Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-90-1508 - 9/13/1990
ATTEST: NE RS0913OF LAND, C1 y Secretary RESOLUTION NO. 1508/7 WHEREAS, the City of Round Rock has duly advertized for bids for pipe boring on the Trees for Round Rock Project, and WHEREAS, Stephenson Plumbing Company has submitted the lowest and best bid for the needed work, and WHEREAS, the City Council wishes to accept the bid of Stephenson Plumbing Company, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Stephenson Plumbing Company is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Stephenson Plumbing Company for pipe boring on the Trees for Round Rock Project; a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 13th day of September, 1990. MIKE ROBINSON, Mayor City of Round Rock, Texas CONTRACT: ROAD BORING BIDDERS BID DATE: 8 -7 -90 TIME: 10:00 A.M. STEPHENSON PLUMBING CO. EDRUE, INC. LOCATION: CITY COUNCIL CHAMBER DESCRIPTION ROAD BORING & CASING WARRANTY /GUARANTEE DELIVERY TIME 15 Calendar Days 16 Calendar Days BOND Cashier Check -5% Cashier Check -5% ZTEM UNIT QUANTITY PRICE PRICE PRICE PRICE PRICE BORING/ CASING Five (5) Bores & Casing $ 7,750.00 $14,791.61 _ CITY OF ROUND ROCK PARKS AND RECREATION DEPARTMENT BID TABULATION DATE: September 11, 1990 SUBJECT: City Council Meeting, September 13, 1990 ITEM: 14F. Consider a resolution authorizing the Mayor to enter into a contract for pipe boring on the Trees for Round Rock Project. STAFF RESOURCE PERSONS: SHARON PRETE STAFF RECOMMENDATION: Two (2) bids were received and opened on Friday, September 7, 1990. Five bores are necessary to provide irrigation to the plant materials. The bores are at FM 620, Hwy. 79, and FM 3406. Bob Belanger will be present to answer specific council questions Staff recommends that the bid be awarded to Stephenson Plumbing Co. in the amount of $7,750.00. ECONOMIC: The Trees for Round Rock Project is being funded by a matching grant with the highway department. The Council approved a $100,000.00 allocation in 1987. 1 1117 H E, A M E R I C A N 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AGREEMENT I N S T I T U T E O F A R C H I T E C T S All references made to the "Architect" in this agreement shall instead mean "Landscape Architect ". AIA Document A101 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM 1987 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The 1987 Edition of AIA Document A201, General Conditions of the Contract for Construction, is adopted in this document by reference Do not use with other general conditions unless this document is modified. This document has been approved and endorsed by The Associated General Contractors of America. made as of the Nineteen Hundred and BETWEEN the Owner: (Name and address) and the Contractor: (Name and address) The Project is: (Name and location) 90 City of Round Rock 221 East Main Street Round Rock, Texas 78664 The Architect is: Belanger & Smith Associates, Inc. (Nance and address) 712 C West 14th Street Austin, Texas 78701 The Owner and Contractor agree as set forth below. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, ©1987 by The American Institute of Archi- tects, 1735 New York Avenue, N.W., Washington, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AlA violates the copyright laws of the United States and will be subject to legal prosecution. VNE Stephenson Plumbing Company Route 1 P. 0. Box 55a Marble Falls, Texas 78654 Designated Underground Pipe Borings in the City of Round Rock, Texas AIA DOCUMENT A101 • OWNER CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA® • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D C. 20006 /5028 19th day of September in the year of A101 -1987 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: Installation of the landscape irrigation piping as shown on the exhibits is NOT part of this agreement. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured, and shall be the date of this Agreement, as first wntten above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement, if differs from the date of this Agreement or, if applicable, state that the date will be fixed in a nonce to proceed) September 24, 1990 Unless the date of commencement is established by a notice to proceed issued by the Owner, the Contractor shall notify the Owner in writing not less than five days before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than (insert the calendar date or number of calendar days after the date of commencement Also insert any requrrementsfor earlier Substantial Completion of cer. tam portions of the Work, if not stated elsewhere in the Contract Documents) October 10,1990 , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert prolusions, if any, for liquidated damages relating to failure to complete on time ) NONE STIPULATED ARTICLE 2 THE WORK OF THIS CONTRACT AIA DOCUMENT A101 • OWNER.CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W , WASHINGTON, D C 28006 A101 -1987 2 ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Seven thousand seven hundred fifty 00/00 Dollars (S 7,750.00 ), subject to additions and deductions as provided in the Con- tract DocuMents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other Identification of accepted alternates If decisions on other alternates are to be made by the Owner subsequent to the execution of this Agreement, attach a schedule of stub other alternates showing the amount for each and the date until which that amount is valid) NO ALTERNATES 4.3 Untt prices, if any, are as follows: NO UNIT PRICES AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASI IINGTON, 17 C 20006 A101 -1987 3 ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Application for payment shall be presented following completion and acceptance of the project. 5.3 Provided an Application for Payment is received by the Architect not later than the _day of a month, the Owner shall make payment to the Contractor not later than the day of the month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than --days after the Architect receives the Application for Payment. 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This Schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of percent ( %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included as provided in Subparagraph 7.3.7 of the General Conditions even though the Contract Sum has not yet been adjusted by Change Order; 5.6.2 Add -tt tat - parties -e6.06 -oHtrac4Seam- prerefly- alleeable-se mate e ixlsatt& Fegtripntentdelivered- andsnitably- stored at the site fnsulksegeeat- sneerporstiorrie iorr fcn-if ., t ..... ccl-iiradranee- byt0He- Owner,- stiitahly- stored off the site ata- location- agree41- Bison- ie.uriling), less- retainage-e€ pef - 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5.6.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Para- graph 9.5 of the General Conditions. 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following circumstances - 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to percent ( %) of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work and unsettled claims; and 5.7.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditions 5.8 Reduction or limitation of retamage, if any, shall be as follows: (If it es Intended, prior to Subsran(ral Completion of the enure Work, to reduce or bmnr the retatnage resultutg from the percentages nuerled rte Subpara. graphs 5 6.1 and 5 6 2 above, and this is not explained elsewhere m rbe Contract Documents, rasert here prorrsrons for such reduction or /m utat:on.) NONE STIPULATED AIA DOCUMENT A101 • OWNER.CONTRACTOR AGREEMENT • TWELFTH EDITION • AIAe • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W , WASHINGTON, D C 20006 A101 -1987 4 ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire-unpaid balance of the Contract Sum, shall be made by the Owner to the Conttactor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment; and (2) a final Certificate for Payment has been issued by the Architect; such final payment shall be made by the Owner not more than34days after the issuance of the Architect's final Certificate for Payment, or as follows: (18) As stipulated above in Article 6 ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the ref- erence refers to that provision as amended or supplemented by other provisions of the Contract Documents 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of merest agreed upon, if any.) NONE STIPULATED (Usury laws and requirements under the Federal Truth m Lending Act, slmdnr state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of busuess, the location of the Project and elsewhere may affect the raldty of thnspromston Legal advice should be obtained with respect to delettans or modlfteahons, and also regarding requtrementc such as written disclosures or waivers ) 7.3 Other provisions. ARTICLE 8 TERMINATION OR SUSPENSION 8.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 14 of the General Conditions. AIA DOCUMENT A101 • OWNER.CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA° • ©1987 7715 AMERICAN INSTITUTE OFARCIIITECTS, 1735 NEW YORK AVENUE, N w, WASHINGTON, D.C. 20006 A101 -1987 5 ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor, AIA Document A101, 1987 Edition. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction, AIA Document A201, 1987 Edition. 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated July 1, 1990 , and are as follows: Document REFERENCE ATTACHED CONSTRUCTION MANUAL FOR PIPE BORING. 9.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 9.1.3, and are as follows: (£rtber bat the Specifications here or refer to an exbibu attached to this Agreement.) Section Title Pages REFERENCE ATTACHED CONSTRUCTION MANUAL FOR PIPE BORING. Title Pages AIA DOCUMENT A101 • OWNER- CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D -C 20006 A101 -1987 6 9.1.5 The Drawings are as follows, and are dated JULY 1, 1990 (Either tut the Drawings here or refer to an exhibit attached to this Agreement ) Number Title REFERENCE ATTACHED CONSTRUCTION MANUAL FOR PIPE BORING. 9.1.6 The Addenda, if any, are as follows: Number NONE Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA® • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W, WASHINGTON, D C 20006 unless a different date is shown below: Date A101 -1987 7 9.1.7 Other documents, if any, forming part of the Contract Documents arc as follows: (list &ro a ), addumaar documents which are Intended to form parr fd m Contract Documents 7be Genera! Condo tons provide that (Widow requirements Stall as advertisement or invitation to bid, Inslnrcnons to !Udders, sample forms and tl: Contractor's bid are not part fthe Contract Docmnenb tatters enumerated Ill Mrs Agreement. Thcy slxm!d be !,sled bore only If Intended 10 he part of the Contract Docnnrenls) Contractor's Certificate of Insurance G702 Application and Certificate of Payment G703 Continuation' sheet for G702 G704 Certificate' of' Substantial Completion Attach to final pay request. G706A Contractor's Affidavit of Release of Liens Attach to final pay request This Agreement is entered into as of the day and year first written above and is executed in at least three original copies of which one is to be delivered to the Contractor, one to the Architect for use in the administration of the Contract, and the remainder to the Owner. . Date: d i4L) Date: I O e9 . q OWNER .CONTRACTOR keVvi —' r • CD • l.' ° L., (Signature) (Signature) _ mHsE F08/A15(k) ) r22/4 yo e/ 6 5fe,p h ein 5 61 pr'P3 IV—VA-4- . (!'7je are qn title)_ / j /to f TY J . (Printed naMe and tale) • AIA MENT A101 • OWNER.CONTRACTOR A REEMENT • TWELFTH EDITION • AIA. • ©1987 TIIE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W , WASHINGTON, D.C. 20006 A101 -1987 •8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bid Proposal PIPE BORING FOR CITY OF ROUND ROCK, TEXAS Highway and Street Tree Program Phase One July 1, 1990 /�� DATE: - - 7- "i d k , PROPOSAL OF: S p A Ph S Oh 1 /r2 e 4 / 4 4 s h 7946 (Address) CHECK ONE: ,/ (Corporation)(Individual) (Partnership) To: Joanne Land, City Secretary 221 East main Street Round Rock, Texas 78664 Having carefully examined the Project Manual and Exhibits, and Addenda to the Project Manual and Plans, as well as the premises and all the conditions affecting the work, the undersigned proposes to furnish all labor, materials, taxes, testing, permits, equipment, and tools required to complete in accordance with the Instructions and Conditions contained herein and shown on the accompanying Exhibits dated December 1, 1989: 1. Utility boring with associated materials and "equipment to be conducted at five designated .locations and be substantially complete within 30 calendar days after authorization to proceed. Se veh 7'11 ou <avi,) 4reveh l4u0 S ($ - 7, 75d ) 5 calendar days required to complete all work. July 1, 1990 Round Rock, Highway and Street Tree Program Bid Proposal Page Two The undersigned agrees, if awarded the Contract, to commence to execute and complete all work as outlined by the Plans and Instructions. It is understood that the City of Round Rock reserves the right to accept or reject any and all bids and to accept not necessarily the lowest bid, and to waive all formalities. It further agreed that this bid shall be valid and not withdrawn for a period of ninety (90) days from the date of opening thereof. It is understood that all employees directly employed on the work shall not be paid less than the minimum wage by the contractor as regulated by the State of Texas and the Federal Government. Receipt is hereby acknowledged of the following addenda: /30y 554 1 2 3 4 5 Submitted by, 2 S W oSS Title: 54, - 5 1 P"sv• Pkx/" 1 �Y�P , (Business Address) 1 1 1 1 1 1 1 ,1 1 1 ,1 1 1 1 I S,EP " —'1 1 —90 TUE 1 S _x:19 E: G. I o. r•, ? •r — All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. 11 necessary, queslionS may be answered on separate attached sheets. The Bidder may submit any additional information he desires. /1� 1. Name of Bidder, �.D3.. Q.1.f.'1 VL Q,f.(.. "a u1 ' / ` 6 2. Por anent main office address and totephone number J! &1 1 1W ---ln R -. -• 1a 3. When organized. .AGh •MBE /�� 4, If a corporatidn, where incorporated? £" ' ;6 1— 5. How many years have you been been engaged In the contracting business under your presont firm or trade name? ...L4 Years B. Contracts on b (-9 - and• (Provide a schedule of these. showing name and address of Owner, amount of each contract and the ap ant dales of completion,) 7. Classlllcatlon'of work performed by your company In which you request prequalification by the City as a Prime Contractor by your experience recorded In: Airport Buildings Airport Construction - Bridges Building Remodeling J Buildings - Drainage — Electric, Overhead .___,.Electric, Underground Parks - Power Plants, New — Power Plants, Retrofit Streets Subdivision Electric — Swimming Pools Wastewater Plants Wastewater Storage and Pumping Water Plants - Water and WastewafatOlstr. & Collection — Water Storage and Pumping Multiple T.B.M, Tunneling over 10,000 L.F. __— Other (Specify) a. Have you completed all contracts awarded to you? � Yes "'"" No If no submit details 6 Has your firm ever been awarded a bonus tor early completion of work? _ Yes No.11 yes, give details 1 C Have you ever defaulted on a contract? t _ If so, where and why? 14. Attach a list of your major equipment available for.this contract. Series 0 Bidding and Contract Requirements Statement of Bidder's Qualifications Section 00061 . i I ' 4,.■ ft Is your firm presently engaged In litigation with any City? _ — Yes No I1 yes, submit description and stale case • number, style of case and court in which pending or In which judgement was entered: . 12. Has your firm ever been assessed Liquidated Damages on any protect? _ Yes ___L/ 'No It yes, submit details. 13. Attach a dot of the more Important projects recently completed by your company (six most recent), stating the approximate • cost for each and the month and year completed, Attach name, address and phone number of the person to contact from each protect. 15. List experience In construction work similar In Importance to this project. Attach name, address and phone number of the person to contact from each project • 1 1 1 • 1 1 1 1 1 1 I S - EP-11-50 TUE 15:20 E :� I o. r,? 16. Explain relations with public on past City projects. 17. Attach a copy of the OSHA Form 200, "Log and Summary of Occupational Injuries and Illness" covering all entries for the current year and the past 24 months, together with the yearly averago work force data using the City Work Force Report, Section 00126, 18, Attach statements of background and experience of the principal members of your organization, including the officers. resident Superintendent /Engineer /Architect and names of other firms the principals are seeking prequaltficatlon or are prequaiified with the City of Austin. 19. Is your firm bondable? /1 Ca (,t ct V Yes No With whom? ,0V 'fl. 0 t Gfifi L �Jin What limits ?_5_004M0......00 20. Bank Credit available: S ah ( nC • (v _ 21, Submit a copy of your most recent detailed financial statement submitted to a bank for credit, and a current detailed finan- cial statement together with other pertinent Information as required by the City of Austin. . 22. The undersigned hereby authorizes and requests any person, firm, or corporation to furntsh any Information requested by the City of Austin in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at Stale of County of this w day of 19 pKo C1/(\_ P� l�o CA). CA/PAC, . Montt actor In 1 t Y, a3SOG _ P FJo being duly sworn deposes and says that he Is and that the answers to the foregoing questions and all statoments therein co tarried are true and correct, Subscribed and sworn to before me this 2 / day of My Commission Expires 4 7 2 Notary Public V 1 .End 1, of k4 M GALE Wry Putdio, Slats of Texas b +� M Comssion Ewan F 11, 1991 II (.Cfa (IPE H; : 10994 _ (' 1' R 1) f ) (. l: I r • - .. - PRODPR THUS CERTIFICATE 1S ISSUED AS A MATTER OF INFO;(ATlUN OHIY AND COMM: HILL CO)iNTkY INS A550CIA NO HMS UPON THE. CERTIFICATE HOLDER. THIS CERTIFICATE DUES 11 T AMENI', II I' O 10X 70 NINGSLANII, TEXAS EX1LN(I 00 AITER THE C.OVERA0F AFFORDED BY THE F'0LICWF5 DELON. COMPANIES AFFdklIlN0 COVERAGE ZIP LODE 78639 1 INSURED ST EPHE 115ON PLUMBING ' RI PDX 330SON DbA KINGSLAIID IX TIP CODE 70639 COVERAGES [ THIS 18 TO CERTIFY THAT POLICIES Or INSURANCE LISTED BELOW HAVE BEEN ISSUED 0 HE INSURED tlAHC) DOV1 FUR THE 1FOLICY II PpEFRD IO J11IICr.ATrE[I NOT JTHSTAOOINO MIY REOUIREMETT TERM GR CONDITION OF ANY C0N RACT OR 0TH DOCUHEH WITH ES' G TO . WHICH 1810 I Cli(T1tICAT[ 817 DF I8SUE1' OR MAY F'ER A1N, THE IN5U0ANii . AFFORDED tY HE POLICIES DESCRIBE[) HEREIN 1S 61N+JFC TO ALL THE 1LRMS, EXCLUSIONS, AND CONDITIONS 1;F SUCH POLICIES. LTHITS SHOWN MAY HAVE BEEN REDUCED BY F'AID CLAIMS, a rrr...__...: �n=e r :er- e= ;tzr.I:: =er: Y. : rrr_:.rr:. ..1Y._. ••_— .LSxr FIFrocrrrre -- -- nn -- xt. :: >rer.t 1 Co POLICY POLICY LTR TYPE or INSURANCE POLIF:Y NUMBER EFF. DATE EXP. PATE ALL LIMITS IN THOUSANDS ,•••_:L a "r•"•' ° t... .__VON% .__rcllRret 4CSC•' z :R: .•.._91:k ORAL 00 LIAMITY u II A ( %) COMMERCIAL AL GENERAL O cCURRE811 TXCLb10440b 06/07/90 06107/91 GENERAL AG 1600 ({ ) OWNERS O LCUROTECE CTIVE PER50NA1 0 ADVERTISING INJURY $300 (� OWNERS A CONTRACIGR$ PROTE EACH OCCURRENCE 6380 l FIRE DAMAGE (ANY ONE FIRE) 850 O MEDICAL EXPENSE (ANY ONE PERSON) 15 1 ._ AUTOMOBILE LIABILITY ' {) 811. AUTD ` t ) A 8g ` N DU AUTOS ( HIREIWW D� 1) G 1 1 ' (WORKERS' COMPENSATION AND 'EMPLOYERS LIABILITY II I0111ER DESCRIPTION OF OPERATED( 15 /1DCAIIONB /VEFIICIFS /RESTRICTIONS /SPECIAL ITEMS, ADDITIONAL INSURED: CITY OF ROUND,0000, 221 E. HA1N B ., ROUND ROCK, TX 78664 1 1 1 LIAB1) 117 tt) UMBRELLA FOR f) OTHER 1MA UhIFit1 LA 1000 .vhr CERTIFICATE MOLDER CITY OF ROUND 8008 2?2l . MAIN S1. ROUND' ROCS, '1X ZIP .CORE' 78664 • COMPANY LETTER A 1 AMERICAN IND. LLOYDS COMPANY LETTER I' ' C0MPA11Y LETTER C • COMPANY 1 ETTER 11 cOHPA11? LETTER E. CrrrCra _r 1 r rl- BODILY INJURY (PER P18ON) I HDDIL ♦JURY 1°.) II II DAMAO {1 STATUTOFRY .i s I : 1 EACH OCCURRENCE AGUREG (EACH 80.010ENT) (DISEASE-POLICY LIMIT) (0I5EASE -EACH LH00.000(1 CANCELLATION SHOULD ANY OF THE ABOVE: DESCRIBE POLICIES BE CANCELLED BEFORE 111E EX- PIIRATION DATE THEREOF, THE ISM 0 00110487 q WILL ENDEAVOR, TO MAIL 10 DA UPON CO60008Y, li° QQMUI 08E EFR ENTAIFUE THE OF1ANtiIA1Nli A U1110 00INOR R EII SENTATIVL :S 1 IM :01a10. CERTIFICATE OF INSURANCE ISSUE DATE (MMlDWYV) fl 10 -10 -90 PRODUCER STEPHENSON PLUMBING CO INC RT 1 BOX 330' KINGSLAND TX 78639 - - - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTER A UNITED STATES FIRE INSURANCE COMPANY COMPANY B LETTER INSURED - - - - HILL COUNTRY INS ASSOCIATES INC P 0 BOX 70 KIINGSLAND TX *0( - COMPANY LETTER C COMPANY LETTER D a - COMPANY LETTER E - COVERAGES .. - - --------...__-- - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I CO TYPE OF INSURANCE LTR POLICY NUMBER I POLICY EFFECTIVE' POLICY EXPIRATIOW LIMITS DATE (MM /D/VY) 1 DATE (MMFDD /YY) GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MAD OCCUR. OWNER'S & CONTRACTOR'S PROT E - GENERAL AGGREGATE 5 PRODUCTS - COMP /OP AGG. $ PERSONAL & ADV. INJURY $ EACH OCCURRENCE $ FIRE DAMAGE Any one Tire) $ MED EXPENSE (Any one person) $ AUTOMOBILE LIABILITY ANY AUTO — •- ALL OWNED AUTOS 4 SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY COMBINED SINGLE LIMIT 8 BODILY INJURY (Per parson) $ BODILY INJURY (Per occident) E PROPERTY DAMAGE S EXCESS LIABILITY UMBRELLA FORM - OTHER THAN UMBRELLA FORM EACH OCCURRENCE S AGGREGATE $ A WORKER'S COMPENSATION - AND - EMPLOYERS' LIABILITY ' 6.O7- 063021 TEXAS 6 -03 -90 6- 000 -91 1 STATUTORY LIMBS EACH ACCIDENT $ 109 DISEASE —POLICY LIMIT $ 500 DISEASE —EACH EMPLOYEE $ 1 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS - 1 RECEIVED 5611 5 1 ) CERTIFICATE HOLDER ._ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF ROUND ROCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 221 E MAIN ST MAIL 3U _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ROUND ROCK TX 78664 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPO THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTAT 4 eaa Fr bb ACORD 25 -S (7/90) CACORD CORPORATION 1990 July 1, 1990 TREES FOR ROUND ROCK Highway and Street Tree Program Project Manual for Pipe Boring ROUND ROCK CITY COUNCIL MAYOR: Mike Robinson MAYOR PRO TEM: Charles Culpepper COUNCIL MEMBERS: Robert Stluka Tish Oatman Pete Correa Earl Palmer Jimmy Joseph CITY MANAGER: Robert-L. Bennett, JR, AICP DIRECTOR OF PLANNING AND COMMUNITY DEVELOPMENT: Joe Vining, AICP DIRECTOR OF PUBLIC WORKS: James Nuse DIRECTOR OF PARKS AND RECREATION: Sharon Prete DISTRICT ENGINEER: William C. Garbade, PE DISTRICT 14 a, STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION July 1, 1990 Trees For Round Rock Highway and Street Tree Program Pipe Boring A City of Round Rock Development in cooperation with State Department of Highways and Public Transportation Prepared by: BELANGER & SMITH ASSOCIATES, INC. Landscape Architecture Development Planning 712 -C West 14th Street Austin, Texas 78701 (512) 472 -4868 TABLE OF CONTENTS INVITATION TO BID INSTRUCTION TO BIDDERS INFORMATION REQUESTED OF BIDDERS PROPOSAL UNIT PRICES PERFORMANCE BONDS GENERAL CONDITIONS SUPPLEMENTAL CONDITIONS SPECIAL CONDITIONS TECHNICAL NOTES & INSTRUCTIONS - PIPE BORING EXHIBITS D, H, I AND RELATED PROFILES INVITATION TO BID PROJECT: Pipe Boring for the City of Round Rock Highway and Street Tree Program. The Project Instruction Manual may be obtained from the' office of the landscape architect, Belanger & Smith Associates, Inc. SUBMIT BIDS TO: Joanne Land, City Secretary 221 East Main Street, City Hall Round Rock, Texas 78664 UNTIL: Friday, September 7, 1990 AT 10:00 AM CST Bids received after this time will not be accepted and returned unopened. The public bid opening will commence in the City Council Chambers on September 7, 1990 at 10:00 AM CST. Bid or Bids shall be awarded only upon the review and recommendation of the City Department of Planning to the City Council at the next available City Council Meeting. Additional information with regards to requirements and instructions may be obtained from: Belanger & Smith Associates, Inc. 712 -C West 14th Street Austin, Texas 78701 (512) 472 -4868 Contact: Robert Belanger INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal. 2. Should the bidder find discrepancies in, or omissions from, the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. . 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders. Bids received after posted time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5 %) 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 the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below within ten (10) days after . notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty -five (25) days after bids are opened, 1 1 INSTRUCTIONS TO BIDDERS Page Two except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals;. or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such - bid or other bids. ' 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100 %) of the total contract price. 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 in a form acceptable to the City of Round Rock. Said performance bond, or letter of credit, if applicable, and payment bond shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. , 13. Failure to execute the construction contract within ten , (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, INSTRUCTIONS TO BIDDERS Page Three shall be just Cause for the annulment of the award. In of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and /or material furnished. 17. No Texas sales tax shall be included in the prices bid for work under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act. The contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95- 0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 -0.09 as amended to be effective July 1, 1979. 18. No conditional bids will be accepted. 1 .. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION REQUIRED OF ALL BIDDERS , All bidders are required to supply the following information with the bid proposal form. Additional sheets may be attached if necessary. (1) Address (2) Telephone (3) Type of firm: ( )Individual, ( )Partnership, ( )Corporation (4) Corporation organized under the laws of the State of (5) List the names and address of all members of the firm or names and titles of all officers of the corporation: (6) Number of years experience (7) List at least (3) projects completed as of recent date: Contract Amount Date Completed Name and Address of Owner (8) List the name and address of each subcontractor who will perform work in or about the work or improvement in excess of one -half (1/2) of one (1 %) percent of the total bid price and indicate what part of the work will be done by each subcontractor: Bid Proposal PROPOSAL OF: (Address) PIPE BORING FOR CITY OF ROUND ROCK, TEXAS Highway and Street Tree Program Phase One July 1, 1990_ DATE: CHECK ONE: (Corporation)(Individual) (Partnership) To: Joanne Land, City Secretary 221 East main Street Round Rock, Texas 78664 Having carefully examined the Project Manual and Exhibits, and Addenda to the Project Manual and Plans, as well as the premises and all the conditions affecting the work, the undersigned proposes to furnish all labor, materials, taxes, testing, permits, equipment, and tools required to complete in accordance with the Instructions and Conditions contained herein and shown on the accompanying Exhibits dated December 1, 1989: 1. .Utility boring with associated materials and equipment to be conducted at five designated locations and be substantially complete within 30 calendar days after authorization to proceed. DOLLARS ($ - calendar days required to complete all work. 1 1 July 1, 1990 1 Round Rock, Highway and Street Tree Program Bid Proposal - Page Two 1 The undersigned agrees, if awarded the Contract, to commence to execute and complete all work as outlined by the Plans and Instructions. , It is understood that the City of Round Rock reserves the right to accept or reject any and all bids and to accept not necessarily the lowest bid, and to waive all formalities. It is further agreed that this bid shall be valid and not withdrawn for a period of ninety (90) days from the date of opening thereof. 1 It is understood that all employees directly employed on the work shall not be paid less than the minimum wage by the contractor as regulated by the State of Texas and the Federal Government. Receipt is hereby acknowledged of the following addenda: 1 1 2 3 4 5 1 Submitted by, 1 Title:` 1 1 (Business Address) 1 1 1 1 GENERAL CONDITIONS The General Conditions for the project shall be the standard for of "General Conditions of the Contract for Construction ", "A.I.A. Document A- 201 ", 1987 Edition, as prepared by the American Institute of Architects. The "General Conditions of the Contract for Construction" constitutes an official document and shall govern the entire contract and its operations as amended by the "Supplementary General Conditions and Special Conditions ", included in the Contract Documents. END OF GENERAL CONDITIONS SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTS The following supplements modify, change, delete from or add to the "Gener'al Conditions of the Contract for Construction ", "A.I.A Document A- 201 ", 1987 Edition. Where any Article of the General Conditions is modified or deleted by these supplements, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause remain in effect. 'ARTICLE 1 - CONTRACT DOCUMENTS Modify the first sentence by inserting the following after the word "Specifications ": Advertisement for Bids, Instructions to Bidders, Proposal Form. 1.1.8 MISCELLANEOUS DEFINITIONS 1.1.8.1 The term "product" as used in these Supplementary General Conditions includes materials, systems and equipment. 1.1.8.2 The term "provide" as used in these Specifications means to furnish and install. 1.1.8.3 The word "Landscape Architect" where used in the Contract Documents means the same as "Architect" as defined in the General Conditions. ARTICLE 2 - OWNER 2.5 OWNER'S OCCUPANCY 2.5.1 The Contractor shall agree that the Owner may occupy or use portions of the work before substantial completion of entire work, and further agrees that such use or occupancy of portions of the work shall not in any way evidence the substantial completion of the entire work or signify the Owner's acceptance of the entire work. ARTICLE 8 - TIMF, 8.1 DEFINITIONS 8.1.2 Change first sentence to read, "The Contractor shall begin the work within ten (10) days from the notice to proceed (date of commencement) as defined in subparagraph 8.1.2 ". 8.3 DELAYS AND EXTENSIONS ARTICLE 9 - PAYMENTS AND COMPLETION 9.3 APPLICATIONS FOR PAYMENT ARTICLE 11 - INSURANCE AND BONDS Page Two 8.3.4 Extensions of time shall be allowed for rain,' snow, sleet, hail or other weather conditions which delay work only upon written request, review and acceptance by Owner or his representative. Floods, tornados, or other extremely severe weather conditions which damage the work in progress on the site, shall be allowed "extension time" to extend time required to restore the damage. - 9.3.1 Add the following sentence: "The form of Application for Payment shall be furnished by the Landscape Architect and prepared by the Contractor and submitted in quadruplicate. 9.3.1.3 The application for monthly payment will be submitted monthly, providing two notarized applications to the Landscape Architect, on or before the 25th day of each month, based on the Application for Payment date for work -in- place. Owner's payments will be released to Contractor, by the 15th day of the following month. Final Payment shall be made only upon completion, final acceptance and posting of a one -year warranty bond. - Maintain insurance as described in Article 11 of the General COnditions of the Contract for Construciton, written for the minimum limits of liability and with the further provisions hereinafter specified. Maintain insurance with a reliable company (having at least "AA" or better financial rating and "A +" or better general policy holder's rating according to latest A.M. Best Report) of Contractor's choice, acceptable to and approved by Owner, and authorized to do business in the State where project is located. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall require his subcontractors to carry life insurance (with adequate limits) that is referred to under this heading. 11.1 CONTRACTOR'S LIABILITY INSURANCE 11.1 -.1.8 Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including: 1.- Premises - Operations (excluding X -C -U). 2. Contractor's Protective. Page Three 3. Products and Completed Operations. 4. Contractual - including specified provisions of the Contractor's obligations under Paragraph 4.18, Indemnification. 5. Owner, non -owner and hired motor vehicles. 11.1.2 Add the following: Statutory Workers' Compensation and minimum $100,000 Employers Liability Insurance. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or a Combined Single Limit of $600,000. Owner's and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance". When offsite storage is permitted, policy will be Page Four endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in "Commercial General Liability Insurance" and "Automobile Liability Insurance" as described above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amount specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to Owner. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East main Street, Round Rock, Texas 78664, of any and all changes to policy 30 days prior to change. Page Five 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually with a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and /or renewal. It is also agreed that Contractor shall invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this Article during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to reveive copies of policies and all endorsements thereto and may make any reasonable request for deletion or revision or modification of particular policy terms, conditions, limitations or exlusions, except where policy" provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by this Article shall be paid by Contractor. 11.1.3.1 Add new clause: Furnish one copy of certificates herein required for each copy of Agreement; specifically set forth eveidence of all coverage required by 11.1.2. The for of the certificate shall be A.I.A. Document G -705. Furnish to the Owner copies of any endorsements that are subsequently issued amending coverage or limits. 11.3 PROPERTY INSURANCE (Delete all of 11.3) Add clause: The Contractor will be responsible for his materials and equipment and hereby waives (including Contractor's insurance carrier) all right of recovery from the Owner because of loss or damage to his material or equipment regardless of cost. The Contractor shall make all necessary provisions which are acceptable to the Owner to protect his work from vandalism or theft. Secured material storage areas will beperinissable. END OF SUPPLEMENTARY CONDITIONS Page Six SPECIAL CONDITIONS These Special Conditions shall be subject to the requirements of the General Conditions of the Contract as , well as the Supplementary General Conditions. These Special Conditions shall be used in conjunction there with as a part of the Contract Documents. 1. PERMITS AND REGULATIONS: The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the work of this contract, and shall obtain all permits and pay all fees, licenses, and deposits required by law or ordinance to comply with the work of these specifications. 2. TAXES: The Contractor agrees, as part of his Bid, to assume full responsibility for payment of all Federal, State, and other forms of taxes, , including service tax, social security, old age benefit, unemployment, and income tax withholding. 3. PROTECTION OF MATERIALS: The Contractor shall properly and effectively protect all materials and equipmentduring and after their installation. Contractor's equipment, may be stored on the premises, but they shall be stored so as not to interfere with the visibility sight line views of the general public, contractors or state highway personnel. Security of the area(s) will be the sole responsibility of the Contractor. 4. PROTECTION OF PUBLIC: The Contractor shall protect all others using and on the site and shall take whatever steps are necessary to save them from harm. He shall erect barricades around all open excavations and equipment. Erect moveable contruction warning signs alerting the general public and maintain barricades, signs and traffic handling devices in accordance with State Highway standards., All construction workers shall wear an , orange vest when working within the highway right of way. 5. SIGNS: No signs for advertisements will be allowed to be displayed. 6. COOPERATION WITH OTHER CONTRACTORS: The Contractor is reminded that other contractors may be working on the site. He is to cooperate fully with them and conduct his work so as not to interfere with their access to work. 7. WATER FOR WORN: The city will provide the water 10. DIRECTION OF THE WORK: 11. DRAWINGS AND SPECIFICATIONS: Page 2 at no cost to the contractor. The water shall be used only for work related tasks. The contractor shall be charged for the careless use of water, such as line breaks or allowing the unsupervised operation of the system. The Contractor shall acquire a Water Use Permit before work begins; there will be no charge for this permit. 8. ELECTRICAL ENERGY: Electrical energy required for construction will be provided by the Contractor. 9. MEASUREMENTS: Before doing any work,the Contractor shall verify all dimensions at the job site and shall be responsible for their accuracy. No extra charge or compensation will be allowed for differences between actual dimensions and those shown on. the Exhibits. Any difference from that shown on the Exhibits and existing on site, shall be submitted to the Landscape Architect before proceeding with the work. A. The Contractor shall be held responsible for the full direction and supervision of all work under this contract and shall give all instructions from the Landscape Architect or Owner to the work forces. B. The Contractor shall have on the job at all times while the work is in progress, a superintendent, acceptable to the Landscape Architect and owner, who shall direct operations and receive instructions in the absence of the Contractor. The superintendent shall coordinate the work of his various subcontractors. A. The Contractor shall keep one copy of all Plans and Instructions, and memoranda at the job at all times, available to the Owner and the Landscape Architect. B. These instructions and accompanying plans are to be interpreted according to their full intent, meaning and spirit, whether taken separately or together. Taken together, they shall be deemed mutually to explain each other and to be descriptive of the work to be performed under this contract. Page 3 '12. LAYOUT: The Contractor shall be responsible for accurately laying out all work under this contract and setting any necessary control points. All must be approved before work progresses. 13. DAMAGES: The Contractor shall be responsible for damage to the site or improvements thereon, including underground improvements, incurred through his execution of this work, and shall agree to have such damage repaired by a qualified workman. All construction operations and associated work shall be confined to construction areas and other such areas of the right -of -way that may be required to gain access to the site(s) specified herein. The contractor shall vary access routes across the right -of -way to prevent damage to slopes and existing vegetation. The contractor shall be responsible for the repair and replacement of damaged right -of -way and vegetation which, in the opinion of the state engineer, could have been avoided. All material and work required for repair and replacement shall be provided by the contractor. 14. COMPLETION REQUIREMENTS: A. Final Inspection: The Owner will make final inspection of work included in Contract as soon as practicable after work is completed and ready for acceptance. If work is not acceptable to Landscape Architect at time of such inspection, he will inform Contractor in writing as to the particular defects before final acceptance will be made. B. Warranty: The Contractor shall warrant in writing and shall post a one year warranty bond for all work performed under Contract prior to acceptance by the City. Upon written notice from the City, Contractor shall remedy any defects due to negligence, faulty workmanship or faulty materials within a reasonable time frame agreed upon by both parties. C. After work is completed or substantially ` complete and before final payment is made, Contractor shall deliver the following applicable items to Owner: General: END OF SPECIAL CONDITIONS Page 4 1. Affadavit that all bills chargeable against Contract are paid in the form of waiver or lien. 2. All warranties, and /or bonds as required on specific branches of the work including General Contract Guarantee as noted above. 3: Subcontractors List: A complete list of names, addresses and telephone numbers of all subcontractors and suppliers em- ployed on the project shall be provided. D. As -Built Drawings: Contractor shall, upon completion of project, furnish to the City a complete set of drawings showing all changes and /or alterations in the work and constituting an "As- Built" set of drawings, whether or not they are covered by an official change order including deviations from all phases of work. 17. BID ITEMS /ALTERNATES: ' A. Bidders are required to submit additive and /or deductive amounts to the Bid as described in the Alternates, if Alternates are indicated on the Proposal Form. Failure to submit Alternate amounts in the spaces provided on the Proposal Form shall be basis for disqualification of Bid. B. Bidders shall not modify, withdraw or cancel any of the Bid items or Alternates or any part thereof for 90 days after receipt of bids. C. Contractor shall be responsible for any changes in the Work affected by acceptance of any Alternates. Claims for extras resulting from changes caused by Alternates will not be allowed. D. Refer to Drawings and Technical Specifications sections for items of work affected by Alternates, if Alternates are indicated on the Proposal Form. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PIPE BORING GENERAL NOTES '& INSTRUCTIONS - 1. Visit each construction site and become familiar with all surface and subsurface conditions by contacting "one call" utility locations, etc. Present any questions or concerns to the Landscape Architect prior to submitting bid. Owner will not be responsible for any conditions not described herein. Read all notes, instructions and review all plans and exhibits. 2. Contact and notify the Landscape Architect 24 hours prior to commencing work and also prior to completing work at each location. 3. Provide all signage and barrier devices in conformance with the applicable portions of the Texas Manual of Uniform Traffic Control Devices under V.C.S. 6701d. 4. Leave work area in identical appearance and condition as found prior to work. Strip existing sod and replace, or install new sod of similar specie, upon completion to pit areas and vehicle tracks. 5. Contractor may utilize used steel pipe with a wall thickness of .25 inch which is in good condition, in lieu of new pipe for casings. DESCRIPTION OF WORK This item shall consist of the furnishing and installation of pipe by the methods of jacking or boring as indicated in conformity with this specification. This item shall also include, but shall not be limited to, the excavation, handling, removal and disposal of all materials encountered in the "Jacking or Boring Pipe ", as described in the City of Austin Specifications. MATERIALS 1. Pipe: Carrier pipe and encasement pipe shall conform to Item No. 510, "Pipe" and of the size, type materials, thickness and class. indicated. 2. Grout: Grout for voids shall consist of 1 part Portland Cement and 4 parts of fine, clean sand mixed with water. - CONSTRUCTION METHODS 1. General BORING PIPE Construction shall be undertaken in such a manner that will not interfere with the operation of the railroad, street, highway or other facility and shall not weaken or damage any embankment or structure. During construction operation, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained as directed by the Engineer, until such time as the backfill has been completed and then shall be removed from the site. The Contractor shall furnish for the Engineer's approval a plan, showing his proposed method of handling, including the design for the jacking or boring head, jacking or boring support or back stop, arrangement and position of jacks, pipe guides, grouting plan, permit for disposal of excavated material, for jacking or boring complete in assembled position. The approval of this plan by the Engineer will not relieve the Contracor from his responsibility to obtain the specified results. The ends of encasement • pipes shall be closed with Page 2 brick, concrete blocks or stoves, sufficient to prevent intrusion of backfill, etc. into the encasement, but fitted loosely enough or provided with adequate weep holes to facilitate the escape of water from the encasement should the carrier pipe leak or fail within the encasement. 2. Jacking, If the grade of the pipe at the jacking end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. Such work shall be sheeted securely and braced in a manner to prevent earth caving and to provide a safe, stable work area. - Heavy duty jacks suitable for forcing the pipe through the embankment shall be provided. In operating jacks, even pressure shall be applied to all jacks used so that pressure will be applied to the pipe uniformly around the ring of the pipe. A suitable jacking frame or back stop shall be provided. THe pipe to be jacked shall be set on guides properly braced together, to support the section of the pipe and to direct in in the proper line and grade. The whole jacking assembly shall be placed so as to line up with the direction and grade of the pipe. In general, embankment material shall be excavated just ahead of the pipe and material removed through the pipe and the pipe forced through the embankment with jacks, into the space thus provided. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. A clearance of not more than 2 inches may be provided for the upper half of the pipe. This clearance is to be tapered off to zero at the point where the excavation conforms to the contour of the pipe. The distance that the excavation shall extend beyond the end of the pipe depends on the character of the material, but it shall not exceed 2 feet in any case. This distance shall be decreased if the character of the material being excavated makes it desirable to keep the advance closer to the end of the pipe. The pipe, preferably, shall be jacked from the low or downstream end.- Lateral or vertical variation in the final position of the pipe from the line and grade Page 3 established by the Engineer will•`be permitted only to the extent of 1 inch in 10 feet, provided that'such variation shall be regular and only in one direction and that the final grade or flow line shall be in the direction indicated. If the Contractor desires, he may use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of =the pipe with inside angles or lugs to keep the cutting edge from slipping back onto the pipe.• When jacking of pipe is once begun, the operation shall be carried on without interruption, insofar as practical, to prevent the pipe from becoming firmly set in the embankment. . . Any pipe damaged in jacking operations shall be removed and replaced by the Contractor at his entire expense. Immediately after jacking is complete and the carrier or encasement pipe is accurately positioned and approved for line and grade, the clearance space between the pipe and soil shall be completely filled by pressure grouting for the entire length of the installation. The pits or trenches excavated to facilitiate jacking operations shall be backfilled immediately after the jacking of the pipe has been completed. 3. Boring The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation for pits and installation of shoring shall be as outlined above under "Jacking ". The location of -the pit shall meet the approval of the Engineer. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2 inch pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade on ° the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Excavated material will be removed from the working pit and disposed of properly. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting will not be permitted. MEASUREMENT Page 4 In unstable soil water or processed drilling fluid, containing colloidal material such as bentonite, may be used to consolidate the drill cuttings, seal the walls of the hole and furnish lubrication to facilitate removal of the cuttings from the bore. Water jetting will not be permitted. Immediately after boring is complete and the carrier or encasement pipe is accurately positioned and approved for line and grade, the clearance space between the pipe and soil shall be completely filled by pressure grouting for the entire length of the installation. The pits or trenches excavated to facilitate these operations shall be backfilled immediately after the work has been completed, and replaced to the origianl condition as found before work. The backfill shall be compacted to 95 percent of the maximum dry density as determined in accordance with SDHPT Test Method Tex- .. 114-E within street right of way. The Contractor may submit dry boring method for approval the Engineer. Boring pipe will be measured by the linear foot of pipe complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. PAYMENT The work performed and materials furnished as prescribed by this item, measured as provided under "Measurement ", will be paid for in a one -time lump sum payment which shall be full compensation for furnishing all materials, pipe, liner materials required, for all preparation, hauling and installing of same and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material. END 1 1 To the State Highway and Public Transportation Commission I do District Engineer State Department of Highways and Public Transportation Di strict '1'4 Austin Texas City of Round Rock, Texas ' - Formal notice is hereby given that y , Company proposes to place a 11" -PVC Landscape Irrigation line within the right -of -way of INTERSTATE Highway No. 35 and R.M. 620 in WILLIAMSON County, Texas as follows: (give location, length, general design, etc.) • Originating at Sta.:Pt :3 +25 ( R.M. 620 east of I.H. 35) running 10 feet to ' a proposed utility bore (lz" water line for irrigation) at Sta. Pt. 3 +25, _ R.M. 620, running 70 feet beneath R.M. 620 to south R.O.W., turning 90 to the west -, running 2 feet inside R.0.W., (620), turning 90 to the south, running 2 feet inside R.O.W :, (I.11. 35) , for 95 feet, turning 60 to the west ' for 68 feet to existing 6" PVC conduit located beneath northbound Frontage Road of I.11. 35,'Sta. Pt. 1340 +60. Reference plan and profile. I The line will be constructed and maintained on•ttie'highway right -of -way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and. policies of the State Department of Highways and Public Transportation. I Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). • 1 The location and description of the proposed line and appurtenances is more fully shown by attached xerox complete sets of drawings attached to this notice. ' Construction of this line will begin on or after the 20th December 89 • day of 19 1 1 1 1 1 • Form 1023 1 Rev. 12.87 111�IT "0r" • • Notice of Proposed Installation Utility Line on Non - Controlled Access Highway • • Firm City of Round Rock By detru.. ° Z4i ' J,� P. Title Senior Engineei- Address221 East Main Street ' Round Rock, Texas 78664 Date November 20, 1989 LIGHT POLE 6' PVC SCH 40 (60') -J 240. LF MBGF (BLK OUT) •1 -TAS 1 1 1 -- ti CONC. . SDWLK. � . Qu Nr off Tt'. PT• zits - OF q& c-t C 7/ per - 11 101 f . . I<tr (c U TiNCrW i �L L v, �! �'` N d c� cn w J — NM OM mg ft. r MN IN MI III - - — MO MO MI MI — rr or1 "� f-il�1T t� Ia'MIN - A L • 10 o'- o� 4otsz C/46*N2, T, I C I �N rvc If I0"TcN 020 /r.. ter /N.r. ; +2� N.T•�_ 12. 1. a9 Id MIN NM MN . 1 1. Form 1082 Rev. 12 -87 1 1 1 1 1 1 1 1 • The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in - accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. - I Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform 1 Act Regulating Traffic on Highway? (V.C.S. 6701d). The location and description of the proposed line and appurtenances is more fully shown by attached xerox copies of drawings attached to this notice. • . 1 Construction of this line will begin on or after the 5th day of -` August '19 '90 . 1 1 1 1 To the State Highway and Public Transportation Commission do District Engineer State Department of Highways and Public Transportation District 14 Austin Texas Formal notice is hereby given that City of Round Rock, Texas Company proposes to place a 1 1/2" PVC Landscape Irrigation line within the right -of -way of U.S. ' Highway No. 79 • in Williamson County, Texas as follows: (give location, length, general design, etc.) Install a 11" PVC irrigation line originating at Sta. Pt 9992 +60 running east 4 feet off north R.O.W. line (U.S. 79) to a. proposed 4" diameter utility bore beneath concrete driveway apron, beginning at Sta. Pt. 9993 +10 and ending at Sta. Pt. 9993 +70, and proceeding 4 feet off north R.O.W. line (U.S. 79), then turning 90° to the south at Sta. Pt. 9993+96 running 15 feet to existing 4" diameter PVC conduit located beneath the westbound lanes of U.S. 79 and terminating at the raised grassed median of U.S. 79. Reference plan and profile. Notice of Proposed Installation - Utility Line on Controlled Access Highway Firm BY - C24 4 N. ZI.ti1 Title Senior Engineer Address 221 East Main Street - Date - City of Round Rock Round Rock, texas July- 26,1990 Form 1082 Rev 12 -87 APPROVAL To: CITY OF ROUND ROCK 221 EAST MAIN ST. ROUND ROCK', TEXAS 78664 RECEIVED 3 1 699. Control 204 Section 1 Hwy. No. US /9 Maintenance Section No. 012 WILLIAMSON County Date JULY 30, 1990 PERMIT #U12 -44 -90 1 1 The State Department of Highways and Public Transportation offers no objection to the location on the right -of- way of your proposed 1ePVC LANDSCAPE IRRI. line as shown by accompanying drawings and notice dated I . , JULY 26, 1990 except as noted below. • Your attention is directed to governing laws, especially to Article 6674w -1, Vernon's Annotated Civil Statutes oil Texas, pertaining to Control of Access. Access for servicing this installation shall be limited to access via (a) frontag roads where provided, (b) nearby or adjacent public roads or streets, or (c) trails along or near the highway right -of- way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer' portion of the highway right -of -way for normal service and maintenance operations. The Utility Owner's rights o access to the through- traffic roadways and ramps shall be subject to the same rules and regulations as apply to the • general public except, however, if an - emergency situation occurs and usual means of access for normal servic operations will not permit the immediate action required by the Utility Owner in making emergency repairs al required for the safety and welfare of the public, the Utility Owner shall have a temporary right of access to and from the through- traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided the State Department of Highways and Public Transportation is immediately notified by the Utility. Owner when such repairs are•initiated and adequate provision is made by the Utility Owner for convenience and safety o highway traffic. f It is expressly understood that the State Department of Highways and Public Transportation does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the State Department of Highways and Public Transportation may require the owner to relocate this line, subject top provisions of governing laws, by giving thirty (30) days written notice. . All work on the highway right -of -way shall be performed in accordance with State Department of Highways an Public Transportation instructions. The installation shall not damage any part of the highway and adequat provisions must be made to cause minimum inconvenience to traffic and adjacent property owners. In the event th Owner fails to comply with the requirements as set forth herein, the State may take such action as it deem s appropriate to compel compliance. • + SEE ATTACHED SHEETS OF SPECIAL PERMIT PROVISIONS. I ALL PHASES OF CONSTRUCTION MUST BE APPROVED BY BARRIE COGBURN S.D.H.P.T. T,AN1)SCAPE ARCHITECT, OR HER A HQRI N REPRESENTATIVE . Please notify forty - eight (48) hours prior to starting construction • of the line in order that we may have a representative present. , State Department of Highways and Public Transportation 71;••- Engineer-- DAtr'ct No.( / 1 1 1 r " . Appn No.. o 'i .hl I N ft Door 3b1 r4t- 40 ?VC C iir v • Fr: . •1 ° 12 ± Go 90'4 LI "E 21. 33 721.17 721.03 720: 90 • 720. N 77 3:; 22• C Tt 722 .61 722. 722.35 959 1 951 I IS 1121 FICfI I L . i. e,"1 . • IJ•TI II 11•,12 722. 21 .722. 07 72103 721.79 eiN•Tporl hT 6 Th•PT. •rr 12 +60 t" neR t� -r -19 ••=1 coJrDulr • 720.62 72J. � 1 r PCs) LINE F541 MI -282 M! -6L t 1 1 GS 711.95 719.81 719.69 719.54 71%40 A6•IA 7� 9 O FS Id 210 i1 1 •1f' JUL < �O 719. 7l - w) _ 1 . -- -1 °? 71 NE°YT i NC) 22, 1 20 722. 07 721.93 721.80 721. 66 1 721 52 • 721 • 39 0 72 1 85 720.71 •.720. 57 7 20.4 4 ��9 720:74 719.30 72fl. 1 i i20.. • 992•CO o ^ 99 93•C'� \ -• 9914.00 5955•CJ 5 6 721, 31 721 17 721. 1 • �� 721 Ol 72¢, 87 720, 48 72C. 6F ii 720. 95 ,20!81 720.87 720. 53 720. 40 720. 25 720. 21.46 721.33 721.13 721.02 720.90 720.7 720.61 723._ 720.33' 72019 720 . 5.. 19.91 719.77 719.63. 719.49 719.36 LOOP 384 t • IDTIN2 4 eh. 4o r cGNpL . -w4 IN ' 0 E - 4 C'tl 10 l F°2 aD• ss� r r • r r' r; ma sue' it r „ „ s� us ' so — r r no. r . fl P W -TQ h11�IT ' • coNi .CoN }I I T1orJ. l.l° - 1°l ° • 1 1 1 1 1 1 1 1 Form 1023 Rev.12 -07 • ict4bi-T °Mu Notice of Proposed Installation • ; Utility Line on Non - Controlled Access Highway To the State Highway and Public Transportation Commission do District Engineer ,State Department of Highways and Public Transportation' District 14 Austin Texas • Formal notice is hereby given that '. City of 42ound Rock, Texas 1 Company proposes to place a 14" PVC Landscape Irrig'at line within the right -of -way of INTERSTATE ' Highway No. 35 and F.N. 3406 in WILLIAMSON County, Texas as follows: (give location, length, general design,, etc.) Originating .at Sta. Pt. 487 +40 ( F.M. 3406) running 10 feet south from the north R.O.W. line, turning 90° to the east, running 15 feet 'to proposed • utility bore ( 14" PVC irrigation line) beginning at Sta. Pt. 487 +55, ending at STA. PT. 488 +20, continuing to Sta. Pt. 489 +40, within 2 feet of north R.0.W:, turning to the north at Sta. Pt. 1239 +80 ( I.11. 35), running 80 feet to`Sta.' 1239+00, turning 90° to the east, running 15 feet to proposed utility bore (.12" PVC irrigation line,. in 4' dia. bore) at Sta. Pt. 1239 +00. Reference plan and profiles. The line will be constructed and maintained on the highway right - of - way as shown on the attached drawing and in I accordance with governing laws, including, but not limited to any rules, regula and policies of. the ,State Department of Highways and Public Transportation. n Our Firm further understands that the State considers proper traffic control measures as those complying with ' applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). . The location and description of the proposed line and appurtenances is more fully shown by attached .;nrox complete sets of drawings attached to this notice. 1 Construction of this line will begin on or after the 20th December day of 19 Firm City of Round Rock By vC. / / / J � Title Senior Engineer Address221 East Main Street Round Rock, Texas 78664 Date November 20, 1989 89 /:: NAN a .•or .Hbb t 1~M' :,,. • 0 ti '; H 35 West Frontage Rd c_ \ I I Curve- Data \ ''� P I Sto 1238+73. 5 1 r\ \ ., 1. : p 47' -1 7' 50. 1 -1 Lt t • D - 8' 00' 00' 7 ., T - '313. 62' . \ irslempo 1 - L 591.22' \''; PC Sta. 1235 +59.89 -. ' PT_. Std' 1 24 1 +51:1 1 4" .ren.CIefrle /tG O .; . fz.5 .....--al; I - a9o•0o 29.97 ..... — Grade to Dr() I n 1.1m1 of HMACP 1 1 \I I/ reir H CCC-U MTM J i rr "Ni ° `• . 4 €•i-Z FM 3 -406 rL Curve .Data . P1 Sta 486 +,48. 88 - 44' 37'00' Rt D - 4' 30' 00' t . t. 1 I2• f120F1I -e '" f7. 12 eE Ar mi@ • i 12.1.221 1 1 I s 1 1 1 1 1 1 1 1 1 1 1 1 1 10' raIIJ S4 Z N 1 rNor1L1r lA • TO 11! 1T'H! Co &-O CJ`a 0 4$ re - Q NJ& 1fr �t 1 Hag 1°va IIswcafrs UhIS ( t i p 10--0 1 i-tJr I .Io' h'IINJ. Q,o' -On G` €INB Core ctRINiv 10' F- ilrl. . F LATINO DI ENI\Y milk C- I . ivINip itfl+-90 4 b.9.0 11/2 rvc IF-Wep f?o-J OTT-1 riCoNTPt i crc @ fl. (oG MINT l21 fc ' . 1 1 2.1. tin N.T.GJ. "f7' (1:29 't-f") 'Form 1023 • Rev. 12.07 1 • • • Notice of Proposed Installation . Utility Line on Non - Controlled Access Highway To the State Highway and Public Transportation Commission • c/o District Engineer ▪ State Department of Highways and Public Transportation District 14 •• • Austin Texas Date November 20, 1989 • • Formal notice is hereby given that City of Round Rock, Texas Company proposes to place a 14." • PVC Landscape Irrigation line within the right -of -way of INTERSTATE Highway No. 35 • in WILLIAMSON County, Texas as follows: (give location, length, general design, etc.) Originating at Sta. Pt. 1241 +00 "(I.H. 35) -running west from east R.O.W. for . 30 feet 'to proposed utility bore (11" Pvc irrigation line in 4" dia. bore) II - beneath east Frontage Road at Sta. Pt. 1241 +00. Reference plan and profile. 1 The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in I accordance with governing laws, including, -but, not limited to any rules, regulations and policies•of the State Department of Highways and Public Transportation. I Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). The location and description of the proposed line and appurtenances is more fully shown by attached xerox complete sets of drawings attached to this notice. 20th December 89 I Construction of this line will begin on or after the day of - , 19 Firm City of Round Rock - By Q.P4,k. i 7. )A , f P Title Senior Engineer - Address221 East Main StrceL Round Rock, Texas 78664 i r\,I°r 124Itoo 1 • Potzlr& Prr • • 25' Term -Anch Sect Ito 496•25 PVC) (SCH 40) (4 IN) - s directed by Engineer. • r ri P4 iitPrr ��, �. N. .: C�U\�T' or • ?0.6 • • • I � froP91 " - " oW �INP�TIoI� 121'IrQ0 Prop 136 LF\ 01d Conc C & G 1 s,Y\RenioY 01 d Conc (R 1 pra o I SY hemov D'td Conc (R l prat Pr'p 311 LF Conc C & G J 0 31 I LF Refrov .OId Conc ExIst - MBGF To be removed Llmlts'of HMACP. Prop 111 LF • . Conc •C & C Ty II 125. LF Remov .Old Conc C & G 'l•'• S 66 39' 1 8 ` E j Remove -Prop 19' 91 LF Rem ; & rep I ace .Prop 61 LF 64 SY Remov fit- To 6r r - Ote1NO 10' 1"IM col OP l'f• • ir • rL 4 c� , Tit eNI 1 y2 t'yt I T1aN UN-e -.i�. T roN n iD t\T F-rf-loro T 12t1 - t-OO w I T c.. n 1 4,A BORING AND TUNNELING CONT'D Working face of excavation shall not precede advancing end of casing by more than 21/2 feet unless otherwise permitted by State Department of Highways and Public Transportation. No explosives shall be used within limits of highway right of way in con- junction with tunneling except as specified under Use of Explosives" covered elsewhere in accompanying specifications. (D) Grouting All voids around casing shall be pressure grouted with grout consisting of Portland Cement and washed sand and containing not less than 6 sacks of Portland Cement per cubic yard of grout. Additional cement shall be added in workability and /or stability cannot be obtained with the proportions indicated. An air entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of overburden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by the State Department of Highways and Public Transportation that voids are being filled. On reinforced concrete casing this may consist of holes drilling around inside of perimeter of casing and fitted with removable plugs. On steel casing, removable threaded plugs may be provided at intervals around inside perimeter of casing. No Holes shall be drilled in pavements or shoulders for grouting operations. (E) Bore Pit Location Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. UTILITY SECTION March 1, 1982 BORING AND TUNNELING General Requirements Pipelines crossing under surfaced roads and roads carrying traffic within limits of highway right of way shall be placed by boring or tunneling, unless otherwise specifically authorized by the State Department of Highways and Public Transportation. Boring or tunnels shall be placed at such depths below bottom of pavements as to provide sufficient depth of soil above hole for supporting superim- posed live and dead loads and also prevent collapse of supporting soil between hole and pavements due to any boring, tunneling, or casing jacking operations. Boring and /or tunneling shall extend past roadway crown lines and outside of any shoulders adjacent to pavements. Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pave- ments and so that barricades can be placed as specified herein. All operations and equipment relative to tunneling and boring shall be con- fined to areas outside of roadway shoulders and away from edges of pave- ments by suitable barricades. Barricades shall be maintained clear of shoulders at all times except that in no case shall the clear distance bet- ween barricades and edge of pavement or face of curb be less than 8 feet. (B) Boring Where material beneath pavement is sandy or unstable and will be subject to caving, hole for casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than 6 inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, hole for casing may be bored first and casing inserted in hole immediately after completion of boring if permitted by State Department of Highways and Public Transportation. Water shall not be used in conjunction with drilling if it in any way causes stable material to case or become unstable. (A) (C) Tunneling While hole is being tunneled, casing shall be jacked into place as opera- tions progress except as hereinafter specified. Where necessary to use sectionalized steel liner plates, each successive ring of plates shall be placed in position and completely bolted into place as soon as excavation is completed far enough ahead of completed casing to receive the next ring. UTILITY SECTION MARCH 1, 1982 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION DISTRICT NO. 14 SPECIAL REQUIREMENTS FOR INSTALLATION OF UTILITIES ON HIGHWAY RIGHT -OF - WAY (1 ) (2) Changes in Location of Proposed Utilities No changes shall be made in approved location of utilities within limits of highway right - of without prior authorization of State Department of Highways and Public Transportation. Adjustment of Utility Poles and Appurtenances No deviations shall be made from the location of underground lines approved or designated by the State Department of Highways and Public Transportation either during planning or construction to avoid utility poles. Where such poles are adjacent to any proposed underground line, Utility Owner shall make necessary arrangements with other Utility Owners for moving poles and appurtenances and /or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground line shall be moved toward the highway right -of -way line and location shall be subject to the State Department of Highways and Public Transportation approval. (4) Submission of Project Drawings to State Prints of detailed drawings showing exact plan location and profile of underground lines shall be submitted to the State Department of Highways and Public Transportation well in advance of construction of line, for verification that location of line is in accordance with re- quirements specified herein. (3) Coordination of Work with Highway Contractor or State Forces If any portion of related highway is under construction, no Utility Owner's Forces or contractors shall enter within the highway right - of- way without first consulting the Highway Contractor and making neces- sary arrangements to coordinate installation of its facilities with Highway Construction. All work relative to installation of Utility Owner's facilities shall be conducted in such manner as not to interfere in any way with opera- tions of the Highway Contractor. The above requirements with respect to coordination of work with Highway Contractors shall likewise apply to work being done by State Forces. Utility Section Revised Feb. 4, 1988 Page 1 of 7 (5) (6) Notification of Abandonment of Location Authorized by Permit and Assignment of Authorized Location to Other Utility Owners It is expected that where the installation of utility line has been authorized, such installation will be made within a reasonable period after approval of permit, otherwise, the Department reserves the right to assign the location originally approved for the line to another utility. (7) Staking of Utility Lines in Advance of Construction Utility lines shall be staked well in advance of construction of line so that the Highway Department can inspect staking to verify that alignment conforms to requirements set out herein and that there is no conflict with highway facilities. Utility Owner shall give the Highway Department no less than 48 hours notice ahead of time when staking of line will be completed. If construction of Utility line has not been started within 4 months after date of approval, the Utility Owners shall immediately notify the State Department of Highways and Public Transportation whether it is still intended to install the line and the date construction will commence. If the owner intends to abandon all or any part of the authorized location, the Department shall be informed accordingly so that such abandoned location may be assigned to other utilities if deemed necessary by the Department. Inspection by Highway Department Representatives Utility Owners shall inform their forces or contractors that all utility installations authorized by Utility Agreement or Permit shall be subject to such inspection and tests as may be deemed necessary by the State Department of Highways and Public Transportation to verify that work is being done in accordance with Highway Department require- ments. All supervisory personnel shall be instructed to furnish such information and cooperation as may be required to perform such inspec- tion. (8) Copy of Permit on Job Site A copy of the approved permit shall be kept on the site of the work at all times when work is in progress. (9) Full - Time Supervision and Inspection The Utility Owner shall provide competent full -time on- the-site super- visors or inspectors for all utility installations either authorized by permit or covered by utility agreement with the State Department of Highways and Public Transportation. Utility Section Revised Feb. 4, 1988 Page 2 of 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' (10) Incorrect Location of Utilities • Any pipe incorrectly located during construction to conflict with any highway structure shall be removed and laid in proper location at en- tire expense of Utility Owner. (11) Protection of Highway Facilities During Installation of Line All construction operations relative to installation of the pipeline shall be conducted to such manner as to protect highway facilities from damage at all times. (12) Disposal of Excess Excavation and Clean Up Excess material from trench excavation shall be removed from highway right -of -way and job site cleaned up and left in satisfactory condi- tion. (13) Repair and Replacement of Riprap and Earth Slopes Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Con- crete riprap shall contain not less than 3 sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. Slopes of highway cuts and embankments damaged by any operations re- lating to installation of utility shall be repaired and restored to the exact contour existing prior to initiation of the utility project. All earth placed in the restoration of slopes, etc., shall be com- pacted to a density equal to or greater than that of the original slope as directed by the State Department of Highways and Public Transportation representative. (14) Replacement of Base and Pavements Where removal of base and pavement has been authorized, all such base and pavement shall be replaced as directed by State Department of Highways and Public Transportation representative. All existing pavement and related flexible or concrete base, which is to remain in service either permanently or temporarily, or to be in- corporated as a part of the highway project, shall be replaced. (15) Revegetation The permit holder is solely responsible for revegetation of all areas damaged or destroyed by utility construction. The Utility Owner will be held liable and responsible for such areas until growth is reestab- lished to the satisfaction of an authorized representative of the State Department of Highways and Public Transportation (SDHPT). Re- vegetation practices will consist of one or more of the following applications deemed necessary and appropriate by an authorized re- presentative of the SDHPT. Utility Section Revised Feb. 4, 1988 Page 3 of 7 Rate and type of application for seed mixture and for fertilizer will be specified by an authorized representative of the SDHPT. Hydraulic' mulching, Coastal Bermudagrass hay mulch, and /or erosion control blanket and matting shall be used where deemed necessary by an autho- rized SDHPT representative. Coastal Bermudagrass Hay Mulch A mulch of Coastal Bermudagrass hay shall be spread uniformly at the rate of 2.0 T /acre. The area shall be hand mulched and anchored by cleating or crimping with a track machine. The area shall not be rolled with a rubber tire roller. Ornamental landscape plantings of trees, shrubs and grasses that are damaged or destroyed during construction of the utility for which the permit was issued shall be replaced by the utility owner with plant material of comparable size and quality approved by an authorized representative of the SDHPT. Revegetation measures will begin as soon as practical. The SDHPT re- serves the right to require the immediate installation of revegeta- tion measures whenever deemed necessary by an authorized represen- tative of the SDHPT. The SDHPT reserves the right to require any additional revegetation measures deemed necessary by an authorized representative of the SDHPT at any time after construction has begun until the SDHPT has accepted the erosion control measures and revegetation measures of the Utility Owner. (16) Installation of Lines Beneath Pavements No open cuts for pipe trenches shall be made across any pavement be- neath main highway traffic lanes or turning lanes, acceleration lanes, deceleration lanes and other similar facilities unless specifically authorized by the SDHPT. Pipe shall be installed by boring and tun- neling and boring shall be cased and pressure grouted to seal voids between casing and adjacent earth. No open cuts will be permitted across such connections where pavement has been constructed without written permission of the SDHPT. (17) Casing of Lines Utility lines carrying liquids or gases under pressure may be in- stalled uncased in accordance with State Department of Highways and Public Transportation Utility Accommodation Policy. Water lines crossing beneath culverts shall be cased and casing shall project 5' beyond outside limits of culvert. Voids around casing, placed by tunneling or boring, shall be pressure grouted. Utility Section Revised Feb. 4, 1988 Page 4 of 7 (18) Use of Explosives No explosives shall be used within limits of highway right -of -way without written permission of the State Department of Highways and Public Transportation. Requests for permission to use explosives shall include the following information: (a) Location of highway where use of explosives is proposed. (b) Type and amount of explosives to be used. If the use of any explosives is permitted, all blasting operations must be conducted in such manner as to completely protect adjacent property and the traveling public and not interfere with highway traffic. No blasting will be permitted in the vicinity of any structures or beneath any pavements which are to remain in use. (19) Protection of Highway Traffic, Barricades, Warning Signs, Etc. No construction operations relative to installation of utilities will be permitted within the limits of existing pavements carrying traffic, or shoulders adjacent thereto, unless specifically authorized by the State Department of Highways and Public Transportation. Excavated materials shall be kept off pavement at all times. Barricades, warning signs, flares, flashing devices, and flagmen shall be provided by the Utility Owner or his Contractor when necessary. (20) Protection of existing Utilities (a) Prior to selecting a location for a proposed installation or accepting a location suggested by the State for such instal- lation, the Utility Company shall take all necessary steps to determine that the location is not already occupied by another Utility and to determine that no damage will be done to existing Utilities. (b) Prior to beginning actual construction operations the Utility Company shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. (21) Use of Plastic Pipe and Nonmetallic Pipe Where nonmetallic pipe is installed longitudinally, a metal wire shall be concurrently installed or other means shall be provided for detec- tion purposes. Utility Section Revised April 1, 1986 Page 5 of 7 (22) Above Ground Appurtenances to Underground Utilities Above ground installation, such as pedestals, fire hydrants, meters, etc., installed as a part of an underground utility shall be located at or near the right-of -way line, well outside the highway maintenance operation area. (23) Markers The utility company shall place a readily identifiable and suitable marker at each right -of -way line for highway crossings except where marked by a vent. (24) Erosion Control The permit holder is solely responsible for the control of any eroding materials that are the result of the construction of the utility for which the permit was issued. Temporary Erosion Control Geofab silt fence or comparable product approved by an authorized representative of the SDHPT shall be installed surrounding spoil sites, fill piles and excavated areas to control runoff or siltation of materials into surrounding areas. Coastal Bermudgrass hay bales, when approved by an authorized SDHPT representative, may be used in non - critical construction areas to surround spoil sites, fill piles and excavated areas to control run- off or siltation of materials into surrounding areas. Permanent Erosion Control Whenever an underground utility crosses the centerline of a drainage channel or enters the flow line of a drainage channel, a concrete cap or comparable permanent protection approved by an authorized represen- tative of the SDHPT shall be required. The SDHPT reserves the right to require any additional erosion control measures that are deemed necessary by an authorized representative of the SDHPT at any time after construction has begun until the SDHPT has accepted the erosion control measures and revegetation measures of the utility owner. (25) General Provision The Department will not be responsible for damage to this line by maintenance or construction machinery. Utility Section Revised Feb. 4, 1988 Page 6 of 7 (26) Protection of Trees Within Highway Right -of - Way All construction operations relative to installation of utilities shall be conducted in such manner as to protect trees from damage at all times. Locations of trees shall be noted on Plans submitted with Permit request. Utilities placed within the dripline of desirable trees shall be bored or hand dug to prevent root damage and loss of trees. Tree trimming shall be in accordance with S.D.H.P.T. Guide- lines. Utility Section Revised February 4, 1988 Page 7 of 7