Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-91-1563 - 2/14/1991
WHEREAS, the City of Round Rock has duly advertised for bids for the construction of Corridor Drive, and WHEREAS, Parker & Rogers Construction Company has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Parker & Rogers Construction Company, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Parker & Rogers Construction 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 Parker & Rogers Construction Company for the construction of Corridor Drive, said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 14th day of February, 1991. ATTEST: RS021411 NE LAND, City Secretary RESOLUTION N0. 155103 F MIKE ROBINSON, Mayor City of Round Rock, Texas rti (512) 250 8373 environmental engineers transportation engineers industrial site development engineers land development engineers construction managers planners surveyors rio tech, inc. consulting engineers austIn, texas 78726 February 8, 1991 Mr. James R. Huse, P.E. Director of Public Works City of Round Rock 300 South Blair Street Round Rock, Texas 78664 Re: Engineers Letter of Recommendation Corridor Drive Street and Drainage Improvements Dear Jim, Bids were received at 2:00 p.m., Tuesday, February 5, 1991 for the construction of the Corridor Drive Street and Drainage Improvements. A total of eight (8) bids were received with the lowest bidder being Parker and Rogers Construction Company of Georgetown, Texas, in the amount of $ 173,248.21 for the Base Bid and $ 282,008.12 for the Alternate Bid. A complete bid tabulation is enclosed for your review. Parker and Rogers has completed many street projects in the area for the Texas Highway Department, Williamson County, and the City of Round Rock Based upon their past experience record and submission of the lowest and best bid, we recommend award of this contract to Parker and Rogers Construction Company. If you have any questions or comments, please feel free to call. Very truly yours, RIO NCH, INC. A. William W lieu, P.E. Project Manager Enclosure AWW/slw cc: Mr. Al Wille, Senior Engineer -Dept. of Public Works Mr. Randy Rogers, Parker and Rogers Construction Company ice: File No. 103 -3035 axngroa wp5,2 9510 ranch road 620' 020891 20B NUMBER: 103 -3035 FILE esPlody BID DATE Frbmny 5, 1991 8) 2110pn DEBT NUMBER DESCRIPTION CONTRACTOR: UNIT QUANTITY Rio Tech, Inc. - Bid Tabulations Corridor Drive Street & Drainage Improvements City of Round Rock Base Bid PARRS& & ROGERS CONSTL CO. BAY MAINTENANCE W. Gevgto, Taus Eevhm Bey, Team POOL & ROGERS PAVING 02. AUSTIN PAVING CO. Buda, Taw A08m, 7emt UNIT UNIT UNIT UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT I. 36 REINFORCED CONCRETE BOR CULVERTS LS. 1 1 23.500.00 S 22,500.00 S 5090000 3 50,00090 1 19,580.0 $ 1938030 S 31,00300 3 31,090.00 , 2. 75' FIAT 00514036 CHANNEL 8E2. 3.16 0 2,000.00 1 6,320 00 5 2,500.00 S 7900.00 S 853.03 1 2,695.48 _ 1 1,10000 $ 3,47600 3. 20 FLAT BOTTOM CHANNEL STA. 7.74 S 120000 S 1393200 5 2,200.00 $ 17,028.03 $ 878.00 S 6,79572 5 1,100.00 0 8 ,51400 4. 6' CONCRETE RIP RAP S.Y. 627 0 2400 S 15,04800 1 25.00 1 15,675.00 1 36.00 1 22,57100 5 2600 5 16,30200 5. UNCLASSDT=1 STREET EXCAVATION SY. 5,286 0 130 5 7929.00 S 200 1 10,57100 S 330 5 18,50100 5 430 0 22,201.20 6. 14' FLEXIBLE BASE S.Y. 4,688 3 600 5 28,138.00 S 500 ' 5 2391100 5 800 5 37,50400 S 890 5 3730690 7. 2' HBTAC PAVEMENT SY. 4981 1 490 5 17,52400 S 4.00 5 17,524.00 5 4.15 0 18,181.15 0 3.50 5 15,333.50 8. STANDARD CURB & GUTTER I.F. 1.390 1 500 $ 695000 5 500 5 6950.00 3 5.00 0 695090 5 5.00 5 695090 9. 24' CLASS 211 RCP LF. 72 0 26.03 S 1,87200 $ 20.00 1 1,440.00 I 2265 1 1,63850 S 32.0 4 5 2,3 10. 6' CONCRETE RIP RAP HEADWALL EA 2 1 130000 1 3,000.00 $ 40003 $ 800.00 1 4,750.00 S 9,00.06 S 1,100.00 5 2,200.00 11. 15 PVC SLEEVE LF. 120 5 1800 1 2,16090 1 1500 $ 1,800.00 $ 23.65 1 2,13800 - 0 20.00 1 2,400.00 12 12' 5DR. 35 PVC SLEEVE L.F. 80 S 1800 1 1,440.00 5 1500 1 1,200.00 1 39.30 1 3,14600 S 33.00 1 2,640.00 13 6' 51/R 35 PVC WASTEWATER LINE I.P. SO 1 2000 1 1,6029.00 3 1000 5 500.00 5 31.90 5 2,55200 $ 2000 1 1,60090 '14 5 5DR 35 PVC WASTEWATER LINE I.F. 125 5 M/0 1 4,500.00 5 1200 5 2700.00 $ 31.00 S 697500 $ 2650 $ 5 ,51250 15. 4' 01630ETTEA WASTEWATER MANHOLE EA 2 $ 1 0.00 1 2,40000 5 1,00000 1 2,000.00 1 2,625.00 1 5,220.00 5 1,600.00 5 3,200.00 16. 15 DUCTILE IRON WATER LINE RE5ACA770N IS 5 4,00090 S 4,00090 S 2,50000 S 2,50000 S 5,13000 S 125000 1 8,00000 1 8,00000 17. STANDARD S CURB INLET FA 2 5 12 S 3,000.00 S 2,000.00 0 4,00000 1 1,26500 5 133000 5 1,80000 5 3,60003 18 24' CLASS IV RCP LF. 113 1 2800 S 3,164.00 5 2200 0 248600 5 2670 $ 3917.10 5 4000 1 432000 19. 15 01A95 05 RCP L.F. 70.71 $ 2100 1 1,48491 1 1600 0 1,131.36 0 20.50 0 1,44936 3 4100 5 2,899.11 M 6' CONCRETE RIP RAP (STA 23456) S.Y. 52 5 4000 5 220.00 5 2800 5 15400 $ 5500 . 3 30250 5 30.00 0 16500 24. 6 STRAND BARBED WIRE FENCE I.F. 2,622 S 2.25 5 529930 5 290 1 5,244.00 $ 2.85 5 7,47270 1 290 5 5,544.00 22 TRENCH SAFETY 8571224 LS. 1 0 190000 5 1,00000 S 503 00 5 503.0 1 1,100.00 1 1,100.00 S 1,100.00 1 1,100.00 23. TEMPORARY & PERMANENT EROSION CONIAOIS LS. S 9,000.00 5 9,000.00 1 10930.30 5 10,00203 S 6,00000 $ 6000.00 S 7,00000 $ 7,000.00 24. PAVEMENT MARRIN05 (REPLECIVARED) LS. 1 , S 1,300.00 5 1,300.00 S 2,00000 1 2,00000 5 6,50000 5 6,50000 5 3,00000 S 3,000.00 25. 1270000741 817780 LF. 628 S 600 0 376.00 S 5.00 $ 314.00 8 5.00 5 314530 0 7.00 1 439.60 26 ABANDON & DEMO2SE1 EXISTING STOCK TANK LS. 1 $ 1500 00 S 8,50000 1 10.00800 0 10,003.00 5 3,000.00 1 3,/0000 S 18,00000 , S 10.000.0 �w a a "` a ` amovl TOTAL BASE BID PRICE 5173,245.21` 1191,158.36 1202,085.01 5207,104.91 PAGE 1 028/91 308 NUMBEI0 103-3035 FILE. . BID DATE Pe81on3 5, 1991 ® 20000 CONTRACTOR: Rio Tech, Inc. - Bid Tabulations Corridor Drive Street & Drainage Improvements City of Round Rock BII.Ce Rift 7. C EVANS CONSTRUCTION AUSTIN El0000S4EERDOQ CO. Avam, Tan Avid; Team PAGE 2 CNASC'O CONTRACTING CAPITAL EXCAVATION CO. Bawd Rock, Tan Amio, Taw ITEM UNIT VNR UNIT 530407 NUMBER DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1. 3670' REINFORCED CONCRETE BOX CULVERTS LS. 1 5 4649251 5 4449251 1 42,00003 3 42,000.01 , 1 20,000.00 1 20,000.00 1 23,200(0 523,20000 2 26 PLAT BOTTOM 606340435. STA 3.16 5 1,37253 S 4337.19 5 2,00000 5 6320.00 1 2,40400 1 7,581.00 1 9,10000 3 3,476.00 3. 20• FLAT BOTTOM CHANNEL STA. 7.74 5 1,573.25 S 12,17636 S 2,00000 5 15,48050 1 3,10.0 5 16,75150 3 1 3 9388.0 4. 6. OOI0CRETH RIP RAP RY. 627 1 3153 S 19,803.66 S 34.00 1 21318.0 S 25.0 3 15,67520 3 580 S 5B 5. UNCLASSIFIED SIRES EXCAVATION VATION • 0,Y. 5$86 3 136 S 8,246.16 S 350 5 15,858.0 S 7.0 5 37,0020 3 780 S 4 1330.80 6. 14• 505753101.70 BASE S.Y. 4,683 3 473 S 22,17434 1 350 3 39379.20 1 5.45 3 25,549760 3 670 S 31,40.60 7. 2• HMAC PAVEMENT S.Y. 4,381 3 336 1 17340.76 5 425 1 18,61925 T 3.70 S 1630.70 8 3.70 S 16,209.70 8, STANDARD CURB 6: GUTTER 1390 5 488 5 6,783.20 5 50 0 69540 3 3.40 5 7,50600 1 ' 535 5 739750 9. 24• CLASS B RCP 72 0 36.0 5 2,5920 5 340 5 23640 5 240 S 1,4140 8 30.00 0 5 2,160.00 0. 6• CONCRETE RIP RAP HEADWALL 2 1 195676 S 3513.52 S 0800.00 S 3300.0 3 1,50050 0 39 0 1,606. 5 320400 11. 12• PVC SLEEVE LF. 170 5 400 S 4,80060 S 260 S 3,000.0 5 350 5 4,2050 S 19.01 5 2,280.00 12 13 5010 35 PVC SLEEVE LP. 0 5 40.0 S 530000 3 260 5 2,0000• 5 40.0 S 330. S 3151 5 2,520.0 13. 6• STIR 73 PVC WASTEWATER LIMB LP. 80 5 600 T 130 $ 440 $ 3 3 0 . 0 1 340 5 240000 S 1950 S 15240 14. 8• 000. 35 PVC WASTEWATER LINE L.P. 225 0 2500 3 5,62500 1 460 3 10,35050 • 5 4000 0 990400 0 2340 5 5,265.00 16 4' DIAMETER WASTEWATER MANHOLE EA. 2 1 13040 0 3500.0 5 1,70.0 5 3,4040 5 1900.00 S 33600.00 3 160000 $ 3300 IQ 12• DUCIILE 3RON WATER LINE RELOCATION L.S. S 8,00.0 5 3,000 5 5300.0 S 5300.0 5 4,8040 5 4900 3 730400 3 7,500.0 17. STANDARD S CURB INLET PA 2 5 1,72624 5 3,45248 5 1,700 5 3,400 1 1,6000 S 3,8010 3 14300 S 29600 18. 2• CLASS IV RCP LP. 113 5 310 5 3,5020 5 3400 3 39420 S 30.00 0 3390.0 3 57.10 5 4,19230 19. IV CLASS IV RCP + LF. . 70.71 ` ' S 250 5 1,767.75 3 2500 S 1,767.75 0 25.00 0 1,767.75 3 33.40 5 2361.71 20. 6• CONCRETE RIP RAP (STA 234.58) S.Y. 55 S 3798 ' 3 20889 I t 60 0 5 350.0 5 40.00 5 22/0 5 500 5 27550 21. 6 STRAND BARBED WIRE FENCE I.F. 2.622 S 1513 $ 4,273.86 S 2.00 5 5.2440 5 210 I 5,50620 S 185 5 435070 22 TRENCH SAFETY SYSTEM LS. 1 0 1,677.50 5 0677.50 T 3,0009 S 3,000.0 5 5,0040 5 5,0000 5 1,100 5 1,10.00 23. TEMPORARY R PERMANENT EROSION CONTROLS IS. T 498250 S 498250 0 3,00.0 , 0 3,00.0 3 3,5000 5 3E00.0 S 5900 5 590000 24. PAVEMENT MARKINGS (BEFT.EC0ORIi'ED) LS, t I 1,14052 T 1,14052 0 500 3 500.00 5 3,000 S 3000 S 1,100 S 1,1050 25. TAYDOWN CURB 628 S 745 S 44274 T 550 8 3140 3 ' 10.00 3 6280 1 9.00 5 505.20 26 ABANDON R DEMOLISH EU5fIN0 STOCK TANK 1 S 21,41790 S 21,417.93 S 3,0000 S 3,0040 1 25,00.0 1 15,000 0 29,60.0 5 28,60.03 . dmuw corrected magma ..,ewe. TOTAL BASE 13ID PRICE 5214,407.34 3223,212.20^ 5228,632,20 5229,6 029391 JOB NUMBER: FEW BID DATE (J0. .20N571U N CO. ITEM NUMBER DESCRIPTION 103 -3035 4512.004 Pabnaq 5, 1991 44 2140314 CONTRACTOR: 6 ROGERS CONST. CO. • 71� a OR UNIT QUANTITY Rio Tech, Inc. - Bid Tabulations Corridor Drive Street & Drainage Improvements City of Round Rock Alternate Bid 0a0,6atow, Tam UNIT PRICE AMOUNT 100,0543.517. Tam UNIT PRICE AMOUNT J. C. EV .03414, Tau UNIT PRICE AMOUNT CAPITAL IDCCA ADO M00 Teaa UNIT PRICE AMOUNT PAGE 3 Ll 36313' REINFORCED CONCRETE BOX CULVERTS S.S. 1 3 21,500.00 S 27,590.03 3 50,003.00 3 50,00000 $ 4,412.96 1 4441296 3 23310310 1 23,20000 28. 25' PLAT BOTTOM CHANNEL STA. 336 3 290000 3 632000 3 2,50030 3 790000 3 133553 S 4,337.19 1 1,10090 1 3,47600 33. 22 PLAT BOTTOM C160406E1. STA 7.74 3 180000 3 13,93200 3 2,20090 3 17,038.00 3 1,573.25 3 1237696 $ 130000 3 936503 46, 6' CONCRETE RIP RAP AY. 627 1 24.00 1 15,04.00 1 25.00 $ 15,675.00 5 31.58 3 19,80036 5 3580 3 14057.63 56. UNCLASSIFIED STREET EXCAVATION S.Y. 9,597 1 150 3 14995.50 3 290 1 19,99430 3 1.56 3 1459532 5 4.70 3 46,93590 68. 14 FL 74431E BASE AY 47715 3 6.0.3 1 52,62990 3 5.00 1 43,85750 3 4.73 3 41,489. S 620 1 34,33320 76. Y HMAC PAVEMENT 5.Y. 47713 3 330 1 34,20325 S 490 5 35,00600 3 315 1 33,77036 3 3.45 5 3426143 M. STANDARD CURB & GUTTER I.P. 2,713 1 5.00 S 13,56590 1 5.00 3 1356600 S 456 3 07,37138 1 460 3 12,479 9A. 24 CLASS III RCP I.F. 102 $ 26.00 5 2,65203 S 2003 3 2,647.00 . 5 27.03 3 2344.00 3 30.00 1 3,06090 106. 6' CONCRETE RIP RAP HHEADWAIL E6. 2 1 1,500.00 1 3900.00 1 400.03 3 80000 1 195666 3 391332 3 1,600.00 3 3,20100 176. 12' PVC SLEEVE. L.F. • 210 S 1500 1 3,78003 1 1500 S 3,15030 S 2103 S 5940.00 1 19.00 1 395100 12A. 6' MR. 35 PVC WASTEWATER LENT L.P. 260 1 20.00 3 5,20030 1 10.00 1 2,60000 S 1503 S 4380.00 1 19.00 S 4,94000 138. 6' SDK. 35 PVC WASTEWATER LINE L.P. 945 5 20.00 3 19,700 00 3 1200 5 11,82090 1 1500 1 17,730.00 1 23.40 1 2390990 143. 4' DIA. WASTEWATER MANHOLE 006. 4 3 1,20000 5 420100 3 10000 1 4,000.00 5 130000 5 00090 $ 1,600.00 1 440000 156. 12' DUCTILE BOON WATER I3NE RELOCATION LA 1 3 4,00000 3 4,00000 - 3 250000 1 2,50090 5 650000 1 6 S 750000 3 730000 064. STANDARD S CURB INLET EA. 3 3 1500.00 3 430000 3 ;00000 S 6,00090 3 0,72689 1 5,18067 1 1 ,43000 3 4350.00 178. STANDARD 10 CURB INLET EA. 5 3 1,60000 S 9,00000 1 2,500.6 S 12503 00 3 197431 1 9,87155 1 1,7006 S 8966 1831 24 CLASS IV RCP LF. 782 1 2600 1 203326 5 2200 1 1730490 S 23.00 S 1798690 1 2650 3 27.7990 19A. 16' CLASS IV RCP L.P. 127.27 1 21.00 S 2,67267 3 066 3 2,03632 3 21.00 5 2,67267 1 2260 3 2,87630 20A. 4' DI A. JUNCTION MANHOLE. EA. 1 5 2,000.00 3 2,000.00 1 15530 1 1566 $ 1,40000 3 1,400.00 3 1,400.00 3 1,40000 216. 6' CONCRETE RIP RAP (STA 23+58) S.Y. 55 S 4000 S 220.03 1 2100 3 15490 5 57.45 S 31598 3 5000 S 27601 226, 6 STRAND BARBED WIRE FENCE I.F. 3,623 1 235 1 5299.50 1 2.00 S 5344.00 S 163 3 437386 3 185 S 4}9170 238. TRENCH SAFETY SYSTEM LS. 1 1 1,000.6 1 1900.0 S 1,066 3 106.00 S 195390 3 195100 1 1,66.03 1 1,400.00 250. TEMPORARY & PERMANENT EROSION CONTROLS LS. 1 9,00000 S 92600 S 10,6090 3 17.6090 1 428250 3 428250 1 496.00 1 49603 254. PAVEMENT MARKINGS (REFJ.ECNRIZED) LA 1 3 1200.00 S 12600 S 1,50000 1 1,500.00 1 139560 1 13956 1 130090 5 13600 26A. LAYDOWN CURB LF. 1256 $ 6.00 S 753.60 S 500 5 62003 S 795 3 685.48 3 900 1 1,13140 276, ABANDON @ DEMOLISH EDSTINO STOCK TANK LS. 1 S 8500 00 5 8500.00 S 10,67.03 5 109690 1 21,417.90 3 21,417 93 1 28,62.03 $ 28,60091 ' devotes corrected =moot ,..emm. TOTAL BASE BID PRICE 732012,008.12 5297,721.02 5304,999.3E 5330,716.6E 020891 JOB NI2AfBEIL 103 -3035 PII.E .000204, BID DATE Petrov) 5, 1991 @ 200pm ITEM NUMBER DESCRIPTION CON18AC00R UNIT QUANTITY Rio Tech, Inc. - Bid Tabulations Corridor Drive Street & Drainage Improvements City of Round Rock Alternate Aid 0005' UNIT UNIT UNIT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PAGE 4 AUSTIN PAVING CO. P001. & 6060603 PAVING CO. CNASCO CONTRACTING AUSTIN ENGINEERING CO. Ao508,701. Bode, Tens Road Rock, 7tra. A134103, Tern 14. 3670' REINFORCED CONCRETE BOX CULVERTS LS. I 5 31,00040 3 31,00040 1 19,580.00 S 19,58000 S 30,000.00 5 30,00000 5 42,000.00 3 42000.00 26. 29 FIAT BOTTOM CHANNEL STA. 3.16 5 1,10040 5 347600 5 55040 3 268600 5 2,400.00 1 7,58400 5 2,000.00 $ 652000 34. 20' PLAT BOTTOM CHANNEL 01A. 7.74 3 1,10000 1 8,514.00 S 87540 1 6,77230 5 2,10040 3 1625400 5 2,00040 S 15.480.00 44. 6' 00700)21E RIP RAP S.Y. 627 3 2600 $ 16,30200 5 36.00 3 22,5 200 5 25.00 I 1507500 5 34.00 3 21518.00 54. UNC3ASSIFIIID STREET EXCAVATION RY. 9,997 I 330 5 32,990,10 5 260 3 25,99220 5 5.70 5 56,98290 5 300 5 29,99140 630. 10 FLEXIBLE 0082E 5.Y. 82713 5 140 5 70,17200 S 830 1 74,557.75 5 545 5 47,804.68 1 8.25 5 72,364.83 7A, T HMAC 00A0020242 5.24. 8,7715 S 350 S 30,70025 5 395 5 33,770.M 5 3.70 5 32454.55 5 4.10 5 35,90.15 84. STANDARD CURB R 0037938& I.P. 2,713 5 540 S 13,565.00 S 500 113,56540 3 4.35 S 11,80155 $ 5.00 3 13,565.00 94. 24' CIA02 III RCP LP. 102 5 3100 5 326400 5 20.65 S 2,10630 3 3100 3 2,010.00 3 29.00 5 2958.00 104. 6' CONCRETE R1P RAP HEADWALL EA. 2 3 1,10000 5 220040 5 4,750.00 5 9,500.00 3 130100 5 3,00000 5 3,80000 1 3,60040 114. 12' PVC SIF.EVE LF. 210 5 1950 5 4,09500 3 23.50 5 4,935.00 3 35.00 5 7350.00 5 24.00 1 5,010.00 12A. 6' SDR 35 PVC WASTEWATER LINE L.F. 260 5 2100 3 5200.00 5 3200 5 8320.00 5 3090 S 7000.00 5 3800 5 9,88000 13A. 8' SDR 35 PVC WASTEWATER LINE I.P. 985 S 24.50 1 24,13250 5 31.00 3 30,535.00 1 34.00 5 33,490.00 5 4200 1 41,370.00 14A. 4' DIA. WASTEWATER MANHOLE EA 4 5 1,600.00 1 6,400.00 5 2,63500 5 10,54000 S 1000.00 5 7200.00 5 160000 5 6.40000 15A_ 12' DUCTILE IRON WATER TINE RELOCATION L.S. 1 5 890000 5 8,000.00 3 5,83400 5 5530.00 5 4,60000 S 4,800.00 S 5,00000 1 500000 16A. STANDARD 5' CURB INLET EA 3 5 1,800.00 5 5,400.00 5 1265.00 5 3,79500 5 160000 5 4,80000 5 1,70040 1 5500.00 17A. STANDARD 10' CURB INLET EA. 5 5 2900.00 3 10,00040 S 1,81500 5 9,07500 5 100000 S 9,000.00 1 1,800.00 5 9,000.00 184. 24' CIASS IV RCP I.F. 782 3 2850 5 27,287.00 5 26.65 3 2184030 5 2840 5 21,896.00 5 3140 5 2424200 19A. 18' CLASS IV RCP I.F. 12727 5 29.00 5 3690.83 5 2065 3 262813 5 21.00 5 2,67267 5 2400 5 3,05448 20A. 4' DIA. JUNCTION MANHOLE EA 1 3 1 ,400.00 S 1,40000 5 1,10000 5 1,100.00" S 3,00000 5 3,00000 5 3,000.00 5 390000 21A. 6' CONCRETE RIP RAP (STA 23958) S.Y. 53 3 3000 5 165.00 S „ 5500 1 30230 5 3000 3 165.00 3 6000 5 330.00 22A. 6 STRAND BARBED WIRE FENCE I.P. 2,672 3 240 5 524450 5 2.85 5 7,472.70 5 210 3 5,50620 5 200 5 5244.0 23A. TRENCH SAFETY SYSTEM LS. 3 2,50000 3 2,500.00 ' 5 1,10000 5 1,10000 S 6,00000 5 6,00040 S 500040 5 5,000.00 24A. TEMPORARY C PERMANENT EROSION CONTROLS LS. 1 9900.00 5 9,00040 S 6,000.00 3 6,000.00 3 6,00040 5 6,000.00 5 3,00100 5 390000 25A. PAVEMENT MARKINGS OIEFLECTORLZ2) LS. 1 1 390000 5 3,000.00 5 6,50040 1 6,50000 3 3500.00 5 3,500.00 5 1,000.00 1 1,00000 264. IAYDOWN CURS I.F. 125.6 1 540 5 62800 5 543 1 62800 1 10.00 5 125600 5 540 5 63103 27A. ABANDON 30 DEMOLISH EXISTING STOCK TANK L.S. 1 5 10,00307 5 10400.02 5 390040 5 3,00000 3 25,000.03 1 23,007.0 5 3,00040 3 390000 • = 6 ' O0"'''d t 7 4 TOTAL BASE BID PRICE $333,325.66 $333,703.66 5373,03250 5373,548.5E February 13, 1991 Mr. Bob Bennett, A. I. C. P. City Manager City of Round Rock 221 East Main Avenue Round Rock, Texas 78664 Dear Bob, TOM E. NELSON, JR. 2414 Expos -17o2 BOULEVARD SmiE D200 AUSTIN, TEXAS 78703 RE: Corridor Drive Street & Drainage Improvements - Construction Plans City of Round Rock Jim Boles has briefed me on the status of the planned construction to join FM 1325 to the existing Corrider Drive in the Corridor Park Industrial Subdivision and I have reviewed the Construction Plans for this work prepared by Haynie and Kaltman, Inc. as certified by Steven D. Kaltman, P. E. on September 1, 1989, and the included revisions made in January 1991 to bid Alternate "A" as certified by A. William Waeltz, P. E. of Rio Tech, Inc., Consulting Engineers, on January 22, 1991. These plans appear to carry out the ageements between Jim Boles and the City of Round Rock to include the Abandonment and Demolition of the Existing Stock Tank, Construction of a 6 Strand Barbed Wire Fence on both sides of the proposed road easement, and Provisions for Water and Wastewater Services to be extended to the property west of the paved area without disturbing the paved street. I am the Managing Partner of the Sellstrom Tract Joint Venture, the owner of the 21.216 acre tract and 17.715 acre tract out of which the City of Round Rock has requested conveyance of 2.817 acres in the A. Spreecher Survey No. 101, Travis County, Texas, to be dedicated for the extension of this road. I have the authority as managing partner of this joint venture to execute the necessary documents to dedicate this 2.817 acres for the extension of Corridor Drive Street and Drainage Improvements. I understand that such documents are being prepared by Stephan Sheets for the City of Round Rock and, when available, will be subject to review by the attorney representing our joint venture. After reviewing the plans for this construction and field notes for the easement and discussing with Jim Boles the agreements he has made with the City of Round Rock regarding this matter, I see no reason why the dedication instruments cannot be promptly executed upon approval by counsel for the venture. Thank you for your cooperation in working out the details of this project. Please be assured that I will be available to expedite this project in any way possible. With kindest regards, I am, Sincerely, 1�� To E. Nelsd (512) 472 -6901 February 13, 1991 Mr. Bob Bennett, A. I. C. P. City Manager City of Round Rock 221 East Main Avenue Round Rock, Texas 78664 Dear Bob, TOM E. NELSON, JR. 2414 Exxosnmox Bou1.Evemn SIInTP. D200 AUSTIN, Taxes 78703 RE: Corridor Drive Street & Drainage Improvements- Construction Plans City of Round Rock (312) 472 -6901 Enclosed is a letter along the lines Jim Boles outlined to allow you to gain approval of the proposed construction contract for this project at your next Thursday City Council meeting. Please be sure the dedication instruments that will be recorded are prepared for execution by "Tom E. Nelson, Jr., Trustee No. II ", the record owner of the subject properties as a result of the conveyance of these properties from Charles M. Christensen, Trustee, to Tom E. Nelson, Jr., Trustee No. II by Warranty Deed dated January 29, 1987, and recorded in Volume 10084 pages 0093/0103 of the Real Property Records of Travis County, Texas, and Volume 1481 Pages 701/711 of the Official Records of Williamson County, Texas. All of the 2.817 acres to be conveyed in the dedication instrument is located in Travis County, Texas. Please let me know if I can be of further help to you in completing this transaction. With kindest regards, I am, Enclosure CC: Mr. Stephan L: Sheets Sincerely, Tom E. Nelson, DATE: February 12, 1991 SUBJECT: City Council Meeting, February 14, 1991 ITEM: 9I. Consider a resolution authorizing the Mayor to enter into a contract for the construction of Corridor Drive. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On February 5, 1991, eight (8) bids were received for the construction of Corridor Park Drive. Parker and Rogers Construction Company of Georgetown, Texas was the lowest and best bidder. Staff recommends award of the base bid for an amount of $173,248.21. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 .1 CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS CONTRACT DOCUMENTS AND SPECIFICATIONS OWNER: CITY OF ROUND ROCK, TEXAS Bids will be received at the City of Round Rock, Council Chambers, 221 East Main Street Round Rock, Texas, 78664 until 2 :00 p.m., Tuesday, February 5, 1991. ENGINEER: rti RIO TECH, INC. 9510 Ranch Road 620 Austin, Texas 78726 (512) 250 -8373 .>°qE OF 7-41 A. WILLIAM WAELI 68220 / ° 8 �a NAL STE c�,. � /- Z� Specification No. RTI Job No. 103 -3035 Spec. Version: 01/01/91 a:.cdr,sp2 /5635 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 rti (512) 250 8373 environmental engineers transportation engineers industrial site development engineers and development engineers construction managers planners surveyors rio tech, inc. consulting engineers January 28, 1991 ADDENDUM NO.1 Corridor Drive Street and Drainage Improvements 1. Replace pages 10, 17, and 18 of 18 in Proposal with 10, 17 and 18 of 18. The Revised bid sheets include Alternate 5A -1 and Alternate 6A -1 "Unclassified Street 2. All bidders shall acknowledge receipt of ADDENDUM 2 of 18 of the Proposal. ADDENDUM NO. 1 9510 ranch road 620 oust In,texas 78726 Addendum No. 1 to the Plans, Specifications and Contract Documents for "Corridor Drive Street and Drainage Improvements" project for the City of Round Rock, Texas. Revised pages the addition of Excavation." NO.1 on Sheet rti (512) 250 8373 environmental engineers transportation engineers industrial site development engineers land development engineers construction managers planners surveyors rio tech, inc. consulting engineers January 31, 1991 ADDENDUM NO.2 Corridor Drive Street and Drainage Improvements Addendum No. 2 ;o the Plans, Specifications and Contract Documents for "Corridor Drive Street and Drainage Improvements" project for the City of Round Rock, Texas. 1. For clarification purposes, be advised the Tensar Geogrid SS -1 or approved equal shall be placed above the entire subgrade surface. (18" behind curb to 2' beyond centerline on base bid and 18" behind curb to 18" behind curb for Alternate Bid.) 2. All bidders shall acknowledge receipt of ADDENDUM NO.2 on Sheet 2 of 18 of the Proposal. v co o F x90 A. WILLIAM WAELTZ 9 68220 :4 ADDENDUM NO. 2 1/31/91 9510 ranch road 620 austin, texas 78726 TABLE OF CONTENTS 1 - TITLE SHEET 2 - TABLE OF CONTENTS 3 - NOTICE TO CONTRACTORS 4 - INSTRUCTIONS TO BIDDERS 5 - PROPOSAL AND BIDDING SHEETS 6 - INFORMATION REQUIRED OF BIDDER 7 - BID BOND 8 - AGREEMENT 9 - PERFORMANCE BOND 10 - PAYMENT BOND 11 - MAINTENANCE BOND 12 - CERTIFICATE OF INSURANCE 13 - GENERAL CONDITIONS OF THE AGREEMENT 14 - SPECIAL CONDITIONS OF THE AGREEMENT 15 - TECHNICAL SPECIFICATIONS 16 - GEOTECHNICAL REPORT NOTICE TO CONTRACTORS Corridor Drive Street and Drainage Improvements Sealed Bids, in envelopes addressed to The City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 will be received at the above mentioned address until 2:00 p.m., Tuesday, February 5, 1991 and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the construction of Corridor Drive Street and Drainage Improvements. Bids will be submitted in sealed envelopes for the project on the proposal furnished, and marked in the upper left hand corner "Bid for Corridor Drive Street and Drainage Improvements, opening 2/5/91 at 2:00 p.m." All proposals shall be accompanied by a certified cashier's check upon a national or state bank in the amount of five (5 %) percent of the total maximum bid price payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company as a guarantee that bidder will enter into a contract and execute performance bond within ten (10) days after notice of award of contract to him. Provided however, if the contract price is less than 550,000.00, the bidder shall have the option of providing a letter of credit in lieu of a performance bond, said letter of credit to be in a form acceptable to the City of Round Rock. The notice of award of contract shall be given by the Owner within sixty (60) days after the bid opening. The bid security must be enclosed in the same envelope with the bid. Bids without check or bid bond will not considered. All bid securities will be returned to the respective bidder within twenty -five (25) days after bids are opened, except those which the Owner elects to hold until the successful bidder has executed the contract. Thereafter all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. The successful bidder must furnish performance bond or letter of credit, payment bond and maintenance bond in the amount of one hundred (100%) percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received. Page 1 of 2 Plans, specifications and bidding documents may be secured from the office of Rio Tech, Inc., 9510 Ranch Road 620, Austin, Texas 78726 for thirty - five ($35.00) dollars per set, which is non - refundable. Plans and Specifications may be examined at the office of Rio Tech, Inc., 9510 Ranch Road 620, Austin, Texas, 78726, (512) 250 - 8373. Bidders should carefully examine the Plans, Specifications and other documents, visit the site of work, and fully inform themselves as to all conditions and matters which can in any way effect the work or the cost hereof. Should a bidder find discrepancies in, or omissions from the Plans, Specifications or other documents, or should be in doubt as to their meaning, he should notify Rio Tech, Inc., and obtain clarification prior to submitting any bid. Prequalification Requirements: The bidder is to submit information regarding his qualifications with this bid in accordance with instructions contained in the Bid Form. Minimum Wage Scale: As specified and regulated by the State of Texas and the Federal Government. The Base Bid Project shall be completed within one hundred twenty (120) calendar days after Notice to Proceed from the Engineer. Should the Owner award construction of Alternate "A ", the Project shall be completed within one hundred and fifty (150) calendar days. Page 2 of 2 OWNER: City of Round Rock, Texas LOCATION: Round Rock, Williamson County, Texas PROJECT TITLE: Corridor Drive Streeet and Drainage Improvements BID BOND: 5% PERFORMANCE BOND: 100% PAYMENT BOND: 100% MAINTENANCE BOND: 100% PLANS AVAILABLE: 01/23/91 OPENING TIME: 2:00 pm Tuesday,February 5, 1991 OPENING PLACE: ADVERTISEMENT SUMMARY Rio Tech, Inc. 9510 Ranch Road 620 Austin, Texas 78726 Telephone: (512) 250 -8373 Council Chambers City of Round Rock 221 East Main Street Round Rock, Texas 78664 PROPOSAL INSTRUCTIONS TO BIDDERS The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed envelope addressed to: and shall be identified as followed: DISQUALIFICATION OF BIDDERS City of Round Rock 221 East Main Street Round Rock, Texas 78664 "Bid for Corridor Drive Street and Drainage Improvements opening 2/5/91 at 2:00 pm" A proposal will not be accepted unless prepared on the bidding form provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. Unauthorized condition, limitation or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and if filed with the Engineer. More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. RETURN OF PROPOSAL, GUARANTEES Within twenty - five (25) days after bids are opened, the Owner will return the proposals as are not considered in making the award. All other proposals guarantees will be held until the Contract has been finally executed. They will be returned to the respective bidders whose proposals they accompany within sixty (60) days after the contract execution. Page 1 of 3 AWARD OF CONTRACT - RESERVATION OF RIGHTS Contract, if awarded, will be awarded to responsible bidder whose proposal complies with all the requirements prescribed. Award, if made, will be made within sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the lowest responsible bidder's proposal, and to waive any informality in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written contract with the Owner on the form of Agreement provided. Failure of refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful bidder refuses or fails to execute the Contract the Owner may award the Contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the Contract, the Owner may award the Contract to the third lowest responsible bidder. On the failure or refusal of such second and third lowest responsible bidder to execute the Contract, the work may be bid again at a late date. PROPOSAL GUARANTEE Each proposal shall be accompanied by a certified or cashier's check or bid bond in the amount of not less than 5% of the amount named in the proposal. Said check or bond shall be made payable to the Owner and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after Notice of Award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter into said contract, the check or bond as the case may be, shall be forfeited to the Owner. No bidder's bond will be accepted unless it conforms to the form furnished by the Owner, which is bound herein, and is properly filled out and executed. PROPOSAL, SIGNATURE If the proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by a Partnership it shall be signed with the co- partnership name by a member of the Partnership, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation, the name of the corporation shall be signed by its duly authorized officer or officers attested by corporate seal, and the name and title of all officers of the corporation shall be given. Page 2 of 3 1 COMPETENCY OF BIDDERS I In selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to the general competency of the bidder for the performance of the work covered by the proposal. To this end, each proposal shall be supported by a I statement of the bidder's experience, on the form entitled "Information Required of Bidder ", bound herein. This form must be completed by all bidders. BIDDER'S RXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefore. It will be understood that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. 1 ADDENDA Bidders desiring further information, or interpretation of the Specifications must make request for such information in writing to Engineer, a minimum of 48 -hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum ' form, and all Addenda will be bound with, and made a part of, the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from the Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued twenty -four (24) hours before the opening of bids will be mailed or delivered to each ' Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to include any Addenda if such are issued by the Engineer twenty -four (24) hours before the opening of bids. 1 1 1 1 1 Page3of3 1 1 1 1 1 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is named without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors inviting bids, conditions and classes of materials of the proposed work; agrees that he will provide all the necessary supervision, labor, machinery, equipment, tools, apparatus, and other items incidental to construction; will do all the work and furnish all the materials called for in 'the Contract Documents, Plans and Specifications in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is futher agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within seven (7) calendar days after written Notice to Proceed has been given. Page 1 of 18 1 1 1 1 1 r� ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the following bid items are the only items of payment under this contract and his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the Plans, Specifications, and the Contract Documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in one hundred and twenty (120) calendar days following date of "Notice to Proceed ". Should the Owner award Alternate "A ", the Project will be completed within one hundred and fifity (150) calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities or technicalities in any proposal in the interest of the Owner, except as specifically limited by the term of the Contract Documents or applicable laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following addenda; Addendum No. 1/! z Page 2 of 18 Dated / - 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL mnnvr' SHE TS JOB NAME: CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK, TEXAS Gentlemen: Pursuant to the foregoing Advertisement for Bids and Instruction to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary supervision, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work bid as provided by the attached supplemental specifications, and as shown on the plans for the construction of Corridor Drive Street and Drainage Improvements, and binds himself of acceptance of this proposal to execute a contract and bonds for completing said project within the time stated for the following prices, to wit: $ASE BID (CONSTRUCTION OF EAST 1/2 OF 60' ROADWAY) Bid Item Description Unit It&m Quantity Unit and Written Unit Price Eric& Amount 1 1 L.S. 3 - 6' x 3' Reinforced Concrete Box Culverts, including Structural Excavation, Course Aggregate Base Parallel Wingwalls, and all Appurtenances, Complete in place per Lump Sum. fou�r 7 NTy /wo /Nous4vo / -iv/. NuNp26o Dollars and No Cents $ z2 500 g $ ZZ , 5 2 3.16 Sta. 25' Flat Bottom Channel including all Excavation, Disposal of Surplus Material and Restoration (STA. 0 +95 to 4 +11.24), Complete in place per Station for WO //4pus44o Dollars and NO Cents $ Z, 000XK $ (0 3Z O P ty. Page 3 of 18 1 1 1 11 1 Bid Item Description Unit it Quantify Unit and Written Unit Price Psioc 3 7.74 Sta. 20'Flat Bottom Channel, including all Excavation, Disposal of Surplus Material and Restoration (STA. 4 +11.24 to 11 +00), Complete in place per Station for 6,r5En1 NU41D260 Dollars and No Cents $1 S X;c $ l 3 93 4 627 S.Y. 6" Concrete Rip Rap including 6" Course Aggregate, Complete in place per Square Yard for - 547y i oZ2 Dollars and No Cents Amount $ z $ / 0¢8 Xx. 5 5286 S.Y. Unclassified Street Excavation Complete in place per Square Yard for ONE Dollars and T-7 g Cents $ 6 XX $ 7 9Z9xx 6 4688 S.Y. 14" Flexible Base Complete in place per Square Yard for e7/je, Dollars / 00 o0 and NO Cents $ (0 X) $ ZB / Z Z)C,K Page 4 of 18 Bid Item Description Unit Item Unit and Written Unit Price prig 7 4381 S.Y. 2" H.M.A.C. Pavement Complete in place per Square Yard for u2 Dollars and No 8 1390 L.F. Standard Curb and Gutter Complete in place per Linear Foot for FA/6 and No 9 72 L.F. 24" Class III R.C.P. (Q F.M. 1325) Complete in place per Linear Foot for 7 /�EMy � '1 0 ollars and .vo Cents $ Z6 xx- $ /372 x� 10 2 Ea. 6" Concrete Rip Rap Headwall including Course Aggregate (Q F.M. 1325) Complete in place per Each for �F7E <N lTuNp2go Dollars and No Cents $ 4500°4 $ 3,000 , Page 5 of 18 Cents $ ¢XX Dollars Cents $ „-co Xx Amount $ /7, 5Z4xx $ 6, 9S ®XX 1 r 1 1 1 Bid Item Quanti Item Description Unit and Written Tinit Price 11 120 L.F. 12" PVC. Sleeve Complete in place per Linear Foot for GNTE64 Dollars and NO 12 80 L.F. 12" SDR 35 PVC. Sleeve Complete in place per Linear Foot for NTEEN Dollars and No 13 80 L.F. 6" SDR 35 PVC Wastewater Line w/ 2 - Plugs Complete in place per Linear Foot for e.JEN7y Dollars and No Cents $ Z O xx $ 9 , b 00 X2C, 14 225 L.F. 8" SDR 35 PVC Wastewater Line w/ Plugs Complete in place per Linear Foot for / WEnly and n/o Page 6 of 18 Unit Erica Amount ay ye/ Cents $ /6 a $ 4/6°)V. Cents $ / 8 it 00 x $ 1 , 4401ex Dollars Cents $ ZO $ 4,600Pee- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bid Item Description It ni Quantity IIait and Written Unit Price Unit Prim Amount 15 2 Ea. 4' Diameter Wastewater Manhole Complete in place per Each for W�� ✓� 1 u. M -O Dollars and Nn ou Cents $ 1 ZOO iU� $ Z¢ODXK, 16 1 L.S. 12" Ductile Iron Water Line Relocation Complete in place per Lump Sum for / hFousa.vo Dollars and NO Cents $ 4 VOO $ `;000 c. 17 2 Ea. Standard 5' Curb Inlet including Transitions Complete in place per Each for 7 FrE6M i-a4'D26 Dollars and Nv Cents $ 500 xx $ 3 0 00:1 c. 18 113 L.F. 24" Class IV RCP Complete in place per Linear Foot for /u16N F /6NT Dollars and ND Cents $ $ 3 / 64 j,6 Page 7 of 18 1 1 1 1 1 1 1 1 1 1 1 1 1 ., Bid Item Description Unit Itsm Quantitx IInit and Written Unit Price prig& Amount 19 70.71 L.F. 18" Class IV RCP Complete in place per Linear Foot for TENS' Dollars and Mo Cents 20 5.5 S.Y. 6" Concrete Rip Rap (STA 23 +58) including 6" Course Aggregate, Complete in place per Square Yard for PO /Z Dollars A ,�1� and MAD Cents $ 't $ ZZO3Z& 21 2622 L.F. 6 Strand Barbed Wire Fence including Post, Pull Posts, Pipe Braces, & Wire Stays Complete in place per Linear Foot for "ItZ,o Dollars and �F,rv7� gv� Cents $ 7 k $ 89 9 x 22 1 L.S. Trench Saftey System Complete in place per Lump Sum for ONE //FOus4rn Dollars and Al-o Cents $ / 000 °° X. $ / 000 Vs. Page 8 of 18 Z lXX. $ $ 4 484x 1 1 1 1 1 . 1 1 , 1 1 Bid Item Description Item Quantila IInit and Written Unit Price 23 1 L.S. Temporary & Permanent Erosion Controls, including Hydromulching and Resoration of all Disturbed Areas, Complete in place per Lump Sum for ANNE b-kitm4lm Dollars 00 and N0 Cents $g00°T w $ 9 x 24 1 L.S. Pavement Markings (Reflectorized) Pavement Markers, Traffic Buttons, Signs & Traffic Control Devices Complete in place per Lump Sum for — Tr; 2-IC6A1 /- hhNo /6J Dollars and N 0 Cents $ `300 RAC $ / 30 0 X x 25 62.8 L.F. Laydown Curb Complete in place per Linear Foot for ,S t x Dollars Unit Prix& Amount and .vo Cents $ b $ 3766-9 26 1 L.S. Abandon and Demolish existing Stock Tank, including all excavation, compaction, and restoration Complete in place per Lump Sum for G/0/17 h Dollars and N 0 Cents $ (5 $ 8,v00 ;e' Page 9 of 18 TOTAL BASE BID PRICE (7NF t1u.✓o2&D ('5 1 F.✓EN 7 y /1,e6E //fpL14N0 Iwo IiLro, o Z/ /73, 248.2/ A i %v /91 Bid It&m ALTERNATE 5 -1 and 6 -1 Item Description Ilnili and Written Unit Price 5 -1 52: , S.Y. Unclassified Street Excavation In lieu of bid item No.5 Complete in place per Square Yard for and O Dollars 6 -1 4688 S.Y. 9" " xible Base & Tensar ro2r Cents $ $ lz 646 4-2 Geogr.' SS -1 or Approved Eq in lieu o bid item No. 6 Complete b, place per Sq .* Yard for 0 1 /4 Dollars N DOLLARS ( $ s3 - Z4f1 -- Unit Prisms Cents $ X>< $ 7 3 / / Z 8 x> < Bid Item Description Unit It&m Quantity Tlni and Written Unit Price Price Amount IA 1 .S. 3 - 6' x 3' Reinforced Concrete Box Culverts, including Structural Excavation, Course Aggregate Base Parallel Wingwalls, and all Appurtenances, Complete in place per Lump Sum. for 1F,Airy io / va 4tht gye go 14260 Dollars and No Cents $ ZZ SOVXX $ ZZ SU Page 10 of 18 ADDENDUM NO. 0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 •Rap ourse Aggre place per Sq 3.16 Sta. 25' Flat Bottom Channel including all Excavation, Removal of Existing Rip Rap, Disposal of Surplus Material and Restoration (STA. 0 +95 to 4 +11.24), Complete in place per Station 4A 627 S.Y. 6" Concrete including 6" Complete ' for Iwo //#0 1J/4,J0 Dollars and 'va for and for Page 11 of 18 Cents $ 3A 7.74 Sta. 20'Flat Bottom Channel, cluding all Excavation, Disposal o Surplus Material and Restoration (S :. 4 +1124 to 11 +00), Com ete in place per Station ollars Cents te, Yard ollars Cents 006x $G3aO isoo $ /3,93z x $ /S X4-8 5A 9997 Unclassified Street Excavation Complete in place per Square Yard for DNF Dollars and PT y Cents $ / % $ /4-q 1 1 1 1 1 1 1 1 I 1 1 1 1 . Item Description Unit Quantity Unit and Written Unit Price Fr1CP 6A 8771.5 S.Y. 14" Flexible Base Complete in place per Square Yard for 7A 8771.5 S ' 2" H.M.A.C. Pavement Complete in place per Square Yard 8A 2713 L.F. Standard Cur i and Gu Complete in pl per inear Foot for 9A 102 L.F. 24" C and NO 2E:4 Dollars AA Cen $ 3 Xi( $ 3 Zoy xx Dollars III R.C.P. ((a3 F.M. 1 Com .. ete in place per Linear Foo -S t Dollars and N47 Cents $ Page 12 of 18 Dollars / OO 0 Cents $ f! xx $ J�� 6Z9;"-; C 5) vo $ 5 xx, A mount $ 13 $ Z, bSZX� 1 1 1 1 1 1 1 1 1 1 1 - 1 1 '.1 �1 1 10A Item Description Unit Quantity Unit and Written Unit Price Prim Ea. 6" Concrete Rip Rap Headwall including Course Aggregate (@ F.M. 1325) Complete in place per Each for Fi FTEEW 4,,,./0/z60 Dollars 3 OU © s and Nn Cents $ /5-o0 $ i2c2 11A 210 L.F. 1 PVC. Sleeve Co .lete in place per Linear Foot for E 16HT and 12A 260 L.F. 6" SDR 35 PVC W tewater Line w/ 6 - Plugs Complete in pl per L . ear Foot for 13A 985 L.F. SDR 35 PVC Wastewater Line w/ Plugs Complete in place per Linear Foot for Jtnl &n)'7 and AA) Page 13 of 18 Dollars Cents zO $ S, ZOP Dollars 0� $ /�'xx $3,78DXx 00 Cents $ Zl] Xrc. $ ' ©`J xx 1 1 1 1 i 1 1 1 .1 ., 1 itIOLO S .. dard 10' Curb Inlet eluding Transitions Complete in place per Each id Item Description Unit and Written Unit Price 14A 4 Ea. 4' Diameter Wastewater Manhole Complete in place per Each 17A 5 Ea. for &EL v 1 6 / „vp,2 ✓1 Dollars and AI Cents $/29° $ � s X y� 15A 1 L.. 12" Ductile Iron Water Line Relocation mplete in place per Lump Sum for for and and 16A 3 Ea. Standard 5' Cur including Transiti Complete in place Page 14 of 18 r Each liars Unit Prim _u $ 400OXx $ ye, Y> X $ / , sook x $ 4 soo x , e<Ai 111JNo2 Dollars and No Cents $ 4300 xx / (IOYI x 1 1 1 1 1 1 1 1 1 1 id Item Description Unit and Written Tint Price 18A 782 L.F. 24" Class IV RCP Complete in place per Linear Foot for // and N o Cents 19A 127.27 L.F. 18" Class IV RCP mplete in place per Linear Foot for 20A 1 Ea. 4' Dia. Junction Complete in place Each Dollars for r 'o ry Dollars and NO Cents Page 15 of 18 $ Z6 Unit Prim o _ $ Z033Z xx $ Z l k x $ Z, 67Z xx for �'U bus X110 D, ars Cents $ eovo;ge. $ Z OOO , 21A 5.5 S.Y. 6" C. .crete Rip Rap (STA 23 +58) incl . ding 6" Course Aggregate, Complete in place per Square Yard 00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 id Item Description Quantila Unit and Written Unit Price 2622 L.F. 6 Strand Barbed Wire Fence including Post, Pull Posts, Pipe Braces, & Wire Stays Complete in place per Linear Foot for —�- / d Dollars and /GdE.thy rip... Cents $ 23A 1 L.S. T .ch Saftey System Co...lete in place per Lump Sum for Oe 1a $ / $ ),000254. 24A 1 L.S. Temporary & Perm. ; nt Erosion Controls, including Hydrom • chi. ; and Resoration of all Disturbed Complete in p . ce per L ... S for n/E and 25A 1 L.S. avement Markings (Reflectorized) Pavement Markers, Traffic Buttons, Signs & Traffic Control Devices Complete in place per Lump Sum for / C /abn e ni / UA/D and Art? Cents $ /, 'YOU X� $ / 8'p x Page 16 of 18 ars Unit Prisms. $ 5 899 X;. V010 $ y ODO 0X V' • .11 .4. 'd Item Description Quantity IInit and Written Unit Price 26A 125.6 L.F. Laydown Curb Complete in place per Linear Foot for (- Dollars Unit Prism 00 and 1AJQ Cents $ X)C. 27A 1 L.S. Abandon and Demolish existing Stock T • cluding all excavation, compaction, d restoration Co plete in place per Lump Sum for abay F;tps 1-10AJ ars Cents $ 5 svo,&, $ 500K and Ar TOTAL BASE BID PRICE (ALTE ATE "A") 0 guAlogeo gabl 11.09 r16,-rr 12 //e-v Bid Item Description Item Onanti17 and Written Unit Price 5A-1 9997 S.Y. Unclassified Street Excavation In lieu of bid item No.5 Complete in place per Square Yard OLLARS s zez, Pos. a. Amount for 724 Dollars and r0/177' Cents $ 7x5c. $ Zqq2 Page 17 of 18 ADDENDUM NO.1 6A -1 8771. S.Y. 9" Flexible Base & Tensar Geogrid SS -1 or Approved Equal in of bid item No. 6 Complete .lace per S. S 1BMISSION OF Tfl PIWPOSAT In accordance with the Contract Documents, the preceding Proposal is hereby respectfully submitted by: t',42KE2 Ai✓o / O /Z u(N6rnevene4 C'a Name of Contractor Executed by: R0. brutoe2 //3 6 Business Address City for 0 /4 6i raw.J GWGtfq..a yA.) County c_5 Dollars and N D Cents $ X}G $ _ Z9 t " Date VJ j2i5i o6,JT Title or Position (51z) 5 67Z - Telephone Number • �X 786 -//36 State Zip Code Page 18 of 18 ADDENDUM NO.1 The bidder is required to supply the following information. Additional sheets may be attached if necessary. (1) Name fA ILX62 ANo z CNST. • ( 2 ) Address / 2 D. ))lz.4wea //3/7 C 6 r n r . 4 . v W x ? J 7 — , ' / 3 4 (3) Phone Number (S /> ZSv' --67zz (4) Type of Firm: ( ) Individual, ( ) Partnership, ( Corporation (5) Corporation organized under the laws of the State of (6) List the names and addresses of all members of the firm or names and titles of all officers of the corporation. KUSd -L- L . ,p4f '2 f 2�s,o rr (Al. / y /2osea-t V/C E f �ZE5 �4NO414- G 0 Vre / (7) Number of years experience /¢ ( List at least three (3) projects completed as of recent date: Contract Amount/Class of Work/Date Completed/Name and Address of Owner: cJ ( $ .23594VG” $ 4W8ogLso $ 516g4 - o0 INFORMATTnN REQUIRED OF 13IDDER Page 1 of 2 s /qo io1q() I olao n q 1 ' (9) List the name and address of each subcontractor who will perform work in or about the work or improvement in excess of one -half (112) of one (1 %) percent of the total bid I price and indicate what part of the work will be done by each subcontractor: 14 5p/•FAI-T ' I JM' O Aarml 1 1 1 1 (10) Payment taxes, in the State of I eXAS Yes No 1 (11) List all jobs you performed in which a trench failure injury occurred: I No 1 1 1 1 (12) If requested by the Owner, the Bidder shall submit a notarized financial statement, I fmancial data or other information and references sufficiently comprehensive to permit an appraisal of his current fmancial conditions. 1 1 1 1 Page 2 of 2 1 f•+(msv •SPIV , rr Tg/.' G2xU¢ a); i��} IS;( fl4tiav\\11)'If,! /�Ib[9//��`1751 71�' \� /�11)r!r(�'�' PRIF r,Q• hd!/ , fl•,`Yr } 'IOnWPr �1AC� r.r,..q, ter .177ry; 1 ?r „•; yli:q/Di{Jq}t•rb II a4 1 1 � 1 THAT P 0 Drawer 1136 1 of Georgetown, Texas 78627 -1136 II Y,+ 1 1 i UNITED STATES FIDEL KNOW ALL MEN BY THESE PRESENTS: Parker & Rogers Construction Company as Obligee, in the full and just sum of Signed, sealed and delivered.... 02 /05/91 Mate) I ISCLOSURL .0F...GUARANCY...EUDD.lja!ff IT C!CkUO'Y In the event Ike U S F & G i e • i�bl�• io fulfill its cadrar.tural ubilg roe under the. pe: . 0) !9nlra)0 C' :::Fha,hnn Ct ccr(if eo!. Of evrle•ae of Lwefa;e. I:(P pnl,9y5OWL: n,; c'i!u•cP::•l) ,•ae; IC P,II p ee! "11 (.r ao ■rurarice :sr: ;(p l,:nzi et r'.t::, e d:eacy pro:^ -Sha` uNa , -r (A St BID BOND ny) BOND NUMBER as Principal , and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, as Surety, are held and Firmly bound unto City of Round Rock Five ..(5%) Percent of the Greatest Amount Bid Dollars, lawful money of the United Stales, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the said Principal is herewith submitting its proposal CORRIDOR DRIVE THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Parker & Rogers Construction Company )BEAU ARANTY COMPANY (5%CAB) (SEAL) ITEO STATES Fl I ITY AND GUARANTY COMPANY � s nl\\ rd11A \� Ns sSq : r4ld� Ai�')4 drurGU //� l� i ., ,/S'; , ,,,'(;,-.,., �p/;) aP�rjv 4r„ f1: 1i�dz PiaiLa \.`iit!_I:O_vr1 /1];,:iU;, nln, l I 1 (Revised) (1.74 ) At eyin -fact CERTIFIED COPY GENERAL POWER OF ATTORNEY No. 103109 Knots all Alen by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organived and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Linda Couey of the City of Austin , State of Texas its true and lawful attorney in and for the State of Texas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all hoods, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is herein annexed and made a part of this Power of Attorney: and the said UNITED STATES FIDELITY AND GUARANTY COMPANY. through us, as Board of Directors, hereby ratifies and confirms all and whatsoever the said Linda Couey may lawfully do in the premises by virtue of these presents. In IVftnesa Whereof. the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to br sealed with ns corporate seal, duly attested by Ilse signatures of its Vico- President and Assistant Secretary, this 14th day of Septerber , A. D. 19 90 I SEAL STATE OF MARYLAND. ) BALTIMORE CITY, FS : (1.87) SS: UNITED STATES FIDELITY AND GUARANTY COMPANY (Signed) By Cecil E. Estes (Signed) F S. Dunn On this 14th day of September , A. D. 19 90. b efore me personally came Cecil E. Estes Vico- P resident of the UNITED STATES FIDELITY AND GUARANTY COMPANY and F•1 i Tainath S. Dunn , Assistant Secretary of said Company, with both of whom 1 am personally acquainted, who being by me severally duly sworn, said that they, the said Cecil E. Estes and Fl i 7abeth S. Lunn were respectively the Vtee•Presidrnt and the Assistant Secretary n( the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the, foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney w s such corporate seal. that it was so fixed by order of the hoard of Directors of said corporation, and that they signed their names thereto by like order as Vice•Presidem and Asystent Secretary, resprrtvely, of the Company. My rnmmission expires the first day in FOCODU LOOM ( August, A.D., 1994. (SEAL' (Signed) EDna L. Rubright Notary Public. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business That this Company appoint agents and attorneys with power and anthonty to act for it and in its name in States odor than \laryland, and in the Territories of the Unit.d Stales and in the Provinces and territories of Canada; Therefore, be it Resolved, that this Company du, and it hereby dues, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Seerelanrn, trader its corporate seal, to appoint any person or persons as attorney or attorneys.in•fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guarantreirg the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attornrysdn•fact, or agent or agents to execute and guarantee the conditions of any and all bonds, rccognizances, obligations, stipulations, undertakings or anything in the nature of either Of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United Slates or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any hoard, body, organization, office or officer, local, municipal or otherwise, he allowed, required or permitted to be executed, made, taken, given, Tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons. corporation, Lady, office, interest, municipality or other association or organization whatsoever, to any and all capacities whatsoever, conditioned for Inc I doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 1, James M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Linda co of Austin, Texas , authorizing and empowering her to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full burr and effect. And I do further certif. that said Power of Attorney was given m pursuant• of a resolution adopted at n regular meeting of the Board of Directors of said Compan,', duly called and held at III.. III.. nth, a of the Comport) in the (:uy of Ilalnnare, tin the 25th day of November, 1981, at which meeting aquorum of the hoard of Directors was present. and that Ih, foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting, In Testimony Whereof, 1 have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on 02/05/91 (Date) THE STATE OF TEXAS § COUNTY OF WILLIAMSON § AGREEMENT THIS AGREEMENT, made and entered into this a7 day o fLULC A.D., 1991, by and between the City of Round Rock, of the State of Texas, acting through Mike Robinson. its Mayor, thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and P. k- It•• -r . t '.n • ch. of Georgetown, County of Williamson, and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. Page 1 of 2 WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: ''CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS' °BASE BID° further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by RIO TECH, INC., 9510 Ranch Road 620, Austin, Texas 78726, (512) 250 -8373, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within seven (7) calendar days after the date written notice to do so have been given to him, and to complete the same within one hundred and twenty (120) calendar days after the date of the written Notice to . Proceed, subject to such extensions of time as are provided by the General and Special Conditions. Should the Owner award Altemate "A" this contract, time shall be extended an additional 30 calendar days or 150 calendar days total. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK. TEXAS BY: P- 0114(6 RoB/NSaJ mgyoR ATTEST: S 1J�ND,� EGRETAR y y Party of the First Part (OWNER) Corporate Seal BY: Page 2 of 2 ATTEST: (The following to be executed if the Contractor is a Corporation.) I, \N RAY Rob ' certify that I am the Secretary of the Corporation named as Contractor herein; that R n1DAU. r Ra0 , who signed this Contract on behalf of the Contractor was then VILE PRChi (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is with the scope of its corporate powers. Signed: PARKER & ROGERS CONSTRUCTION COMPANY Party of the Second Part (CONTRACTOR) • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS § COUNTY OF Williamson$ PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT Company of the city Of Georgetown County of Williamson , and State of Texas as principal, an dUnited States Fidelity & Guaranty Compardinhorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CPTY OF ROUND ROCK. TEXAS (OWNER), for the penal sum of One Hundred Seventy Three Thousand,Two Hundred & Forty Eight &21/ as ($ 173,248.21 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of , 1991 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. PB -1 Parker and Rogers Construction L L 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 NOW, THEREFORE, THE CONDmONS OF THIS OBLIGATIONS SUCH that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall bo void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bind is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of the said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 1991. Parker and Rogersr.Construction Company United States Fidelity & Guaranty Company Principal Surety Tiue• vtu Address P 4 rzts i o - yr Gddtgetbwb, Texas 78627 The name and address of the Resident Agency of Surety is: FPank Siddons Insurance P 0 Box 2125, Austin, Texas 78768 Titl e , Atty —In —Fact 0 Drawer 1136 Address. 7330 San Pedr&, Suite 900 San Antonio, Texas 78216 U NITED STATES FIDELITY AND GUARANTY COMPANY ❑ FIDELITY AND GUARANTY INSURANCE COMPANY In the event p Roam AND GUARANTY INSURANCE UNDERWRITERS, INC is unable to fulifill its contractual obligation under this bond, the obligee / owner or claim- , antis not protected by an insurance guaranty fund or other solvency pro- f tection arrangement FS 3 (1483) (SEAL) l STATE OF MARYLAND. BALTIMORE CITY, J 55: STATE OF MARYLAND 1 BALTIMORE CITY. Sct. (Signed) CERTIFIED COPY GENERAL POWER OF ATTORNEY No 98066 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State. of Maryland. does hereby constitute and appoint Robert C Siddons of the City of Austin , State of Teams its true and lawful attorney in and for the State of Texas for the following purposes, to ,tit: To sign as name as surety to. and to execute, seal and acknowledge any and all bonds, and to respectitely do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is Hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY. through us, its Board of Directors. hereby ratifies and confirms all and whatsoever the said Robert C. Siddons may lawfully do in the premises by virtue of these pre In Witness Whereof the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be •rated with its corporate seal, duly attested by the signatures of its Vice - President and Assistant Secretary, this 4th day of April , A. D. 19 86 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By Charles D. Zimmerman, III Stephen J. T ecker Vice- President. Assistant Secretary. On this 4th day of April , A. D. 19 before me personally came Charles D. ZiIn ermaf, III , Vice.Presidem of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Stephen J. Trecker , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they. the said Charles D. ZilnIISITTIaI1, III and ,Stephen J. Trecker were respectively the Vice- President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice- President and Assistant Secretary. respectively, of the Company. My commission expires the first day in July, A. D. 19.86.. (SEAL)' (Signed) Margaret M. Hurst Notary Public. 1, Saundra E. Banks , Clerk of the Circuit Court for Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of no doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgment, or proof of deeds to be recorded therein. I further certify that 1 am acquainted wait the handwriting of the said Notary, and verily believe the signature to be his genuine signature. 1,1 Testimony Whereof, I hereto net my hand and affix the seal of the Circuit Caurl for Baltimore City, the same being a Court of Record, this 4th day of April , A. D. 19 86 (SEAL) (Signed) Saundra E. Banks Clark of the Circuit Court for Baltimore City. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in Its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Canada; Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persona as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity,of persons holding positions of public or prhate trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and , Afao, in its nanreand as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or Otherwise,'F by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protecron of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 1, Janes M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Rost C. Siddons J, of Austin,"-;Texas , authorizing and empowering him to sign bonds as therein set forth, which power r attorney has never been revoked and is still in full force and effect. And I do fart If BBL certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular n meting of the Board of Ditecterg °("Said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November, 1981, et,which meeting a quorum of the Board of Directors was present, and that the foregoing in a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on Mate) Assistant Secretary. 1 1 1 1 1 1 1 1 1 1 1 1 1 1. t 1 1 1 THE STATE OF TEXAS $ COUNTY OF Williamson¢ PAYMF BONO, KNOW ALL MEN BY THESE PRESENTS, THAT Parker and Rogers Construction Company the City Of Georgetown , county of Williamson Texas , and State of _ , United States Fidelity & as principal, and Guaranty Company authorized wider the laws of the State of Texas to at as surety on bonds for principals, are held and firmly bound unto the CITY One Hundred Seventy Three Thousand OF ROUND ROCK, TFXAS (OWNER), in the penal sum of Two Hundred & Forty Eight Dollars & 21/100 Dollars $ 173,248.21 ( ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 1991 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 1990. Parker and Rogers Construction Company United States Fidelity & Guaranty Company Principal By: K. &d Title. VICE es �o= Al P 0 Drawer 1136 Frank Siddons Insurance Surety B P. 0. Box 2125, Austin, Texas 78768 Georgetown, Texas 78627 San Antonio, Texas 78216 The name and address of the Resident Agency of Surety is: Atty -In -Fact Address. 7330 San Pedro, Suite 900 I NITED STATES FIDELITY AND GUARANTY COMPANY ❑ FIDELITY AND GUARANTY INSURANCE COMPANY In the event ❑ FIDELRY AM) GUARANTY MSURANCE UPDERWRITERS, INC. is unable to fulifill its contractual obligation under this bond, the obligee /owner or claim- ant is not protected by an insurance guaranty fund or other solvency pro- tection arrangement. PB-4 (SEAL)' STATE OF MARYLAND. BALTIMORE CITY, FS 3 (1 -83) ss: (Signed) CERTIFIED COPY GENERAL POWER OF ATTORNEY No 98066 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organhed and existing under the laws of the State of Maryland, and having its principal office at the Coy of Baltimore, in the State of Maryland. does hereby constitute and appoint Robert C. Siddons of the Ctty of Austin Its true and lawful attorney to and for the State of Texas (Signed) By . State of Texas for the following purposes, to wit: To sign 111 name as surety to. and to execute. seal and acknowledge any and all hands, and to rcsrertisely do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of winch is hereto annexed and made a pan of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY C.O9IPANY, through us, its Board of Daectnrs, hereby ratifies and confirms all and whatsoever the said Robert C. Siddons may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with 110 corporate seal, duly attested by the signatures of its Vice. President and Assistant Secretary, this 4th day of April , A. D. 19 86 UNITED STATES FIDELITY AND GUARANTY COMPANY. Charles D. Zimflenfan, III Stephen J. Ttecker Vice - President. Assistant Secretary. On this 4th day of APril , A. D. 19 before me personally came Charles D. Zhareanen, III Vice.Pres:dent of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Stephen J. Trecker , Assistant Secretary of said Company, with both of whom 1 am personally acquainted, who being by me severally duly sworn, said that they. the said Charles D Zimfnsnan, III and St - 1en J. T rec k er were respectively the Vtce. President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew 1110 seal of sand corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed then' names thereto by like order as Vice. President and Assistant Secretary, respectively, of the Company. � My commission expires the first day in July, A. D. 19.8.6. - (SEAL) "":17. (Signed) STATE OF MARYLAND BALTIMORE CITY, J Sct. Saundra E. Banks , Clerk of the Circuit Court far Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of no doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgment, or proof of deeds to be recorded therein. I further certify that 1 am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Circuit Court for Baltimore City, the same being a Court of Record, this 4th day of April , A. D. 19 86 (SEAL) (Signed) Saundra E. Banks Clerk of the Circuit Court for Baltimore City. Margaret M. Hurst Notary Public. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Canada; Therefore, be It Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys•in.fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or prisate trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and CI ✓ AIao, in its nome and as its attorney or attomeys•imfact, or agent or agents to execute and guarantee the conditions of any and all bonds, reco5nizan`ls obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or othernise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organisation, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed. made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 1, Jattles M. Carroll. an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Robert C. Siddons of Austin, ,}Cho. authorizing and empowering him to sign bonds as therein set forth, which power nL .ltorney has never been revoked and is still in full force and effect. And kilo furtiter.certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular n ceting of the Board of Diretc ors "of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November, 1981, at' which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. Irt Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on Motel Assistant Secretary. 1 . 1 1 1 1 1 1 1 1 1 1 1 1 4 1 1 1 1 1 THE STATE OF TEXAS $ COUNT OFWilliamsot} § MAINTENANCE 'BOND KNOW ALL MEN BY THESE PRESENTS, that we as Principal and United States Fidelity & Guaranty Company a Corporation organized under the laws of the State of Maryland held and finnly bound unto City of Round Rock, Texas aS Obligee, in the penal sum of One Hundred Seventy Three Thousand, Two Hundred & Forty Eight & 21/100 - (173,248.21) to which payment will and truly to be made we do bind ourselves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal has constructed Corridor Drive Bond No.. Parker and Rogers Construction Company as Surety, are WHEREAS, said Obligee requires that the Principal furnish a bond conditioned to guarantee for the period of one year after approval by the City of Ruud Rork against all defects in workmanship and materials which may become apparent during said periods; MB -1 1 . 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Principal NOW, THEREFORE, THE CONDITION OF THIS OBLIOATJON IS'SUCII that, if the Principal shall indemnify the Obliged for all loss that the Obligee may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after date of acceptance by the owner, then this obligation shall be void, otherwise to remain in full force and effect, IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 199_. Parker and Rogers Construction Company United States Fidelity & Guaranty Company C. 2 Title. \AC-6 Lioe4.11 Address: P 0 Drawer 1136 Address, 7330 San Pedro, Suite 900 Georgetown; Texas 78627 San Antonio, Texas 78216 The name and address of the Resident Agency of Surety is: Frank Siddons Insurance Surety P. 0. Box 2125, Austin, Texas 78768 hie Atty -In -Fact [UNITED STATES FlDELITY AND GUARANTY COMPANY ❑ FIDELITY AND GUARANTY INSURANCE COMPANY !nine event ❑ FIDELITY AND GUARANTY INSURANCE UNDERWR HERS, INC. is unable to fullfill its contractual obligation under this bond, the obligee /owner or claim- ant is not protected by an insurance guaranty fund or other solvency pro- tection arrangement. MB -2 1 •. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Know all Men by these Presents, That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland. d oe s hereby constitute and appoint Robert C Siddons of the City of Austin , State of T its true and lawful attorney in and for the State of Texas for the following purposes, to nit• To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectitely do and perform any and all not and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors. hereby ratifies and confirms all and whatsoever the said Robert C. Siddons may lawfull) do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be •ralcd with its corporate seal, duly attested by the signatures of its Vice- President and Assistant Secretary, this 4th day of April , A. D.1986 UNITED STATES FIDELITY AND GUARANTY COMPANY. (SEAL) = -:i STATE OF 'MARYLAND, BALTIMORE CITY, STATE OF MARYLAND BALTIMORE CITY, FS 3 (1 -33) GENERAL POWER OF ATTORNEY No 98066 ES; Set. ,mieniian III (Signed) By. Charles D. Z , (Signed) CERTIFIED COPY Stephen J. Tracker Margaret M. Hurst Vice- President. Assistant Secretary. On this 4th day of April , A. D. 19 86 , before me personally come Charles D. ZdrtrIErrart, III . Vice. President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Stephen J Trecker , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, stud that tlicy. the said Charles D. Zingerman, III and Stephen J. m ee k er were respectively the Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of stud corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed'by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice. President and,Assistant Secretary. respectively, of the Company. My`cnminissmn expires the first day in July, A. D. 19.86.. (SEAL) (Signed) 1 - Notary Public. h Saundra E. Banks , Clerk of the Circuit Court for Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgment, or proof of deeds to be recorded therein. I further certify that 1 am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto net my hand and affix the seal of the Circuit Court for Baltimore City, the same being a Court of Record, this 4th day of April , A. D. 19 86 (SEAL) (Signed) Saundra E. Banks Clerk of the Circuit Court for Baltimore City. (Date) COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Canada; Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and'✓ )j n Afro, in i� name and as its attorney or attorneys- in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds,recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipalpr otlteiadse, or by any Statute of the United States or of any State or Territory of the United States or of the Pmvincea or territories of Caifada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal 9r otherwise, be allowed, required or permitted to he executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. 1, James M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Robert C. Siddons of d A1lstfn, `1LXras , authorizing and empowering him to sign bonds as therein set forth, wjdicli posGpr of attorney has never been revoked and is still in full force and effect. ' And I sl (urther certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular n ceting of the Board of Direcfor of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of Novembery1981, -at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, acid the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on Assistant Secretary. %nose all Men by these Presents: • That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and exieting under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Robert C. Siddals, • of the City of Austin , State of •Tes its tree and lawful attorney in and for the State of Texas <R for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively'do and perform any and all acts and things set forth In the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which Is hereto annexed and made a pan of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, lta Board of Directors, hereby ratifies and confirms all and whatsoever the said Robert C. Sieldons may lawfully do in the premises by virtue of these presents. In Mines. Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this Instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice - President and Assistant Secretary, this April , A. D. 19 86 UNITED • ATES FIDELITY STATE OF MARYLAND ea; BALTIMORE CITY, ` : +`t e • On this 4th 4 + " t day of , - 1 April . • A. D. 1986, before me personally came Charles D. Zimmerman, III . ,. . a .•, Vlce.President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Stephen J° pr er • ..., ., . Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly ewom, said, that they, the said Charles D. Zimmerman, III and Stepp]hpe,n J. ' rec]pEir were respectively the Vice•Preoident and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and'which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the Beal affixed to said Power of Attorney was such corporate seal, that it was so feed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order �� as � Vice � Preeldent and Assistant Secretary', respec ively, of the Company. " " 8.6.....— . ., ' • "r' " fio,m NotaryPablfe. • a . s ., • STATE OF MARYLAND ! Sct. • 'BALTIMORE CITY, 1, ' Saundra E.- Banks • -- -• " e - • • • , Clerk of the Circuit Court for Baltimore City, which Court is ■ Cmirt of Record, and his a seal, do hereby certify that MMrga et M. Hurst ' - . °' w ' r •• , Esquire, before whom the a h ied .affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Mar}latnd, fu and for the City of Baltimore, duly commieeloned and Sworn and authorized by law to administer oaths and take - acknowledgmenta, or proof of deeds to be recorded therein. I_further certify that I am acquainted with the handwriting of the said Notary and verily believe the signature to be his genuine signature. In Testimony u ony Whereof, I h ereto set my band and a, the seal of the Circuit, Cotps.(or Baltimore City, the a being of Record, this 4th day of April XX // , A. D. 1 FS 14 (1483) GENERAL POWER OF ATTORNEY • No. nee-President. B 1 0• tt ,t tt 4th day of ARANTY C0�4P.ANY Astistant Secretary. Clerk of the Circuit Court for Baltimore City 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ,1 _ Copy of Resolution. i4 That Whereas,11 Is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and w its name In States other than Maryland, and in the Territories of the United States and in the Provinces - and territories of Canada; •1 t- , - -, i .+.t t...- r„ t+ 1 i -..ta h.. 4 a...0.. 0 -4.4 - 4 . ..c . i, .4 There /ore, be is Resolved, that this Company do, and it hereby does, authorize and empower its President or ei ther of its Vice. Presidents in conjwtction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any parson or persons is attorney or attorooys•in.fact, or agent or agents of said - Company, in its name and as its act, to execute and deliver any and all 'contracts guaranteeing the- fidelity of persons holding positions of public or private trust, guaranteeing the performance of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed; and Y. Also, in its name and in its attorney or attomeys•in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which aro or may by law, muulcipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada; or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, he allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded - for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or•other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for In any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. Stephen J. Treeher , Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, hereby certify that at a regular meeting of the Board of Directors of Company, duly called and held at the office of the Company, at the City of Baltimore, on the 25th day of November, A. D. 1981, at which was present a quorum of said Directors, duly authorized to act in the premises, resolutions were passed and entered on the minutes of said Company, of which renolutioaa the foregoing is a true copy and of the whole thereof. - In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY, this 4th day of r • • •.7 a►1D111:D. CERTIFICATE OF INSURANCE In In 02/25/91 lc PRODUCER Frank Siddons Insurance PO Box 2125 Austin, Texas 78768 CODE SUB-CODE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY A TEXAS BUILDERS INSURANCE COMPANY LET ER t COMPANY B LETTER SURED Parker & Rogers Constr. Co. PO Drawer 1136 Georgetown, Texas 78627 -1136 LETTEH C LETTEr D COMPANY E LETTER OVERAGES 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. T R TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDD/YY) POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MM /DDIYY) I GENERAL LIABILITY COMMEflCIAL GENERAL LIABILITY WL GENERAL AGGREGATE $ I S PRODUCTSCOMP /OPS AGGREGATE CLAIMS MADE r _1 L__J OWNER'S 8 CONTRACTOR'S PROT. ∎PERSONAL 8 ADVERTISING LEACH OCCURRENCE E ( FIRE DAMAGE (Any one (Ire) $ MEDICAL EXPENSE (Any one person) $ i AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS 'SCHEDULED AUTOS HIRED AUTOS ,NON -OWNED AUTOS :GARAGE LIABILITY � "'I COMBINED I Z SINGLE LIMIT BODILY -F- ,(INJURY Por person) ! BODILY INJURY ∎$ _ Ware cidenQ ------“- DAMAGE '$ • ` ' EXCESS LIABILITY 1' OTHER THAN UMBRELLA FORM , EACH ( AGGREGATE "" "' OCCURRENCE 8 $ WORKER'S COMPENSATION 1 AND EMPLOYERS' LIABILITY WC 1055 4 -1 -90 STATUTORY $ 500 - (EACH ACCIDENT) I 4 -1 -91 $ — SOO �_ (DISEASE — POLICY LIMIT) $ 500 -- (DISEASE —EACH EMPLOYEE) OTHER i 1 SCRIPTION OF OPERATIONS/ LOCATIONS %VEHICLES /RESTRICTIONS/SPECIAL ITEMS ' Corridor Drive CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Round Rock a EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 221 East Main Street MAIL _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE „Round Rock, Texas 78664 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR i LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. A ( AUTHORIZED REPflESENTATIV • 'CORD - 25 :x_(3788) "�ACORD CORPORATION 1988 INSURANCE BINDER: 02/22/91 PRODUCER COMPANY BINDER NO. 759 ALEXANDER & ALEXANDER OF TEXAS WAUSAU INSURANCE COMPANIES 6655 FIRST PARK TEN SUITE 100 EFFECTIVE EXPIRATION SAN ANTONIO, TX DATE TIME DATE TIME 78213 — GARY RAKESTRAW EXAM aMLMM nmE512 —736 —4311 03/01/91 12:01 (1 P11 09/01/91 c ] NOON CODE SUB-CCOE ( I THIS BINDER IS ISSUED TO EXTEN D COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY NO.: INSURED DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY (INCLUDING LOCATION) CITY OF ROUND ROCK PARKER & ROGERS CONSTRUCTION COMPANY P.O. DRAWER 1136 221 EAST MAIN STREET GEORGETOWN, TEXAS 78627-1136 ROUND ROCK„ TX 78664 > COVERAGES < ALL LIABILITY LIMITS IN THOUSANDS === TYPE OF INSURANCE COVERAGES/FORMS AMOUNT DED CO-INS Property CAUSES OF LOSS I ] BASIC I I BROAD I 3 SPECIAL 11 I 3 General Liability GENERAL AGGREGATE 81000 I 3 COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGG $ I 3 I 3 CLAIMS MADE )r3 OCC. PERSONAL & ADVTG INJURY $ El OWNERS & CONTRACTORS EACH OCCURRENCE $1000 PROTECTIVE FIRE DAMAGE $ I 3 (ANY ONE FIRE) I 3 RETRO DATE FOR CLAIMS MADE: MED EXP (ANY ONE PERS) $ Automobile r 3 ALL VEHICLES 11 SCHEDULED VEHICLES CSL $ I 3 LIABILITY BI PERS/ACCID $ I 1 NON/OWNED PO I 3 HIRED MED. PAY S C 3 GARAGE PIP $ II M $ Auto Physical Damage :1 ALL VEHICLES I ] SCHEDULED VEHICLES I 3 ACV I 1 COLLISION DED: I 3 STATED AMOUNT I 3 OTC DED: I 3 OTHER Excess Liability EACH SELF-INSURED I ] UMBRELLA FORM OCCURRENCE AGGREGATE RETENTION I 3 OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: STATUTORY Worker's Compensation $ (EACH ACCIDENT) and $ (DISEASE-POLICY LIMIT) Employers' Liability $ (DISEASE-EACH EMPLOYEE) SPECIAL CONDITIONS/RESTRICTIONS/OTHER COVERAGES PARKER & ROGERS CONSTRUCTION COMPANY RE: CITY OF ROUND ROCK CORRIDOR DRIVE STREET & DRAINAGE IMPROVEMENT > NAME & ADDRESS < I 3 MORTGAGEE 11 ADDITIONAL INSURED I 3 MORTGAGEE I 3 ADDITIONAL INSURED ( 3 LOSS PAYEE ( I I ) LOSS PAYEE I 3 LOAN # LOAN # This binder is a temporary insurance contract, subject to the conditions shown. CONDITIONS: This Company binds the kind(s) of insurance stipulated on this form. This insurance is subject to the terms, conditions and limitations of the poticy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and s in use by the Company. AUTHORIZED REPRESENT ACORD 75-8 (2/88) CERTIFICATE OF INSURANCE 02/22/91 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS ALEXANDER & ALEXANDER OF TEXAS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DUES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 6655 FIRST PARK TEN SUITE 100 SAN ANTONIO, TX 78213- COMPANIES AFFORDING COVERAGE PHONE512 -73 6 -4 311 INSURED COMPANY LETTERA WAUSAU INSURANCE INS. CO. COMPANY LETTER B U.S. INSURANCE GROUP PARKER & ROGERS CONSTRUCTION P.O. BOX 1136 COMPANY LETTER C GEORGETOWN„ TX 78627 COMPANY LETTER D COMPANY LETTER E > COVERAGES < THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP ALL LIMITS IN THOUSANDS LTR DATE DATE GENERAL LIABILITY GENERAL AGGREGATE 2000 A El COMMERCIAL GEN LIABILITY 1621 -00- 117096 04/01/90 04/01/91 PRODS - COMP /UPS AGG. 1000 ( 1 C ] CLAIMS MADE EN OCC. PERS. & ADVG. INJURY 1000 C ] OWNER'S & CONTRACTORS EACH OCCURRENCE 1000 PROTECTIVE FIRE DAMAGE (] (ANY ONE FIRE) 50 C ] MEDICAL EXPENSE (ANY ONE PERSON) 5 AUTOMOBILE LIAB CSL 1000 A 1 ] ANY AUTO 1621 -02- 117096 04/01/90 04/01/91 BGDILY INJURY 1■7 ALL OWNED AUTOS iK] SCHEDULED AUTOS TEXAS - AUTO (PER PERSON) X] HIRED AUTOS 1621 - 03 - 117096 04/01/90 04/01/91 BODILY INJURY M NON -OWNED AUTOS N.C. - AUTO (PER ACCIDENT) I ] GARAGE LIABILITY 11 PROPERTY EXCESS LIABILITY EACH OCC I AGGREGATE B X1 UMBRELLA FORM 5235310233 04/01/90 04/01/91 1 ] OTHER THAN UMBRELLA FORM 200 0 _� I 4000 STATUTORY WORKERS' COMP EACH ACC AND DISEASE - POLICY LIMIT EMPLOYERS' LIAB DISEASE-EACH EMPLOYEE OTHER A EQUIPMENT FLOATER 1661 -00- 117096 04/01/90 04/01/91 52,308,528. 1% DED. DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS JOB: CORRIDOR DRIVE STREET & DRAINAGE IMPROVEMENT > CERTIFICATE HOLDER < > CANCELLATION < = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- = PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 CITY OF ROUND ROCK = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT 221 EAST MAIN STREET = FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ROUND ROCK,, TX = ANY KIND •0N THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 78664 - - ACORD 25 -8 (3/88) = AUTHO i E Tanv / ' 1 1 CERTIFICATE OF INSURANCE 1 1 1 1 • TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS OF INSURANCE NO. DATE DATE LIABILITY 1 Workmen's Statutory, State of Compensation Texas, $ Employer's Liability 1 1 1 1 1 1 1' 1 1 A • TO: City of Round Rock Date: 921 F Main Street Description of Work: Round Rock. Texas 78664 Corridor Drive Street and Drainage Improvements THIS IS TO CERTIFY THAT , is, at the date of this certificate, insured by this company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further hereinafter described. Exceptions to standard policies are noted on the reverse side hereof. C Bodily Injury $ each person Liability $ each accident Includes Contractual Property Damage Liability $ each accident Covers $ aggregate Independent — Contractors Owner's Bodily Injury Protective $ each person $ each accident Page 1 of 2 Property Damage $ each accident $ aggregate TYPE OF POLICY EFFECTIVE EXPIRATION LIMPTS OF INSURANCE NO. DATE DATE LIABILITY Comprehensive Bodily Injury Automobile $ each person Liability $ each accident Owned — Vehicles Property Damage Hired $ each accident Vehicles Non -Owned Vehicles Includes Contractual — Liability The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than ten (10) days after the insured has received written notice of such change or cancellation. This Certificate of Insurance neither affirmatively or negatively amends, extends, or alters the coverage afforded by policy of policies indicated by this certificate. Page 2 of 2 (Name of Insurer) By: Title: Address: GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF TITR, AGREEMENT 1. DEFINITIONS CONTENTS 2. GENERAL PROVISIONS 3 2.01 Engineer's Status and Authority 2.02 Right of Engineer to Modify Methods and Equipment 2.03 Changes and Alterations 2.04 Damages 4 2.05 Losses from Natural Causes 2.06 Laws and Ordinances 2.07 Licenses, Permits, and Certificates 2.08 Royalties and Patents 2.09 Keeping of Plans and Specifications Accessible 2.10 Discrepancies and Omissions 5 2.11 Contractor's Understanding 2.12 Extra Work 2.13 Payment for Extra Work 6 2.14 Assignment and Subletting 2.15 Subcontractors 7 2.16 Owner's Status 2.17 Completed Portions of Work 2.18 Materials 2.19 Receiving and Storage of Materials 2.20 Or Equal" Clause 2.21 Completed Work 2.22 Materials Furnished by the Owner 2.23 Protection of Property 8 2.24 Shelters for Workmen and Materials 2.25 Sanitary Facilities 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 8 3.01 Labor, Equipment, Materials and Construction Plant 3.02 Performance, Payment and Maintenance Bonds 3.03 Contractor's Ability to Perform 9 3.04 Superintendence and Inspection 3.05 Character of Employees 3.06 Contractor's Duty to Protect Persons and Property 3.07 Safety Codes 10 3.08 Barricades 3.09 Minimum Wages 3.10 Unsuitable Work or Materials 3.11 No Waiver of Contractor's Obligation 3.12 Site Clean Up 11 3.13 Guarantee (CONTENTS CONTINUED) Page 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 11 4.01 Lines and Grades 4.02 Right of Entry 4.03 Owner's Representatives 12 4.04 Collateral Work 4.05 Right -of -Way 4.06 Adequacy of Design 5. SCHEDULING AND PROGRESS OF WORK 12 5.01 Order and Prosecution of the Work 5.02 Rate of Progress 5.03 Sunday, Holiday, and Night Work 13 5.04 Hindrances and Delays 5.05 Extensions of Time 5.06 Liquidated Damages for Failure to Complete on Time 6. INDEMNITY 14 6.01 Contractor's Idemnity Provision 6.02 Workmen's Compensation Insurance 6.03 Comprehensive General Liability Insurance 6.04 Owner's Protective Insurance 6.05 Comprehensive Automobile Liability Insurance 6.06 Insurance Certificate 15 7. TERMINATION OF CONTRACT 15 7.01 Right of Owner to Terminate 7.02 Right of Contractor to Terminate 7.03 Removal of Equipment 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 16 8.01 Notification of Contractor 8.02 Retention of Contractor's Equipment and Materials by Owner 8.03 Methods of Completing the Work 8.04 Final Acceptance 17 8.05 Disposition of Contractor's Equipment 9. MEASUREMENT AND PAYMENT 17 9.01 Character of Measurements 9.02 Estimated vs. Actual Quantities 9.03 Payment 18 9.04 Monthly Estimates and Payments 9.05 Certificates of Completion 19 9.06 Final Estimate and Payment 9.07 Notarized Affidavit 9.08 Release of Liability 9.09 Contractor's Obligation 9.10 Payments Withheld 20 11 (:EVER AL CONDITTONS OF THE AGREEMENT 1. T)EFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 -hour period from one midnight to the next consecutive midnight. Saturdays, Sundays and Legal Holidays are considered calendar days and shall be used in determining contract time. 1.02 Contract Documents. The Contract Documents shall consist of the Notice to Contractors; Advertisement; the Instructions to Bidders; the Proposal; the Signed Agreement; the Performance, Payment, and Maintenance Bonds; the General Conditions of the Agreement; the Special Conditions of the Agreement; the Technical Specifications; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of the interpretation shall be in the following order: Signed Agreement, Performance, Payment, and Maintenance Bonds, Addenda, Proposal, Special Conditions of the Agreement, Notice to Contractors, Instructions to Bidders, Technical Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shall mean the business organization or individual named and designated in the Contract Agreement as the "Party of the Second Part", who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized agents and other legal representatives. 1.04 agitates. "Engineer" shall mean RIO TECH, INC., or, such other Engineer, supervisor, or project representative who has been designated, appointed, or otherwise employed or delegated by the Owner for this work, or their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. 1.05 Extra Work. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations ", herein. 1.06 Owner. "Owner" shall mean THE CITY OF ROTUND ROCK named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all drawings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engineer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contractor to the Owner when and as approved by the Engineer. 1.08 ,Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepared by the Owner as a basis for proposals, (b) all supplementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, however, include one who merely furnishes material not so worked. 1.10 Substantially Completed The term "substantially completed" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. It does not constitute end of contract period or acceptance as total completion. 1.11 Work. "Work" shall mean the work to be done and the equipment, supplies, material, and services to be furnished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under control of the Contractor, will permit construction of the principal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.13 Written Notice. "Written Notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by certified or registered mail to the last business address known to him who gives the notice. -2- 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litigation it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Contract; that he shall determine all questions in relation to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and findings shall be the conditions precedent to the right of the parties hereto the arbitration or to any action on the Contractor to receive any money under this Contract; provided, however, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Eq 'pment. If at any time the methods or equipment used by the Contractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress required under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. 2.03 Changes and Alterations The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that they may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Contract otherwise such work shall be paid for as provided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any mateials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in preparation for the work as originally planned. -3- 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such, is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Tosses from Natural Causes. All loss or damage arising out of the nature of the work to be done or from the action of the elements or from any unforseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered in the prosecution of the work shall be sustained and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which in any manner affect the Contract or the work and shall idemnify and save harmless the Owner and its agents against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his employees or his subcontractors and their employees. 2.07 J•icenses. Permits and Certificates Except as hereinafter stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is required such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented invention used by him in connection with the work done or material furnished under this Contract; provided, however, that if any patented material, machinery, appliance, or invention is clearly specified in this Contract, the cost of procuring the rights of use and the legal release of idemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with two (2) sets of executed Plans and Specifications without expense to him, the Contractor shall keep one copy of the same constantly accessible on the job site, with the latest revisions noted theron, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. -4- 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifications or Drawings, the Engineer shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 2.12 Extra Work The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans reasonably implied by the Specifications and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alteration". It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. -5- 2.13 Payment for Extra Work It is agreed that the compensation to be paid by the Contractor for performing extra work shall be determined by one or more of the following methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15 %. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, craftsmen, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power -driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges necessarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operation expenses; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional premiums for construction bonds, workmen's compensation, public liability and property damage, and other insurance required by the Contract where the premiums therefor are based on payroll and material costs. Payment for "Extra Work" under Method "C" shall apply to the Contractor and all subcontractors envolved in the extra work. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also specify in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superintendence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any other part thereof without the previous written consent of the Engineer, nor shall he assign, by power of attorney or otherwise, any of the money payable under this contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due to become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. -6- 2.15 Subcontractors. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon written notice from the Engineer. 2.16 Owner's Status Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. 2.17 Completed Portions of Work The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not completed in accordance with the Contract Documents. If the Engineer deteremines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except where written permission is given by the Engineer. 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Contract Documents. 221 Completed Work. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplies by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamination of such materials that must be maintained and incorporated into the work in a sanitary condition. -7- 2.23 Protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belonging to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of work whether they are shown on Plans or not. 2.24 Shelters for Worlanen and Materials The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.25 Sanitary Facilities The Contractor at his expense shall furnish necessary sanitary toilet facilities for the use of all employees on the job site. The faciities shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor Equipment and Materials The Contractor shall provide all labor, tools, equipment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protection of any material, tools, or machinery on any part of the work until it is finally completed and accepted. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Performance. Payment and Maintenance Bonds. It is further agreed by the Parties to this Contract that the Contractor will execute separate performance, payment, and maintenance bonds, each in the sum of 100% of the total Contract price, in standard forms for this purpose guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. It is agreed that the Contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner and that final retainage shall not be paid until such maintenance bond is furnished and approved by the Owner. The cost of the premium for the performance, payment and maintenance bonds shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds will be made by the Owner. The surety company or companies underwriting the performance, payment and maintenance bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment inventory and records showing the satisfactory completion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 'Termination of Contract ", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a competent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superintendent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervision of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to do the work, and whenever the Engineer shall inform them that the work being accomplished is of sub- standard character by reason of carelessness, incompetence, or inexperience on the part of the workers, the installation of such work shall be immediately suspended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the public and the Owner fully by taking reasonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in any way connected with the performance of this Contract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the performance of this Contract unless necessary to its performance, and in that event the Contractor shall provide and maintain at all times reasonable means of warning of -9- any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondelegable, and the Contractor's compliance with the specific recommendations and requirements of the Owner as to the means of warning shall not excuse the Contractor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.07 S. fety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, County, and Municipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. 3.08 Barricades & Traffic Control Signs. When barricades or traffic control signs are used to satisfy safety requirements, such barricades or signs shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least two (2 ") inches high. Barricades and signs shall be located and fashioned as per the Texas Manual on Uniform Traffic Control Devices for Streets and Highways, 1980 Edition. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established prevailing wage scale for work of a similar character in this locality. The Contractor shall not pay less than the general prevailing wages and shall keep accurate wage records arssible in accordance with Article 5159 of the Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be deemed by the Engineer as unsuitable or not in conformity with plans, specifications, and contract documents, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Engineer may direct that such work be done by others and that the cost of the work be deducted from monies due the Contractor. 3.11 No Waiver of Contractor's Obligations The Engineer, supervisor, or project representative shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of good material and of his performing good work as herein described and in full accordance with the plans and specifications. No failure or omission of the Engineer, supervisor, or project representative to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, -10- that the Engineer, supervisor, or project representative shall, upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been accepted by the Engineer, supervisor, or project representative such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed, for re- examination by the Engineer prior to final acceptance, and if found not in accordance with the plans, spF.-ifications, and contract documents for said work, all expense of removing, re- examination, and replacement shall be borne by the Contractor, otherwise the expense thus incurred shall be allowed as "Extra Work" and shall be paid for by the Owner. 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or conduits, shall tear down and remove all rubbish of every kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 3.13 anaraatt. During a period of twelve (12) months from and after the date of the final acceptance by the Owner of the work embraced by this Contract, the Contractor shall make all needed repairs rising out of defective workmanship or materials, or both, which in the judgement of the Owner shall become necessary during such period. If within ten (10) days after the mailing of a notice in writing to the Contractor or his agent, the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contractor's expense; provided, however, that in case of emergency where, in the judgement of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor and/or his Surety (see Section 3.02 on maintenance bond) shall pay the cost therof. 4. • . /�1- i.. • : _ Y • 4__0 .i ' • • I:IL 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever necessary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation thereof. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him or his employees such stakes, marks, etc. shall be replaced as directed by the Engineer at the Contractor's expense. 4.02 ' ' • . t of Entry. The Owner reserves the right for its personnel or its agents to enter the property or location on which the work herein contracted is being constructed or installed for the purpose of supervising and inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. -11- 4.03 Owner's Representatives It is agreed by the Contractor that the Owner shall appoint such Engineer, supervisors; or project representatives as the said Owner may deem necessary to examine the material furnished and the work done under this Contract, to see that the said material is famished, and to see that said work is done in accordance with the specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or project representatives for the proper review and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Engineer, supervisors, or project representatives so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to provide all labor and material essential to the completion of work that is not included in this Contract either by a separate contract or otherwise. Any collateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the progress of the work being accomplished under this Contract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right -of -Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Engineer shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and practicabiity of the operations of the completed project; provided the Contractor has compiled with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 5. SCIHRDTILING AND PROGRESS OF WORK. 5.01 Order and Prosecution of the Work It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons in such order of precedence and in such manner as shall be most conductive to economy of construction; provided however, that the order and time of prosecution shall be such that the work shall be completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the elements or to coordinate with other work being done for or by the Owner. 5.02 Rate of Pr press. The Contractor shall give the Engineer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or rate of -12- progress of the work, the Engineer may order the Contractor to increase or improve his facilities or methods, and the Contractor shall promptly comply with such orders; failure to comply will result in placing Contractor in abandonment per Section 8 "Abandonment of Contract by Contractor"; but neither compliance with such orders nor failure of the Engineer to issue such orders shall release the Contractor from his obligations to secure the degree of safety, the quality of work, and the rate of progress required by this Contract. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 ,$unday. Holiday. and Night Work Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engineer. 5.04 Hindrances and Delays. No claims shall be made by the Contractor for damages, hindrances, or delays from any cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the Owner. If the Owner stops the work for just cause because the Contractor is not complying with the plans and specifications or the intent thereof, the Contractor shall have no claim for damages, hindrances, or delays. However, if the Owner stops the work for any other reason, the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred which in the judgement of the Engineer occurred as a result of the work stoppage. Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or personnel, or where the Engineer determines that unreasonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspended until he shall have provided adequate plant, equipment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neglect of the Owner or Engineer, or of any employee or either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as determined by the Engineer shall be granted by the Owner; provided, however, that the Contractor shall give the Owner prompt notice in writing of such cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure C mplete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowances for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages, the sum of $500.00 per calendar day. -13- 1 1 6. IIEDIALNIII I 6.01 Contractor's Indemnity Provision To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnify and save harmless the Owner and the Owner's agents I and employees from all losses, damages, judgements, decrees, expenses or costs of any nature whatsoever arising out of or in actions of law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, I negligence, nuisance, or breach or any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the Owner and the Owner's agents and I employees from all demands of subcontractors, workers, material, persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to 1 3 under this Contract. ' Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees and subcontractors shall be restored to its condition prior to damage by ' the Contractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the ' Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and ' employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall furnish the Owner with a certificate from the Industrial Accident Board evidencing the Contractor's and subcontractor's compliance with said statute. 6.03 Comprehensive General Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than shown in Special Conditions 03-01. 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liability Insurance". 6.05 Comprehensive Automobile Liability Insurance The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the 1 14- 1 1 operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, non - owned, or hired by the Contractor, in which shall specifically insure contractural liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than shown in Special Conditions 03 -01. 6.06 Insurance Certificate. In connection with the insurance coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given ten (10) days advance written notice before any provisions of the policies are changed or in the event said policies shall be cancelled. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. 7. TERMINATION OF CONTR ACT ' 7.01 Right of Owner to Terminate If the contractor should be guilty of substantial violation of the contract or any provision thereof, the Owner, upon certification by the Engineer as to the nature and extent of such violation, may without prejudice to ' any other resources or remedy give the Contractor written notice of termination of the employment of the contractor ten (10) days subsequent to such notice. Immediately following such date, the Owner may take possession of the site of the work and all material, equipment, tools, and appliances thereon and may finish the work in accordance with the provision of Section 8 "Abandonment of Contract by Contractor ", of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if the Owner should substantially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon ten (10) days written notice to the Owner, terminate this Contract and recover from the Owner payment for all completed work. 1 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove ' any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within ten (10) days after receipt of the notice. Should he fail to do so within ten (10) days after receipt of such notice, the Owner shall have the 1 right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 1 1 ' -15- 1 1 1 8. ABANDONMENT OF CONTRACT BY CONTRACTOR I 8.01 Notification of Contractor If the Contractor should abandon and fail to resume work within ten (10) days after written notification from the Owner or the Engineer or if the Contractor fails to comply with the orders of the Engineer when such I orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as having abandoned the Contract. The Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice of abandonment the Contractor shall not remove from the work any machinery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work may be held for use on the work by the Owner or the Surety on the performance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefore except when used in conncection with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra ' Work ", it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settlement. 8.03 Methods of Completing the Work. If the Surety should fail to commence compliance with the notice for completion herein before provided within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: ' a. The Owner may thereupon employ such force of workers and use such machinery, equipment, tools, materials, and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials, and supplies to said Contractor, and 1 the expense so charged shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contractor under and by virtue of this Contract. In case such expense is t less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which ' would have been payable under this Contract if the same had been completed by said Contractor, then the Contractor or his Surety shall pay the amount of such excess to the Owner. 1 b. The Owner under sealed bids, after fourteen (14) days notice published two (2) or more times in the designated newspaper of the City of Round Rock ' may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this Contract. In case of any increase in cost to the Owner under the new contract as compared to ' what would have been the cost under this Contract, such increase shall be -16- 1 1 charged to the Contractor, and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this Contract, the Contractor or his Surety shall be credited therewith. 8.04 Final Acceptance. When the work has been completed and accepted by the Owner, the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter provided shall be issued. A complete itemized statement of the Contract accounts certified by the Engineer as being correct shall then be prepared and delivered to the Contractor and his Surety, whereupon the Contractor, his Surety or the Owner, as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of such Contract Completion Certificate. 8.05 Disposition of Contractor's Equipment. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this Contract or when the Contractor or his Surety pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the Contractor or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials, or supplies on the site of the work, notice thereof together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this Contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice such property shall be held by the Owner at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such salehfsay be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the work and belong to persons other than the Contractor or his Surety to their proper owners. 9. MEASUREMENT MEASUREMBNI_Al PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise specifically provided. 9.02 Estimated vs. Actual Quantities. Any and all estimated quantities stipulated in the proposal form under unit price items are approximate and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that -17- the actual amounts or work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quantity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as twenty -five (25 %) percent more or twenty -five (25 %) less than the estimated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised consideration on the portion of the work above or below twenty -five (25 %) percent of the estimated quantity prior to initiating work or furnishing materials for the overrun or underrun quantities. Such revised consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra Work ". 9.03 Payment. In consideration of the furnishing of all the necessary labor, equipment, and material and the completion of all work by the Contractor, and on the completion of all work and the delivery of all materials embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirement of the Engineer. 9.04 Monthly Estimates and Payments. The Contractor shall furnish to the Engineer by the twenty-fifth of the month such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. On or about the first day of each month the Engineer will make an approximate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Contractor ninety (90%) percent of the amount of such estimated sum on or before the 15th day of said month. It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. -18- 9.05 f p*NFSates of Completion. Within ten (10) days after the Contractor has given the Engineer notice that the work has been completed the Engineer shall review the work and satisfy himself by examination that work has been finally and fully completed in accordance with the plans, specifications, and Contract. If so and if acceptance by Owner and all governmental entities having jurisdiction has been secured, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final acceptance of the work covered under this Contract and serve as the date for stoppage of the contract period specified for completion of the Project. 9.06 Final Estimate and Payment. After the Contract Completion Certificate has been issued the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnished under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate; provided the Notarized Affidavit specified in Section 9.07 has been received by the Engineer. The Owner shall pay the Contractor within thirty (30) days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically understood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 entitled "Notarized Affidavit ", has been submitted to the Engineer. All prior estimates and payment shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company consents to final payment to the Contractor being made by the Owner. 9.08 Release of Liability. The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any person relating to or affecting the work. 9.09 Contractor's Obligation Neither the Contract Completion Certificate nor the final payment nor any provision in the Contract Documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the Contract Documents. -19- 9.10 Payments Withheld. The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payment properly to subcontractors or for material or labor. d. Damage to another contractor. When the above grounds are removed or the Contractor provides a Surety Bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. -20- SPECIAL CONDITIONS OF THE AGREEMENT SPECIAL CONDITIONS OF THE AGREEMENT SECTION 01 - INFORMATION INDEX 01-01 Engineer 01-02 Copies of Specifications Furnished 01 -03 Governing Codes 01-04 Liquidated Damages for Failure to Complete on Time 01 -05 Time of Completion 01 -06 Owner 01 -07 Location 01 -08 Usage of Water 01 -09 Pay Estimates SECTION 02 - SPECIAL COMSIDERATIONS S -2 02-01 Crossing Utilities 02 -02 Lands for Work 02 -03 Utility Services for Construction 02-04 Guarantees 02-05 Deviations Occasioned by Utility Structures 02 -06 Minimum Wage Scale 02 -07 Limit of Financial Resources 02 -08 Construction Review 02 -09 Limit of Work and Payment 02 -10 "As- Built" Drawings 02 -11 Payment for Materials on Hand 02 -12 Construction Staking & Protection of Stakes, Marks, etc. SECTION 03 - INSURANCE S-4 SECTION 04 - UTILITY APPURENTANCES ADJUSTMENTS S -5 SECTION 05 - TRAFFIC CONTROL S -5 SECTION 06 - MAINTENANCE BOND S -6 age S -1 8 -1 S -2 S-4 SECTION 01 - INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Rio Tech, Inc., 9510 Ranch Road 620, Austin, Texas, 78726, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 01 - 02 COPIES OF SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than seven (7) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Technical Specifications free of charge, and additional sets will be obtained from Engineer at commercial reproduction rates plus 20% for handling. 01 - 03 GOVERNING CODES All construction as provided for under these Specifications shall by governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME Refer to the General Conditions of the Agreement, Section 5.06, Page 13 for description. 01 -05 TIME OF COMP ETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Agreement, or from the date of the Notice to Proceed, which ever is latest. 01 -06 OWNER The Owner shall be the parties named in the Notice to Contractor. 01-07 LOCATION The location of work shall be as mentioned in the Notice to Contractors and as indicated in the Specifications. S -1 01 -08 USAGE OF WATER Contractor shall pay all costs of water used. Water is to be metered by the Contractor ` and the cost is to be subsidiary to other bid items. No additional pay will be made to the Contractor for water. 01-09 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 9.04 of the General Conditions, then the pay estimate will not be processed and will be returned to the Contractor. SECTION 02 - SPECIAL CONSIDERATIONS 02 - CROSSING UTILITIES Prior to commencing construction, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 - 02 LANDS FOR WORK Owner provides, as indicated on Drawings, land upon which work is to be done, rights -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02.03 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. 02-04 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for a period of one (1) year from the date of final acceptance by the Owner. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. S -2 02-05 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whether existing improvements are to be relocated, or grade and alignment proposed improvements changed. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the owner of the utility to be moved and have it moved. The cost of any utility relocation will be at the Owner's sole expense. Owner will not be liable for relocation costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work or for relocation costs made necessary because of deviation by the Contractor from the lines and grades shown on the plans. 02 -06 MINTMTJM WAGE SCALP. Minimum wage scale as specified and regulated by the State of Texas and the Federal Government. 02-07 J.IMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and/or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages for anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02 -08 CONSTRiUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -09 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this contract, so authorized by the Owner, described in the contract documents and technical specifications. All items of construction not specifically paid for in the bid schedule shall be included in the unit price bids. Any questions arising as the limits of work shall be left up to the interpretation of the Engineer. S -3 02 -10 "AS- BIJTT,T" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall deliver his correctly marked set of drawings to the Engineer. 02 - 11 PAYMENT FOR MATERIALS ON HAND Owner will not pay for materials on hand in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 -12 CONSTRUCTION STAKING The Engineer shall provide construction staking for this project. The Contractor shall furnish and pay for any re- staking. ERCLTECILQN_QESThMadLjIKs,,En All engineering and surveyor's stakes, marks, property corners, etc. shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc. shall be re- staked by the Contractor at the Contractor's sole expense without additional compensation by the Owner. SECTION 03 - INS_ J ANC . 03 -01 Insurance policies must be obtained by the Contractor or separate endorsement obtained by his existing insurance policies on projects that involve special hazards, such as blasting, excavation on public properties, etc. The principal types of insurance which will be necessary are: Comprehensive General Liability Insurance The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Comprehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability of the Contractor assumed under Paragraph 6.01 in the General Conditions entitled "Contractor's Indemnity Provision ". The liability coverage under this policy shall cover Independent Contractors. Liability limits for the Comprehensive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $300,000 each person $300,000 each accident Property Damage $100,000 each accident $100,000 aggregate S-4 A $ 500,000 umbrella coverage shall also be required. Public Liability and Property Damage to protect the Contractor, any of his sub - contractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount for liability is $250,000/$500,000. The amount of property damage is $100,000 per accident. to protect the same individuals as indicated under Public Liability and Property Damage above, and in the same amount of liability. Worker's Compensation and Employer's Liability Builder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. The Contractor shall supply to the Owner a Certificate of Insurance, on a form supplied by the insurance companies or a form similar to the attached samples from the Contractor prior to the start of work. Owner's Protective as required by the General Conditions of the Agreement, Paragraph 6.04. This coverage as well as the above coverage is MANDATORY,. SECTION 04 - UTILITY APPURTENANCES ADJUSTMENTS The Contractor shall, at his own expense, raise the gate valve boxes and manhole frames and covers to the finished paved street grade. All gate valve boxes and manhole frames and covers within the proposed street paving area shall be constructed six (6) inches below the subgrade of the street prior to lime stabilization. The Contractor shall coordinate the fmal raising of the gate valve boxes and manhole frames and covers to finished street grade with the Engineer . In unpaved areas, gate valve boxes shall be raised by the Contractor, at his own expense, to two (2) inches above natural ground. In unpaved areas, manhole frames and covers shall be raised by the Contractor, at his own expense, to six (6) inches above natural `ground. "By others" clause on utility relocation shown on the Plans is meant to refer to the utility company actually doing the relocation. The coordination and any cost involved with this relocation shall be included in the contract as subsidiary to other items. No additional pay shall be made for these relocations. S -5 SECTION 05 - TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access, the Contractor shall notify all applicable agencies (i.e. Fire Departments, E.M.S., etc....). At the end of each day two lanes of traffic shall be opened to the public. The Contractor shall be responsible for all maintenance, signing, and safety precautions necessary for traffic control. This item shall be considered subsidiary and no additional compensation shall be given for complying with this Special Condition. SECTION 06 - MAINTENANCE BOND Per City of Round Rock Ordinance, a two (2) year Maintenance Bond naming the City of Round Rock as obligee will be required for public streets constructed without lime stabilization of subgrade material when the Plasticity Index of the subgrade is above 25. Maintenance Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements. A One (1) year Maintenance Bond will be required for all other improvements. S -6 TECHNICAL SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECHNICAL SPECIFICATIONS ITEM 1 - GENERAL P_ aga 1 -1 1.01 Scope of Work 1.02 Governing Technical Specifications & Constructin Specifcations ITEM 2 - CONTROL OF WORK 2 -1 2.01 Clean -up 2.01.01 Construction Site 2.01.02 Backwork 2.02 Grading ITEM 3 - EXAMINATION AND REVIEW 3 - 1 3.01 Examination of Work 3.02 Notification 3.03 Construction Staking 3.04 Cut Sheets INDEX ITEM 4 - PROTECTION AND PRECAUTION 4 4.01 Work in Freezing Weather 4.02 Protection of Trees, Plants and Shrubs 4.03 Barricades 4.04 Property Lines and Monuments 4.05 Disposal of Surplus Material 4.06 Contractor's Use of Premises ITEM 5 - MATERIALS 5 - 1 5.01 Trade Names 5.02 Materials and Workmanship ITEM 6 - STREET IMPROVEMENTS 6 -1 6.01 Subgrade Excavation 6.02 Technical Specifications 6.02.01 Preparing Right -of -Way; Clearing & Grubbing; Removing Concrete 6.02.02 Street Excavation 6.02.03 Borrow & Enbankment 6 -2 6.02.04 Subgrade Preparation TECHNICAL SPEC1FTCATIONS (Cont.) INDEX Page 6.02.05 Flexible Base 6.02.06 Rolling - Flat Wheel, Pneumatic Tire, Tamping, Proof 6 -3 6.02.07 Asphalts, oils, & Emulsions; Prime Coat; Tack Coat 6.02.08 Hot Mix Asphaltic Concrete Pavement 6.02.09 Concrete Curb & Gutter; Machine Laid Curb & Gutter 6.02.10 Traffic Signs, Pavement Markings 6.02.11 Lime & Lime Treatment 6.4 6.02.12 Removing & Relocating Existing Fences 6.02.13 Environmental Enhancement & Erosion Control Measures ITEM 7 - STORM DRAINAGE 7 - 1 7.01 Materials 7.02 Measurement and Payment 7.02.01 Channel Excavation 7.02.02 Structural Excavation & Backfill 7.02.03 Concrete for Structures; Reinforcing Steel, Concrete Structures 7.02.04 Frames, Gates, Rings, & Covers 7.02.05 Manholes 7.02.06 Miscellaneous Structures & Appurtenances 7 -2 ITEM 8 - SEWAGE COLLECTION 8 -1 8.01 Materials 8.02 Testing 8.03 Standard Details 8.04 Measurement & Payment 8.04.01 Pipe 8.04.02 Manholes 8.04.03 Concrete Encasement or Cradle 8.04.04 Sewer Services 8.04.05 Adjusting Structures 8.04.06 Erosion Control Measures ITEM 9 - WATER IMPROVEMENTS 9 -1 ITEM 10 - TRENCH & EXCAVATION SAFETY SYSTEM 10-1 ii 8 -2 8 -3 ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WOR} The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the installation of street improvements, water distribution, sewage collection, and storm drainage facilities complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS NOTE: The item number designation shown in parenthesis adjacent to captions is a reference to City of Austin Standard Specifications. CONSTRITCTION SPECIFICATIONS The current City of Austin, Standard Specifications as adopted and amended by the City of Round Rock and the current City of Austin Erosion & Sedimentation Control Manual, are incorporated into this project and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall be construed to mean Rio Tech, Inc. 1 -1 1TEM 2 CONTROL OF WORK 2.01 CLEAN -UP 2 01 1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean -up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. 2 012 BACKWORK The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean -up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. 2.02 GRADINCT The Contractor shall do such grading in the area adjacent to streets and drainage facilities as may be necessary to leave the area in a neat and satisfactory condition approved by the Engineer. 2 -1 ITEM 3 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the Owner's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer and Owner must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of Engineer or project representative. 3.03 CONSTRUCTION STAKING The Engineer shall furnish the Contractor alignment and reference hubs for excavation at an agreed interval and offset, together with cut sheets showing the difference in elevation from top of the stakes to the flow line of the utilities at centerline. The Contractor shall request surveying a minimum of 48 hours prior to cut sheets being issued. This construction staking will be provided one (1) time at the sole expense of the Owner. All re- staking will be provided by the Contractor and paid for by the Contractor at his sole expense without additional compensation by the Owner. ST IBORADE VERIFICATION The Contractor shall furnish to the Owner, AT THE CONTRACTOR'S EXPENSE, an Engineer's certification of subgrade to + 0.05 feet. This verification shall be taken at the street centerline and verified. PROTECTION OF STAN F4. MARK,$. ETC All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. 3.04 CTIT SHEETS The Engineer shall furnish two (2) copies of cut sheets to the Contractor. The Contractor shall be responsible for acquiring cut sheets at the office of the Engineer. 3 -1 ITEM 4 PROTECTION AND PRECATJTION 4.01 WORK TN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES. PLANTS AND SHRTJJJ,S 4.03 BARRICADES 4-1 The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right -of -way but only with approval of the Engineer. Wood slats shall be provided on trees as shown on the , plans. Tree protection shall be considered subsidiary to other items and no separate compensation shall be made. Barricades shall be installed, in locations deemed necessary by the Engineer, for the protection of life and property. Under no circumstances will any existing road by permitted to remain closed over a weekend. 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property corner monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper" or "equal to" are used, they shall be understood to mean that the item referred to shall be "proper ", the "equivalent" of, or "equal to" some other item, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer, and the Engineer will have the right to require the use of such specifically designated material, article or process. 5 -1 1TEM 6 STREET IMPROVEMENTS 6.01 ST IBGRADE EXCAVATION Subgrade excavation shall include all acceptable street excavation measured by the square yard as the area for the entire width of the roadway plus eighteen (18) inches behind each curb. The depth of the subgrade excavation will be that which is required to achieve the necessary thickness of compacted flexible base and pavement in accordance with standard cross - sections and top of curb elevations shown in the Plans. Sub -grade over - excavation shall be all acceptable street excavation in access of the normal street excavation depth measured for the square yard for the area of the entire width of the roadway plus eighteen (18) inches behind each curb for the length of street which extra depth base is noted on the Plans. Subgrade over - excavation will be substituted for the extra depth base material and the normal base material will be installed instead over the area where the over - excavation is chosen. The depth of the over - excavation shall be to that which is necessary to remove all clay material within the limits of subgrade excavation. The amount of subgrade over - excavation may be modified by the Engineer upon examination of actual field conditions encountered during excavation of the streets during the construction process. Theses modified limits of over - excavation in lieu of extra depth base as called for on the locations shown on the Plans will be agreed to by both the street and drainage Contractor and the Engineer in the field, based upon actual field conditions. 6.02 TECHNICAL SPECIFICATIONS Unless stated otherwise in the contract documents, it is understood that all payments made are for finished work and include all labor, tools, materials, appurtenances, constructing, and completing the item on which payment is made. The following items from the City of Austin Standard Specifications are modified as related to measurement and payment; 6.02.01 PREPARING RIGHT -OF -WAY: CLEARING: & GRTIBBING; REMOVING CONCRETE (Items 101, 102, & 104) These items will be considered subsidiary to street excavation, which price shall be full compensation for work herein specified, including the furnishing of all materials, equipment, tools, labor, and incidentals necessary to complete the work. 6.02.02 STRP..RT EXCAVATION (Item 110) All acceptable street excavation and street over - excavation will be measured by the square yard as the area for the entire width of the roadway plus eighteen (18) inches behind each curb for he entire length as shown by "Street Section Standard Detail" in the Plans. 6 -1 The depth for street excavation will be that necessary from natural ground to achieve desired subgrade elevation for the required base and pavement thickness as shown on the Plans. The depth for street over - excavation will be that necessary from the normal street excavation depth to remove all clay material from the street subgrade area. This item will be paid for at the contract unit price bid for "Street Excavation" or "Street Over - Excavation ", as provided under the measurement method as included in the proposal, which price shall be full compensations for all work herein specified: including subgrade preparation, unless specified otherwise and the furnishing of all materials, equipment, tools, labor, and incidentals necessary to complete the work. This item shall include the cost of shaping and grading between the back of curb and right -of -way in accordance with the "Street Section Standard Detail'. 6.02.03 BORROW AND EMBANKMENT (Items 130 & 132) These items will be considered subsidiary to street excavation, which price shall be full compensation for work herein specified, including the furnishing of all material, equipment, tools, labor, and incidentals necessary to complete the work. 6.02.04 STTBGRADE PRRPARATION (Item 201) This item will be considered subsidiary to street excavation, which price shall be full compensation for all work herein specified, including the furnishing of all materials, equipment, tools, labor, and incidentals necessary to complete the work. 6.02.05 FLRXTBLE BASE (Item 210) "Flexible Base" will be measured by the square yard at depths specified in the proposal for the area of street as shown on the "Street Section Standard Detail" in the Plans. The depths specified are compacted depths unless otherwise stated. This item will be paid for at the contract unit price bid for "Flexible Base ", which price shall be full compensation for all work herein specified, including the furnishing, hauling, and placing of all materials, for all water required, and all equipment, tools, labor, and incidentals necessary to complete the work. 6 -2 6.02.06 ROLLING - FLAT WHEEL, PNEUMATIC TIRE. TAMPING. PROOF (Items 230, 232, 234, and 236) No additional compensation will be made for materials, equipment, or labor required by these items, but shall be considered subsidiary to the various items included in the Contract. 6.02.07 ASPHALTS. OILS. AND EMULSIONS- PRIME COAT: TACK COAT (Items 301, 306, and 307) These items shall not be measured or paid for separately, but will be subsidiary to Hot Asphaltic Concrete Pavement. 6.02.08 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Item 340) Asphaltic concrete pavement will be measured by the square yard of the specified thickness of the type actually used in the completed and accepted work in accordance with "Street Section Standard Detail" in the Plans. The depths specified are for compacted depths. 6.02.09 CONCRETE CURB AND GUTTER. MACHINE LAID CUR 13 AND (TL 1TTER (Items 430 and 431) Accepted work as prescribed by theses items will be measured by the linear foot of concrete curb and gutter, complete in place. The work performed as prescribed by these items will be paid for at the unit price bid per linear foot for "Standard Concrete Curb and Gutter ", complete, at the unit price bid, which price shall be full compensation, for furnishing and placing all base material, dowels, expansion joint material, curbing material, backfilling, and for all other materials, manipulations, labor, tools, equipment, and incidentals necessary to complete the work. 6.02.10 TRAFFIC SIGNS. PAVEMENT MARKINGS (Item 800) This item shall govern the installation of pavement markings (reflectorized paint), pavement markers (reflectorized), traffic buttons, signs, and pedestrian ramps. The installation of signs, markings, and markers shall conform to the Texas State Department of Highways and Public Transportation "Standard Specifications for Construction of Highways, Streets, and Bridges ". Accepted work as prescribed by this item will be paid for at the lump sum amount bid, complete in place as shown on the Plans. The bid price will include providing all materials, labor, equipment, tools, pavement preparation, and incidentals necessary to complete the work. Pedestrian ramp construction will include removal of existing curb and material to complete the work as shown on the Plans. 6 -3 The materials to be used for markings and markers will conform to the State Department of Highways and Public Transportation and Material Specifications and The Manual on Uniform Traffic Control Devices. Copies of departmental material specifications are available from the Materials and Test Division, 38th and Jackson Street, Austin, Texas 78703. 6.02.11 LIME & T ME TREATMENT (Items 202 & 203) Lime Stabilization will be measured by the square yard as the area for the entire width of the roadway plus eighteen (18) inches behind each curb for the entire length designated in General Notes on Construction Plans. This item will be paid for at the contract unit price for "Lime Stabilization ", which price shall include the furnishing of all materials, equipment, tools, labor, and incidentals necessary to complete the work. 6.02.12 REMOVING AND RELOCATING EXISTING FENCES (Item 702) This item covers removal and relocation of all existing fences, gates, and hardware as required (regardless of being shown on the Plans or not). Relocated fences shall be of the same construction and quality as the existing fence. Payment shall be made at the unit price bid per linear foot for "Relocation of Existing Fence." 6.02.13 SIDEWALKS (Item 432) Concrete sidewalk shall be paid at the unit price bid per square feet. Reinforced concrete sidewalk with retaining wall shall be constructed with the height of the retaining wall adjusted to conform to field conditions; however, the height of the wall shall not exceed 2.5 feet without approval of the Engineer. Reinforced concrete sidewalk with retaining wall shall be paid for at the unit price bid per cubic yard. Detemination of total yardage used shall be based upon calculated quantities from actual field measurements of wall height, sidewalk width and plan thickness. 6.02.14 ENVIRONMENTAL ENHANCEMENT & EROSION CONTROL MEASURES (Series 600) These items shall govern the furnishing, placing, maintaining, and removal of all erosion control measure, site work, restoration work, grading, shaping, and seeding for the project of all disturbed areas and in accordance with the Plans or as directed by the Department of Public Works. All temporary erosion control measures including hay bales, rock berms and brush piles shall be erected at locations as required, maintained until final acceptance, and removed by the Contractor after final acceptance of the Project. The restoration of both the existing and proposed spoil sites, and all disturbed areas shall include spreading of a minimum of 4" of top soil, shaping and seeding in accordance with the Plans. Maintenance of the temporary erosion control measures shall be the Contractors responsibility until final acceptance. 6-4 1 Areas of solid rock excavation shall be exempt from this special provision provided the rock face is left in a neat, clean condition, conforming to the slopes and grades indicated on the Plans. When called for in the proposal, erosion control measure shall be paid for at the unit contract price bid per lump sum for such measures, complete in place, in accordance with the Plans. The bid price per lump sum shall include all excavation, materials, shaping, hauling, maintenance, removal at completion of the Project, disposal of surplus materials, top soil, seeding, and clean up. 6 -5 1 1 1 1 1 1 1 1 1 1 1 ITEM 7 $TORM DRAINAGE 1 1 1 1 1 1 7.01 MATERIALS All storm drainage pipe shall be R.C.P. Cl. III as specified in the bid proposal and on the Plans unless shown otherwise. 7.02 MEASUREMENT AND PAYMENT The following items from the City of Austin Standard Specifications are modified as related to measurement and payment: 7.02.01 CHANNEL EXCAVATION (Item 120) This item will be paid for at the contract unit price bid for "Unclassified Excavation ", which price shall be full compensation for furnishing all materials, equipment, tools, labor, and incidentals necessary to complete the work. 1 7.02.02 STRUCTURAL EXCAVATION & BACKFILL (Item 401) Unless otherwise shown on the Plans, structural excavation for pipe headwall, inlets,manholes, culvert widening (extensions), bridge abutments, and side road and private entrance pipe culverts, and any other items will not be measured but shall be included in the lump sum price for each item. 7.02.03 CONCRETE FOR STRUCTURES; REINFORCING STEEL, CONCRETE S'1� F. (Items 403,406, & 410) No direct measurement or payment will be made for the work to be done or the equipment to be furnished under theses items, but it shall be considered subsidiary to the particular items required by the Plans and the Contract. 7.02.04 FR AMES. C'ATES.RINGS, & COVERS (Item 503) No direct compensation will be made for frames, grates, rings, and covers. Measurement and payment for furnishing all materials, tools, equipment, labor, and incidentals necessary to complete the work will be included in proposal items which constitute the completed and accepted structures. 7.02.05 MANHOLES (Item 506) All manholes satisfactorily completed as indicated in the Plans or Specifications will be measured as completed units per each for all depths. When called for in the proposal, manholes shall be paid for at the unit contract price bid per each for such structures and backfilling, complete in place. The depth of such structures shall be understood to be the perpendicular distance from the top of the ring to the invert of the structure. No separate payment will be made for "eyes". The cost of these should be 7 -1 included in bid items for manholes. Each manhole shall be constructed in accordance with the details indicated and to the depth required by the profiles. 7.02.06 MISCET,LANEOTTS STRTJCTfiRRS & APPURTENANCES (Item 508) All miscellaneous structures satisfactorily completed in accordance with the Plans and Specifications will be measured as completed units unless specified otherwise. Excavation and backfill will not be measured under this item but will be considered subsidiary to the other item. Frames, grates, rings, and covers will not be measured and paid for but shall be considered subsidiary to the items for pay. Payment for Inlets for the type shown in the Plans in place in accordance with these Specifications and measured as prescribed above will be made at the unit price bid for each "Inlet ", Complete of the type specified including transition curbs and gutters. Payment for inlets with extensions of the length shown on the Plans and measured as prescribed above shall be made at the unit price bid for each " Inlet" including transition curbs and gutters. 7 -2 ITEM 8 SEWAGE COTJ.ECTION SYSTEM 8.01 MATER TAT S (Item 510) Sewer mains shall be P.V.C. SDR 35 for gravity lines unless otherwise shown and P.V.C. SDR 26 for pressure lines. Ductile iron pipe and ductile iron fittings when called for will be Class 50 unless shown otherwise. 8.02 TESTING (Item 510) All gravity sewer lines and manholes shall be tested under the supervision and direction of the Engineer, and the Contractor shall perform such tests and furnish all equipment and material for same at the Contractor's sole expense. Tests will be performed for leakage by exfiltration and for deflection by mandrel pulling. Each section of gravity sewer line shall be tested between successive manholes. Testing by exfiltration shall be accomplished by plugging the downstream end and filling the pipe with water in suitable sections. Equipment for the test shall be furnished by the Contractor, and shall include a metal stand -pipe, a suitable meter, or other method of measuring the quantity of water used. A period of at least one hour's time shall be allowed for absorption before making the test. The Contractor shall notify the Engineer and the Owner at least 24-hours prior to beginning testing. The allowable water loss for gravity sewer lines shall not exceed fifty (50) gallons per inch of inside pipe diameter per mile per day, or the rate specified by the appropriate pipe specification, whichever is less. 8.03 STANDARD DETATT S The "Standard Details" shall be followed as included in the Plans. 8.04 MEASUREMENT AND PAYMENT Unless stated otherwise in the Contract Documents, it is understood that all payments made are for finished work and include all labor, tools, materials, appurtenances, constructing and completing the item on which payment is made. The following items from the City of Austin Standard Specifications are modified as related to measurement and payment: 8 -1 8.04.01 EIRE (Item 510) When called for in the proposal, pipe shall be paid for at the unit contract price bid per linear foot for the size and type of pipe specified at all depths, complete in place. The bid price per linear foot shall include all excavation, bedding material, fittings, plugs, pipe coatings, connection to the existing system, backfilling, testing, disposal of surplus materials, and clean up. Measurement for length shall be the horizontal distance along the center line of the pipe as surveyed by the Engineer. Payment will also represent compensation for replacement of pavement, curb, drainage structures, driveways and any other improvements damaged during construction. 8.04.02 MANHOLES (Item 506) When called for in the proposal, standard manholes or drop manholes (at all depths) shall be paid for at the unit contract price bid per each of the type specified, complete in place including testing. The depth of such structures shall be understood to be the perpendicular distance from the top of the ring to the invert of the structure. No separate payment will be made for "eyes ". The cost of these should be included in the bid item for manholes. 8.04.03 CONCRETE ENCASEMENT OR CRADLE (Items 505 & 510) When called for in the proposal, concrete encasement or cradle shall be paid for at the unit contract price bid per linear foot for the size of pipe specified, complete in place. 8.04.04 SEWER SERVirF„S (Item 510) Sewer services shall be paid for at the unit price bid per each, complete in place, including tap to main, fittings as required, pipe, risers, plugs, and appurtenances. 8.04.05 ADJUSTING STRUCTURES (Item 504) Adjustment of manholes to finished grade shall not be measured or paid separately. The cost of such adjustments will be considered subsidiary to the bid item for manholes. 8 -2 8.04.06 EROSION CONTROL MEASURES (Series 600) This item shall govern the furnishing, placing, maintaining and removal of all erosion control measures, site work, restoration work, grading, shaping and seeding for all disturbed areas and in accordance with the Plans. All temporary erosion control measures including hay bales, rock berms, fabric fence and brush piles shall be erected at the locations specified on the Plan, maintained until fmal acceptance, and removed by the Contractor after final acceptance of the project. The restoration of disturbed areas and spoil sites shall include spreading of top soil, shaping, hydromulching or seeding in accordance with the Plans. Maintenance of the temporary erosion control measures shall be the Contractors responsibility until final acceptance. No separate payment shall be made for erosion control but shall be subsidiary to other items and shall include all excavation, materials, shaping, hauling, maintenance, removal at completion of project, disposal of surplus materials, hydromulching or seeding and clean up. Existing temporary erosion control measures installed by others, but disturbed by the Contractor, will be repaired or replaced at the Contractor's sole expense. 8 -3 ITEM 9 WATER IMPROVEMENTS This item NOT applicable to this project. 9 -1 ITEM 10 TRENCH ANT) EXCAVATTON SAFETY SYSTEM - 10.01 The latest revisions of City of Austin, Water and Wastewater Utility Trench Safety System Specifications, Item No. 100 -A (or latest revision) shall be included and applicable to this project. All references to the City of Austin shall be construed to mean "Owner" as defined by these contract documents. 10 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 100.1 Description Itea No. 100-A Trench Safety Systems This item shall consist of designing, furnishing, installing, and maintaining trench safety systems required for the construction of trench excavation and backfill made necessary by the safety system. A trench shall be defined as a narrow excavation made below the surface of the ground. In general the depth is greater than the vidth but the vidth is not greater than 15 feet. Trench Safety Systems include, but are not limited to sloping, sheeting, trench shields or boxes, sheet piling, cribbing, bracing, shoring, devatering, or diversion of vater to provide adequate drainage. 100.2 Safety Safety of personnel on the vork site is of paramount importance to the Ovner. Contractor shall initiate and maintain a trench safety training program which shall provide for frequent and regular training sessions. The trench safety program shall be in accordance with Occupational Safety and Health Administration (OSHA) standards govern- ing the presence and activities of individuals vorking in and around trench excavation. Contractor shall submit documentation of the existence and content of the safety training program at or before the Pre - Construction Confer- ence. At or before the Pre - Construction Conference, the Contractor shall also submit a letter signed by an officer of the entity certifying that no employee of the Contractor of Subcontractor will be alloyed in or near a trench excavation on this project unless the employee has first successfully completed training in basic trench safety subjects. In the same letter, the Contractor shall also name the "competent person" (foreman or superintendent) vho is to be reasonably available to the project at all times vhen trench construction vork is in pro- gress and vho is empovered to act for the Contractor in trench safety matters. The competent person shall be one vho is capable of identi- fying existing hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and vho has authorization to take prompt corrective measures to eliminate those conditions. Page 1 3/30/88 100 -A 100.3 Trench Safety Plan Within three weeks folloving the opening of bids, the Contractor shall submit to the Engineer /Architect, a plan for a Trench Safety System vhich shall conform to the provisions of Subpart P,'Part 1926 of the Code of Federal Regulations and vhich shall be capable of being in- stalled vithin the available vork space. Failure to submit the re- quired plan vithin the allowable time may be cause for rejecting a proposal as being non - responsive. The plan shall be prepared and sealed by a Professional Engineer, registered in the State of Texas and qualified by experience to design such systems. The plan shall contain as a minimum the following: 1. A plan or other designation of the areas in vhich each type of system shall be used. 2. Drawings, manufacturer's data, or other method of identifying the various elements of the system vith sufficient specific- ity to allow positive identification during construction, and installation requirements sufficient to alloy field verifica- tion of proper installation. 3. • Manufacturer's vritten specifications, recommendations, limitations, and manufacturer's permission to deviate from those specifications, recommendations, and limitations. 4. Engineering calculations or manufacturer's certifications shoving that the system is designed to vithstand anticipated loadings and to provide protection throughout the full depth of the trench. Loads used for design of the Trench Safety System shall be as determined by the Contractor's geotechni- cal consultant except in that no case shall the design load- ings used be less than psf per foot of height of the trench plus adjacent so FE nk for shoring systems or less than psf per foot of height of the trench plus soil bank for trench shield or trench box design. 5. If proper installation of the proposed Trench Safety Plans require trench vidths in excess of those noted in the • Standard Details or Standard Specifications, the plan shall also contain engineering calculations shoving that the additional loadings imposed by the increased vidth do not result in a need for a stronger class of pipe. If the calculations shoe that a stronger class of pipe is required, the additional cost shall be included in the price bid for construction of the pipe. The purpose of submittal review by the Engineer /Architect is to deter- mine that the Contractor has planned the trenching vork and the trench safety systems required, that a qualified professional engineer has assisted the Contractor in this planning, and that the plan is in general conformance vith the project design requirements. The reviev Page 2 3/30/88 100 -A of submittals does not relieve the Contractor of full responsibility for trench safety, including selection, excavation and construction procedures, methods and materials. The Contractor is solely responsi- ble for any and all property damage or bodily injury, including death, that arises from his trenching activities, whether or not performed in accordance vith the submittals. 100.4 Soils Information The Ovner may have obtained geotechnical information, vhich may include sub - surface data, logs of soil borings, and recommendations from geotechnical consultants. Any information obtained is solely for use by the City and /or its design consultants in the design of the project and are not part of the contract. If soil borings have been prepared they vill be included in Section 00220 of this Project Manual or on the plans. Any geotechnical information included is for information only. The City and its design consultants do not guarantee the accuracy or validity of the data, nor do they assume any responsibility for any interpretations or conclusions the Contractor may dray from the.data. The Contractor shall provide to the Contractor's Professional Engineer all information needed to design the Trench Safety System required by Section 101.3. The Contractor may, at his option, perform additional sub - surface investigations at his own expense. 100.5 Inspections Contractor's "competent person" shall inspect the trench, the adjacent area, and the trench safety system each day, before allowing workers to enter the trench, for evidence of any situation which might result in unsafe working conditions and to ensure the system meets OSHA requirements. Such inspections shall also be performed following rainfall or any other bccurrence, such as encountering unexpected sub - surface conditions, which could result in hazardous conditions. If evidence of possible cave -ins or slides is noted, or any time a safety system is damaged, vork shall immediately cease and all personnel shall be removed from the trench. Personnel shall be required to remain outside the trench until the necessary repairs, reinforcement, or other appropriate actions have been taken as directed by Contractor's "competent person ". After the appropriate action has been taken the "competent person" shall inspect and approve the vork before alloying the personnel to re -enter the trench. The Contractor shall maintain a permanent record of inspections which shall be made available to the Owner upon request. • Page 3 3/30/88 100 -A 100.6 Construction Methods Trench safety systems shall be constructed in accordance vith the detailed specifications set out in the provisions of Excavations, Trenching, and Shoring, U.S. Department of Labor Occupational Safety and Health Administration (OSHA) Regulations, 29 CFR, Part 1926, Subpart P. A reproduction of the specifications is attached for the convenience of the Contractor. The Owner assumes no responsibility for the accuracy of the reproduction. The Contactor is responsible for obtaining a current copy of this section of the Federal Register for use during the project. Contractor shall not alloy any employee to enter any trench at any time, including during excavation, construction, backfilling, or other such operations, unless the proper Trench Safety System is in place in that section of trench. Contractor shall at all times safely guard all property from injury or loss in connection vith this Contract. He shall at all times safely guard and protect his ovn work and any adjacent property from damage. Contractor shall repair, replace, or othervise make good any such damage, loss, or injury arising out of Contractor's excavation operations. 100.7 Alternate Designs During construction, the Contractor may desire to utilize an alternate trench safety system due to unexpected conditions, to expedite the construction, or for some other reason. The plan for the proposed alternate system shall be prepared in conformance vith Section 101.3 by Contractor's Professional Engineer and submitted to the Architect /Engineer for approval. Contractor shall not begin utilization of any alternate system until the substitution is authorized by change order. 100.8 Indeanification The Contractor shall indemnify and hold harmless the City, its employees, its agents, and its design consultants, from any and all damages, costs (including, vithout limitation, legal fees, court costs and the cost of investigation), judgments, or claims by anyone for injury or death of persons resulting from the collapse or failure of trenches constructed under this contract. The Contractor acknovledges and agrees that this indemnity provides indemnity of the City in case the City is negligent either by act or omission in providing trench safety, including, but not limited to inspection, failure to issue stop work orders, and the hiring of the Contractor. Page 4 3/30/88 100 -A i= — — — No ow t• — — Appendix CONSTRUCTION Safety g Health Regulations Part 1928 Subpart P— Excavatlons, Trenching, and Shoring 1928.656 — General protection requirements. (a) Walkways, runways, and sidewalks shall be kept clear of ex- cavated material or other obstructions and no sidewalks shall be undermined unless shored to carry a minimum live load of one hun- dred and twenty-five (125) pounds per square foot. (b) If planks are used for raised walkways, runways, or sidewalks. they shall be laid parallel to the length of the walk and fastened together against displacement. (c) Planks shall be uniform in thickness and all exposed ends shall be provided with beveled cleats to prevent tripping. (d) Raised walkways. runways, and sidewalks shall be provided with plank steps on strong stringers. Ramps, used in lieu of steps, shall be provided with cleats to insure a safe walking surface. (e) All employees shall be protected with personal protective equipment for the protection of the head, eyes, respiratory organs, hands, feet, and other parts of the body as set forth in Subpart E of this part. (1) Employees exposed to vehicular traffic shall be provided with and shall be instructed to wear warning vests marked with or made of reflectorized or high visibility material. (g) Employees subjected to hazardous dusts, gases, fumes, mists, or atmospheres deficient in oxygen, shall be protected with approved respiratory protection as set forth in Subpart D of this Put (h No person shall be permitted under bads handled by power shovels, derricks, or hoists. To avoid any spillage employees shall be required to stand away from any vehicle being loaded. (i) Daily inspections of excavations shall be made by a compe- tent person. If evidence of possible cave -Ins or slides is apparent, all work in the exavation shall cease until the necessary precautions have been taken to safeguard the employees. 1928.851—Specific excavation requirements'. (a) Prior to opening an exavation, effort shall be made to deter- mine whether underground installations, i.e., sewer, telephone, water, fuel, electric lines, etc., will be encountered, and if so, where such underground installations are located. When the excavation approaches the estimated location of such an installation, the exact location shall be determined and when it is uncovered, proper sup. ports shall be provided for the existing Installation. Utility com- panies shall be contacted and advised of proposed work prior to the start of actual excavation. 12 — t• I t• — NM i= MI NE = (b) Trees, boulders, and other surface encumbrances, located so u to create a hazard to employees involved in excavation work or in the vicinity thereof at any time during operations, shall be removed or made safe before excavating is begun. (c) The walls and faces of all excavations In which employees are exposed to danger from moving ground shall be guarded by a shor- ing system, sloping of the ground, or some other equivalent means. (d) Excavations shall be inspected by a competent person after every rainstorm or other hazard-Increasing occurrence, and the protection against slides and cave -ins shall be Increased If necessary. (e) The determination of the angle of repose and design of the supporting system shall be based on careful evaluation of pertinent factors such as: Depth of cut; possible variation In water content of the material while the excavation is open; anticipated changes In materials from exposure to air, sun. water, or freezing; loading im- posed by structures, equipment, overlying material, or stored material; and vibration from equipment, blasting, traffic, or other sources. (f) Supporting systems, i.e., piling. cribbing, shoring, etc., shall be designed by a qualified person and meet accepted engineering re- quirements. When tie rods are used to restrain the top of sheeting or other retaining systems, the rods shall be securely anchored well back of the angle of repose. When tight sheeting or sheet piling Is used, full loading due to ground water table shall be assumed, unless prevented by weep holes or drains or other means. Addi- tional stringers, ties. and bracing shall be provided to allow for any necessary temporary removal of individual supports. (g) All slopes shall be excavated to at least the angle of repose ex- cept for areas where solid rock allows for line drilling or presplit- ting. (h) The angle of repose shall be flattened when an excavation has water conditions, silty materials. loose boulders, and areas where erosion, deep frost action, and slide planes appear. (1) (1) In excavations which employed may be required to enter, excavated or other material shall be effectively stored and retained at least 2 feet or more from the edge of the excavation. (2) As an alternative to the clearance prescribed in sub- paragraph (1) of this paragraph, the employer may use effective barriers or other effective retaining devices In lieu thereof In order to prevent excavated or other materials from falling into the ex- cavation. (j) Sides. slops, and faces of ail excavations shall meet accepted engineering requirements by scaling, benching, barricading, rock bolting. wire meshing, or other equally effective mans. Special at- 13 I= = r — n' M i — MI NM tenilon shall be given to slopes which may be adversely affected by weather or moisture content. (k) Support systems shall be planned and designed by a qualified person when excavation Is in excess of 20 feet in depth, adjacent to structures or improvements, or subject to vibration or ground water. (1) Materials used for sheeting, sheet piling, cribbing, bracing, shoring. and underpinning shall be In good serviceable condition, and timbers shall be sound, free from large or loose knots, and of proper dimensions. (m) Special precautions shall be taken In sloping or shoring the sides of excavations adjacent to a previously back filled excavation or a fill, particularly when the separation is less than the depth of the excavation. Particular attention also shall be paid to Joints and seams of material comprising a face and the scope of such seams and joints. (n) Except in hard rock, excavations below the level of the base of footing of any foundation or retaining wall shall not be permit- ted, unless the wall is underpinned and all other precautions taken to insure the stability of the adjacent walls for the protection of employees involved in excavation work or in the vicinity thereof. (o) if the stability of adjoining buildings or walls is endangered by excavations, shoring, bracing, or underpinning shall be pro- vided as necessary to insure their safety. Such shoring, bracing, or underpinning shall be Inspected daily or more often, as conditions warrant, by a competent person and the protection effectively maintained. (p) Diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering an excavation and to provide adequate drainage of the area adjacent to the excavation. Water shall not be allowed to accumulate in an excavation. (q) If it is necessary to place or operate power shovels, derricks, trucks, materials, or other heavy objects on a level above and near an excavation, the side of the excavation shall be sheet -piled, shored, and braced as necessary to resist the extra pressure due to such superimposed loads. (r) Blasting and the use of explosives shall be performed in ac- cordance with Subpart U of this part. (s) When mobile equipment is utilized or allowed adjacent to ex- cavations, substantial stop logs or barricades shall be installed. if possible, the grade should be away from the excavation. (t) Adequate barrier physical protection shall be provided at all remotely located excavations. All wells, pits, shafts, etc., shall be barricaded or covered. Upon completion of exploration and similar operations, temporary wells, pits, shafts, etc., shall be backfilled. 14 a a• Illy ups m mu — — 1� (u) If possible, dust conditions shall be kept to t► mtnlmttm by the use of water, salt, calcium chloride, oil, or other means. (v) In locations where oxygen deficienc7 or gaseous conditions are possible, air In the excavation shall be tested. Controls, as set forth in Subparts D and E of this part, shall be established to assure acceptable atmospheric conditions. When flammable gases are pre- sent, adequate ventilation shall be provided or sources of ignition shall be eliminated. Attended emergency rescue equipment, such as breathing apparatus, a safety harness and Tine, basket stretcher, etc., shall be readily available where adverse atmospheric condi- tions may exist or develop in an excavation. (w) Where employees or equipment are required or permitted to cross over excavations, walkways or bridges with standard guard- rails shall be provided. (x) Where ramps are used for employees or equipment, they shall be designed and constructed by qualified persons in accord- ance with accepted engineering requirements. (y) All ledders.used on excavation operations shall be In accord- ance with the requirements of Subpart L of this part. 1926.052 — Specific trenching requirements. (a) Banks more than 5 feet high shall be shored, laid back to a stable slope, or some other equivalent mans of protection shall be provided where employees may be exposed to moving ground or cave -ins. Refer to Table P -1 as a guide In sloping of banks. Trenches less than 5 feet in depth shall also be effectively protected when examination of the ground Indicates hazardous ground movement may be expected. (b) Sides of trenches in unstable or soft material, 5 feet or more In depth, shall be shored, sheeted, braced, sloped, or otherwise sup - ported by means of sufficient strength to protect the employees working within them. See Tables P -I, P -2 (following paragraph (I) of this section). (c) Sides of trenches in hard or compact toll, Including em- bankments, shall be shored or otherwise supported when the trench is more than 5 feet in depth and g feet or more In length. In lieu of shoring, the sides of the trench above the 5 -foot level may be sloped to preclude collapse. but shall not be steeper than a 1 -foot rise to each 1/2-foot horizontal. When the outside diameter of a pipe is greater than 6 feet,* bench of 4 -foot minimum shall be provided at the toe of the sloped portion. (d) Materials used for sheeting and sheet piling, bracing, shoo- ing, and underpinning. shall be in good serviceable condition, and timbers used shall be sound and free from large or loose knots, and 15 NM 'MI r = N -. - - - - e shall be designed and installed so as to be effective to the bottom of the excavation. • (e) Additional precautions by way of shoring and bracing shall be taken to prevent slides or cave -ins when excavations or trenches are made in locations adjacent to backfilled excavations, or where excavations are subjected to vibrations from railroad or highway traffic, the operation of machinery, or any other source. (f) Employees tntering bell- bottom pier holes shall be protected by the installation of a removable -type casing of sufficient strength to resist shifting of the surrounding earth. Such temporary protec- tion shall be provided for the full depth of that part of each pier hole which is above the bell. A lifeline, suitable for Instant rescue and securely fastened to a shoulder harness, shall be worn by each employee entering the shafts. This lifeline shall be, individually manned and separate from any line used to remove materials ex- cavated from the bell footing. (g) (I) Minimum requirements for trench timbering shall be in accordance with Table P -2. (2) Braces and diagonal shores In a wood shoring system shall not be subjected to compressive stress in excess of values given by the following formula: S. 1300 — 20L Where: L - Length, unsupported, in inches. D - Least side of the timber in inches. • S - Allowable stress in pounds per square inch of cross- section. (h) When employees are required to be in trenches 4 feet deep or more, an adequate means of exit, such as a ladder or steps shall be provided and located so as to require no more than 25 feet of lateral travel. (i) Bracing or shoring of trenches shall be carried along with the excavation. (j) Cross braces or trench jacks shall be placed in true horizontal position, be spaced vertically, and be secured to prevent sliding, failing, or kickouts. (k) Portable trench boxes or sliding trench shields may be used for the protection of personnel in lieu of a shoring system or slop- ing. Where such trench boxes or shields are used, they shall be designed, constructed, and maintained in a manner which will pro- vide protection equal to or greater than the sheeting or shoring re- quired for the trench. 16 D Maximum ratio L - 50 D • NM M — i• — INN = NE NE (f) Backfitling and removal of trench supporta shall progress together from the bottom of the trench. Jacks of braces shall be released slowly and, in unstable soli, ropes shall be aged to pull out the jacks or braces from above after employees have cleared the trench. 17 t• l� l� l� NB I= — i• — NM — MI MN NMI IN — — — lMMI 11J >fs Year° ,1 ltR IF • 6 • • 1 • • a 6 • • • • • • i v • • • • • a • 1 • • a • • • • • • Of • • • • • e. P • • F t a l l 1 1 ! 1 1 1 S a 1 1928.853 — Definitions applicable to this subpart. (a) "Accepted engineering requirements (or prattices)" —Those requirements or practices which are compatible with standards re- quired by a registered architect, a registered professional engineer, or other duly licensed or recognized authority. (b) "Angle of repose" —The greatest angle above the horizontal plane at which a material will lie without sliding. (e) "Bank " —A mass of soil rising above a digging level. (d) "Belled excavation " —A part of a shaft or footing men- tion, usually near the bottom and bell- shaped; i.e., an enlargement of the cross section above. (e) "Braces (trench)" —The horizontal members of the shoring system whose ends bear against the uprights or stringers. (f) "Excavation" —Any manmade cavity or depression In the earth's surface, including its sides, walls, or faces, formed by earth removal and producing unsupported earth conditions by reasons of the excavation. If installed forms or similar structures reduce the depth - to-width relationship, an excavation may become a trench. (g) "Faces" —See paragraph (k) of this section. (h) "Hard compact soil' —Ail earth materials not classified u running or unstable. (1) "Kiekouts "— Accidental release or failure of a shore or brace. (j) "Sheet pile " —A pile, or sheeting, that may form one of a continuous interlocking line, or a row of timber, concrete, or steel piles, driven in close contact to provide a tight wall to resist the lateral pressure of water, adjacent earth, or other materials. (k) "Sides," "Walls," or "Faces" —The vertical or Inclined earth surfaces formed as a result of excavation work. (1) "Slope" —The angle with the horizontal at which a particular earth material will stand indefinitely without movement. (m) "Stringers" (wales)—The horizontal member of a shoring system whose sides bear against the uprights or earth. • (n) "Trench " —A narrow excavation made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench is not greater than 15 feet. (o) "Trench jack" —Screw or hydraulic type Jacks used as moss bracing in a trench shoring system. (p) "Trench shield'• —A shoring system composed of steel plates and bracing, welded or bolted together, which support the walls of a trench from the ground level to the trench bottom and which an be moved along u work progresses. 18 19 IIIN IMO MI MN 1 En .I O -- - -- IN M EN MI MB (q) "Unstable soil" —Earth material, other than running, that became of its nature or the influence of related conditions, cannot be depended upon to remain In place without extra support, such as would be furnished by a system of shoring. (r) "Uprights "* he vertical members of a shoring system. (s) "Wales" —See paragraph (m) of this section. (t) "Walls" —See pdragraph(k) of this section. 20 GEOTECHNICAL REPORT 1 I 1 1 1 1 1 1 1 1 1 1 1 GEOTECHNICAL INVESTIGATION FOR CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS ROUND ROCK, TEXAS SwL PROJECT NO. 89 -AUS -310 Report to CITY OF ROUND ROCK c/o HAYNIE & KALLMAN, INC. ROUND ROCK, TEXAS Prepared by SOUTHWESTERN LABORATORIES, INC. AUSTIN, TEXAS October 9, 1989 SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GLM /DLS /rh 1 swL SOUTHWESTERN LABORATORIES Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 4150 -B Freldrich Lane • P. O. Box 17368, Austin, Texas 78760 • 512/447 -9091 October 9, 1989 City of Round Rock c/o Haynie & Kallman, Inc. 800 Paloma Drive, Suite 160 Round Rock, Texas 78664 Attention: Mr. A. William Waeltz, Project Manager Dear Mr. Waeltz: Submitted here is our report summarizing the results of the geotechnical investigation performed at the above referenced project. We trust the recommendations derived from this investigation will provide an adequate and economical pavement and trench safety system design. As your project develops, we would be pleased to assist you with material quality inspection and quality assurance testing. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact us. RE: Geotechnical Investigation Corridor Drive Street and Drainage Improvements Round Rock, Texas SwL Project No. 89 -AUS -310 Respectfully submitted, SOUTHWESTERN LABORATORIES, INC. Gary L. McCulloch Geotechnic ivision o�ferL .'Smith, Jr., P.E. Manager - Austin Office Copies submitted: ( HOUST N • DALLAS • AUSTIN • AUMONT • CONROE • GALVESTON COUNTY • RIO GRANDE VALLEY • ALEXANDRIA SAN ANTONIO • FORT WORTH • LEESVILLE • MIDLAND • MONROE • SHREVEPORT • TEXARKANA • SHERMAN 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS Introduction 1 Site Location and Project Description 2 Subsurface Soil Description 2 Subsurface Water Conditions 3 Analyses and Recommendations 4 Recommendations for Culvert Structures 4 Pavement Design Analysis 7 Trench Safety System Parameters 12 Design Review 18 APPENDIX Field Investigations Al Laboratory Soils Tests Al Figure I - Recommended Earth Pressure Distribution For Temporary Bracing Plate I - Vicinity Map Plate II - Boring Location Plan Log of Borings Key to Soil Classification Terms and Symbols SOUTHWESTERN LABORATORIES GEOTECHNICAL INVESTIGATION FOR CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS ROUND ROCK, TEXAS SWL PROJECT NO. 89 -AUS -310 INTRODUCTION This report transmits the findings of the geotechnical investigation performed for the above referenced project. The purpose of this investigation was to define and evaluate the general subsurface conditions in the vicinity of the proposed street and drainage improvements. Specifically, this study was planned to determine the following: 1 The typical subsurface soil stratigraphy and groundwater conditions at the project location; 2. The engineering and physical properties of the soils encountered; 3. Pavement section thickness recommendations for the proposed street; 4. Construction guidelines for the recommended pavement sections; 5. Trench safety system design parameters. This study was performed in general accordance with our letter proposal dated August 10, 1989, which outlines the scope of work to be performed. The project was verbally authorized by Mr. A. William Waeltz, Project Manager, with Haynie & Kaltman, Inc., of Round Rock, Texas. To accomplish the intended purposes, a three phase study program was conducted which included: a) a field SOUTHWESTERN LABORATORIES investigation consisting of five (5) exploratory test borings with samples obtained at selected intervals; b) a laboratory testing program designed to determine pertinent engineering characteristics of the subsurface soils; c) an engineering analysis of the field and laboratory investigations to develop recommendations pertaining to pavement section thickness, and trench safety system requirements. A brief description of the various field and laboratory tests, and their respective results, is included in the Appendix of this report. II. SITE LOCATION AND PROJECT DESCRIPTION This investigation was located along the proposed alignment of Corridor Drive, between existing Corridor Drive, and F.M. 1325 in northern Travis County, Texas. Specific site and test boring locations are show on Plates I and II in the Appendix of this report. Current plans indicate that approximately 1,300 feet of two -lane roadway, three (3) 6'x3' box culverts, and approximately 100 feet of eight inch diameter wastewater line are proposed for this project. The utilities will range in depth from 7 to 12 feet below grade. III. SUBSURFACE SOIL DESCRIPTION Specific types and depths of subsurface strata encountered in the borings, drilled in the right -of -way of the proposed improvements, are shown on the attached boring logs for B -1 -2- SOUTHWESTERN LABORATORIES i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 through B -5. In general, subsurface materials consist of dark brown to light brown clays, tan silty clays, and moderately hard limestone. The thickness of surficial soils ranges from about three feet to the bottom of the boring in borings B -2 and B -3. The limestone encountered at this site is known geogically as the Austin Group, of upper Cretaceous age. The limestone is described as being slightly weathered, having moderate hardness, and containing scattered discontinuities. IV. SUBSURFACE WATER CONDITIONS At the time this investigation was performed, groundwater was not encountered in any of the five (5) borings drilled for the proposed improvements. The subsurface water regime is subject to change with variations in climatic conditions. Future construction activities may also alter the surface and subsurface drainage characteristics of this site. Groundwater will flow through fractures, and weathered zones in the limestone formation and should be expected after periods of rainfall. Therefore, the existence and depth to groundwater should be verified immediately prior to construction. If there is a noticeable change from the conditions reported herein, Southwestern Laboratories, Inc., should be notified immediately to review the effect it may have on the design recommendations. It is not possible to accurately predict the presence and /or quantity of subsurface water that might occur based upon short -term observations. -3- SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ANALYSES AND RECOMMENDATIONS The professional services which have been performed, the findings obtained and the recommendations prepared, were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered at the boring locations. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Southwestern Laboratories, Inc., should be notified to review the effects it may have on the recommendations submitted herein. The recommendations given in this report were prepared exclusively for the use of the City of Round Rock or their consultants. The information supplied herein is applicable only for the design of the pavement systems described herein to be constructed at locations indicated, at this site and should not be used for any other purpose. This firm is not responsible for the conclusions, opinions, or recommendations made by others based on the information submitted herein. VI. RECOMMENDATIONS FOR CULVERT STRUCTURES The following section of this report will discuss design and construction considerations for the proposed culvert structure. -4- SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1. Support of Structural Loads Structural loads of the proposed culverts may be supported by a mat foundation system designed using an allowable bearing pressure of 3,000 pounds per square foot. Based on the information obtained from the test boring performed at the location of the proposed multiple box culvert (Station 16 +50, B - 3), the foundation material may consist of brown or light brown clay. The clays are described as hard, with few scattered gravel. Inspection of the culvert bearing area is recommended prior to placement of concrete. Foundation systems design and constructed in accordance with the recommendations submitted herein will have a factor of safety in excess of three (3) against a shear type failure. 2. Below Grade Walls Below grade walls may be supported by a foundation system that is designed using the allowable pressures recommended in the "Support of Structural Loads" section of this report. Subsurface walls should be provided with enough steel reinforcement to resist the horizontal soil pressures exerted by the retained material. These pressures are dependent on the type of material and quality of drainage provided behind the walls. Retaining walls for this project should be designed using the at -rest earth pressure condition. -5- SOUTHWESTERN LABORATORIES Assuming that the at state of stress will develop (the wall is rigid and no movement is allowed), the following coefficient of lateral earth pressure K and equivalent fluid pressure may be used to determine the horizontal pressures exerted by the retained material on the vertical walls. Utilizing free draining granular backfill (less than 5 percent passing a No. 100 Sieve), a lateral earth pressure coefficient K = 0.42 or an equivalent fluid pressure of 53 pounds per square foot per foot of depth may be used for design. Hydrostatic pressures should be added to the above mentioned lateral pressure below the static water level. However, under normal circumstances, a static water level is not expected to develop (provided a drainage system behind the walls is provided). Surcharge loads should be added to the aforementioned fluid pressures in order to accommodate surface loads such as street traffic, construction equipment and materials, etc. The uppermost one (1) to two (2) feet of the backfill should consist of impervious material to restrict the inflow of rainfall and run -off water. The backfill should be placed in six (6) to nine (9) inch loose lifts compacted to dry densities ranging between 95 and 105 percent of the maximum dry density as determined by ASTM D -698 at a moisture content within -2 to +3 percent of the optimum moisture value. -6- SOUTHWESTERN LABORATORIES It is further recommended that a drainage system be provided behind the below grade walls and that the system be connected to a gravity flow drainage system to minimize the hydrostatic pressures on the back of the walls. VII. PAVEMENT DESIGN ANALYSIS The following study was conducted to provide pavement section thickness recommendations for the roadways proposed at this project. 1. Subarade Characterization The subgrade materials encountered at this site consist of highly plastic clays, in the vicinity of borings B -1 and B -2, southern one -third of the alignment, to approximately five (5) feet of fill material, in the northern two - thirds of the alignment, in order to bring the existing elevation to the finished grade. Due to the nature of subgrade materials that will exist along the proposed roadway alignment, the pavement section design is based on the subgrade support values provided by the highly plastic clays. 2. Pavement Design Considerations The pavement sections recommended in this report were developed using the current pavement thickness design -7- SOUTMWESTERN LABORATORIES procedures adopted by City of Round Rock, Texas. Based on the right -of -way width and pavement width for the proposed street, included in Corridor Drive Street And Drainage Improvements, the proposed street is classified as a Commercial Collector. Based on information provided by the City of Round Rock's Subdivision Ordinance a 150,000 18 -Kip equivalent, single -axle load (ESAL) applications over a 20 -year design life for a Commercial Collector was utilized in this analysis. Based on comparisons with soils for which the Texas State Department of Highways and Public Transportation (TSDHPT) triaxial classifications have been measured, in -house correlations between index test results, and past experience with similar soils, a TSDHPT triaxial classification of 5.4 has been estimated as an average value for the various subgrade materials encountered at this site. For the above design parameters, the recommended pavement section, which is based on current design procedures used by Round Rock, is as follows: -8- SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Asphaltic Concrete Surface Course (inches) PAVEMENT THICKNESS RECOMMENDATION Crushed Limestone Base (inches) 2.0 14.0 -9- Reinforced Crushed Limestone Base (inches) 2.0 9.0* * Reinforced with TENSAR geogrid SS -1 located at the bottom of the base material. The reinforced crushed limestone base thickness was determined utilizing a technical note provided by the TENSAR Corporation entitled Design Guideline for Flexible Pavements with Tensar Geoorid Reinforced Base Lavers. The pavement system recommended in this report was derived to allow a cost effective pavement system. Additional alternatives may be developed upon request. Crushed limestone based material should comply with Item 248, Type A, Grade 1 of the TSDHPT, Standard Specifications, 1982 edition. Hot mix asphaltic concrete pavement should consist of Type D surface course as defined in Item 340 of the TSDHPT, Standard Specifications, 1982 Edition. SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Roadway Subqrade Preparation Prior to placing any fill material, all existing surface vegetation should be removed. All exposed surfaces should then be scarified, watered as required and recompacted (unless subgrade consists of native limestone) to between 95 and 105 percent of the maximum dry density as defined by ASTM D -698 at a moisture content within -2 to +3 percent of the optimum moisture value. The site may then be filled to grade using a suitable fill material, free from deleterious matter. Fill materials other than the base course should be placed in six (6) to eight (8) inch loose lifts at a moisture content within -2 to +3 percent of optimum, each lift compacted to between 95 and 105 percent of the maximum dry density as defined in ASTM D -698. Crushed limestone base material should be compacted to a minimum of 95 percent of the ASTM D -1557 at a moisture content within -2 to +3 percent of the optimum moisture value. Each lift should be tested by a qualified engineering technician, supervised by a geotechnical engineer before another lift is added. -10- SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. Secondary Design Considerations The following information has been assimilated after examination of numerous problems dealing with similar projects throughout the area. It is presented here for your convenience. If these features are incorporated in the overall design of the project, the performance of the pavement system will be improved. Backfill for utility lines should be carefully placed so that they will be stable. The backfill will most likely consist of a blend of clay and limestone. Backfill should be placed in accordance with the recommendations provided in the preceding section of this report. Drainage is an important consideration in the performance of the pavement section. Positive drainage should be provided in all areas of the street. If water is allowed to infiltrate into the pavement section and the base course and /or subgrade is allowed to become saturated, the life of the pavement may be shortened substantially. The crushed limestone base material should extend a distance of twelve (12) inches behind the back of the curb. SOUTHWESTERN LABORATORIES VIII. TRENCH SAFETY SYSTEM PARAMETERS The utilization of adequate trench safety systems in all excavations greater than a depth of five (5) will provide a safe working environment during the installation of utilities with respect to trench sidewall stability. The design parameters submitted herein provide the necessary information to ensure an adequate and economical trench safety system is procured. 1. Types of Trench Safety Systems Several types of trench safety systems are available, the selection of which will most likely depend on subsurface conditions, site constraints, and economics. Typically in the Round Rock area, trench safety systems would consist of sloping the excavation sidewalis to an adequate slope, benching, hydraulic shoring or trench shields. 2. Trench Safety System Design Parameters Based on the information obtained from the field and laboratory investigation performed on this project, the ensuing design parameters pertaining to trench safety systems were developed. a. Trench Sidewall Sloping and Benching The trench sidewalis formed in cohesive soils and /or limestone should be sloped or benched to an incline of 1 horizontal to 1 vertical. The aforementioned slopes are based on a short term exposure of 72 hours or less. -12- SOUTHWESTERN LABORATORIES In the event that the trench sidewalls are benched, the lowermost bench adjacent to the work area should not exceed a height of 4 feet, whereas subsequent benches may be increased to a maximum height of 5 feet each. In the event that obstructions in the form of boulders or rock ledges are encountered, that are precariously positioned, they sidewalls should failure manifested -13- should be removed. be observed for possible signs of as bulging of the SOUTHWESTERN LABORATORIES The trench face, tension cracks at the crest and /or raveling of material down the sidewall. Observations should also be made for a change in subsurface soil conditions and surcharge loadings from spoil piles, traffic or equipment, which might alter the stability of the slope. Vibratory loads from nearby traffic or construction equipment could also affect the stability of the slope and should be monitored. Workmen should not be permitted in the trench until these conditions have been reviewed by the design team. If the aforementioned conditions occur, further flattening of the slope may be necessary. Surface water should not be permitted to flow down or accumulate at the toe or crest of the trench sidewall. The trench sidewalls should be thoroughly inspected by competent personnel following a rainfall prior to workmen entering the excavations. b. Trench Shields and Hydraulic Shoring In the event that site constraints do not permit sloping or benching the excavations, trench shields or hydraulic shoring may be utilized for trench safety. Earth pressures for design of trench shields and /or hydraulic shoring should be based on the "worst case" condition encountered from an earth pressure standpoint. We recommend the design earth pressures be taken as: Trench Shields: Hydraulic Shoring: Where: P = 55(H + x) P = 45(H + x) H = Trench Depth, ft P = Apparent Earth Pressure, psf x = Height of Soil Surcharge, ft Open space between the trench sidewalls and the trench shield should be twelve inches or less. Each strut or brace should be proportioned as if it would be subjected to the maximum load computed by the apparent pressure diagram. The recommended apparent pressure diagram is depicted in Figure 1 in the Appendix of this report. -14- SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Trench safety systems may be subjected to surcharge loads in the form of construction equipment and /or spoil piles. Surcharge loads should be added to the recommended apparent earth pressures as depicted in Figure I in the Appendix of this report. Equipment such as backhoes, front end loaders, and etc., should not operate within a distance of 6 feet from the trench sidewall while workers are in the trench. The design team should review the surcharge loads imposed on the trench safety system in the event that the above stated recommendations cannot be followed by evaluating the construction methods to be employed. It should be understood that trench shields only serve as a means for worker protection; they are not a means of excavation retention. The potential effects of sidewall deflection or failure and subsequent damage to adjacent facilities should be taken into account when considering the use of trench shields. Sheeting utilized in conjunction with hydraulic shores may be necessary in areas were cohesionless, slightly cohesive, or raveling soils are encountered. It is recommended that plans and specifications for trench shields and hydraulic shoring be provided to the design team for review prior to initiation of construction. -15- SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Excavation Characteristics Excavation operations in the Austin Group limestone formation techniques. rock specimens, the measure of the typically consist of ripping or sawing Based on the compressive strength of intact Rock Quality Designation (RQD - the quality of a rock mass), the core recovery and visual inspection- of the rock cores, the limestone formation is estimated to be rippable to marginally rippable with heavy equipment. However, the use of hoe rams may be necessary in areas where massive limestone layers are encountered. The method of excavation should be determined by the excavation contractor based on previous experience with similar formations and economic considerations. The type of trench safety system to be employed will effect the selection of the excavation method. 4. Dewaterinq Excavations Groundwater was not encountered in borings at the time this investigation was performed. However, dewatering utility excavations may be necessary during presence and depth to groundwater should immediately prior to construction in order potential dewatering requirements. Placing excavations to remove water will most likely prove to be the most effective means of dewatering. -16- construction. SOUTHWESTERN LABORATORIES The be verified to determine pumps in the 1 1 1 1 1 1 1 1 5. Inspection of Trench Safetv Systems Inspections of the trench excavations should be performed by a competent person to: (1) confirm that actual conditions are as anticipated from analysis of the borings; (2) to examine for the presence of faults or other geologic features that might be an indication of sidewall instability; and, (3) to help ensure that the recommendations submitted herein are properly interpreted and incorporated into construction. The construction sequence should be planned so that an adequate inspection can be performed prior to personnel entering the trench. In addition, O.S.H.A. regulations require that inspections be made daily by a competent person for situations which could result in a possible cave -in, indications of failure of the protective systems, hazardous atmospheres or other hazardous conditions. Workmen should not be permitted in the trench until these conditions have been reviewed by a competent person on a daily basis. A competent person is defined within the Occupational Safety and Health Administration (OSHA) Safety and Health Standards and Interpretations Part 1926 of 29 CFR, amended 1987, Subpart P - Excavations, as one who is capable of identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. -17- SOUTHWESTERN LABORATORIES VII. DESIGN REVIEW Additional analyses may be necessary as final plans are developed. Southwestern Laboratories, Inc., can provide additional consultation and analysis as necessary. It is recommended that Southwestern Laboratories, Inc., be provided the opportunity to review the final plans and specifications to insure that these and subsequent recommendations are properly incorporated. -18- SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPENDIX SOUTHWESTERN LABORATORIES 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 FIELD AND LABORATORY INVESTIGATIONS FOR CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS ROUND ROCK, TEXAS SwL PROJECT NO. 89- AUS -310 Field Investigation Soil conditions at the project site were determined by five (5) intermittent and core sample borings which were drilled during September, 1989. The locations of these borings are shown on Plate II included in the Appendix of this report. Descriptions of the various strata encountered in each of the borings and the depths at which samples were obtained are presented on the individual Log of Borings. Undisturbed specimens of cohesive soils were obtained with thin - walled Shelby tube samplers (ASTM D 1587). The soil specimens were extruded from the tube in the field, logged, sealed and packaged to maintain in -situ conditions. Double tube core barrels and hard formation drilling bits were used to sample the primary formation. These samples were also removed from the sampler, logged and sealed for transport to the laboratory. II. Laboratory Soils Tests Laboratory soil tests were performed on samples recovered from the borings to verify visual classification and determine the pertinent engineering properties of the soils encountered. Al SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Atterberg - limit, moisture content, and unit weight tests were performed on representative samples in order to classify them according to the Unified Soil Classification Svsterrl. Unconfined compressive strength tests were performed on selected undisturbed limestone samples to determine the ultimate unconfined compressive strength of the limestone strata. The results of all laboratory and field tests are tabulated on the boring logs in the Appendix of this report. In order to evaluate the quality of the rock mass encountered at this site, each core run was measured to determine the approximate index known as Rock Quality Designation (RQD). This index aids in determining characteristics of the rock mass such as the frequency of weathered zones, clay seams, and /or fractures. The RQD may be utilized to approximately established field reduction of compressive strength values determined on intact limestone samples in the laboratory. A2 SOUTHWESTERN LABORATORIES t SOIL SURCHARGE A .75 H r TRENCH SHIELDS: HYDRAULIC SHORING:. 2 T. MIN, L Pa Pa - 55 (H +x) .Pa - 45 (H +x) .25 H H X WHERE H - Trench Depth, Ft. Pa • Apparent Earth Pressure, paf. x - Height of Solt Surcharge RECOMMENDED EARTH PRESSURE DISTRIBUTION FOR.TEMPORARY BRACING FIGURE I CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS ROUND ROCK, TEXAS SwL Project No. 89 -AUS -310 1 SOUTHWESTERN LABORATORIES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRAVIS COUNTY TEXAS PLATE 1 VICINITY MAP CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS ROUND ROCK, TEXAS SwL Project No. 89 -AUS -310 SOUTHWESTERN LABORATORIES = MI MN ! • = NM I - - - - - - MN S IIIII .. _ -- —13-3 NOTEI Plan talon ffom brt• plan pforthd by MAYNE \ KALLNAN INC. PLATE 0 BORING LOCATION PLAN CORRIDOR DRIVE STREET AND DRAINAGE IMPROVEMENTS ROUND ROCK, TEXAS SwL Project No. 89•AUS -310 0 LABORATO ESTERN LOG OF BORING B -1 PROJECT : Corridor Drive Improvements, Round Rock, Texas CLIENT : City of Round Rock DATE : 9/9/89 PROJECT NO.: 89 -AUS -310 SURFACE ELEVATION :Existing Grade' DEPTH (FT) DRILLING METHOD: Air Rotary SPT BLOWS / FT I PENETROMETER TS MOISTURE CONTENT , % I IO(I ' AlISN30 AUO LIQUID LIMIT , LL PLASTIC LIMIT , PL PLASTICITY INDEX , PI I UNCONFINED COMPRESSIVE STRENGTH , TSF %PASSING NO. II 200 SIEVE GROUNDWATER INFORMATION: Boring was advanced dry and no groundwater was encountered. CORE RECOVER ROD ,% DESCRIPTION OF STRATI,,., DARK BROWN CLAY, hard, w /roots, and few _ scattered calcareous particles. LIGHT BROWN TO GRAY SANDY CLAY, hard, w /scattered calcareous particles. MI 4.5 ■■■■■■_■ iuulul■, 4.5 18 108 ■■■ ■ 1.8 16 30 18 12 51 I. TAN SILTY CLAY, hard, w /scattered limestone fragments. 1 11 , ■ _• E' TAN LIMESTONE, slightly weathered, moderate hardness, w /scattered discontinuities. (Austin Group) completely weathered above 11.0 ft. ■.■■■■_■ ■■■■■■_■ 100 IN - M ■ ■.■■■._■ 11 129 ■■ 165 ■ GRAY LIMESTONE, slightly weathered, moderate hardness, w /scattered discontinuities. (Austin Group) 111111 �■1■■_■ 11111_ ■■■■■_■ IM II • • ■■■■■■_■ COMPLETION DEPTH : 16.0 ft 1 1 1 1 1 1 1 1 1 1 1 1 1 O 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING B -2 PROJECT : Corridor Drive Improvements, Round Rock, Texas CLIENT : City of Round Rock PROJECT NO. : 89 - AUS - 310 DATE : 9/9/89 SURFACE ELEVATION :Existing Grade - 10 -15 20- -25- DESCRIPTION OF STRATUM DARK BROWN CLAY, hard, w /roots. LIGHT BROWN TO GRAY CLAY, hard, w /scattered calcareous particles. COMPLETION DEPTH : 5.0 ft Nom= IN • 1 ■ MEM 111111 I ■ 4.5 1- z U a J d J a O z 1 w = W N N y o � O X w a 0 J f 0, N DRILLING METHOD: Sample GROUNDWATER INFORMATION : Boring was advanced dry and no groundwater was encountered. SOUTHWESTERN LABORATORIES PROJECT : CLIENT : PROJECT NO. 89 -.AUS -310 LOG OF BORING B -3 Corridor Drive Improvements, Round Rock, Texas City of Round Rock DATE : 9/9/89 SURFACE ELEVATION : Existing Grade H 1-- 0 w J f N - 5 -10 -15 - 20- 25 DRILLING METHOD : Sample GROUNDWATER INFORMATION : Boring was advanced dry and no groundwater was encountered. DESCRIPTION OF STRATUM DARK BROWN CLAY, hard, w /roots. BROWN CLAY, hard, w /few scattered gravel. LIGHT BROWN CLAY, hard. TAN AND GRAY CLAY, hard, w /numerous calcareous deposits. TAN LIMESTONE. (Austin Group) COMPLETION DEPTH : 10.0 ft 17 19 4.5 .5 .5 4.5 4.5 107 110 O z W O > zW N N N o ° 98 BOUTHWEBTERN LABORA LOG OF BORING B -4 PROJECT : Corridor Drive Improvements, Round Rock, Texas CLIENT: City of Round Rock DATE : 9/9/89 PROJECT NO.: 89 -AUS -310 • SURFACE ELEVATION Existing Grade - LL x a. a. W 0 w a f < y \ 1' DRILLING METHOD: Sample , - 1-- ~ LL y 3 W g f O m F a w H a K LL Z W _ W j y } y W o c J f J 5 O t _ f J (= < a a x z r t U a a u. w> r =H rn x LL W F , C y Z ZO O. ° N =W O> Z W y N a - X � GROUNDWATER INFORMATION : Boring was advanced dry and no Y groundwater was encountered. o x w e ¢ O U DESCRIPTION OF STRATUM BROWN CLAY, medium stiff to stiff, w /scattered calcite crystals. • 9 ■■■■■■_■ 9 20 54 18 36 91 _ 17 ■•■■■■_■ ■■■■■_■ - 5 X TAN LIMESTONE. (Austin Group) ■�■■._■ ..15.- 01111_ 2D- �■���■� COMPLETION DEPTH : 5.5 ft 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING B -5 PROJECT : Corridor Drive Improvements, Round Rock, Texas CLIENT: City of Round Rock DATE : 9/9/89 PROJECT NO. : BB-ABS-310 SURFACE ELEVATION Existing Grade - a W O w J a y \ DRILLING METHOD : Air Rotary a tr (l)} 3 s mF N W a K w - . = O W it N 2 ° F N W Y 0 J J 3 3 E J Q < a a x ? U Q a o > F Z a IL W j O a.(J g O R ° y 0 • =W =W N N a N K GROUNDWATER INFORMATION : Boring was advanced dry and no groundwater was encountered. w o K 0 O ¢O W ¢ U DESCRIPTION OF STRATUM DARK BROWN CLAY, stiff. r 24 TAN SANDY CLAY, very stiff to hard, w /scattered limestone fragments. 50 26 18 8 S9 - 3" 7 TAN LIMESTONE, slightly weathered, moderate hardness, w /scattered discontinuities. (Austin Group) 100 5 - -10 -15 - 20- 25 COMPLETION DEPTH : 5.0 ft an. • _ ... . -__ 1 1 1 1 1 1 1 1 1 1 1 1 1 TO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KEY TO SOIL CLASSIFICATION TERMS AND SYMBOLS 1111 SHELBY TUBE SAMPLER TYPES 14 H. DENISON PISTON IJN DISTURBED SPL T NO I AUGERI SPOON .RECOVERY PITCHER ROCK CORE CONSISTENCY OF COHESIVE SOILS ( Major Portion Passing No. 200 Sieve ) UNDRAINED SHEAR STRENGTH KIPS / SQ. FT. DESCRIPTIVE TERM VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 5.25 TO 0.5 0.5 TO 1.0 1.0 TO 2.0 2.0 TO 4.0 GREATER THAN 4.0 TERMS DESCRIBING SOIL STRUCTURE PARTING : PAPER THIN IN SIZE SEAM ; L5 • - 3 ' THICKNESS LAYER : GREATER THAN 3 • IN THICKNESS CALCAREOUS : CONTAINING APPRECIABLE QUANTITIES OF CALCIUM CARBONATE FERROUS ; CONTAINING APPRECIABLE QUANTITIES OF IRON. WELL - GRADED: HAVING WIDE RANGE IN GRAIN SIZE AND SUBSTANTIAL AMOUNTS OF ALL INTERMEDIATE S IZES POORLY - GRADED : PREDOMINATELY ONE GRAIN SIZE OR HAVING A RANGE OF SIZES WITH SOME INTERMEDIATE SIZES MISSING RELATIVE DENSITY OF GRANULAR SOILS ( Major Portion Retained on No. 200 Sieve ) DESCRIPTIVE TERM RELATIVE DENSITY , % VERY LOOSE LOOSE MEDIUM DENSE DENSE VERY DENSE LESS THAN 15 % 15 TO 35 35 TO 55 55 TO 55 GREATER THAN 05 FISSURED : CONTAINING SHRINKAGE CRACKS, FREQUENTLY FILLED WITH FINE SAND OR SILT , USUALLY MORE OR LESS VERTICAL INTERBEDDED : COMPOSED OF ... . ALTERNATE LAYERS OF DIFFERENT SOIL TYPES LAMINATED: COMPOSED OF THIN LAYERS OF VARYING COLOR AND TEXTURE SLICKENSIDED : HAVING INCLINED PLANES OF WEAKNESS THAT ARE SLICK AND GLOSSY IN APPEARANCE CLAYS POSSESSING SLICKENSIDED OR FISSURED STRUCTURE MAY EXIBIT LOWER UNCONFINED STRENGTH THAN INDICATED ABOVE . CONSISTENCY OF SUCH SOIL IS INTERPRETED USING THE UNCONFINED STRENGTH ALONG WITH POCKET PENETROMETER RESULTS NOTE: SOUTHWESTERN LABORATORIES.