrical: Metel^ /Pump Repair Shop, Round Rock, Texas" NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful per- formance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise remain in full force and effect. SIGNED, SEALED AND DATED THIS 21st day of August Jezek Construction Company, Inc. PRINCIPAL By 7 Larry JeS k, President AM WEST SURETY INSURANCE COM,P.4NY By. BOND NUMBER: 1185703(6) BID DATE: August 23, 1989 Ric W. Stewart (hereinafter called the Principal), as City of Round Rock, Texas ATTORNEY -IN -FACT iRerseO 1INR1 POWER NUMBER Al BOND NUMBER 1185703(6) This Power of Attorney has been delivered in connection with the above bond number. 1 1 1 1 NAME OF PRINCIPAL 1 NAME OF OBLIGEE 1 1 1 1 1 1 1 City of Round Rock, Texas AMWEST SURETY INSURANCE COMPANY P.O. BOX 4500, WOODLAND HILLS, CA 91365 -4500 (818) 704 -1111 LIMITED POWER OF ATTORNEY (READ CAREFULLY) To be used only in conjunction with the bond specified herein. Jezek Construction Company, Inc. VOID IF NOT USED BY JANUARY 1, 1990 No Power of Attorney on this form shall be valid as to bonds, under- takings, recognizances or other written obligations in the nature thereof executed on or after said expiration dale. PENAL SUM$ $4,250.00 This Power of Attorney may not be used in conjunction with any other power of attorney. This Power of Attorney is void if altered or erased. This document is printed on blue paper with black and red Ink. This power of attorney bears a raised seal of AMWEST SURETY INSURANCE COMPANY. Only originals of this Power of Attorney are valid. No representations or warranties regarding this Power of Attorney may be made by any person other than an authorized officer of AMWEST SURETY INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to AMWEST SURETY INSURANCE COMPANY at the address and telephone number set forth at the top of Ihls Power of Attorney, Attention: Underwriting Department. This Power of Attorney shall be governed by the laws of the State of California. Any power of attorney used in connection with any bond Issued by AMWEST SURETY INSURANCE COMPANY on or after February 21, 1989 must be on Amwest Form UN -A1007 (REV. 2/89). All other previous power of attorney forms issued by AMWEST SURETY INSURANCE COMPANY have been revoked and are of no further force or effect. ' KNOW ALL MEN BY THESE PRESENTS that AMWEST SURETY INSURANCE COMPANY, A CALIFORNIA CORPORATION, (the "Company'). does hereby make, Constitute and appoint RIC W. STEWART AS EMPLOYEE OF SOUTHWEST SURETY & INSURANCE AGENCY its true and lawful Attorney(s)-in-Fact, web limited power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto if a seal Is required. bonds, undertakings, recognizances or other written obligations In the nature thereof, as follows: ' Small Business Administration Guaranteed Bonds up to $250,000; Notwithstanding anything contained In this Power of Attorney to the contrary, this Power of Attorney does not apply to riders, endorsements, consents ,of surety, supplemental agreements, waivers, extensions of time, or any other document which varies or changes the terms and conditions of any authorized bonds. ' and to bind AMWEST SURETY INSURANCE COMPANY thereby. This appointment is made under and by authority of the following provisions of the By -Laws of the Company. which are now in full force and effect: Article III, Section 7 of the By -Laws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of .AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975. RESOLVED that the president or any vice - president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any power of attomey previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid end binding upon the Company (i) when signed by the president or any vice - president and attested and sealed (If a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president or any vice - president or secretary or assistant secretary, and countersigned and seated (if a see? be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, and its corporate teal to be hereunto affixed this 21 February of ry 19 89 T ATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss On this _ 21 day of February A D 19 89 personally came before me Gary R. Peterson and Karen G. Cohen I c me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument, and they each knowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid. and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed nd subscribed to the said instrument by the authority of the board of directors of said corporation. i liT ATE OF CALIFORNIA, COUNTY OF LOS ANGELES — as CERTIFICATE I. the undersigned secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the regoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the By -Laws of the Company and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. Dallas, Texas this 21st dayof August 19 89 I ned and sealed at I I uN.ulOQ7 ■REV 21991 Gary R. Paterson, Prmidem MIN. MY KAREN T. MORITA NQaam EV. Aug. 14. 199Q (SEAL) 1 72 Z0 -1 - 1 4_ Notary P. 10.e Kann G Conan, 5aaeury 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 and firmly bound unto the FOR CONSTRUCTION OF BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE 1989.,. , as PRINCIPAL and , as SURETY, are held , hereinafter refer- red to as the "OWNER ", in the penal sum of five percent (58) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction of the work under the "SPECIFICATIONS for which bids are to be opened at the office of the OWNER on NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and within the time and manner required under the heading "In- structions to Bidders ", after the prescribed forms are pre- sented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obliga- tion shall be null and void, otherwise, it shall be and re- main in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we.have hereunto set our hands and seals this day of ' 1989. Principal By: Surety By: (Seal) (Seal) Executed in 7 Counterparts Bond# 1185804 Premium $1431.00 PERFORMANCE BOND THE STATE OF TEXAS ! BOND PREMIUM B CE ON FINAL CONTRACT COUNTY OF Dallas I KNOW ALL MEN BY THESE PRESENTS, THAT Jezek Construction Co.. Inc of the City of Round Rock County of Williamson , and State of Texas as principal, and Amwest Surety Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Rourid Rock (OWNER) , in the penal stir of Fifty seven thousand two hundred fifty Dollars ($ 57,250.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain - written contract with the Owner dated the day of 1989, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. Meter /Pump Repair Shop in Round Rock, Texas 1989 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 1 1 1 1 1 1 1 1 1 r 1 i 1 1 1 1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and and sealed this instrument this 76th day 1989. , Jezek Condtruction Co.. Inr AmWPRr SUrPty Tnciiranra fyympany Principal Surety / , By Title Larry Jezek. President Address p.0. Box 2005 Ric W. Stewart c/o P8 -2 By /f RQ1md Rnrk. Texas 7AfR0 Woodland Hills. CA 91365 The name and address of the. Resident Agent of Surety is: Southwest Surety & Immnranrp Agenry Tnr. 1Z //U Coit Rd Suite 902 LB 16 Dallas, Texas 75251 Surety have signed of SeptPmhar Title W Stewart Atty in fart Address P.O. Box 4500 Executed in 7 Counterparts Bona 1185804 Premium $1431.00 PAYBENT BOND THE STATE OF Texas BOND PREMIUM BASED ON FINAL CONTRACT PRICE COUNTY OF Da i T as I KNOW ALL MEN BY THESE PRESENTS, THAT Jezek Construe "; rm r'n . rn r , of the City of Round 2nru County of Williamson • and State of as principal, and Amwest Surety Insurance Comoarro authorized under the Laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto ` City of Round Rork (OWNER). in the penal sum of Fifty seven rhnngwnri ran Tr,nr9Twi f +fry Dollars {S 57,250.00 1 for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: - -- _- IMUUUMLS, the Principal has entered into a cirtain written contract with the Owner, dated the day of 1989 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. Meter /Pimp Repair Shop in Round Rock, Texas 1989 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH. that if the said Principal shall pay all claimants supplying labor and material to in or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void: otherwise to remain in full force and effect; PS -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this . 26th day of Sepremhar 1989. T�k . �['rmatrd , rr ;rn Co.. Tnr, Principal Title Larry Jezek, President Address P.O. Box 2005 Round Rock, Texas 78680 Southwest Surety & Insurance Agen c4, Inc. ai70 Coit Rd. Suite 902 LB 16 Dallas, Texas 75251 y Tnc,l rP 2777ary B / 'C. A mcm at Stir Surety / PH -4 Title Ric W. Stewart, Atty in fact Address P.O. Bost - 4500 Woodland Hills, CA 91365 The name and address of the Resident Agent of Surety is: Ric W. Stewart c/o MAINTENANCE BOND THE STATE OF TEXAS I BOND PREMIUM BASED CN AL CONTRACT PRICE COUNTY OF Dallas I Executed in 7 Counterparts Bondll 1185804 Premium $1431.00 KNOW ALL MEN BY THESE PRESENTS, THAT WE Jezek Construction Co., Inc Amwest Surety Insurance Company organized under the laws of the State of Texas SURETY, are held and firmly bound unto City of Round Rock , as OBLIGEE, in the penal sum of fift seven thousand two hundred f and MB -1 , as PRINCIPAL and , a Corporation , as 00 100 * * * * * * * * * * * * * * ** Dollars ($ 57,250.00 ), to which payment will and truly to be made we do bind our- selves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has constructed Meter /Pump Repair Shop in Round Rock, Texas 1989 WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a bond conditioned to guarantee for the period of one year after approval by City of Round Rock against all defects in workmanship and materials which may become apparent during said period; NOW. THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all loss that the OBLIGEE may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after date of acceptance by the OWNER, then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed and sealed this instrument this 26th day of September 19 . Jezek dbnstruction Co., Inc Amwest Surety Insurance Company Surety 7) / Principal By. Title Larry Jezek, President Address P.O. Box 2005 Round Rock, Texas 78680 Woodland Hills, CA 91365 The name and address of the Resident Agent of Surety is: Ric W. Stewart c/o Southwest Surety & Insurance Agency, Inc. 1Z //U Gott Rd Suite 9UZ LB 16 Dallas, Texas 75251 MB -2 Title Ric W. Stewart, Atty in fact AddressP.O. Box 4500 1 1 1 1 1 1 1 1 POWER NUMBER Al2343 HUNU NUMtICH 1185804 1 hie Power of Attorney has been delivered in connection with the above bond number. NAME OF PRINCIPAL 1 AME OF OBLIGEE Ci i-y of Round 'al 10 be hereunto affixed this Signed and sealed at Dallas, Texas 1 Ilitorms r (REV 21e9) Jezek Construction Co., Inc LIMITED POWER OF ATTORNEY (READ CAREFULLY) To be used only In conjunction with the bond specified herein; r, e + Rock 221 East Main S treet:>IPound Rock; :,Texas This Power of Attorney may not be used in eortjuncflon With any - - Mite Pourer of etibfiiajf. ' pow0 = for ld nettle Hf tatted. , his document Is primed on blue paper with black and red Ink. This power b1 attorney beers a relaed 1 of AMWEStSUR87Y INSURANCE COMPANY.:-bnfy originals of this Power of Attorney are valid. No representatIona or Warrernles regarding this PoiseF di Affdfney irittibe made byenj'rp�so 1 bther that an authorized officer of AMWEST SURETY INSURANCE COMPANY, And reign bra in writing. Ouilslibna or IhgtHflea regetdIng th)b Pow l iettofffey be Addressed to AMWEST SURETY INSURANCE COMPANY et the address and ielepfl0ne numbefnet forth of dbOtop dt - is f%Stelj AttoMlont Underwriting Department. This Power of Attorney Shall be goVarned by tha heel bf the Meteor 4" alifbmla. Any sayAff ib} u'bdd Nffb�ll _ n *llh OW /bond d Issued by AMWEST SURETY INSURANCE COMPANY on a t after FAHi'uay" ft 19 Mabtbe on Amwe l�I i 0 07 , ot - ,�M:. , =r of attorney forms issued by AMWEST SURETY iNBUNAN ! " -been revoked and [OW ALL MEN BY THESE PRESENTS, tha1,AMW make, constitute and appoint RIC W. STEWART AS EMPLOYEE %' r' 'r / ' its true and lawful Attorney(a) -In -Fact, with limited server and authority for and on behalf Of ifu,) C'Amperiy W a(irtliy impany thereto .10 0 seal lo required bonds, u(rddrtakingb, redbg[ilzances or other (w(itee bbtlpatIdna In the /IAA fheitidi AA tolfowe x<, Small Business Administration Guaranteed &fois fo 3250.000; ' Notwithstanding anything comerned in this Power of Attorney to the contrary, this Power of surety, supplemental agreementa waivers ax t ep olone of time, or any other docume authorized bonds. 4:' ' - x „ d to bind AMWEST SURETY U4SURANCE COMPANY thereby. 'Tie appointment la made d Company, which are now In full force and effect: ' :' Article fit. Section 7 of the By -Laws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by facsimile under and by the authority of the Iolbowlfg fiteufutlof0 idop1d by the board of directors of ( WEST SURETY INSURANCE COMPANY a1 a meeting duly held on December 15, 1976. RESOLVED That the president or any vice- president, In conjunction with the secretary or any eselatent Secretary, may appoint attorneys - -fact or agents with authority as defined or limited In the Instrument evidencing the appointment in each case, for and on behalf of the Company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizance., and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted fo Such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation Shall be valid and binding upon the Company (1) when signed by the president or any vice - president and attested and sealed Of a seal be required) by any secretary or assistant secretary; or (it) when signed by the president or any vice - president or secretary or fumigant secretary, and countersigned end sealed (11 a seal be required) by a duly authorized attorney -In -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more atkxnys -In -fact or agents pursuers to and within the limits of the authority evidenced by the power of attorney Issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification (hereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used Shall have the same force end effect 55 though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by Its proper officers, and Its corporate 21 day o1 Februa 19 89 Gery R. Hereon, Preebem keno G. C Secretary TA TE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss On this _ 21 day of Februa A.D., 19 89 personally came before me Gary R. Peterson an d Karen G. Cohen to me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument, and They each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above Instrument is the seal of the corporation, end that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. ♦� i A TE OF CALIFORNIA. COUNTY OF LOS ANGELES — so AMWEST SURETY INSURANCE COMPANY P.O. BOX 4500, WOODLAND HILLS, CA 91365.4500 (818) 704-1111 MOM 1. LUMP T. 809110 FITAROWLC Y,C EO 141990 (SEAL) VOID IF NOT USED BY: JANUARY 1, 1990 No Power of Attorney,on this form shall be vend as to bands, under- takings{ reCOgnizancek or other written obllgellone In the nature thereof executed on or alter said Oration data. ENAL Suet s? !8664 ,, under and by afti. 'y;;, - .ns of the By -Laws (his 26th day of September 1989 m,, Publ,c CERTIFICATE 1, the undersigned, secretary a1 the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the going and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the provielona 01 the By -Laws of the Company Me Resolutions Of the board 01 directors se, forth In the Power of Attorney, are now in force. CO ACOIfP r CERTIFICATE OF INSURANCE ODUCER TEMPLE INSURANCE P.O. BOX 219 TEMPLE, TX 76503 ODE SUB -CODE SURED JEZEK CONSTRUCTION COMPANY, INC. P.O. BOX 2005 ROUND ROCK, TX 78680 VERAGES - - - - -. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE GENERAL LIABILITY . X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X • OCCUR X OWNER'S 8 CONTRACTOR'S PROT • AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS X SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY THE CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK, TEXAS 78664 ACORD 254 (3/88) POLICY NUMBER 04CC -037447 -1 04CC -038125 02BA- 348165 -1 OTHER A BUILDERS RISK 04CC -038126 DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /RESTRICTIONS /SPECIAL ITEMS LIMITS SHOWN ARE AT POLICY INCEPTION THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANY A LETTER COMPANY B LETTER COMPANY `. LETTER COMPANY D LETTER COMPANY E LETTER ERTIFICATE HOLDER - CANCELLATION AMERICAN STATES INSURANCE COMPANY POLICY EFFECTIVE POLICY EXPIRATION DATE (MM /DENY) DATE (MMIDDIVY) GENERAL AGGREGATE S 7/5/89 7/5/90 PRODUCTS- COMPIOPS AGGREGATE S PERSONAL & ADVERTISING INJURY S 9/29/89 12/29/89 EACH OCCURRENCE FIRE DAMAGE (Any one lire) S MEDICAL EXPENSE (Any one person) $ COMBINED 1/30/89 1/30/90 SINGLE $ 500 BODILY INJURY 6 (Per person) BODILY INJURY $ (Per AccbenD PROPERTY DAMAGE 9/29/89 12/29/89 $ 25,000 LIMIT FORM 21, FIRE, EC & V&MM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL XMCMGMOCRC MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE lilggq [ F ; p_uAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH ¢EaYUT>�.IM 1 0 OR Aria GE TS OR REPRESENTATIVES. LIABILITY OF ANY KIND UPON THE COMPA Atir AUTHORIZED REPRESENTATIVE COMPANIES AFFORDING COVERAGE ISSUE DATE (MWDD/YY) 9/22/89 ALL LIMITS IN THOUSANDS 1000 1000 500 500 50 5 EACH AGGREGATE OCCURRENCE $ s STATUTORY $ (EACH ACCIDENT) S (DISEASE — POLICY LIMIT) S (DISEASE —EACH EMPLOYEE GACOR • / • RP®RATION 1988 ..01.111 L®IbOWIt1..M• 1 Temple Insurance Leibowitz and Associates September 22, 1989 Liberty Mutual Insurance Company P.O. Box 9011 Tyler, TX 75711 -9011 Attn: Workers Compensation Assigned Risk Underwriting Re: Jezek Construction Company, Inc. # WC- 391 - 092554 -019 Please issue a Certificate of Insurance to: Thank you, P.O. BOX 219 2006 SOUTH 57th STREET OAK PARK BUSINESS PLAZA TEMPLE. TEXAS 76503 (817) 771 -2888 (817) 778 -5214 The City of Round Rock 221 East Main Street Round Rock, TX 78664 "THE AGENCY THAT SINCERELY APPRECIATES YOUR BUSINESS" 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3S ;Liss LIBERTY MUTUAL a /t • .. Jl.:. S —PA ... Certificate of Insurance IBIS AND CONFERS 'FICATE IS ISSUED FS A .MATTER.. OF INFORMATION ONLY NO 33 E UECN v_ - _ .rT .IC:._ -R E HIE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND. EXTEND. -- - - COVER OE AFFORDED BY THE PC L.0 15 LISTED BELOW. - �� ALTER "- This is to Certify that JEZEK CONSTRUCTION CO., INC. P.O. BOX 2005 ROUND ROCK, TX 78580 IS, at the issue date of this certificate, insured by the Company under the po1c (ics) listed beioyv" - The insurance worded by the listed poliey(ies) is subject to all their terms, exclusions and conditions rind s not altered by any requirement, teen or condition of any contract or othcr document v; ith respect to 1c11:11 this certificate may be issued. NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 45 DAYS NOTICE OF SUCH TERMINATION CR ,REDUCTION HAS BEEN MAILED TO: THE CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK TX 78664 AU: H031ZED FEPR:515:01.0: 7 7 Name and Address of Insured Producer's Name and Address PHIL LEIBOWITZ - TEMPLE INSURANCE P.O. BOX 219 TEMPLE, TX 76503 9/27/89DW DAIS ISSt1E0 INSURANCE E ce .M A N r P alto, , Co. _cn ins trance .as . s .flan - y y I. � Cora Ennl„ is execu,,.a LISER NSL,r4C C. ,_ TYLER .7l, 5. NUN, LP,' I — ; 0;TS OE I_.:AB L COVER_AGE AFFOKD, � 'I\ FOLLOWING 57,k - 07 /15/90 WC2 391 - 092554 -019 TX 500,000 COMPENSATION 500,000 EASE 0(5 500,300 1 Q.- 5, OF 0EEC3 S105 F PYL1CAIlLE) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3S ;Liss LIBERTY MUTUAL a /t • .. Jl.:. S —PA ... Certificate of Insurance IBIS AND CONFERS 'FICATE IS ISSUED FS A .MATTER.. OF INFORMATION ONLY NO 33 E UECN v_ - _ .rT .IC:._ -R E HIE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND. EXTEND. -- - - COVER OE AFFORDED BY THE PC L.0 15 LISTED BELOW. - �� ALTER "- This is to Certify that JEZEK CONSTRUCTION CO., INC. P.O. BOX 2005 ROUND ROCK, TX 78580 IS, at the issue date of this certificate, insured by the Company under the po1c (ics) listed beioyv" - The insurance worded by the listed poliey(ies) is subject to all their terms, exclusions and conditions rind s not altered by any requirement, teen or condition of any contract or othcr document v; ith respect to 1c11:11 this certificate may be issued. NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 45 DAYS NOTICE OF SUCH TERMINATION CR ,REDUCTION HAS BEEN MAILED TO: THE CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK TX 78664 AU: H031ZED FEPR:515:01.0: 7 7 Name and Address of Insured Producer's Name and Address PHIL LEIBOWITZ - TEMPLE INSURANCE P.O. BOX 219 TEMPLE, TX 76503 9/27/89DW DAIS ISSt1E0 INSURANCE E ce .M A N r P alto, , Co. _cn ins trance .as . s .flan - y y I. � Cora Ennl„ is execu,,.a LISER NSL,r4C C. ,_ TYLER Mayor Mike Robinson Mayor Pro-tem Charles Culpepper Council Members John Hood Tish Oatmnn Pete Correa Ronnie Jean Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L. Sheets Dear Mr. Jezek THE CITY OF ROUND ROCK East Main Street Round Hark, Texas 78664 .512 - 255-3612 Jezek Construction Company, Inc. Post Office Box 2005 Round Rock, Texas 78680 PROJECT: Meter/Pump Repair Shop NOTICE OF AWARD The Owner has considered the Bid submitted by you for the above described work in response to its Advertisement for Bids You are hereby notified that your Bid has been accepted for items in the amount of $ 57,250.00- You are required by the Instructions to Bidders to execute the Agreement and furnish the required Contractor's Performance Bond, Payment Bond and Certificate of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and Certificate of Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance cf your Bid as abandoned and as a fort-aithre of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 18 day of September 1989. The Iri $ ROC k By: F J I(I IJ IIn Public Works Department ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by U z' W..IetEK this the fl ay of a tpT. 1989. notawd/4 jEtEK Lorl5TAILTIol4 Lo. , (rk . ONTR CTOR By: Title: f iPt' T DATE: TO: PROJECT: Meter/Pump Repair Shop Dear of , 1989. NOTICE TO PROCEED You are hereby notified to commence work in accordance with the Agreement dated , on or before and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is therefore The City of Round Rock By: ACCEPTANCE OF NOTICE CONTRACTOR By Title Public. Works Department Receipt of the above NOTICE TO PROCEED is hereby acknowledged by , this the day BD-8 GENERAL CONDITIONS OF AGREEMENT L Definitions 1 2. General Provisions 2 3. Contractor's Obligations and Responsibilities 9 4. Owner's Obligations and Responsibilities 13 5. Scheduling and Progress of Work 14 6. Indemnity 16 7. Termination of Contract 18 8. Abandonment of Contract by Contractor 19 9. Measurement and Payment 21 gccont/5 GENERAL CONDITIONS OF THE AGREEMENT C ONTENTS GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive midnight. 1.02 Contract Documents. The Contract Documents shall consist of the Invitation to Bidders; the Instruction to Bidders; the Proposal; the Signed Agreement; the Performance and Payment Bonds; the General Conditions of the Agreement; the Special Conditions of the Agreement; the 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 a]]_ In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Proposal, Special Conditions of the Agreement, Invitation to Bidders, Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shag 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 tor the performance ct the work covered thereby, and its, his, or their duly authorized agents and other legal representatives. 1.04 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 to be done by the Contractor to accomplish any change, alteration, or aridition 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. 1.05 Owner. "Owner" shall mean the City af Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.06 Plans. "Plans" shall mean and include (a) all drawings prepared by the Owner as a boars for proposal, (b) all supplementary drawings furnished by the Owner as and when required to clarify the intent and meaning of the contract and (c) drawings submitted by the Contractor to the Owner for acceptance prior to construction. 1.07 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepared by the Owner as a hasis for proposals, (b) all supplementary written material furnished by the Owner as and when required to clarify the intent or meaning of all written descriptions, methods and instructions and (c) all written descriptions, methods and instruction submitted by the Contractor for acceptance by Owner prior to Construction. -1- gc /ag /3 1.08 Subcontractor. "Subcontractors" 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. 1.09 Substantially Completed. The term "substantially completed" shall mean that the structure or facility has been made siitahle for use and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.10 Work. "Work" shall mean the work to be done and the equipment, supplies, material, and rervices to be furnished under the Contract unless some other meaning is indicated by the context. 1.11 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.12 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 know to him who gives the notice. 2. GENERAL PROVISIONS 2.01 CONTRACTOR STATUS AND AUTHORITY. It is mutually agreed by and between the parties to this Contract that the Contractor 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 Owner 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 arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, however, that should the Owner 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 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 derision or directions of the owner as rendered shall be promptly carried out. gc /ag/3 -2-- 2.02 Right of Owner 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 Owner may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the owner for damages caused by any delay resulting from such order. 2.03 Changes and Alterations. The Contractor agrees that the Owner 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 quality ot the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such 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 lahor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in preparation for the work as orginally 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 result of the prosecution of the work. 2.05 Low from natural Causes. All Ices or damage arising out of the nature of the work to be done or from the action of the elements or from any unforeseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered and borne by the Contractor at his own casst and expense. gc /ag/3 -3- 2.06 Law and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which in any manner affect the Contract or the work and shall indemnify and save hannless 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 License, 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 t.-1.7.L to the Contractor. 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 rpleace or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Contractor shall furnish the Owner with four (4) sets of accepted and executed Plans and Specifications without expense to the Owner and the Contractor shall keep one copy of the same constantly accenthle on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifications or Drawings, the Owner 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 materals to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and 1nra1 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, shag affect or modify any of the terms or obligations herein contained. -4- (gc /ag/3) 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 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 Owner when presented with a written Change Order signed by the Owner. No claim for extra work of any kind will be allowed unless ordered in writing by the Owner. In rase 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 Owner 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 Owner 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 W ork. It is agreed that the compensation to be paid the Contractor for performing extra work shall be determined by one or more at the (Mowing 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%. gc /ac /3 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 cast 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 Owner 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 saes 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 -5- where the premiums therefor are based on payroll and material costs. The Owner may direct the form in which accounts of the "actual field costs" sha]1 be kept and may also specify in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost' to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superintendence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument cf assignment shall contain a clause substantially to the effect that it is agreed that the right af the assignee in and to any monies due or to become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract 2.15 Subcontractors. The Contractor shall be as fully respon to the Owner for the acts and omissions of his euhc^ontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon written notice from the Owner. 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. 2.17 Completed Portions of Work. The Owner sha]1 have the right to take possession at 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 Owner 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 Owner. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications as accepted by the Owner or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Owner has accepted the source of supply of such materials. gc /ag / -6- 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. 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 Owner requesting approval of the use of a material, product, or article he feels is truly equal to the one specified The Owner 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 Owner before it may be incorporated into the work as a substitute for that specified in the Contract Documents. 2.21 Completed Work. The Contractor shall, maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplies] 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 of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. 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 tor any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Owner gc /ag -7- 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 0 wner. 2.25 Sanitary Facilities. Necessary sanitary toilet facilities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from pnh1ir observation. These facilities shall be constructed and maintained. Their use shall be strictly enforced. gc /ag/3 -8- 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES. 3.01 Labor, Equipment, Materials and Construction Plant. The Contractor shall provide all labor, tools, equipment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protection of any material, tools, or machinery on any part of the work until it is finally completed and accepted. The Contractor shall maintain on the job at all times sufficient labor, material„ and equipment to adequately prosecute the work. 3.02 Performance and Payment Bonds. It is further agreed by the Parties to the Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. 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 bonds or letters of credit, and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance bonds or letters of credit, and payment bonds shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds or letters of credit will be made by the Owner. The surety company or companies underwriting the performance and payment bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. adequacy /3 -9- 3.03 Adequacy of Design. It agreed that the Contractor shall be responsible for the adequacy of the design and the safety of the structure; provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 3.04 Con actor's Ability to Perform. Upon request by the Owner the Contractor shall furnish su+ is ent 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 perogative 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. 3.05 Superintendent and Inspections. 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 Owner, on the work continuously during its progress. The sapperintendent 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 pericris of time the Owner 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. 3.06 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to do the work, and whenever the Owner shall inform him that the work being accomplished is of substandard 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 Owner is satisfied that the conditions causing such faculty work have been corrected. 3.07 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the adequacy /3 -10- public and the Owner fully by taking reasonable precautions to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in anyway connected with the performance of this Contract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the performance of this Contract unless necessary to its performance, and in that event the Contractor shall provide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondelegahlp, 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. 3.08 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Municipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or reguations. 3.09 Barricades. When barricades are used to satisfy safety requirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.10 Minimum Wages. All employees directly employed on the work shall be paid not less than the established prevailing wage cra1P for work of a similar character in this 1rirality. A -alp of prevailing wages is included in the Special Conditions of these Contract Documents. The Contractor shall pay not less than the general prevailing wages shown on said scale and shall keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statues of Texas. 3.11 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 Owner as unsuitable or not in conformity with the accepted plans and specifications, the Contractor shall, after receipt of written notice thereof from the Contracting officer, forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. adequacy /3 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 Owner may direct that the work be done by others and that the cost of the work be deducted from monies due the Contractor. 3.12 No Waiver of Contractor's Obligations. The Owner or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor cf good material and of his performing good work herein described and in full accordance with the plans and specifications. No fail„re or omission of the Owner, or inspector to condemn any defective work or material shall relea a 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 0 wner, or inspector shall upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been accepted by the Owner, or inspector such acceptance shall. be binding on t h e 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 Owner prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re- examination, and replacement shall be borne by the Contractor, otherwise the expense thus incurred shall be allowed as "Extra Work" and shall be paid by the Owner. 3.13 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 Owner 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 conduites, shall tear down and remove all temporary structures built by him, shall remove all rubbish of every kind from the tracts or grounds which he has occupied and shall leave them in a condition satisfactory to the Owner. 3.14 Guarantee. During a period of 12 months from and after the date of the substantial completion 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 each period. If within 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 -12- is hereby authorized to make such repairs at the Contractor's expense; provided, however, that in rase of an emergency where, in the judgement of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONS BILLIES 4.01 Lines and Grades All necessary lines and grades shall be furnished by the Owner. Whenever necessary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Owner ample notice of the time and place where lines and grades will be needed. All stakes, marker, etc. shall be carefully preserved by the Contractor, and in case of carele destruction ar removal by him or his employees such stakes, marks, etc. shall be replaced by the Owner at the Contractor's expense. 4.02 Right of Ent The Owner reserves the right for its personnel or its agents to enter the property or location on which the work herein contracted are being constructed or installcri for the purpose of supervising and inspecting the work for the purpose of constructing or installing such collateral work as the Owner may desire. 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such inspectors as the said Owner may deem necessary to inspect the material furnished and the work done under this Contract, to see that the said material is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the 0 wner or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Owner, supervisors, or inspectors 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 the 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 thid Contract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Owner. 4.05 Right -of -Way. Fa.v.ments across private property and lands needed for construction under this Contact will be provided by the Owner. adequacy /3 -13- 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 c—lly 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 substantially completed as a whole or in part in accordance with this Contract within the time of completion hereafter designates; provided also that the Owner 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 prohahility of danger to the public or to anticipate seasonal hazards tram the elements or to coordinate with other work being done for ar by the Owner. 5.02 Rate of Program. The Contractor shall give the Owner 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 Owner to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Owner may order the Contractor to increaea or improve his facilities or methods, and the Contractor shall promply comply with such orders; but neither compliance with such orders nor failure of the Owner to issue such orders shall relieve the Contractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible tor 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 wank 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 Owner. 5.04 Hinderance 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 wank is stopped by order of the Owner. If the Owner stops the work for just cause because the Contractor is not complying with the plans and specifications or the intent thereof, the Contractor shall have no claim for damages, hindrances, or delays. However, if the Owner stops the work for any other reason, the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred. gencond5 /3 -14- Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or personnel, or where the Owner determines that unreasonable inconvenience to the public is due to such failure, the Contractor's operation shall be suspended until he shall have provided adequate plant, equipment, and personnel to prop°r1y resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion at the work by any act or neglect of the owner, or of any employee, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control af the Contractor and which the Owner determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as determined by the Owner shall be granted; provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each c,aee. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitahlP ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapahlP of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanently from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day gencond5 /3 Less than $ 5,000.00 $ 30.00 $ 5,001.00 to $ 15,000.00 $ 35.00 $ 15,001.00 to $ 25,000.00 $ 40.00 $ 25,001.00 to $ 50,000.00 $ 50.00 $ 50,001.00 to $ 100,000.00 $ 70.00 $ 100,001.00 to $ 500,000.00 $200.00 $ 500,001.00 to $1,000,000.00 $300.00 $1,000,001.00 to $2,000,000.00 $400.00 $2,000,000.00 to $5,000,000.00 $500.00 -15- 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any at the terms of this Contract, the Contractor shall indemnity and save harmless the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and expenses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach of any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmleEs the owner and the Owner's agents and employees from all demands of subcontractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contact. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontractors or their employees and subcontractors shalt be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, mediral or other benefits, which may become due or payahlP thereunder, and to protect and indemnify the Owner and the Owner's agents and employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall furnish the Owner with a certificate from the Industrial Accident Board evidencing the Contractor's and subcontractor's compliance with said statue. 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 T•iahility insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Compresensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $100,000. each person $300,000. each accident Property Damage $ 25,000. each accident $ 50,000. each aggregate indemty /4 -16- p„hlir Liability and Property Damage to protect the Contractor, any of his sub - contractors and the 0 wner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount of liahility is $100,000./$300,000. The amount of property damage is $100,000. per accident. 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, and Owner's and Contractor's Protective Policy which co-insures the Owner and the Owner's agents and employees with the same Comprehensive General liahility coverage as described in 6.03 above entitled "Comprehensive General liahility 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 Automohilp Tiahility 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 insur contractual liahility of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liahility limits for the Comprehensive Automobil T.iahility insurance coverage shall not be less than the following: Bodily Injury $100,000. each person $300,000. each accident Property Damage $100,000. each accident $100,000. each aggregate 6.06 Builders Risk Insurance is necessary to cover lass 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, prior to start of work. 6.07 Insurance Certificate. In connection with the insurance coverage set cut in section 6.02, 6.03, 6.04, 6.05 and 6.06 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 45 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. indemty /4 -17- 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 as to the nature and extent of such violation, may without p ejndir'e to any other resources or remedy give the Contactor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the 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 provisions of Section 8 "Abandonment of Contract by Contractor", of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if 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 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 10 days after receipt of the notice Should he fail to do so within 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, tmis and supplies in storage at the risk and expense of the Contractor. indemty /4 -18- 8. ABANDONMENT OF CONTRACT BY CONTRACTOR. 8.01 Notification of Contractor. If the Contractor should abandon and fail to refuse to resume work within 10 days after written notification from the Owner when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as having abandoned the Contract. In such event the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice from the work any machinery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the Surety on the Performance Bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connection with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra W ork ", 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 hereinbefore provided within 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 an 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 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 (-age such expense is greater than the sum which would have been payable under this Contract if the same has 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 pealed bias, after 14 days notice published two or more times in a newspaper having a general circulation in the county of location of the work, may let the aband/5 -19-- contact for the completion of the work under substantially the same terms and conditions which are provided in this Contract. In rase of any increase in cast 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 bond therefor. However, should the cost to complete any such new contact prove to be less than what would have been the cost to complete under this Contract, the Contractor or his Surety shall be created therewith. 8.04 Final Acceptance. W hen the work has been completed the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter provided shall be issued. A complete itemized statement of the Contract accounts certified by the Owner 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 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 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 contact price, and the Contractor or his surety fail to pay the amount due to 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 ay 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 subect only to the duty of the Owner to exercise ordinary care to protect such property. After 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 qa1e to the credit of the Contractor and his Surety. Such sales may be made at either pill or private ales, 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. aband/5 -20- 9. MEASUREMENT AND PAYMENT. 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise specifically provided. 9.02 Estimated vs. Actual Quantities. Any and all estimated quantities stipulated in the proposal form under unit price items are approximated and are to be used only (a) as a hair for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit prices items may differ from such estimated quantifies and that the hasis of payment for such work and materials shall be for the actual amount of such work done and the actual quantity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actualy performed and matprials actually furnished and the amounts estimated therefor m the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the estimated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to revised consideration on the portion of the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing materials for the overrun or underrun quantities. such revised considerations shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra W ork ". 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 rdalivery of all material embraced in this Contract in full conformity with the specifications and stipulations contained herein, the 0 wner agrees to pay the Contractor the amount set forth in the Proposa1 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 materials and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirements of the Owner. measu/5 -21- 9.04 Monthly Estimates and Payments. By the 25th of each month, Contractor shall submit to the Owner a statement showing the total value of the work performed up to and including the 24th day of such month. The statement shall also include the value of all such materials, equipment and machinery delivered on the job site with a release of liven or a paid invoice to be included in the work to transfer the ownership to the City, all partially completed work whether bid as a lump sum or a unit price item which in the opinion of the Owner is acceptable. The Owner shall examine and approve such statements within 5 ralendar days. 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Owner notice that the work has been completed the Owner shall inspect the work and satisfy himself by examination and test that the work has been finally and frilly completed in accordance with the plans, specifications and contract so the Owner shall issue a Contract Completion Certificate to the Contractor. Such certificate when issued shall constitute final acceptance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Completion Certificate has been issued the Contractor shall proceed to make final maaa and to prepare a final estimate of the work done and materials furnished under this Contract and the vain thereof. The Owner shall certify the Final Estimate and submit it within five (5) days from the date of the Contract Completion Certificate. measu On contracts in which the successful bid amount is ]ems than $400,000.00, the Owner shall pay the Contractor the total amount of the approved statement, less 10 percent of the amount thereof, which 10 percent shall be retained until final payment., and further less all previous payments and all further sums that may be retained by the Owner under the terms of this Agreement. On contracts in which the successful bid amount is $400,000.00, or more, the amount of retainage shall be 5 percent of the amount of the approved statement. The amount due may be paid or mailed on or before the twentieth (20) day of the following month. It is understood, however, that in either case, if the whole work be near to completion and some unexpected and unne21a1 delay occurs due to no fault or neglect on the part of the Contractor, the Owner may pay a reasonable and equitahla portion of the retained percentage to the Contractor. or the Contractor, at the Owner's option, may be relieved of the nhligation to fully complete the work and, there upon, the Contractor shall receive payment of the balance due him under the contract sabpct only to the conditions stated under "Final Payment ". The Owner shall pay the Contractor in accordance with the requirements of 9.04. However, it is to be specifically understood -22- that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 entitled "Notarized Affidavit ", has been submitted to the Owner. All prior estimates and payments shall be subject to correction in the final estimate and payments; 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 Owner 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 matarialc for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanies] by a statement, signed by the Surety Company who provided the performance bona for the work, to the effect that said Surety Company consents to final payment to the Contractor being made by the Owner. 9.08 Release of Liability The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liahility 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 fulfiAment of any warranty which may be required in the Contract Documents. 9.10 Payments Withheld. The Owner may, on account of subsequently diccovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from lass on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payments properly to subcontractors or for material or labor. d. Damage to another contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. measq/5 -23- SPECIAL CONDITIONS OF THE AGREEMENT SECTION 01- INFORMATION 01-01 OWNER The word Owner in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets cf conforming Contractor Documents, Technical Specifications and Plans tree of charge, and additional sets will be obtained from the Owner at commercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE TIME 01 -05 LOCATION Refer to the General Conditions of Agreement, Section 5.06, Page 17 for description. The location of work shall be as mentioned in the Notice to Contractors and as indicated on PlanS. 01 -06 USAGE OF WATER All water used during construction shall be provided by the City. The Contractor shall strive to use that amount ot water which is reasonable to perform the work mated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01-07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Owner 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 Contractor. SC -1 (seclinfo/4) SECTION 02- SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the Owner 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 race, the Contractor will cause such work to be done at his own expense. 02 -02 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility service while performing the work aseociated with this contract. No additional payment will be made for this item. 02 -03 GUARANTEES Guarantee work, including equipment installed, shall be free from defects due to faulty workmanship for a period of one (1) year from the date of substanial completion by the Owner. Materials furnished shall be free from defects for a period of one (1) year or the period provided by the manufacturer, whichever is longer, from the date of sabstanial completion by the Owner. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither substantial completion, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantees. Notice of observed defect; 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. A maintenance bond in the amount of 100 % of contract shall be furnished to the Owner and shall remain in effect for one year after s bstanial completion. Provide a written warranty that all sheet metal work shall be free of leaks and defects in material and workmanship for two years. 02-04 MINIMUM WAGE SCALE Minimum wage ac-aie as specified and regulates by the State of Texas and the Federal Government. seclinfo /4 SC -2 02 -05 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and/or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. 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 -06 CONSTRUCTION REVIEW The Owner shall provide a pro representative to review the quality of materials and workmanship. 02 -07 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 described in the contract documents and technical specifications. All items of work not specifically paid for in the bid schedule shall be included in the unit price bid. Any questions arising as to the limits of work shall be left up to the interpretation of the Owner. seclinfo /4 SC -3 GENERAL REQUIREMENTS GENERAL :REQUIREMENTS CONTENTS 1. PROJECT OVERVIEW 1.01 Scope of Work: 6. GEOTECHNICAL 6.01 Description 1 Page 1 2 2 2. SUBMITTALS 3 2.01 General 3 2.02 Requirements 4 3. STANDARDS 5 3.01 General 5 3.02 Quality Assurance 5 4, SCHEDULE OF VALUES 6 4.01 General 6 4.02 Progress Report 6 5. MATERIALS 7 5.01 General 7 5.02 Metal Building 7 5.03 Meter Shop, Offices, and Restroom 8 5.04 Electrical 9 SECTION 1 - PROJECT OVERVIEW 1.01 Scope of Work - General The proposed Meter /Pump Repair Shop is to be a pre - engineered metal building. The building shall be white in color and insulated with two (2) inches of insulation (R -9) one side having a vinyl vapor barrier. The building will house a meter shop, offices, and a restroom. The purpose of the building is to provide a maintenance wort: area for the repair of pumps, motors, and water meters. The building also has a fire hydrant work: pit. A overhead crane system is proposed to facilitate ease of lifting and transporting heavy objects in the main work bay area. The meter shop, offices, and restroom shall be of wood frame construction as detailed on the bidding plans. The rooms shall be insulated with a minimum of R -19 rated batts. Contractor responsible for finishing out of rooms as called for in the bidding plans. An one (1) hour tenant seperation is between offices and meter shop per code. The H.V.A.C. for the meter shop, offices, and restroom shall be a high efficiency heat pump system (S.E.E.R. > or = 9.0). The work bay shall be ventilated through louvers and a forced air fan and appropriately sized space heaters shall be supplied. Lighting shall generally be flourescent fixtures. The building electrical needs is shown on the contract plans and shall be designed accordingly. - end of section - SECTION 2 - SUBMITTALS 2.01 General This section describes the procedures for submittal requirements applicable to work related items, such as shop drawings, product data, samples and miscellaneous work related submittals. Each submittal shall be reviewed and checked for general conformance to the project requirements and applicable city codes. The Owner's review or acceptance of shop drawings shall not constitute an approval of all dimensions, quantities, and details of the material, equipment, device or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. The submittal shall be clearly identified as to the specific work related section it pertains to and each is defined as follows: A) Shop drawings shall include specially prepared technical drawings, diagrams, performance data, templates, patterns, reports, calculations, instructions, measurements and similiar information not in standard printed form for application to more than one project. E) Product data includes standard printed information on materials, products and systems, not specially prepared for this project, other than the designation of selections from among available choices printed therein. C) Samples include both fabricated and unfabricated physical examples of materials, products and units of work, both as complete units and as smaller portions of units of work, either for limited visual inspection for (where indicated) for more detailed testing and analysis. D) Miscellaneous submittals related directly to the work (non - administrative) include warranties, maintenance agreements, workmanship bonds, survey data, statements of applicability, quality testing and certifying reports, copies of industry standards, field measurement data, operating and maintenance materials, security /protection /safety keys and similiar information, devices and materials applicable to the Work and not processed as shop drawings, product data or samples. 2.02 Requirements A) Scheduling The Contractor shall submit to the Owner, with such promptness as to cause no delay in his own work or in that of any other contractor, seven (7) Contractor copies, unless otherwise specified, of all shop drawings, product data, samples, and miscellaneous data required for the work of the various trades, and the Owner shall pass upon them with reasonable promptness, making desired notations. The Contractor shall make any modifications recommended by the Owner and resubmit four (4) corrected copies prior to any installation or material placement. No extension of time will be authorized because of Contractor's failure to transmit submittals to the Owner sufficiently in advance of work. B) Preparation of Submittals Provide permanent marking on each submittal to identify project, date, Contractor, subcontractor, submittal name and similiar information to distinguish it from other submittals. Show Contractor's approval marking and executed review and professional seal and provide space for Owner's acceptance marking. C) Transmittal Form The transmittal form used to transmit submittals shall be as enclosed copy. - end of section - 4 Mayor Mike Robinson Mayor Pro-tem Charles Culpepper Council Members John Hood Tish Outman Pete Con-ea Ronnie Jean Jimmy Joseph City Manager Robert L Bennett, Jr. City Attorney Stephan L. Sheets PROJECT TITLE: CONTRACTOR: SUPPLIER: MANUFACTURER: C. OWNER'S COMMENTS: TRANFORM/F THE CITY OF ROUND ROCK 221 East Main Street Round Rock, Texas 78664 512- 255 -3612 TRANSMITTAL FORM Transmittal of shop drawings, monolith drawings, equipment data, material sample or manufacturer's certificate's of compliance of acceptance. SUBMISSION DATE: / / SUBMITTAL NO.: REVISION No. NEW TRANSMITTAL: RESUBMITTAL: M ATE RIA L/ PRODUCT -DESC RIPTION/IDENT7F1CATION: A. B. CONTRACTOR SIGNATURE DATE SIGNED: DATE: SECTION 3 - STANDARDS 3.01 General All construction, installation, workmanship, equipment, and materials shall conform to all acts, laws, rules and regulations having jurisdiction in the area where the Project is to be located, and to the latest edition of the following standards, practices or codes: a) Standard Building Code (SECCI) b) Round Rock Electrical Code (RREC) b) National Electrical Code (NEC) c) National Fire Protection Association (NFPA) d) Illuminating Engineering Society (IES) e) American Institute of Steel Construction (RISC) f) Metal Building Manufacturers Association (MBMA) g) American Concrete Institute (ACI) h) American Society of Heating, Refrigeration & Air Conditioning Engineers (ASHRAE) i) American Society for Testing and Materials (ASTM) 3.02 Quality Assurance 1. Design. The Contractor shall submit technical drawings bearing the seal of a Registered Professional Engineer. The act of sealing each drawing will be taken to indicate that the sealing engineer has personally reviewed the requirements of the project and his /her submission meets or exceeds applicable standards or codes. 2. Workmanship. Workmanship shall be of the highest quality and all work shall be done by personnel skilled in the trades involved. -end of section- 5 SECTION 4 - SCHEDULE OF VALUES 4.01 General Within 10 days after award of the Contract, the Contractor shall submit a breakdown of the lump sum bid items to the Owner for use in the progress estimates for the project. The breakdown shall tabulate quantities and unit prices to be applied for the various features of the Work in sufficient detail to permit its use in progress payments. The Owner will not accept a progress estimate for payment until a satisfactory cost breakdown has been submitted. 4.02 Progress Report The Contractor shall submit a progress Report in bar -graph form detailing and supporting the Contract completion date based upon the Notice to Proceed. ' Submit four (4) copies to the Owner detailing the commencement and completion date of each item of work. The Progress Report shall be submitted 20 days after the Notice to Proceed is issued to the Contractor. -end of section- 6 SECTION 5 - MATERIALS 5.01 General This section is provided to summarize minimum requirements for materials. This section is not inclusive but provides a general direction that the Contractor can assume will be sufficient to the Owner in submitting material for acceptance. The Contractor is responsible for furnishing all superintendence, labor, equipment, supplies, materials to complete the metal building as described in the plans and in the proposal. In general this consists of excavation, trenching, plumbing, electrical, steel erection, piping, reinforced concrete construction, and cleanup. 5.0 Metal Building A) All material shall be new and of superior quality. All material shall be resistant to sunlight fading and not susceptible to corrosion. H) All structural members shall be shop coated with no visual abrasions, blemishes, or paint defects. C) Metal siding and roof shall be 26 gauge, hot dipped galvanized pre- finished sheet metal. The panels shall be free of abrasion, nicks and other defects. The building color shall be white with light gray trim. D) The building shall gutters with downspouts and splash blocks. Material to be same as siding. E) The building shall be weatherized which includes caulking, insulation, and weatherstripping. F) Garage roll -up door to be of hot dipped galvanized pre - finished steel with roll enclosure mounted inside of metal building. The door shall have a manual chain drive supplied. H) The crane system shall have a rated lifting capacity of 1 -1/2 tons. It shall be of trolley type with a manual chain drive provided for the trolley beam. The Contractor is responsible for supplying the trolley with an hook or eye for the Owner to attach its own lifting hoist. 5.03 Meter Shop, Offices, and Restroom A) The rooms shall be wood frame construction of #2 grade lumber or better. All framed walls shall be insulated with a minimum of R -19 insulation. The office ceiling shall be insulated with a minium of R -19 insulation. 7 8) 5/8" inch fire rated gypsum board to be installed. Outside wall of meter shop to be 5/8" plywood (smooth side out). C) All sheetrock walls and ceilings shall be taped, bedded, and textured. No finish painting is proposed. D) Flooring for offices to be 5/8" inch tongue & groove plywood with 1/2" inch plywood underlayment. Wearing surface to be of smooth grade. E) Restroom to recieve flush valve type toilet (Eljer toilet, Royal valve or approved equals). A large self supporting wash basin (non -wall mount) to be supplied. A stainless steel paper dispenser and a double dispenser type toilet paper holder to be supplied. All items to be of industrial grade and suited for commericial type environments. F) Doors (metal building ?x rooms): All doors shall be galvinized steel and seamless and be pre- finished. Minimum 18 gauge heavy duty type. 3/0 X 6/8 doors are proposed. All doors shall have a window except for the restroom. Exterior door shall have a insulated core. Interior- doors shall have a sound - deadening core. All door frames shall be of welded construction. Hardware for doors shall be of commericial quality; door- lock required for exterior door only. Minimum two (2) sets of keys to be delivered to Owner at substantial completion. 3) Windows for the offices and meter shop shall be horizontal sliding, aluminum with an anodized finish (black), 2/8 by 3/0 double pane with tinted glazing, or approved alternate. I) HVAC shall be accomplished with a heat pump type system: the unit shall be a high efficiency heat pump (minimum 2- ton) with a SEER rating of 9.0 or higher, a back -up heat strip shall be part of the unit sized according to manufacturers recommendation, Carrier or approved alternate. The Contractor shall be responsible for all associated installation and mechanical requirements. Duct wok: layout and routing shall be proposed by the Contractor; flex; duct runs limited to eight (8) ft. otherwise fiberboard required. Duct chase(s) permitted through offices with appropriate concealment and finishing of chase(s). 5.04 Electrical A) The Contractor shall be responsible for furnishing all labor, equipment, supplies and materials and perform all operations necessary to complete the installation of a working electrical system for the proposed building and associated systems as designed on the plans and called for in the specifications. The work shall include, but not be limited to, all conduit systems including pipe, wire, junction boxes, fittings, straps, and anchors; and lighting, receptables, switches, panel boards, alarms, telephone, controls and connecting Owner furnished equipment. The Contractor is responsible for acquiring all fees, licenses, and permits associated with completing the electrical requirements. 8) Allowable Tolerances - Scaling dimensions are allowed unless otherwise noted. The Owner reserves the right to relocate any outlet, switchlight, fixture, junction box or any other equipment or device, up to three (3) ft. if conductors have not been installed in affected conduit. C) Submittals - The Contractor shall submit for Owners acceptance all data, product information, etc..,, for lighting fixtures, panel boards, transformers, switchgear, disconnects, starters, switches, receptacles, alarm systems, time clocks or any other controlling or activating device. Also any operation & maintenance data shall be supplied. 0) It is the responsibility of the Contractor to verify all existing conditions pertaining to the job. No provisions shall be allowed for any oversight on the Contractors part, Where a definite product is specified, it is the intent to set a minimum standard. No substitutes shall be made without written approval from the Owner. E) Conduit Systems - The conduit system shall be a minimum of 1/2" galvanized rigid steel. E.M.T. acceptable in walls and ceilings and in areas six (6) ft. or higher from finished floor. F) Buried conduit to be minimum 3/4" PVC, encased in concrete (5 sack) if less than 24" deep. 8) Steel -flex (1 /" or larger) acceptable in accordance with Round Rock electrical code. H) Building Wire - THW or THWN 600V soft drawn copper only and shall only be used as the following: a. #12 AWG - lighting and power circuits of 15 amps or less. b. #10 AWG - lighting and power circuits of 16 -25 amps only. 9 c. #14 AWG - control wiring only. d. All other conductors shall be utilized at 807. of their maximum capacity only. e. Conductors #14 thru #10 AWG shall be solid, all others shall be stranded. I) Switches, plates, covers, etc... - all single pole, a- way, 4 -way and double pole switches shall be 20 amp 277volt commericial grade ivory. Single and duplex receptacles shall be 20 amp 125volt grounded commericial grade (Ivory color). All plates in the office areas shall be stainless steel. All covers in the shop area shall be 4" square. J) Conduit Fill - 1/2" shall not have more than 5 #12 AWG or equivalent including ground. 3/4" conduit shall not have more than 8 #12 AWG or equivalent including ground. K) Testing - The Contractor shall perform an insulation resistance test at 500 volts DC for 30 seconds on each conductor with respect to ground and adjacent conductors. The Contractor shall furnish to the Owner a certified, noterized report of the test detailing circuit number, conductor size, testers name, test date, test instrument type and serial number and resistance between A -E, A -C, A -G, 8 -C, B -G, and C -G. For single phase A -8, A -G, B -G. - end of section - 10 SECTION 6 - GEOTECHNICAL 6.01 Description Attached is a copy of a geotechnical report that was done for recent improvements to the water treatment plant area. This report is being furnished for information purposes only. Bidders are required to visit the site to satisfied themselves as to the actual field conditions. -end of section- 11 APPENDIX GEOTECHNICAL INVESTIGATION REPORT WATER TREATMENT PLANT ROUND ROCK, TEXAS TRINITY ENGINEERING TESTIIIL CORPORATION GEOTECHNICAL INVESTIGATION WATER TREATMENT PLANT ROUND ROCK, TEXAS FOR RAYNIE AND KALLMAN, INC. ROUND ROCK, TEXAS GEOTECHNICAL C■GIHEERING DIVISION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINCERING TESTING CORPORATION TABLE OF CONTENTS INTRODUCTION General 1 Scope of Investigation 1 FIELD INVESTIGATION 3 LABORATORY INVESTIGATION 5 SITE CONDITIONS Site Geology 7 Subsurface Stratigraphy 7 FOUNDATION DESIGN CRITERIA General 8 Expansive Characteristics 8 Select Fill Material 8 Plant and Control Building, Boring Nos. 1 - 6 9 Earthen Holding Tanks, Boring Nos. 7 - 10 11 Water Storage Tank, Boring Nos. 11 -12A 11 ILLUSTRATIONS Location of Borings 1 Summary of Classification Tests II Summary of Unit Weight, Moisture Content and Unconfined Compression Test Results III APPENDIX Explanation of Symbols and Key to Classification Used on Logs of Borings Logs of Borings PAGE PLATE INTRODUCTION TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL INVESTIGATION WATER TREATMENT PLANT ROUND ROCK, TEXAS General. The geotechnical investigation reported herein is an analysis of the subsurface materials and conditions at the proposed site of a Water Treatment Plant. The site is located just west of Interstate Highway 35 near Round Rock, Texas. It is understood that the plant facilities will consist of a dual clarifier and control building, two earthen holding tanks, and a 100 -ft- diameter, 16 -ft -high, steel water storage tank. This investigation was conducted in general accordance with our proposal letter dated December 12, 1980 and verbally author- ized by Mr. Haynie on December 16, 1980. Scope of Investigation. The objectives of this investigation have been to develop information on soil and foundation conditions at the site and to use this information in developing criteria for use in the foundation design process. To accomplish these objectives the various stages of the investigation were conducted as follows: 1. Subsurface core borings were drilled in order to (a) explore subsurface stratigraphy at the site, (b) obtain samples for laboratory testing, (c) investigate in situ rock characteristics through THD cone penetrometer tests, and (d) investigate groundwater conditions present at the site. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 subsequent sections of this report. TRINITY ENGINEERING TESTING CORPORATION 2. Samples of subsurface materials from the core borings were analyzed in the laboratory by (a) visual examination and classification, (b) Atterberg limits tests, (c) minus 200 -mesh sieve tests, (d) unit dry weight and moisture content tests, and (e) unconfined compression tests. 3. An engineering analysis was then made using the informa- tion obtained from the subsurface exploration and labora- tory investigation to develop recommendations to guide foundation design and construction. The various phases of this study, as mentioned above, are presented in 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 FIELD INVESTIGATION TRINITY ENGINEERING TESTING CORPORATION Subsurface conditions and stratigraphy at the proposed Water Treatment Plant Site were explored by fourteen borings drilled at the locations shown on Plate I in the Appendix. The borings were advanced to depths ranging from10.0 to 15.0 feet below the ground surface. The various depths to which each boring extended and the types of subsurface mate- rials encountered are noted on the attached Logs of Borings. The borings were drilled with the aid of a truck- mounted drilling rig. Undisturbed or representative samples of the cohesive soils were ob- tained by hydraulically pushing a 3 -in. diameter thin - walled tube sam- pler into the soil. Thereafter, samples of the primary formation were obtained by continuous rock coring with an NX -size double -tube core barrel equipped with an insert bit. All of the samples obtained in the borings were visually classified and logged in the field during the investigation. After the samples had been examined and classified, they were sealed in appropriate packaging for shipment to our labora- tory for further study. Existing in situ conditions of the subsurface materials were also ex- plored by Texas Highway Department (T1U)) cone penetration tests per- formed at periodic intervals while the boreholes were being advanced. The THD cone penetration test consists of a measurement of the resist- ance to penetration of a 3 -in. diameter steel cone that is driven with a 170-lb weight dropped approximately 24 in. The amount of penetration 3 GEOTECHNICAL ENGINEERING. DIVISION attached Logs of Borings. TRINITY ENGINEERING TESTING CORPORATION of the cone after an application of 100 blows is recorded on the The borings were advanced to depths ranging from 0.0 to 3.0 feet below the ground surface prior to using drilling fluid. Groundwater obser- vations below these depths were inhibited due to the use of drilling fluid. Results of the observations to investigate groundwater condi- tions at the site are shown by the notes on the attached Logs of Borings. 4 GEOTECHNICAL ENGINEERING DIVISION LABORATORY INVESTIGATION TRINITY ENGINEERING TESTING CORPORATION All samples and cores of subsurface materials recovered from the bor- ings were examined and logged in the laboratory by a soil technician. The laboratory testing program was then designed to evaluate the per- tinent physical properties of the foundation soils. Due to the nature of the proposed project, emphasis was directed toward evaluation of the compressive strength and shrink /swell potential of the underlying strata. Atterberg limits tests and minus 200 -mesh sieve tests were performed to estimate the shrink /swell potenital of the soil and to aid in soil classification. Laboratory classifications of the subsurface mate- rials are based upon the "Unified Soil Classification System" as ex- plained on the attached Key to Classification used on Logs. Results of the Atterberg limits tests, minus 200 -mesh sieve tests, natural moisture content and soil classifications are presented on attached Plate II. Unconfined compression tests were performed on selected specimens in order to determine the compressive strength of the soil and rock strata. Water content and unit dry weight determinations were also made for soil specimens subjected to unconfined compression tests. The results of the strength tests are tabulated on Plate III. The type and number of tests performed in the laboratory for this in- vestigation are presented on the following page: 5 GED,CNNICAL ENGiNECRING DIVISION TRINITY ENGINEERING TESTING CORPORATION Type of Tests Number of Tests Unconfined Compression 12 Atterberg Limits 4 Percent Passing 200 -Mesh Sieve 4 Moisture Content 8 Unit Weight 4 6 GEOTLCNNICAL ENGINCE RING DIVISION 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SITE CONDITIONS TRINITY ENGINEERING TESTING CORPORATION Site Geology. According to information developed by the Bureau of Economic Geology at the University of Texas at Austin, the primary geologic formation at this site is the Edwards formation. This forma- tion is of the Lower Cretaceous Geologic Age and consists mainly of limestone. In the unweathered state, the Edwards formation consists of gray limestone having honeycomb seams and layers or solution cavi- ties. Weathering of the primary gray limestone creates a tan lime- stone stratum having hard limestone layers and interbedded soil - like layers or pockets. Severe weathering and the addition of or- ganic matter results in an upper dark brown soil layer that can be classified at this site, as a high plasticity clay. Subsurface Stratigraphy. In general, the stratigraphy encountered in the borings is fairly uniform having approximately 0.5 to 4.0 ft of dark brown high plasticity clay overlying a weathered limestone or massive limestone of the Edwards formation. As indicated in Boring Nos. 1 through 6 and 11, a honeycomb structure exists in the limestone formation. This honeycomb structure varies in depth from 7.8 to 15.0 ft below the ground surface but is generally encountered at the 10 ft depth. The only peculiarities from the general stratification de- scribed above was found to occur in Boring Nos. 8 and 11 where a black chert and sand andgravellayer was encountered, respectively. The depth intervals at which the chert and granularlayerswere encountered are 11.8 to 12.0 ft and 5.0 to 6.0 ft, respectively. .G EOTECNNICAL ENGINELRING DIVISION FOUNDATION DESIGN CRITERIA TRINITY ENGINEERING TESTING CORPORATION General. This geotechnical investigation encompasses several proposed structures including a plant and control building, two earthen holding tanks, and a water storage tank. The subsurface conditions are essen- tially similar at each structure location. However, each building or problem area will be discussed separately within this report in order to cover particular foundation systems or problems associated with the individual structures. Expansive Characteristics. The surficial soils at this site are pri- marily very stiff, high plasticity clays. As indicated by the Atter- berg limits tests, the shrink /swell or expansive potential of the clays is relatively high with plasticity indexes ranging from 37 to 47. In addition, using the Potential Vertical Rise Method developed by McDowell and a worst case condition of 4 ft of expansive material, a potential vertical movement of 1.75 in. was computed. This potential movement is considered to be moderately high and could be of significance with respect to structures supported on shallow foundations. Therefore, it is suggested that consideration be given to eliminating the poten- tial detrimental movements where shallow foundations are proposed by removal and replacement of the expansive clay stratum with a select, non - expansive fill material. Select Fill Material. Fill material used within the building areas should be a low plasticity material that has been properly compacted OFO f.NI.INEERING DIVISION TRINITY ENGINEERING TESTING CORPORATION to prevent settlements of loosely placed material and to insure ade- quate load.bearing characteristics. The fill material should be com- pacted to at least 95 percent of the maximum density as determined by the procedure of ASTM D698 in lifts not to exceed 6 -in. compacted thickness. The select material should have primarily granular characteristics with a PI less than 15 and not more than 40 percent passing the No. 200 sieve. Crushed limestone products are locally available and may be considered for use at this site. Plant and Control Building, Boring Nos. 1 - 6. At present, it is planned to construct within the Plant Section of the proposed building two conical shaped clarifiers and filters that will extend to a depth of about 10 ft below the existing ground surface. Accordingly, the loads imposed by the clarifiers and filters will be transferred to the supporting tan limestone stratum through concrete mats. These mats should be designed in accordance with an allowable bearing pres- sure of 20,000 lb /sq ft. The given design value includes an applied safety factor of at least 2.0 and assumes that the supporting lime- stone formation is competent and continuous. Although no large cavities were encountered in the borings drilled for this investigation, the presence of honeycomb layers in the bor- ings indicates the possibility of cavities. As a result, it is sug- gested that the competency of the limestone directly beneath the proposed foundation be investigated by drilling 2- in- diameter GEOTECMMICAL ENGINEERING DIVISION TRINITY ENGINEERING TESTING CORPORATION test holes, or a size hole equivalent to those produced by standard shot -hole drilling equipment. As indicated on Plate IV, measurements of the hole diameter should be made with calipers or a probe. The drilling should be performed at a grid spacing sufficient to assure the adequacy of the foundation strata and the hole depth should be equal to 5 ft or twice the foundation width, whichever is less. If substantial cavities larger than a few inches in diameter or highly porous rock are encountered during the investigation, then placement of lean concrete or slush grout in the voids may be necessary. The Control Section of the proposed building is assumed to be a rela- tively light structure housing primarily piping, control values, and monotoring equipment. The exterior loads of the building may be sup- ported by a perimeter strip -type foundation if the strip is founded at a depth of at 1.0 ft into the tan weathered limestone and designed in accordance with an allowable bearing pressure of 6,500 lb /sq ft. The interior slab of the building may be supported by select well com- pacted fill (see above section) if designed using an allowable bearing pressure of 2,500 lb /sq ft. Should loads imposed on the interior slab exceed the bearing capacity of the fill material, consideration may be given to the use of isolated shallow footings for support of heavily- loaded slab sections. The footings should be founded at a depth of 5 ft below the ground surface and designed for a maximum bearing pressure of 10,000 lh /sq ft. 10 G[OTrCNNICAL ENGINEERING DIVISION 1" 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION It is understood that a deep splitter box will be used to channel plumbing from the clarifiers and filters into the control building. Presently, it is planned to place the base of the splitter box at a depth of 10 ft below existing ground surface. At this depth, the box may be designed in accordance with an allowable bearing pressure of 20,000 lb /sq ft. Earthen Holding Tanks, Boring Nos. 7 -10. The two holding tanks, cen- trally located at the proposed site, are scheduled to be constructed such that the tank bases will extend into the primary tan limestone stratum. Accordingly, consideration may need to be given to lining the bases and the sides in order to prevent migration of impounded water. The surficial dark brown clay existing at the site will pro- vide an excellent liner material and may be used to construct the sides of the tanks. The material should be compacted at or near opti- mum moisture content, to a density of at least 95 percent of the maxi- mum dry density as determined by ASTM D 698 and in lifts not to ex- ceed 6 in. compacted thickness. The embankment slopes may be con- structed at a slope of 1- vertical to 3- horizontal but, in order to prevent erosion, consideration may be given to using flatter slopes. Alternatively, some type of slope proctection, i.e. sod, asphalt or bituminous surfacing, or synthetic liners, may be used. Water Storage Tank, Boring Nos. 11 -12A. The 100 -ft- diameter by 16- ft -high steel water tank can be supported by either of two foundation alternatives. The first alternative would include the use of a ]1 GEOTECHNICAL ENGINEERING DIVISION TRINITY ENGINEERING TESTING CORPORATION reinforced concrete ringwall supporting the tank shell while the second would use a steel ring founded on select fill material. A schematic cross- section of both of these foundation alternatives is illustrated on Plate V. For either scheme, the high plasticity sur- ficial clay layers existing at the site should be removed from the foundation area and a granular, low plasticity fill should be placed beneath the bottom of the tank. This fill material should be similar to that described previously and should be placed in accordance with the associated compaction recommendations. It is further suggested that the top 6 in. of fill be oil saturated during construction in order to reduce potential corrosive action on the bottom of the tank. If a reinforced concrete ringwall is used to support the tank shell, the ringwall should be founded approximately 6 in. into the tan weath- ered limestone and designed in accordance with an allowable bearing pressure of 6,500 lb /sq ft. The width of the ringwall should be pro- portioned so that the pressure at the base of the ringwall does not exceed the soil pressure at the same level beneath the interior of the tank due to the weight of the stored water and the containment structure itself. For the steel ring and compacted fill scheme, a compacted supporting base ring of fill should be used instead of a concrete ringwall. The material used to construct the base ring should be crushed limestone meeting Texas Highway Department Item 248, type A, grade 2 or better 12 GEOTECNNICAL ENGINEERING DIVISION requirements. A safe allowable load intensity of 3,500 lb /sq ft may be used for the crushed limestone provided that the material is com- pacted to a minimum of 95 percent of ASTM D 698, method D maximum density with lifts not to exceed 6 in. compacted thickness. Bearing plates may be required in order to reduce the applied bearing stresses at the tank -fill interface. In addition, the select fill should also extend inward and outward a minimum of 2.0 ft from the tank edge and be constructed with interior and exterior slopes of approximately 1- vertical to 2- horizontal. This will help to achieve proper drainage of surface water and will also help to prevent undermining of the foundation and infiltration of water. Respectfully submitted, TRINITY ENGINEERING TESTING CORPORATION Geotechnical Engineering Division Mark W. Bierschwale • Au -148 January 27, 1981 TRINITY ENGINEERING TESTING 'CORPORATION William J. Berger, P.E. Geotechnical Project Engineer 13 TRINITY ENGINEERING TESTING CORPORATION ILLUSTRATIONS RLANr / CLARntICRS owe C/L reRs B -5 COA7ROL BOIL DM/0 NOTE: PLANT SITE LOCATED JUST NORTH OF WESTINGHOUSE PLANT PROPERTY. BORING LOCATIONS STAKED BY HAYNIE B KALLMAN, INC. 100 Scale leas ( 1 L_ APPROXIMATE LIMITS OF PROJECT TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION SCALE AS SnOII DRAWN BY 0N'// WATER TREATMENT PLANT ROUVO RCIK, TCXAS LOCATION OF BORINGS I DATE• /6 JAN 1981 I RATE / I - - - - - - - - M I - MI I MOM - NM WATER TREATMENT PLANT ROUND ROCK, TEXAS SUMMARY OF CLASSIFICATION TESTS Liquid Plasticity % Passing Natural Boring Depth Limit Index 200-Mesh M.C. Classi- No. ft. % % % % fication Description a, z n � 8 1.5- 2.7 71.4 46.6 92.6 31.0 CH Dark Brown Clay z 9 1.5- 2.5 65.8 36.9 93.1 27.3 CH Dark Brown Clay z 1 1 2 1.1 10 1.5- 2.5 68.4 38.5 93.7 29.6 CH Dark Brown Clay z z n 11 0.0- 1.4 64.5 36.8 81,8 28.5 CH Dark Brown Clay of$ 0 = s H O 2' r MN 1M NM NM MO I I• MO =., WATER TREATMENT PLANT ROUND ROCK, TEXAS SUMMARY OF UNIT WEIGHT, MOISTURE CONTENT AND UNCONFINED COMPRESSION TEST RESULTS Boring Depth U.D.W. M.C. Qu No. in Feet Lbs. /Cu.Ft. X T /Sq.Ft. 1 10.4 -10.9 208.56 2 8.5- 9.3 424.20 2 11.2 -11.6 256.69 3 7.3- 8.2 374.33 3 11.9 -12.3 103.13 4 10.0 -10.8 504.20 5 12.0 -12.6 286.48 6 9.4- 9.9 376.05 8 1.5- 2.7 87.8 32.1 1.40 9 1.5- 2.5 89.6 27.3 1.30 10 1.5- 2.5 85.1 28.4 1.09 11 0.0- 1.4 86.0 24.5 0.96 Description Tan Limestone Tan Honeycombed Limestone Tan Honeycombed Limestone Tan Limestone Tan Limestone with Siltstone Seams Tan Limestone Tan Limestone - Tan Honeycombed Limestone Dark Brown Clay Dark Brown Clay Dark Brown Clay Dark Brown Clay 1 1 V / / / / / / / / /// ' ROCK / ////////// / 1 1 1 1 1 1 1 1 1 1 1 1 3/6 to 1 /2- DIAMETER PROBE ROD WITH CHISEL POINT or SURFACE RECORDING CALIPERS 2- in- DIAMETER, — PERCUSSION - DRILLED TEST HOLE OT EOUIVALENT / / / / B /// / / / / / I - ft min. 20 or 5' mO•. / iii /r V / / / / / / / / / /// TYPICAL FOOTING EXCAVATION TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION WATER TREATMENT PLANT RONNO ROCK, rtrAs METHOD OF EVALUATING CHARACTER OF ROCK BELOW FOUNDATION BASE SCALE DR AWN BY OM N , DATE: .72. PLATE - [p TRINITY ENGINEERING TESTING CORPORATION APPENDIX GEOTECNNICAL ENGINEERING DIVISION DEPTH FEET ST MBOL LOOT N 3 SMO1B - N 31dnVS MATERIAL DESCRIPTION 0311180 3UO3 CORE RECOVERED Gw 1 ! SEE wfT TO CLASS/F /CATFOM ) on- 5.0000 4...N. 500.0•Sand ,N9... L1m..t w E.. Undisturbed Shelby Tube Sample t * 000 4,9010 Orono., 400..1 -Saw W.1 , Lotto or no E.rt w.ms w Iln.wl GM 3. 5 '4- -- Pocket Penetrometer Test Disturbed Sample GC 4 . 7t 1 4 , / it , y — 5 15 Standard Penetration Test and Sample Moll - ..1 w 0 Saw., 5,019 Se., Lama w rims SP 4-- - SM 5C Wash Boring No Sample 4 Sae., Soe -Cb, w.,,... 0155- 00I2•50 501.5 W es Mon M 0 ll . .. ..•3 • S.ISLLR Shoo Tn 200 5.... 5•• [-- - Recovery ML 110,00,. Su. 9 4ory 9190 5904., 0.0k rlon,, 5111/ 9. Cb9.r E. 59,.. or CbN9 Salt. 9100 S00e. Pb.1.ap C L —10 - I 4,.. SI .. 5.1,. a ONG. N 00N 1I1I!�i et Low Pie. , Core Drilling Testable 1 001.5 546, r o a 4 wsow to sent, E.t.e Sam S11n b / / 1. `pen.. Cie's el WO Pbslrlp, m u.,n 4 —NX - Sample Pool r 400., 0.50,, 0.5090 S.1. l gl a I E r 0003 0,0111, ONome Sal. PI 5.0' 5.0' N AaR DIVI510,05 01'OUP STNBOLS OESERIPTIONS C0.52 -G.040 503.5 W. TMs moil of II.I..•1 • L•ROER TS. W 500 5... S. uw■ a35.7 R M y ' ae ^ N J u ..., o — 513..20 10.35 w A. 03x•1 Gw 9 G fl on- 5.0000 4...N. 500.0•Sand ,N9... L1m..t w E.. GP t * 000 4,9010 Orono., 400..1 -Saw W.1 , Lotto or no E.rt w.ms w Iln.wl GM PI I` f GC 5,119 G.. 00m- Sw0.5.11 GrGrove, r�lmn. GC 4 . 7t 1 4 , / it , 099 G. SIs, 5, .I- 50w -CI.r 50...00. SAMOS Mel, Coarse F.e snon .. SMALLER T..n W. • 5... 5... 1.. w so 00'11 ..w woos, sw Moll - ..1 w 0 Saw., 5,019 Se., Lama w rims SP Gm.. P r- Gm. S... 0 50,4., 0.0,0, 50,., Lnu. 9r m P -o Go, I. lo .•r .paa..S•M1 '•0 OPLOS SM 5C - II Ir a. 5010 Sena, So,.- 9,0 910. . l .. : 1a : 4 Sae., Soe -Cb, w.,,... 0155- 00I2•50 501.5 W es Mon M 0 ll . .. ..•3 • S.ISLLR Shoo Tn 200 5.... 5•• SILTS ow/ CLAYS 5.55 .n4 01.T5 L.10 L.ni. 0 LV.41 L*I L... Tn. 50 }Lon 50 ML 110,00,. Su. 9 4ory 9190 5904., 0.0k rlon,, 5111/ 9. Cb9.r E. 59,.. or CbN9 Salt. 9100 S00e. Pb.1.ap C L � Plow• Pb.m Clans of Lw to a / , 400..11, C1ry., Sow/ Oy., 0. ENN. Low Clot. OL I 4,.. SI .. 5.1,. a ONG. N 00N 1I1I!�i et Low Pie. , MH C H OH 1 001.5 546, r o a 4 wsow to sent, E.t.e Sam S11n b / / 1. `pen.. Cie's el WO Pbslrlp, m u.,n o.9a clan N roe.,- to u.0 Nov. .% 4.59,1. Sato Pool r 400., 0.50,, 0.5090 S.1. l gl a I E r 0003 0,0111, ONome Sal. PI 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORA T ION EXPLANATION OF SYMBOLS USED ON OF BORINGS KEY TO CLASSIFICATION USED ON LOGS GEOTECNNICAL ENGINEERING 0101010N LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 BoNING NO 1 PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan OEFTN FEET 'MINAS 37dN'WS N -BLOWS PER FOOT MATERIAL DESCRIPTION 031 31103 03N3ADDTh 3H03 N011VA313 DEPTH SCAL . - - ---- honeycombed, - - - _____ '1 Dark Brown Clay r 1 - - Tan Weathered Limestone with Red Clay Pockets iK 1 I — 5 ,.. - —10 - - - —15 THD Penetration Tan Limestone 100 Blows = 0.75" 7.8' -9.2' -- thin honeycombed layer 12.1' to13.2' THD Penetration 5.0' 4.7' - - - ,-- - - - 5.0' 4.8' 100% water loss @13.3' 100 Blows =0.0" - - - Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. N - - - - 1' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNIC*L ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT DATE: December 31, 1980 BORING NO 2 PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION. Sec Plan z s- W a o DESCRIPTION 7 } „ W J a < 0 s 0 p m a 11. 2 MATERIAL 0 W W -1 o Q C c W W u U C = G F 4 W W W V _ W 0 gm -- with - Dark Brown Clay r - - - - Tan Weathered Limestone Red Clay Layers THD Penetration E11 1M �I� W1 5 �� with 100 Blows =2.0” 5.0' 4.8' 4.0' - -- - - IM1 10 ' Tan Honeycombed Limestone siltstone seams, 12.0' to 12.5' MII -4 5.0' 1 1, I11 15 I I Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. - - _ - _ -_ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLAN" January 2, 1981 BONING No 3 PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan 133A N1430 1O0611S 314NVS 100! Mad SMO1 -N MATERIAL DESCRIPTION CORE DRILLE0 1 1 103M3AO33M 31107 NOIlVA313 1 31YD5 141d30 -- .- - N Dark Brown Clay with Sand /— - - — — — — — — 10 — — — —15 Tan Limestone with Small Solution Cavities THD Penetration 100 Blows =1.75" -- honeycombed layer, 8.4' to 10.0' 5.0' 1002 water loss at 8.5' L 4.3' — — — T Tan Limestone with Siltstone Seams — — siltstone layer, 12.4' to 13.2' 5.0' ■ 4.7' — — — I ' ` — — — — — -- — Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill— ing fluid thus inhibiting positive groundwater observations. — — — — .— H 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 BORING NO 4 PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan 1331 NL130 1 1 IOBMAS 31d NVS -BLOWS PER FOOT MATERIAL DESCRIPTION CORE I DRILLED f 03H3A033d 3UO3 NOI1 VA313 DEPTH SCALEI — - ` 10 _ --15 Tan Limestone TND Penetration ' 1 1 1 1 1 100 Blows= 2.25' honeycombed limestone layer, 9.0' to 10.0' 5.0' 4.0' 4.0' _ _ = 1 I I �� 5.0' 1 _ _ _ Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. _ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 BORING NO i PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATION See Plan 1331 H1/30 lOS 11 AS 3ldM.s 1 N -SLOWS PER FOOT MATERIAL DESCRIPTION 0 3111 SO 31103 03P3A003N 3b03 NOI1 VA3 13 1 31FDS H1d30 — _ 10 — — — 15 1 Dark Brown Limestone Tan Limestone TRD Penetratio I I I 100 Blows =1.25' 100% water loss at 8.5' thin honeycombed seam at 9.0' 5.0' 4.8' —_ _ _ II 5.0' _ 4.6 I [ r I I I — — — Total Depth of Boring = 15.0 Feet Note: Boring was advanced from the ground surface down by the use of drill— ing fluid thus inhibiting positive groundwater observations. _ _ _ r. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 BORING NO 6 PROJECT LOCATION: Round Rock, Texas TYPE- Core LOCATION See Plan 1334 141130 1oS 1116 SAMPLE 10011:13d SMO10 -N MATERIAL DESCRIPTION 0311INd 31103 CORE RECOVERED ELEVATION 131V7S N1d30 ---- honeycombed - - - ----- -1 Dark Brown Clay with Sand - - ` . r - Tan Limestone with Clay Layers --- 5 _ - - 10 - - THD Penetration I 1 Tan Limestone with 100 Blows =3.0" Calcite Seams and Nodules limestone layer, 8.6' -10.5' -- 100% water loss at 11.0' honeycombed limestone with thin silt- stone Seams, 13.0'- 14.5' 5.0' 4.9' 4.6' - - - — - _ - I I I I .--,„_- 5.0' — 15 _ - - _ - — Total Depth of Boring = 15.0 Feet Note: Boring was advanced to 0.6 foot below the ground surface prior to using drilling fluid and water was not encoun- tered above that depth. N _ - _ - - `. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNIC•L ENGINEERING DIVISION LOG OF BORING FO R WATER TREATMENT PLANT December 29, 1980 BORING NO 7 PROJECT LOCATION Round Rock, Texas TYPE: Core LOCATION See Plan 133,1 M1d30 SYMBOL SAMPLE M•BLOWS PER FOOT MATERIAL DESCRIPTION 03111tl0 3NO3 03tl3A033M 3MO3 NO11VA313 1 H1d30 — — — Dark Brown Clay ". —1 Tan Weathered Limestone with Brown Clay Layers _ 5 ` Tan Limestone MI 5.0' 4.8' =1 MI em .1. ---10 Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 1.8 feet below the ground surface prior to using drilling fluid and water was not encoun- tered above that depth. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLAN December 29, 1980 DORMS NO 8 PROJECT LOCATION: Round Rock, Texas TYPE• Core LOCATION See Plan 133A 141430 1Oe.IAS SAMPLE N - BLOWS PER FOOT MATERIAL DESCRIPTION CORE DRILLED 03143A09314 31409 NOI11A313 DEPTH SCALE] - - Dark Brown Clay LL =71.4 P1 =46.6 (- )200 =92.6% with limestone gravel, 2.0' -4.0' - 5 10 TRU Penetration 100 Blows =1.0" Tan Weathered Limestone with Red Clay Pockets and Seams ----black chert seams 11.8' to 12.0' THD Penetration 5.0' --4-- \ 4.4' 3.4' - — , 1 1 ( ' 5.0' ' 15 100 Blows =0.5" Total Depth of Boring = 15.0 Feet Note: Boring was advanced to 3.0 feet below the ground surface prior to using drilling fluid and water was not encoun- tered above that depth. - - — — — 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION 1 LOG OF BORING FOR WATER TREATMENT PL /" December 29 1980 PROJECT LOC*T ON: Round Rock, Texas TYPE Core BORING NO 9 ! e Plan 1 �i 1414130 100NAs 10Od N3d SY018 -N 31dNVS MATERIAL OESCRIPTION 0311W0 3NO3 03tl3A033U I I 3003 N01111A 313 1 . 3 -7 1113S 141d30 - - - Dark Brown Clay - -LL =65.8 PI =36.9 (- )200 =93.1% J -- - 5 \ THD Penetration I i 100 Blows-2.0" Tan Limestone \ 5.0' [ — — 10 Total Depth of Boring a 10.0 Feet Note: Boring was advanced to 2.5 below the ground surface prior to drilling fluid and water was not countered above that depth. feet using en- \ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAE ENGINEERING DIVISION ss LOG OF BORING FOR WATER TREATMENT PLANT December 29, 1980 No RING No 10 1PROJECT LOCATION Round Rock, Texas TYPE: Core LOCATMN See Plan DEPTH FEET IOSNAS SAMPLE N -BLOWS PER FOOT MATERIAL DESCRIPTION 0311W0 3NO3 CORE RECOVERED MO11vA113 OEPTH SCAL ` Dark Brown Clay — 5 \ Tan Weathered Limestone with Red Clay Pockets 'MID Penetration — 100 Blows =1.75" Tan Limestone 5.0' 4.7' — -' 1 1 1 - 10 — ` ' Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 2.5 feet below the ground surface prior to using drilling fluid and water was not en- countered above that depth. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 20, 1980 BORMG NO 11 PROJECT LOCATION: Round Rock, Texas TYPE Core LOCATION See Plan 1331 N1d30 10BN1S 31d$•S N• SLOWS PER FOOT MATERIAL DESCRIPTION CORE DRILLED 0383AO33N 3803 80118A313 131V3S 81430 _ — _ _ Dark Brown Clay L1 =64.5 PI =36.8 (- )200 =81.8% _ _ 1 , Tan Honeycombed Limestone with Red Clay, — 5 _ _ Pockets / THD Penetration 1 100 Blows =2.0" —sand & gravel seam, 5.0' -6.0' Tan Limestone 5.0' 4.6' I1 10 - - Total Depth of Boring = 10.0 Feet Note: Boring was advanced to 1.5 feet below the ground surface prior to using drilling fluid and water was not en- countered above that depth. - - - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 'TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION • LOG OF BORING FOR WATER TREATMENT PLAT January 1, 1981 BORING No 11A PROJECT LOCATION: Round Rock, Texas TYPE Core LOCATION See Plan 133! H1•30 SYMBOL 31d1IVS 1 N - BLOWS PER FOOT MATERIAL DESCRIPTION I 03111y0 31iO3 03113AO33d 3NO3 NO LVA313 1 31V3S Nid30 Dark Brown Clay rte MOH Tan Weathered Limestone with Red Clay Pockets r r rte 5 MEM THD Penetration 100 Blows =1.5" Tan Limestone with Siltstone Seams 5.0' 5.0' 1 E MOM IIMM • 10 THD Penetration 100 Blows= 1.25" Total Depth of Boring = 10.0 Feet 1 Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECNNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT December 30, 1980 RORiNG NO 12 PROJECT LOCATION Round Rock, Texas TYPE' Core LOCATiON See Plan 133! 14.1.4130 SYMBOL. 31d ITVS 1 N -BLOWS PER FOOT MATERIAL DESCRIPTION CORE DRILLED 03u3A0D3tl 3803 ELEVATION 3lVDS )41030 — _ -' Dark Brown Clay �- Tan Severely Weathered Limestone — — — 5 _ \ Tan Weathered Limestone with Red Clay Pockets _ THD Penetration 100 Blows =1.75" Tan Limestone 5.0' ITT — 10 — — — — - Total Depth of Boring 10.0 Feet Note: Boring was advanced to 2.0 feet below the ground surface prior to using drilling fluid and water was not en- countered above that depth. �rTIT�T1 r T I I f 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION LOG OF BORING FOR WATER TREATMENT PLANT January 2, 1981 2A PROJECT LOCATION: Round Rock, Texas TYPE Core LOCATiON See Plan 133! 10BM &S SAYPLE 1003M34 1 SMO1D -N MATERIAL DESCRIPTION 0311410 3 UO3 CORE RECOVERED N OIIVA 313 1 31V3S H1d30 .- 5 — Dark Brown Clay f - - Tan Weathered Limestone with Brown Clay Pockets THD Penetration I s I s 100 Blows =1.511 Weathered Limestone with Siltstone Tan Seams THD Penetration 5.0' 1.8' - - I 10 - ,-- - - — - J 100 Blows=4.0" Total Depth of Boring = 10.0 Feet Note: Boring was advanced from the ground surface down by the use of drill- ing fluid thus inhibiting positive groundwater observations. _ _ I - -" - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRINITY ENGINEERING TESTING CORPORATION GEOTECHNICAL ENGINEERING DIVISION