Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-99-05-27-11C2 - 5/27/1999
i 1 9'9-05-0R7- 112 crrY OF ROUND ROCK PUBLIC WORKS DEPARTMENT STREET MAINTENANCE PROGRAM / HOT MIX ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY -1999 PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS $1z4/99 Section 1.0 Notice to Bidders NB -1 2.0 Bid Documents BD -1 3.0 Post Bid Documents PBD -1 4.0 General Conditions • GC -1 5.0 Special Conditions SC -1 6.0 Technical Specifications TS -1 7.0 Plans, Details and Notes PDN -1 table.mst/spec TABLE, OF ANT .NTS Description Page 1.0 NOTICE TO BIDDERS DATE: May 5, 1999 OWNER: City of Round Rock PROJECT DESCRIPTION: STREET MAINTENANCE PROGRAM/ HOT MIX ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY -1999 The plans, specifications and bidding documents are changed in following particulars only: 1. On page BD -8 of the Proposal Bidding Sheet, Item No. 9, Mill existing asphalt surface, change the Quantity from 13,000 Square Yards to 1,500 Square Yards. Please acknowledge receipt of this addendum by changing the quantity of the item on the bidding sheet. OP The City of Round Rocic ma • tj4 C ALVIN L.1V l r .... .... 34930 , 4AA7• Windypark.addmdum_dx ADDENDUM NO.1 Alvin L. Wille, RPLS, Chief Engineer 5/3-'J Sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the project titled STREET MAINTENANCE PROGRAM/HOT MIX ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY - 1999 (project includes approximately 835 ton of HMAC level -up, 1,780 ton of HMAC overlay course, on Windy Park Drive, Logan Street, Lake Creek Circle and Old Bowman Road, removal and replacement of street failure areas, removal and replacement of curb and gutter failures, construction of ribbon curb and curb and gutter along an existing street prior to HMAC level -up and overlay and pavement markings will be received until 2:00 PM . Mav 11. 1999 then publicly opened and read aloud at the City Hall Council Chambers at the same address. Bid envelopes should state date and time of bid and " Sealed bid for STREET MAINTENANCE PROGRAM/HOT MIX ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY -1999 ". No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening lime will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5 %) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from the Department of Public Works, 2008 Enterprise Drive, in Round Rock, Texas (512- 218 -5555) beginning April 27, 1999 for a non - refundable charge of $ 25.00 per set. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Contractors and subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock Publish Dates: Austin American Statesman: April 25, 1999 May 2, 1999 Biddoo.Windyp z Notbid.doc NB -1 NOTICE TO BIDDERS Round Rock Leader: April 26, 1999 May 3, 1999 2.0 BID DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal. 2. Should the bidder find discrepancies in, or omissions from the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders. Bids received after closing time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time 5. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5 %) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of contract to him Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. Biddoc.windypark.doclspec.aw BD -1 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one- hundred percent (100%) of the total contract price. If the total contract price is $25,000.00 or less, the performance and payment bonds will not be required. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, with approval prior to bid opening, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority, the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. Biddo.windypark.dorispec.aw BD -2 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The certificate of insurance form included in the contract documents must be used by the Contractor's insurer to furnish proof of insurance. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and/or material furnished. 17. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the finished product under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City of Round Rock as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City of Round Rock. siddoc.windyperk.doc/spx.aw BD -3 18. No conditional bids will be accepted. 19. If the bidder's insurance company is authorized, pursuant to its agreement with bidder, to arrange for the replacement of a loss, rather than by making a cash payment directly to the City of Round Rock, the insurance company must furnish or have furnished by bidder, a performance bond in accordance with Section 2253.021(b), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). Biddoc.windyparkdoc/spec.aw BD -4 1 1 1 1 1 1 1 11 1i 11 1 1 1 1 1 1 1 1 1 1 1 KNOW ALL MEN BY THESE PRESENTS THAT WE, WHEELER COATINGS ASPHALT, INC. as PRINCIPAL and Universal Surety of America as SURETY, are held and fmnly bound unto the CITY co ROUND TEXAS, hereinafter referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF STREET MAINTENANCE PROGRAM/HOT ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY- 1999" for which bids are to be opened at the office of the OWNER on May 11, 1999 _ NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two (2) bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this 0th of April, 1999 . WHEELER COATINGS ASPHALT, INC. 8tadoc viindymicAndspecaw 512 -388 -2268 BID BOND Fifteen Thousand and No /100 80-5 70:6 PAGE:03 Bond #T% 6531397 00 UNIVERSAL SURETY OF AMERICA Surety: By: , (S�) Alan Williams Attorney- in -Fac c/o CIA Insurance Agency, Inc. dba Consolidated Insurance Agency 3108 North Lamar Blvd. Austin, TX 78705 -2028 512 -453 -0031 UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 -Houston, Texas 77251 -1068 GENERAL POWER OF ATTORNEY - CERTIFIED COPY Agency lo<aiian 3001159 Consolidated Insurance Agency . Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its pricipal office in Houston, Texas, does by these presents make, constitute and appoint Alan Williams Peter Plncoffs Chris Brandt GPAN TX 6531397 00 John S. Burns, Jr. Bess A. Roberts of Austin and State of Texas its true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Bonds not to exceed $1,000,000.00 unless such is accompanied by letter of authority signed by the President, Secretary or Executive Vice President of Universal Surety of America. and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s) -in -Fact may do within the stated limitations, and such authority is to continue in force until 12/31/2000 . Said appointment is made yonder and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 1 1th day of July, 1984. "Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s) -in -Fact to represent and act for and on behalf of the Company." "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, Jack McReynolds and its corporate seal to be hereto affixed this 2nd day of January, A.D., 1998. UNIVERSAL SURETY OF AMERIC ss: eaPF7r �,.� , Jack McReynolds Resident State of Texas County of Harris On this 2nd day of January, in the year 1998, before me, Estela Leija, a notary public, personally appeared Jack McReynolds, personally known to me to be the person who executed the within instrument as President , on behalf of the corporation herein named and acknowledged to me that the corporation executed it. I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect GIVEN under my hand and the seal of said company, at Houston, Texas, this 30th day of April Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may telephone (713) 722 -4600. 19 99 giant As Secretary 1376-1425/050 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL BIDDING SHEET JOB NAME: STREET MAINTENANCE PROGRAM/HOT MIX ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY -1999 JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: May 11, 1999 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of STREET MAINTENANCE PROGRAM/HOT MIX ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY -1999 and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: 1. 725 Biddoc.wind)park.doc/specaw L F. BASE BID Bid Item Description Item Quantity Unit and Written Unit Price Remove and replace existing curb and gutter, including excavation, installation of 4" HMAC base course under and extending 1.5' behind the back of curb, and backfill, complete in place, per linear foot. for Thrr ftuo dollars and — cents. 2. 995 S. Y. Pavement repair, including sawcutting, excavation, installation of 6" HMAC base course, complete in place, per square yard._ for liven One dollars and cents. BD -6 Unit Price Amount $31 $ 23,200' $2( $Z)z93°- 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 3. 1,500 S. Y. Revegetation of disturbed areas, in conjunction with curb and gutter and ribbon curb construction, complete in place, per square yard. 4. 660 6. 340 7. 5 Biddoa.windyp&x.docispec.aw S. F. 5. 1,570 L. F. L. F. Each for One dollars and ue cents. Concrete driveway approach, complete in place, per square foot. for dollars and cents. $ Concrete ribbon curb, including excavation, installation of 4" HMAC base course under and extending 1.5' behind the back of curb, and backfill, complete in place, per linear foot. for I W€I+1.y FWD dollars and l y� o cents. Concrete curb and gutter, including excavation, installation of 4" HMAC base course under and extending 1.5' behind the back of curb, and backfill, complete in place, per linear foot. for ,lt,47 Setei dollars and rD cents Adjust existing water valve boxes to proposed finished grade, complete in place, per each. for 0 i� dollars and y ,, cents. BD -7 $ 12-5 $ i s75 $ 5(43 $ l7- $ 345W $37 31 v- $ s `�0 �� $ �st� Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 8. 12 9. S. Y . 1 50o 10. 200 11. 835 12. 1,780 Ton Biddoc.windypark.dedsrec.aw Each Ton Ton Adjust existing manhole ring and covers to proposed finished grade, complete in place, per each. for Twt.)1041Y4 RP? dollars and h cents. Mill existing asphalt surface at the gutter lip and at limits of HMAC overlay, 2' foot width, minimum 1 -1/4" tapered to 0 ", complete per square yard. C for Soli dollars and 94? cents. HMAC, Type D, spot fill and level -up at street cuts, depressions prior to HMAC overlay, including tack coat, complete in place, per ton for e h dr( dollars and i o cents. HMAC, Type D, level -up course, machine laid, including tack coat, complete in place, per ton.. for - 1; p on dollars and f G cents. BD -8 $ 250" $ 3000' 0 $1 $11Z5 41 $ 2 $ Z3Z -° HMAC, Type D, overlay, including tack coat, complete in place, per ton. For 1 et IM2 dollars fi° 0 And cents. $ 2 / $ Z ` 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 13. 13,000 L. F. Thermoplastic pavement markings (reflectorized), white and yellow, 4 inch width, complete in place, per linear foot. 14. 145 15. 85 TOTAL BASE BID (Items 1 thru 15): Biddoc.windypark.doc/spec.aw For dollars Arid i cents. Each Reflectorized pavement markers, Type II -A -A, complete in place, per each. Each STATEMENT OF SEPARATE CHARGES: For .rov dollars And In 0 cents. Non- reflectorized traffic buttons, complete in place, per each. t. dollars And p O � For 5 at cents. $ $ D Materials: All Other Charges: Total: BD -9 $ .55 $ -- 715pba 5F0 �l $ 4, $ O 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within sixty (60) calendar days after the date of the written Notice -to- Proceed. The undersigned certifies they have inspected the site of the work and all conditions of the work are recognized and that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitte 41=eAn&r d. /1//, - '491 - Atitoolz i 4 Print Name Address Title for Date Bi ddoc n dypark.dofspec .aw 3�� �a - 37 Tel ez9 ne Secretary, if Contractor is a Corporation BD -10 WHEELER COATINGS ASPHALT, INC. Sealcoating • Paving • Asphalt Repair • Striping • Car Stops Sweeping • Shopping Center Clean -Up • Street Printing 3099 North IH 35 (512)346 -3839 Round Rock, Texas 78664 Fax(512)388 -2268 WE ACKNOWLEDGE ADDENDUM #1 DATED MAY 5, 1999. 3.0 POST BID DOCUMENTS THE STATE OF TEXAS COUNTY OF WILLIAMSON § THIS AGREEMENT, made and entered into this day of , 19 , by and between (Owner) City of Round Rock, Texas of the State of Texas, acting through Charles Culpepper, Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and ( Contractor) 01..Q.1Q2 r5 45#1-1-, Tnr. of 161A Pd- rI o dpi , Texas, County of '11;4'45 aN-) , and State ofexas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: SrfEa+ ito-k klANtI2 7CO5rAfrl (Not-Mix ASph�IF1c Conxcrt ua. ral' c10erIAy -(499 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 drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by 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 ID calendar days after the date written notice to do so have been given to him, and to complete the same within 112 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. postbid.mst / spec master AGREEMENT PBD -1 ,herein 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 OEM/UM/BOCK, TEXAS (OWNER) ATTEST: Mayor (The following to be executed if the Contractor is a Corporation.) I, �a ke i 1u^ , certify that I am the Secretary of the Corporation named as Contractor herein; that 7b:2.Fi- Nos' vor J , who signed this Contract on behalf of the Contractor was then Vice p- C iel (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 within the scope of its corporate powers. Corporate Seal postbid.mstispec master a. 67w4A PBD -2 w�Y �l�r C/3.6., APJIf JAC- (CONTRACTOR � I� BY: /la�y.`�ii Jos ga∎Vac its (Typed name) ATTEST: Mt.a.F,w Secretary, if Contractor is a Corporation or otherwise registered with the Secretary of State Signed: eaKull_ V � ce f eestcie. -f (Title) PERFORMANCE BOND THE STATE OF TEXAS Bond #TX 6531406 00 COUNTY OF WILLIAMSON KNOWALLMENBYTHESEPRESENTS: ThatWHEELER COATINGS ASPHALT, INC. ofthe City of Round Rock County, of Williamson , and State of Texas , as Principal, and 01 authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of Two Hundred Five Thousand gi ht Hundred Eighty d ollars ($ 205,886.50 * * * * * * * for the payment Six and 30/100 ( ) P Y whereof, well and truly to be made 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 3rd day of June , 19 99 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Street Maintenance Program /Hot -Mix Asphalt Concrete Level -Up and Overlay -1999 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, 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 Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. postbid.mst/spec master PBD -3 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 3rd day of June 1999 . WHEELER COATINGS ASPHALT, INC. Principal By: Title Address 3099 North IH -35 Round Rock, Texas 78664 Resident Agent of Surety: Alan Williams Printed Name c/o CIA Insurance Agency, Inc. dba Consolidated Insurance Agency Address 3108 North Lamar Boulevard Austin, Texas 78705 -2028 City, State & Zip Code Signature postbid.mstlspeo master PBD -4 UNIVERSAL SURETY OF AMERICA Surety By: Alan Williams Attorney -in -Fact Title c/o CIA Insurance Agency, Inc. dba Consolidated Insurance Agency Address 3108 North Lamar Boulevard Austin, Texas 78705 -2028 THE STATE OF TEXAS Bond #TX 6531406 00 COUNTY OF WILLIAMSON PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: ThatwHEELER COATINGS ASPHALT,INC, of the City of Round Rock County of Williamson , and State of Texas as Principal, and v America uret au thorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Two Hundred Five Thousand, Eight Hundred Eighty Six and 50 /100 -- Dollars ($ 205,886.50* * * * * * * * * * * * * * * * * * ** ) for the payment whereof, well and truly be made 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 3rd day of June , 19 99, 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 consisting of: Street Maintenance Program /Hot -Mix Asphalt Concrete Level -Up and Overlay -1999 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. postbid.mst/spec master PBD -5 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 3rd day of June , 19 99 . WHEELER COATINGS ASPHALT, INC. UNIVERSAL SURETY OF AMERICA Principal. / Surety By: L, By: Title 3099 North IH -35 Address Round Rock, Texas 78664 Resident Agent of Surety: Alan Williams Printed Name c/o CIA Insurance Agency, Inc. dba Consolidated Insurance Agency Ad dress 08 North Lamar Boulevard Austin, Texas 78705 -2028 City, State & Zip Code Signature postbid.mstlspec master PBD -6 Alan Williams Attorney -in -Fact Title c/o CIA Insurance Agency, Inc. dba Consolidated Insurance Agency Address 3108 North Lamar Boulevard Austin, Texas 78705 -2028 UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 .Houston, Texas 77251 -1068 GENERAL POWER OF ATTORNEY - CERTIFIED COPY Agency lofonnau® 3001159 Consolidated Insurance Agency Man Williams Peter Plncoffs Chris Brandt GIVEN under my hand and the seal of said company, at Houston, Texas, this 3rd day of June GPM TX 6531406 00 Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its pricipal office in Houston, Texas, does by these presents make, constitute and appoint John S. Burns, Jr. Bess A. Roberts of Austin and State of Texas its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Bonds not to exceed $1,000,000.00 unless such is accompanied by letter of authority signed by the President, Secretary or Executive Vice President of Universal Surety of America. and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do within the stated limitations, and such authority is to continue in force until 12/31/2000 . Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 1lth day of July, 1984. "Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s) -in -Fact to represent and act for and on behalf of the Company." "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, Jack McReynolds and its corporate seal to be hereto affixed this 2nd day of January, A.D., 1998. �aerr State of Texas UNIVERSAL SURETY OF AMERIC R ss: , " J� >a I i ' Jack McReynolds President County of Harris � =�'' y On this 2nd day of January, in the year 1998, before me, Estela Leija, a notary public, personally appeared Jack McReynolds, personalty known to me to be the person who executed the within instrument as President , on behalf of the corporation herein named and acknowledged to me that the corporation executed it. t. the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect. 19 99 . As nt Secretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may telephone (713) 722 -4600. 1376-1425/050 UNIVERSAL SURETY OF AMERICA IMPORTANT NOTICE To obtain information or make a complaints direct dial number is You may contact Sam Sicola, Vice President of Operations, 713 - 722 -4660. You may also fax us information at 7U- 722 -4601. You may also call Universal Surety of America's toll -free telephone number for information or to make a complaint at 1- 800 - 392 -9697 You may also write to Universal Surety of America at P.O. Box 1068, Houston, Texas 77251 -1068. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1- 800 -252 -3439 You may also write the Texas Department of Insurance: P.O. Box 149104. Austin, Texas 78714 -9104. Fax 0512 -475 -1771. PREMIUM OR CLAIMS DISPUTES: Should you have a dispute cmceming your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 950 Echo Lane Suite 250 Houston, Texas 77024 713 -722 -4600 Fax 713 - 722 -4601 Mailing Address P.O. Box 1068 Houston, Texas 77251 -1068 ' JUN-08--1999 TUE 01:40 PH CONSOLIDATED INSURANCE FAX NO. 5124530041 1 CERTIFICATE OF LIABILITY INSURANCE PRODUCER Consolidated Insurance Agency CIA Insurance Agency, Inc. 3108 N. Lamar Blvd. ' Austin, Texas 78705 INSURE I TiMilir Yirgngs Asphalt, Inc. D iffing .8kERTIIFY7 r ihe )assured rained aovve is insured by the Companies listed above 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 the companies and further hereinafter described. Exceptions to the policies are noted below. COMPANIES AFFORDING COVERAGE A Old Republic Lloyds of Texas B Old Republic Insurance Co. C I co 'TYPE OF INSURANCE POLICY EFFECTIVE E D TION LIMITS LTR NUMBER DATE GENERAL AGGREGATE s 1,000,000 1 . GENERAL LIABILITY P RODUCTS- COMP/OP AGG. S 1.000,000 A 4464758 4/28/99 4/28/00 PERSONAL & AM.', INJURY 5 1,000,000 EACH OCCURRENCE 5 1,000,000 III FIRE DAMAGE (Any one fire) S 300,000 MED. EXPENSE (Any one person) 5 10,000 COMBINED SINGLE LIMIT ST000,000 ' AUTOMOBILE LIABILITY BODILY INJURY (Per person) E A BAA4464759 4/28/99 4/28/00 BODILY INJURY (Per accident) 5 PROPERTY DAMAGE 5 EACH OCCURRENCE S 1 1 1 1 1 1 1 1 1 EXCESS LIABILITY WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY g YC1464080 • 4/28/99 4/28/00 O'C'HER Title: AGGREGATE S Typed Name: Alan Williams Producer STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE - EACH EMPLOYEE P. 02/02 Date:_ dyn>✓2,1999 s 500,000 s 500,000 $ 500,000 DESCRIPTION OF OPERA'C1ONsiLOCATIONSiV EHICLES /SPECIAL ITE1 Street Maintenance Program /Hot -mix Asphalt Concrete Level -up and Overlay - 1999 The City of Round Rock is named as additional insured with respect to all policies except Workers Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof. the issuing company will mail thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: City ofRRoun Street 22! E Round Rock, Texas 78664 Otto: Joanne Land •REPRESENTATIVE D.INSUILANCE AGENCY 'CERTIFICATE OF LIABILITY INSURANCE 'PRODUCER 1 'INSURED Wheeler Coatings Aspahlt, Inc. 3099 N. IH-35 THIS IS TO Mei timed above is insured by the Companies listed above with respect to the business ' operation hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. 'CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 A B Consolidated Insurance Agency CIA Insurance Agency, Inc. 3108 N. Lamar Blvd. Austin, Texas 78705 A GENERAL LIABILITY AUTOMOBILE LIABILITY EXCESS LIABILITY OTHER CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land postbid.ms ✓spec master C 4464758 4/28/99 4/28/00 BAA4464759 4/28/99 4/28/00 WORXERS' COMPENSATION AND EMPLOYERS' LIABILITY WC1464080 4/28/99 4/28/00 COMPANIES AFFORDING COVERAGE A Old Republic Lloyds of Texas BOld Republic Insurance Co. GENERAL AGGREGATE PRODUCTS - COMP /OP AGG. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED. EXPENSE (Any one person) COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EACH OCCURRENCE $ AGGREGATE $ STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE - EACH EMPLOYEE DESCRIPTION OF OPERATIONS /LOCATIONS/ VEHICLES /SPECIAL ITEMS/EXCEPTIONS Street Maintenance Program /Hot -mix Asphalt Concrete Level -up and Overlay - 1999 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. PBD -7 Typed Name: Alan W i l l i a m s Title: Producer Date: June 2, 1999 $ 1,000,000 $ 1,000,000 $ 1,000,000 $ 1,000,000 $ 300,000 10,000 $ 500,000 $ 500,000 $ 500,000 WARRANTY BOND BOND NUMBER AMOUNT KNOW ALL MEN BY THESE PRESENTS, That we, (hereinafter called the "Principal ") as Principal, and the a Corporation duly organized under the laws of the State of and duly licensed to transact business in the State of (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK TEXAS (hereinafter called the "Obligee "), in the sum of dollars ($ ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. Sealed with our seals and dated this and day of , A.D. nineteen hundred WHEREAS, the said Principal has heretofore entered into a contract with Dated , 19, for construction of: WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas pastbid.mstlspec master PBD -8 WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Principal Surety By: By: Title Title Address Address Resident Agent of Surety: Printed Name Address City, State & Zip Code Signature postbid.mstfspec master PBD -9 5: \WPOOCS \ACITT \GENCOND, WFD/j kg 4.0 GENERAL CONDITIONS GC-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contents 1. Definition of Terms 1.01 - Owner, Contractor and Engineer 1.02 - Contract Documents 1.03 - Subcontractor 1.04 - Sub - Subcontractor 1.05 - Written Notice 1.06 - Work 1.07 - Extra Work 1.08 - Working Day 1.09 - Calendar Day 1.10 - Substantially Completed General Conditions of Agreement 2. Responsibilities of the Engineer and the Contractor 2.01 - Owner- Engineer Relationship 2.02 - Professional Inspection by Engineer 2.03 - Payments for Work 2.04 - Initial Determinations 2.05 - Objections 2.06 - Lines and Grades 2.07 - Contractor's Duty and Superintendence 2.08 - Contractor's Understanding 2.09 - Character of Workers 2.10 - Contractor's Buildings 2.11 - Sanitation 2.12 - Shop Drawings 2.13 - Preliminary Approval 2.14 - Defects and Their Remedies 2.15 - Changes and Alterations 2.16 - Inspectors 3. General Obligations and Responsibilities 3.01 - Keeping of Plans and Specifications Accessible 3.02 - Ownership of Drawings 3.03 - Adequacy of Design 3.04 - Right of Entry GC -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. General Obligations and Responsibilities (cont'd) 3.05 - Collateral Contracts 3.06 - Discrepancies and Omissions 3.07 - Equipment, Materials and Construction Plant 3.08 - Damages 3.09 - Protection Against Accident to Employees and the Public 3.10 - Performance and Payment Bonds 3.11 - Losses from Natural Causes 3.12 - Protection of Adjoining Property 3.13 - Protection Against Claims of Subcontractors, etc. 3.14 - Protection Against Royalties or Patented Invention 3.15 - Laws and Ordinances 3.16 - Assignment and Subletting 3.17 - Indemnification 3.18 - Insurance 3.19 - Final Clean-Up 3.20 - Guarantee Against Defective Work 3.21 - Testing of Materials 3.22 - Wage Rates 4. Prosecution and Progress 4.01 - Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01 - Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments GC -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Extra Work and Claims 6.01 - Change Orders 6.02 - Minor Changes 6.03 - Extra Work 6.04 - Time of Filing Claims 6.05 - Continuing Performance 7. Abandonment of Contract 7.01 - Abandonment by Contractor 7.02 - Abandonment by Owner 8. Subcontractors 8.01 - Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9. Separate Contracts 9.01 - Owner's Right to Award Separate Contracts 9.02 - Mutual Responsibility of Contractors 9.03 - Cutting and Patching Under Separate Contracts 10. Protection of Persons and Property 10.01 - Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities GC -4 1. Definition of Terms General Conditions of Agreement 1.01 Owner, Contractor and Engineer The Owner, the Contractor and the Engineer and those persons or organizations identified as such in the Agreement are referred to throughout the Contract Documents as if singular in number and masculine in gender. The term "Engineer" means the Engineer or his duly authorized representative. The Engineer shall be understood to be the Engineer of the Owner, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the Engineer and the Contractor. 1.02 Contract Documents The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any such documents before the execution of the agreement. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. 1.03 Subcontractor The term "Subcontractor," as employed herein, includes only those having a direct contract with the Contractor. It includes one who furnishes material worked to special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 Sub - Subcontractor The term "Sub- Subcontractor" means one who has a direct or indirect contract with a Subcontractor to perform any of the work at the site. It includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. GC -5 1.05 Written Notice 1.06 Work Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the Contract Documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which, when so applied, have a well -known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term 'Extra Work" shall be understood to mean and include all work that may be required by the Engineer or the Owner to be done by the Contractor to accomplish any change, alteration or addition to the work shown upon the plans, or reasonably implied by the specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations" herein. 1.08 Working Day The term "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.09 Calendar Day The term "Calendar Day" is defined as any day of the week or month, no days being excepted. 1.10 Substantially Completed The term "Substantially Completed" shall be understood to mean that the structure has been made suitable for use or occupancy or that the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. GC -6 2. Responsibilities of the Engineer and the Contractor 2.01 Owner - Engineer Relationship The Engineer will be the Owner's representative during construction. The duties, responsibilities and (imitations of authority of the Engineer as the Owner's representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the Owner and the Engineer. The Engineer will advise and consult with the Owner, and all of the Owner's instructions to the Contractor shall be issued through the Engineer. 2.02 Professional Inspection by Engineer The Engineer shall make periodic visits to the site to familiarize himself with the progress of the executed work and to determine if such work meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspection of the quality or quantity of the work or be responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. 2.03 Payments for Work The Engineer shall review the Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such amounts; such recommendation of payment to the Contractor constitutes a representation to the Owner of the Engineer's professional judgement that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such recommendation of an application for payment to the Contractor shall not be deemed as a representation by the Engineer that the Engineer has made any examination to determine how or for what purpose the Contractor has used the monies paid on account of the contract price. 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the Owner relating to execution or progress of the work or interpretation of the Contract Documents. The Engineer's decision shall be rendered in GC -7 writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections In the event the Engineer renders any decision 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 thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to litigation as hereinafter provided. 2.06 Lines and Grades Unless otherwise specified, all lines and grades shall be furnished by the Engineer or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer reasonable 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 at the Contractor's expense. 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent English - speaking Superintendent and any necessary assistants to supervise and direct the work. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the Owner and the Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection and safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications, as well as any additional information concerning the work to be performed passing from or through the Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from the plans and specifications; the intent of such drawings, specifications and any other GC -8 such information being to define with specificity the agreement of the parties as to the work the Contractor is to perform. The Contractor shall be fully and completely liable, at his own expense, for design, construction, installation, and use or non -use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by the Engineer or the Owner, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or methods, is agreed by the Contractor to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling the Contractor to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the Contractor from full and complete responsibility for the proper performance of his work on the project, including but not limited to the propriety of means and methods of the Contractor in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the Contractor from plans and specifications that may have been in evidence during any such visitation or observation by the Engineer, or any of his representatives, whether called to the Contractor's attention or not, shall in no way relieve the Contractor from his responsibility to complete all work in accordance with said plans and specifications. 2.08 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. The Contractor agrees that he will make no claim against the Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the GC -9 performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent, unfaithful or disorderly, or refuse instructions from the Engineer in the absence of the Superintendent, such worker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. No illegal alien may be employed by any Contractor for work on this project, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien who works for the Contractor at this project. 2.10 Contractor's Buildings The building of structures for housing workers, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.11 Sanitation Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. 2.12 Shop Drawings The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or GC -10 adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during the Contractor's performance hereunder. 2.13 Preliminary Approval The Engineer shall not have the 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 to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform the contract, including without limitation, the obligation to at once tear out, remove and properly replace any defective work or material at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in the event the material has been once accepted by the Engineer, such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished does not meet the specifications for this 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 and/or specifications for said work, all expense of removing, re- examination and replacement shall be borne by the Contractor. Otherwise, the expense thus incurred shall be allowed as Extra Work and shall be paid for by the Owner; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the Engineer. 2.14 Defects and Their Remedies It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 Changes and Alterations The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the GC -11 construction, without affecting the validity of this contract and the accompanying performance and payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment ". If the amount of work is increased, and the 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, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment ". Otherwise, such additional work shall be paid for as provided under Extra Work. In the event the Owner makes such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. 2.16 Inspectors The Engineer may provide one (or more) field inspectors at the work site for the limited purpose of observing the work in progress and reporting back to the Engineer on the extent, nature, manner and performance of the work so that the Engineer may more effectively perform his duties hereunder. Such inspectors may also communicate between the Engineer and the Contractor their respective reports, opinions, questions, answers and clarifications concerning the plans, specifications and work but shall not be deemed the agent of the Contractor for all purposes in communicating such matters. Such inspectors may confer with the Contractor or the Contractor's Superintendent concerning the prosecution of the work and its conformity with the plans and specifications but shall never be, in whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such inspector is not authorized by the Engineer or the Owner to independently act for either or answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No inspector's opinion, advice, interpretation of the plans or specifications of this contract, apparent or express approval of the means or methods or manner of the Contractor's performance of work in progress or completed, or discovery or failure to discover or object to defective work of materials shall release the Contractor from his duty to complete all work in strict accordance with the plans and specifications or stop the Owner or the Engineer from requiring that all work be fully and properly performed including, if necessary, removal of defective or otherwise unacceptable work and the re -doing of such work. GC -12 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with an adequate and reasonable number of copies of all plans and specifications without expense to him and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 Ownership of Drawings All drawings, specifications and copies thereof furnished by the Engineer shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the Owner. 3.03 Adequacy of Design It is understood that the Owner believes it has employed competent engineers and designers. It is therefore agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project provided that the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. 3.04 Right of Entry The Owner reserves the right to enter the property or location at which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 3.05 Collateral Contracts The Owner agrees to provide, by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner so as not to unreasonably delay the progress of the work or damage the Contractor, except where such delays are specifically mentioned elsewhere in the Contract Documents. The Owner will attempt to coordinate the collateral work of utility companies regulated by City franchises, but the City shall not be responsible for delays or other damages to the Contractor which may result from their acts or omissions. GC -13 3.06 Discrepancies and Omissions The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. 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 generally accepted practices for construction. 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 what is intended to apply to the work. 3.07 Equipment, Materials and Construction Plant The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages In the event the Contractor is damaged in the course of completion of the work by the act, negligence, omission, mistake or default of the Owner or the Engineer, thereby causing loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall reimburse the Owner for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state, and municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with 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. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor. GC -14 In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the Owner and the Engineer of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the Owner and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, on standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantee required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the contract. If the contract price is $25,000.00 or less, no payment or performance bond shall be required. It is agreed that the contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this contract, and no extra payment for such bonds will be made by the Owner. Unless otherwise approved in writing by the Owner, the surety company underwriting the bonds shall be licensed to write such bonds in the State of Texas. 3.11 Losses from Natural Causes Unless otherwise specified, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, 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. 3.12 Protection of Adjoining Property The said Contractor shall take proper means to protect the adjacent or adjoining property or properties, in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract regardless of whether GC -15 or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Furnishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the Owner and the Engineer harmless from all claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the Owner, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the Owner may either pay directly any unpaid bills of which the Owner has written notice, or may withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims. When satisfactory evidence is furnished that all liabilities have been fully discharged, payments to the Contractor shall be resumed in full in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon the Owner by either the Contractor or his surety. 3.14 Protection Against Royalties or Patented Invention The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the Owner and the Engineer harmless from any loss on account thereof, except that the Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then the Contractor shall indemnify and save the Owner harmless form any loss on account thereof. If the material or process specified or required by the Owner is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives such information to the Owner. 3.15 Laws and Ordinances The Contractor shall at all times observe and comply with all federal, state and local laws, ordinance and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the Owner and the Engineer against any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or GC -16 his employees, except where such violations are called for by the provisions of the Contract Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. In case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contract, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. 3.16 Assignment and Subletting The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney or otherwise, or sublet said contract without the written consent of the Engineer, and that no part or feature of the work will be sublet to anyone objectionable to the Engineer or the Owner. The Contractor further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner as provided by this agreement. 3.17 Indemnification The Contractor shall defend, indemnify and hold harmless the Owner and the Engineer and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damage, claim, loss, demand, suit, judgment, cost or expense: 1. is attributable to bodily injury, sickness, disease or death of any person including Contractor's employees and any Subcontractor's employees and any Sub - subcontractor's employees, or to injury to or destruction of tangible property including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub - subcontractor including the loss of use resulting therefrom; and, 2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. GC -17 The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation of maps, plans, reports, surveys, change orders, designs or specifications, or the approval of maps, plans, reports, surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or Sub - subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. A. Statutory Workmen's Compensation. Definitions: Certificate of coverage ( "certificate ") - a copy of a certificate of insurance, a certificate of authority to self- insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the proiect ( "subcontractor" in § 406,096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a GC -18 project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all employees of the Contractor providing services on the project, for the duration of the project. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. ( c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: "As States except those listed in 3A and the States of NV, ND, OH, WA, WV, and WY. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven (7) calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. GC -19 The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the Contractor knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts of filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known of any change that materially affects (e) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; GC -20 the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the Commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, and /or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten (10) calendar days after the receipt of notice of breach from the governmental entity. B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. C. Property Damage Insurance with minimum limits of $50,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and Property Damage minimum limits of $50,000 for each occurrence. Contractor shall require Subcontractors to provide Automobile Liability Insurance with same minimum limits. The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been approved by the Owner and the Engineer. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the Owner and the Engineer shall not relieve or decrease the liability of the Contractor hereunder. GC -21 The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance (other than workers' compensation) shall be endorsed to include the Owner as an additional insured thereunder. The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which the insurance applies, the expiration date, and the above - mentioned notice of cancellation clause. 3.19 Final Clean -up Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event the Contractor fails or refuses to clean and remove surplus materials and debris as above provided, the Owner or the Engineer may do so, or cause same to be done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from the final payment. 3.20 Guarantee Against Defective Work The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for a period of one year from the date of acceptance of the project. Said warranty binds the Contractor to correct any work that does not conform with such plans and specifications or any defects in workmanship or materials furnished under this contract which may be discovered within the said one year period. The Contractor shall at his own expense correct such defect within thirty (30) days after receiving written notice of such defect from the Owner or the Engineer by repairing same to the condition called for in the Contract Documents and plans and specifications. Should the Contractor fail or refuse to repair such defect within the said thirty (30) day period or to provide acceptable assurances that such repair work will be completed within a reasonable time thereafter, the Owner may repair or cause to be repaired any such defect at the Contractor's expense. GC -22 3.21 Testing of Materials Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the Owner. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the extent of the retesting shall be determined by the Engineer. The Engineer may require additional testing for failing tests and may require two (2) passing retests before acceptance will be made by the Owner. The testing laboratory will be designated by the Owner. All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to furnish a manufacturer's certificate stating that the material meets the requirements specified for this project. 3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10) 2288.021. Duty of Government Entity to Pay Prevailing Wage Rates a. The state or any political subdivision of the state shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection (a) does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. GC -23 d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 2258.051. Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the contractor under the contract, except that, the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the contractor has violated this chapter. WR1001 July 1997 Applicable wage rates are shown in Section 06 WAGE RATES of the SPECIAL CONDITIONS. 4. Prosecution and Progress 4.01 Time and Order of Completion It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal: provided, also, that when the Owner is having other work done, either by contract or by his own force, the Engineer may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. 4.02 Extension of Time Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or the Engineer, or of any employee of either, or by other contractors employed GC -24 by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer; provided, however, that the Contractor shall give the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for extension of time on "Calendar Days" contracts. 4.03 Hindrances and Delays No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the Owner) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the Owner, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the Owner to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 Estimated Quantities This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated GC -25 or contemplated quantity for such items, then either party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of the work above or below twenty percent (20 %) of the estimated quantity. A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a total cost equal to or greater that five percent (5 %) of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this agreement, as provided under "Extra Work ". 5.03 Price of Work 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 on the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the prices set forth in the proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also 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 agreement. 5.04 Partial Payments On or before the first day of each month, the Contractor shall submit to the Engineer a statement showing the total value of the work performed up to and including the 25th day of the preceding month. The statement shall also include the value of all sound materials delivered on the job site and to be included in the work and all partially completed work whether bid as a lump sum or a unit item which in the opinion of the Engineer is acceptable. The Engineer shall examine and approve or modify and approve such statement. The Owner shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less five percent (5 %) of the amount thereof, which five percent (5 %) shall be retained until final payment, and further less all previous payments and all further sums that may by retained by the Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, then the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment" GC -26 5.05 Use of Completed Portions The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost or delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or both, as the Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's list of unfinished work and will add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 Final Completion and Acceptance Within ten (10) days after the Contractor has given the Engineer written notice that the work has been completed, or substantially completed, the Engineer and the Owner shall inspect the work and within said time, if the work is found to be completed in accordance with the Contact Documents, the Engineer shall issue to the Owner and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the Owner to issue a Certificate of Acceptance to the Contractor or to advise the Contractor in writing of the reason for non - acceptance. 5.07 Final Payment Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make final measurements and prepare final statement for the value of all work performed and materials furnished under the terms of the agreement and shall certify same to the Owner, who shall pay to the Contractor on or before 35th day after the date of the Certificate of Completion, the balance due the Contractor under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the Certificate of Acceptance 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. 5.08 Payments Withheld The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from GC -27 loss on account of: a) Defective work not remedied or other obligations hereunder not done. b) Claims filed or reasonable evidence indicating probable filing of claims. c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. d) Damage to the Owner or another contractor's work, material or equipment. e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. f) Reasonable indication that the work will not completed within the contract time. g) 5.09 Delayed Payments 6.01 Change Orders Other causes affecting the performance of the contract. 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. Should the Owner fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of six percent (6 %) per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payment," until fully paid, which shall fully Liquidate any injury to the Contractor growing out of such delay in payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims Without invalidating this agreement, the Owner may at any time or from time to time order additions, deletions or revisions to the work; such changes will be authorized by change order to be prepared by the Engineer for execution by the Owner and the Contractor. The change order shall set forth the basis for any change in contract price, as hereinafter set forth for extra work, and any change in contract time which may result from the change. GC -28 In the event the Contractor shall refuse to execute a change order which has been prepared by the Engineer and executed by the Owner, the Engineer may in writing instruct the Contractor to proceed with the work as set forth in the change order and the Contractor may make claim against the Owner for extra work involved therein, as hereinafter provided. 6.02 Minor Changes The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in contract price, If the Contractor believes that any minor change or alteration authorized by the Engineer involves extra work and entitles him to an increase in the contract price, the Contractor shall make written request to the Engineer for a written field order. In such case, the Contractor by copy of his communication to the Engineer or otherwise in writing shall advise the Owner of his request to the Engineer for a written field order and that work involved may result in an increase in the contract price. Any request by the Contractor for a change in contract price shall be made prior to beginning the work covered by the proposed change. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a change order or for which a claim for extra work is made shall be determined by the unit prices upon which this contract was bid to the extent such work can be fairly classified within the various work item descriptions and for work items that cannot be so classified by one or more of the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method (C) If neither Method (A) nor Method (B) is agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work, plus fifteen percent (15 %). In the event said extra work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the Contractor of all workmen, such as foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual equipment, for the time GC -29 actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on performance and payment bonds and maintenance bonds, public liability and property damage and workers' compensation, and all other insurance as may be required by any law or ordinance, or directed or agreed to by the Owner. The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the Engineer. The Engineer or the Owner 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 determined by using one hundred percent (100 %), unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15 %) of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the Contractor's camp or field office must be maintained primarily on account of such extra work; then the cost to maintain and operate the same shall be included in the "actual field cost." 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 or an adjustment in the construction time, he shall make written request to the Engineer for written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefor, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to mediation or litigation. 6.04 Time of Filing Claims It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) days after the Engineer has given any directions, order or instruction to which the Contractor desires to take exception. The Engineer shall reply within thirty (30) days to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the Engineer's decision, any demand for mediation shall be filed with the Engineer and the Owner in writing within ten (10) days after the date of delivery to Contractor of the Engineer's final decision. It is further agreed that final GC -30 acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claims by either party, except claims by Owner for defective work or enforcement of warranties and except as noted otherwise in the Contract Documents. 6.05 Continuing Performance The Contractor shall continue performance of the contract during all disputes or disagreements with the Owner. The production or delivery of goods, the furnishing of services and the construction of projects or facilities shall not be delayed, prejudiced or postponed pending resolution of any disputes or disagreements, except as the Owner may otherwise agree in writing. 7. Abandonment of Contract 7.01 Abandonment by Contractor In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Engineer, or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with the Contract Documents, then and in that case, where performance and payment bonds exist, the sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the surety on the performance bond, or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor (except when used in connection with extra work, where credit shall be allowed as provided for under Section 6 herein), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in case the surety should fail to commence compliance with the notice for completion hereinbefore provided for, 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: (1) The Owner may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies as the Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to the Contractor, and expense so charged shall be deducted and paid by the Owner out of such GC -31 monies as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. In case such expense is less than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the 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 the Contractor, then the Contractor and/or his surety shall pay the amount of such excess to the Owner, or (2) The Owner, under competitive bids taken after notice published as required by law, 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 there is any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the surety shall be and remain bound therefor. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this contract, the Contractor and /or his surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, 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 and/or 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 Certificate of Completion. 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 and /or his surety shall 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 and/or his surety. Should the cost to complete the work exceed the contract price, and the Contractor and/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 at the risk of the Contractor and his surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his surety. Such sale may be made at either public or private sale, with or GC -32 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. The books on all operations provided herein shall be opened to the Contractor and his surety. 7.02 Abandonment by Owner In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the Contractor and have not been wrought into the work. Thereupon, the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and which cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this agreement and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this agreement. 8. Subcontractors 8.01 Award of Subcontracts for Portions of the Work Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the Contractor, as soon as practicable after the award of the contract, shall furnish to the Engineer in writing for acceptance by the Owner and the Engineer a list of the names of the Subcontractors proposed for the principal portions of the work. The Engineer shall promptly notify the Contractor in writing if either the Owner or the Engineer, after due investigation, has objection to any Subcontractor on such list and does not accept him. Failure of the Owner or the Engineer to make objection promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor. The Contractor shall not contract with any Subcontractor or any person or organization (including those who are to furnish materials or equipment fabricated to a special design) proposed for portions of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for the principal portions of the work who has been rejected by the Owner and the Engineer. GC -33 The Contractor will not be required to contract with any Subcontractor or person or organization against whom he has a reasonable objection. If the Owner or the Engineer refuses to accept any Subcontractor or person or organization on a list submitted by the Contractor in response to the requirements of the Contract Documents or the Instructions to Bidders, the Contractor shall submit an acceptable substitute and the contract amount shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued; however, no increase in the contract amount shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting for acceptance any list or lists of names as required by the Contract Documents or the Instructions to Bidders. If the Owner or the Engineer requires a change of any proposed Subcontractor or person or organization previously accepted by them, the contract amount shall be increased or decreased by the difference in cost occasioned by such change and an appropriate change order shall be issued. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Engineer, unless the substitution is acceptable to the Owner and the Engineer. 8.02 Subcontractual Relations All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: (1) (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) preserve and protect the rights of the Owner and the Engineer under the contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with this contract; (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the GC -34 Contractor upon the Owner; (5) obligate each subcontractor specifically to consent to the provisions of this section. A copy of all such subcontract agreements shall be filed by the Contractor with the Engineer before the Subcontractor shall be allowed to commence work. 8.03 Payments to Subcontractors The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount directly based upon the value of the work performed and allowed to the Contractor on account of such Subcontractor's work, less the percentage retained from payments to the Contractor. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Engineer fails to approve a payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any monies to such Subcontractor except as may otherwise be required. 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts The Owner reserves the right to award other contracts in connection with other portions of the project under these or similar conditions of the contract. When separate contracts are awarded for different portions of the project, "the Contractor" in the contract documents in each case shall be the contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall GC -35 properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's work. Should the Contractor cause damage to the work or property of any separate contractor on the project, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner or initiates an proceeding allowed hereunder on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or award against the Owner arises therefrom the Contractor shall pay or satisfy it and shall reimburse the Owner for all attorney's fees and court costs or other costs which the Owner has incurred. 9.03 Cutting and Patching under Separate Contracts The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work, except as otherwise specifically provided in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. Any costs caused by defective or ill -timed work shall be borne by the party responsible therefor. 10. Protection of Persons and Property 10.01 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. 10.02 Safety of Persons and Property The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to: (1) all employees on the work and all other persons who may be affected thereby: GC -36 (2) all the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub - subcontractors; and (3) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, fences, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly inflammable materials, shall conform to federal, state, local laws and ordinances. All city ordinances shall be complied with even though some or all of the blasting is done outside the city limits unless the applicable ordinance is in conflict with the law of the jurisdiction where the action is being taken. The following is a list of requirements in addition to federal, state, and local laws and ordinances: 1. The Contractor shall furnish the City of Round Rock with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty -four (24) hours prior to using explosives. A blasting permit must be obtained from the city at least five (5) days prior to use of explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The following public utility companies and city departments will be notified by the Contractor, on every occasion, at least twenty -four (24) hours prior to the use of explosives: Water and Wastewater, Electric, Gas, Telephone and the City Engineering Department. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineering Department. GC -37 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the City Inspector, the permit, or by safe blasting practices. 5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the City Code. 6. The Director of Engineering or his representative shall have the right to limit the use of explosives and/or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. 7. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. All claims of damage shall be investigated by the City of Round Rock or by consulting firms approved by the city. 8. The Contractor shall maintain accurate records throughout the blasting operations showing the type explosive used, number of holes, pounds per hole, depth of hole, total pounds per shot, delays used, date and time of blast and initials of the inspector. The Contractor is fully responsible for all claims resulting from his blasting operation. All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty drawings or specifications or solely to the acts or omissions of the Owner or the Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner and the Engineer. 10.03 Location and Protection of Utilities Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. The Contractor shall exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the Contractor's work or storage areas. Upon request, the Owner shall provide such information as it has about the location and grade of water, sewer, gas, and telephone and GC -38 electric lines and other utilities in the work area but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and nondelegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. GC -39 5.0 SPECIAL CONDITIONS SECTION 01- INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES 01 -04 specond.msUspecs All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 1 1 1• 11: 1: 1: 1: 1l ► 1l1 The Contractor agrees that time is of the essence for this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such extension of time as is provided for under the provisions of Section 4.02 of the General Conditions, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages, the sum of 5254.00 per calendar day. 01 -05 LOCATION The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. SC -1 01 -06 USAGE OF WATER specond.msL/spccs All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 5.04 of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. SECTION 02- SPECIAL CONSIDERATIONS 02 -01 CROSSING ITTII,TTTFS Prior to commencing the work associated with this contract, 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 UTIT.ITV SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services while performing the work associated with this contract. No additional payment will be made for this item. SC -2 02 -03 GI JAR ANTF,F,S The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for the period that the Warranty Bond, as outlined in Section 04 of the Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -04 MINIMUM WAGF SCAT,F, Contractors are required to pay prevailing wage rates to laborers, workmen and mechanics employed on behalf of the City engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for work of a similar character. This applies to Contractors and Subcontractors. The Contractors and Subcontractors shall keep and make available records of workers and their wages. Contractors and Subcontractors shall pay the prevailing wage rates as adopted by the Owner. There is a statutory penalty of $60.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the Contractor or any Subcontractor. 02 -05 LIMIT OF FINANCIAT, RESOURCES specond.msVspecs 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 or 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. SC -3 02 -06 CONSTRUCTION RF.VIF.W specond.msUspecs The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -07 T IMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -08 PAYMENT FOR MATERIALS ON HAND Owner will not pay for materials on hand. Payment will be made for work completed in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 -09 "AS-BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the Owner Each appurtenance shall be located by at least two (2) horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as- builts tie -ins provided no existing utilities as previously described are available. Costs for delivering as -built drawings shall be subsidiary to other bid items. 02 -10 J .AND FOR WORK Owner provides, as indicated on Drawings, land upon which work is to done, right -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 SC -4 Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -11 DEVIATIONS OCCASIONED BY TTTTL ITY STRTTCTURES 02 -12 spccond.mst/specs Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer, who without delay, will determine if existing utilities are to be relocated, or grade and alignment of 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 costs of any utility relocations will be at the Contractor's sole expense. Owner will not be liable for relocations costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work. All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans. This item shall not be paid for separately and shall be considered subsidiary to other bid items. SECTION 03- 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 (ie. Fire Department, E.M.S., Public Works, 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 to other bid items and no additional compensation shall be given for complying with this Special Condition. SC -5 SECTION 04- WARRANTY BOND specond.msNspees Per City of Round Rock Ordinances, a two (2) year Warranty 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 24. Warranty Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety or other surety or sureties acceptable to the Owner prior to final payment. A one (1) year Warranty Bond in the amount of one hundred (100 %) percent of the contract price will be required for all other improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner prior to final payment. SC -6 SECTION 05- INSURANCE specond.ms ✓ specs Section 3.18 of the General Conditions of the Agreement is hereby amended to include the following: 3.18 Insurance Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and furnish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: a. e. .. 1 . . 1 • , • 11 I - 1 • • 1 Liabili Insurance b • 1111- _ ' , - . . • . I .1 - with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. c. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or Combined Single Limit of $600,000. and minimum $100,000 Employers d. On all new or remodeling building projects All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract price for such improvements. Owner and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risk Insurance required under this section, except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance." • , . 1 • • 1 1 . • SC -7 specond.msUspecs When offsite storage is permitted, policy will be endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to owner. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 of any and all changes to policy 30 days prior to change. 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. SC -8 specond.msl/specs Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and/or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to receive copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. SC -9 SECTION 06- WAGE RATES GENERAL DECISION TX960043 03/15/96 TX43 General Decision Number TX960043 Superseded General Decision No. TX950043 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT/PUMP STATIONS IN BELL, CORYELL, MCLENNAN AND WILLIAMSON COUNTIES. Modification Number Publication Date 0 03/15/1996 COUNTY(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN SUTX2042A 11/16/1991 Rates Fringes AIR TOOL OPERATOR 6.500 ASPHALT HEATER OPERATOR 6.500 ASPHALT RAKER 7.011 ASPHALT SHOVELER 6.550 BATCHING PLANT WEIGHER 8.173 BATTERBOUARD SETTER 7.700 CARPENTER 9.054 CONCRETE FINISHER -PAVING 8.600 CONCRETE FINISHER - STRUCTURES 7.903 specond.mst/specs SC -10 CONCRETE RUBBER 6.740 ELECTRICIAN 13.710 FLAGGER 5.150 FORM BUILDER - STRUCTURES 8.017 FORM LINER - PAVING & CURB 7.250 FORM SETTER - PAVING & CURB 7.683 FORM SETTER - STRUCTURES 7.928 LABORER- COMMON 6.078 LABORER - UTILITY 6.852 MECHANIC 10.774 OILER 9.389 SERVICER 7.280 PAINTER - STRUCTURES 10.000 PILEDRIVER 6.600 PIPE LAYER 7.229 BLASTER 9.067 ASPHALT DISTRIBUTOR OPERATOR 7.304 ASPHALT PAVING MACHINE 7.945 BROOM OR SWEEPER OPERATOR 7.117 BULLDOZER, 150 HP & LESS 8.125 BULLDOZER, OVER 150 HP 8.593 CONCRETE PAVING CURING MACHINE 7.633 CONCRETE PAVING FINISHING MACHINE 9.067 CONCRETE PAVING GANG VIBRATOR 7.250 CONCRETE PAVING SAW 6.200 SLIPPORM MACHINE OPERATOR 8.700 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL LESS THAN 1 1/2 C.Y. 8.427 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 1 `h C.Y. &:OVER 9.880 FOUNDATION DRILL OPERATOR. CRAWLER MOUNTED 10.475 FOUNDATION DRILL OPERATOR 10.923 TRUCK MOUNTED FRONT END LOADER 2 `/s C.Y. & LESS 7.499 FRONT END LOADER OVER 2 '/ C.Y. 8.255 HOIST - DOUBLE DRUM 10.750 MOTOR GRADER OPERATOR 9.657 PAVEMENT MARKING MACHINE 6.078 PLANER OPERATOR 7.250 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.083 ROLLER, STEEL WHEEL OTHER specond.msUspecs SC -11 FLATWHEEL OR TAMPING 6.403 ROLLER, PNEUMATIC, SELF PROPELLED 6.433 SCRAPER -17 C.Y. & LESS 7.245 SCRAPER -OVER 17 C.Y. 7.495 SELF PROPELLED HAMMER OPERATOR 6.078 SIDE BOOM 9.000 TRACTOR - CRAWLER TYPE 7.539 TRACTOR - PNEUMATIC 6.707 TRENCHING MACHINE 6.850 WAGON-DRILL/BORING MACHINE /POST HOLE DRILLER OPERATOR 6.926 REINFORCING STEEL SETTER PAVING 8.158 REINFORCING STEEL SETTER STRUCTURES 9.062 STEEL WORKER - STRUCTURAL 9.242 SIGN ERECTOR 8.640 SPREADER BOX OPERATOR 6.541 BARRICADE SERVICER WORK ZONE 6.078 MOUNTED SIGN INSTALLER PERMANENT GROUND 6.078 TRUCK DRIVER - SINGLE AXLE LIGHT 6.493 TRUCK DRIVER - SINGLE AXLE HEAVY 6.674 TRUCK DRIVER - TANDEM AXLE SEMI- TRAILER 6.824 TRUCK DRIVER - LOWBOY/FLOAT 8.041 TRUCK DRIVER - TRANSIT MIX 6.078 WELDER 8.824 Unlisted classifications needed for work not included, within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively. bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. specond.msVspecs END OF GENERAL DECISION SC -12 CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 $0.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 $0.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $12.08 $0.76 $0.50 $0.05 $13.39 DRYWALL INSTALLER/CEILING INSTALLER $10.91 $0.00 $0.00 $0.00 $10.91 ELECTRICIAN $17.44 $2.16 $1.05 $1.05 $21.70 ELEVATOR MECHANIC $16.75 $3.85 $2.19 $1.50 $24.29 FIRE PROOFING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 GLAZIER $13.60 $2.24 $1.15 $0.54 $17.53 HEAVY EQUIPMENT OPERATOR $10.56 $0.00 $0.00 $0.00 $10.56 INSULATOR 513.75 $1.16 $0.92 $0.03 $15.86 IRONWORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 $0.00 $0.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 $0.00 $0.00 $0.00 $7.75 MASON $16.00 $0.00 $0.00 $0.00 $16.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 $0.34 $11.96 MILLWRIGHT $15.91 $1.63 $1.00 $0.00 $18.54 PAINTER/WALL COVERING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 PIPEFITTER $18.10 $1.42 $1.80 $0.00 $21.32 PLUMBER $12.68 $0.00 $0.00 $0.00 $12.68 ROOFER $10.00 $0.00 $0.00 $0.00 $10.00 SHEET METAL WORKER $18.40 $2.39 $2.55 $0.33 $23.67 SPRINKLER FITTER $18.25 $3.40 $220 $0.00 $23.85 TERRAZZO WORKER $0.00* $0.00 $0.00 $0.00 $0.00* TILE SETTER $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER/CAULKER $10.64 $0.00 $0.00 $0.00 $10.64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COUNTY NAME WILLIAMSON specond.msUspecs PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES SC - 13 Date Printcd: April 15, 1997 *$0.00 in the rate field indicated insufficient data was rece'ved to determine a prevailing wage rate for this classification. Government Code Title 10, Sec. 2258.023, paragraph C state: "A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided in Section 2258.022. (Property of General Services Commission, Based on 1996 Survey results) 6.0 TECHNICAL SPECIFICATIONS ITEM 1 GENERALDESCRIPTION 1.01 SCOPE OF WORK The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNI .Ai__SPECIFICATIONS lechspec.ms✓spec.masler NOTE: The item number designation shown in parentheses adjacent to captions herein is a reference to City of Austin Standard Specifications. STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The current City of Austin Standard Specifications as adopted and amended by the City of Round Rock and the current City of Austin Erosion and Sedimentation Control Manual are hereby referred to and included in this contract as fully and to the same extent as if copied at length herein 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 the City of Round Rock. TS -1 ITEM 2 CONTROL OF WORK 2.01 CLEAN-UP 2.01.1 CONSTRUJCTION SITE 2.01.2 BACKWORK 2.02 C'RADING tech spec. msVspec.m as ter 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. 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. The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. TS -2 ITEM 3 lechspec.msl / spec. master 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 the Engineer, project representative, or Owner's representative. 3.03 CONSTRIICTION STAKING The Engineer shall furnish the Contractor reference points and benchmarks that, in the Engineer's opinion, provide sufficient information for the Contractor to perform construction staking. 3.04 PROTECTION OF STAKES, ARK, ,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. TS -3 ITEM 4 PROTECTION AND PRECATJTION 4.01 4.05 techspec.m s 1/spec.m aster •tt ► • el t Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES, PI,ANTS AND SHRI BS 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. 4.03 T AFFI ONTRO M .A E AND BARRICADES Traffic control measures and barricades shall be installed in accordance with the Texas Manual of Uniform Traffic—Control Devices and in other locations deemed necessary by the Engineer, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. 4.04 PROPERTY TINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property comer monuments if disturbed. 1 'S: 1 1:' u: 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. TS -4 ITEM 5 MATERIALS 5.01 TRADE NAMES 5.02 techspec.mslJspec. master 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. 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. TS -5 301.1 Description This Item shall consist of the requirements for oil asphalts, cut -back asphalts, road oils, emulsified asphalts, asphalt cement and other miscellaneous asphaltic materials. 301.2 Materials When tested according to State Department of Highways and Public Transportation Test Methods, the various materials shall meet the applicable requirements of this specification. (1). Asphalt Cement The material shall be homogeneous, free from water, shall not foam when heated to 350 F and shall meet the follow- ing requirements: Viscosity 140 F Poises Viscosity 275 F stokes Test Solubility in trichloroethylene, percent Tests on residues from thin film oven test: Viscosity 140 F stokes VISCOSITY GRADE Rem No. 301 Asphalts, Oils and Emulsions AC-3 AC -5 AC -10 AC-20 AC -40 Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. 300 ±100 500 ±100 1000 ±200 2000±400 4000 ±800 1.1 — 1.4 — L9 — 2.5 — 3.5 — Penetration 77 F, 100g, 5 sec. 210 — 135 — 85 — 55 35 Flash Point, C.O.C. F 425 — 425 — 450 — 450 — 450 99.0 — 99.0 — 99.0 — 99.0 — 99.0 — — 900 — 1500 — 3000 — 6000 — 12000 Ductility 77 F 5 cms per min, 100 — 100 — 70 — 50 — 30 cms Spot test Negative for all grades (2) Latex Additive The minimum of 2 percent by weight, latex additive (solids basis) shall be added to AC -5 Asphalt when indicated. The latex additive shall conform to the following: The latex is to be an anionic emulsion of butadiene- styrene low- temperature copolymer in water, stabilized with fatty -acid soap so as to have good storage stability, and possessing the following properties: Monomer ratio, B/S 70/30 Minimum solids content 67% Solids content per gal at 67% 5.3 lbs. Coagulum on 80 -mesh screen 0.1 % maximum Type Anti - oxidant staining Mooney Viscosity of Polymer (MIL 4 at 212 F)1 100 minimum pH of Latex 9.4 -10.5 Surface tension 28 -42 dynes/cm' Brookfield Viscosity of Latex 1200 ps maximum at 67% solids Page 1 04/17/86 301 The finished latex - asphalt blend shall meet the following requirements: Viscosity at 140 F stokes 1500 maximum Ductility at 39.2 F.1 cm. per min. cm 100 minimum (3) Cutback Asphalt Cutback Asphalt shall conform to the following table: CUTBACK ASPHALT RAPID CURING TYPE CUTBACK ASPHALT Type -Grade RC -250 RC -800 RC -3000 Properties Minimum Maximum Minimum Maximum Minimum Maximum Water, percent 0.2 0.2 — 0.2 Flash Point, T.O.C., F 80 — 80 — 80 — Kinematic vis. @ 140 F, cst 250 400 800 1600 3000 6000 Distillation Test: Distillate, percentage by volume of total distillate to 680 F to 437 F 40 75 35 70 20 55 to 500 F 65 90 55 85 45 75 to 600 F 85 — 80 — 70 — Residue from Distillation Volume Percent 70 — 75 — 82 Tests of Distillation Residue Penetration, 1008 100 150 100 150 100 150 5 sec., 77 F Ductility, 5 an /min. 100 100 — 100 77 F, cm Solubilityin trichloroethylene, % Spot Test Type -Grade Properties Water, % Flash Point, T.O.C., F Kinematic vis. 140 F. cst. 301 04/17/86 Page 2 99.0 99.0 — 99.0 ALL NEGATIVE MEDIUM CURING TYPE CUTBACK ASPHALT MC-30 MC-70 MC -250 MC -800 MC -3000 Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. — 0.2 — 0.2 — 0.2 — 0.2 — 0.2 100 — 100 — 150 — 150 — 150 — 30 60 70 140 250 500 800 1600 3000 6000 The Distillate, expressed as percent by volume to total distillate to 680 F, shall be as follows: Off at 437 F — 25 — 20 — 10 — — — — Off at 500 F 40 70 20 60 15 55 — 35 — 15 Off at 600 F 75 93 65 90 60 87 45 80 15 75 Residue from 680 F Distillation, Volume Percent 50 — 55 — 67 — 75 — 80 Tests on Distillation Residue: Penetration at 77 F 100g, 5 sec. Ductility at 77 F 5 cm /min, cms Solubility in trichloroethylene, % Spot Test 120 250 120 250 120 250 120 250 120 250 100' — 100' — 100' — 100' — 100` — 99.0 — 99.0 — 99.0 — 99.0 — 99.0 — ALL NEGATIVE 11 penetration of residue is more than 200 and ductility at 77 F is less than 100 cm, the material will be acceptable if its ductility at 60 F is more than 100. AE -P CUTBACK ASPHALT Type -Grade AE-P Properties Minimum Maximum Viscosity @ 122 F, SF, sec. 15 150 Sieve Test, % 0.1 Demulsibility, 50mL 0.1 N CaCI,, % 70 Storage Stability, 24 hr., % 1.0 TEST ON RESIDUE FROM CUTBACK DISTILLATION TO 680 F USINT RESIDUE FROM 500 F DISTILLATION % 40 Total Oils' from Distillation, % 20 35 Float @ 122 F on Residue from Cutback Distillation 50 200 Solubility in Trichloroethylene, T 97.5 'Cumulative total from 500 F distillation of emulsion and distillation of residue by cutback distillation to 680 F. (4) Emulsions The material shall be homogenous. It shall show no separation of asphalt after thorough mixing and shall meet the viscosity requirements at any time within 30 days after delivery. ANIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type -Grade RS-2 RS-2h MS-2 MS-2h MS -1 SS-1 Properties Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Furol Viscosity at 77 F, sec. — — — — — — 30 100 30 100 Furol Viscosity at 122 F, sec. 150 400 150 400 100 300 100 300 Residue by Distillation, % 65 65 — 65 65 — 60 — 60 Oil Portion of Distillate, % 2 — 2 — 2 — 2 — 2 — 2 Sieve Test, % — 0.1 — 0.1 0.1 0.1 — 0.1 0.1 Miscibility (Standard Test) — Passing Passing Coating — — Passing — — Cement Mixing, % — — — 2.0 Demulsibility 50 cc of N /10 CaCI , % — — — — 70 Demulsibility 35 cc of N /50 CaCI , % 60 — 60 — — 30 30 — — — — Storage Stability 1 day, % — 1 — 1 — 1 — 1 — 1 — 1 Page 3 04/17/86 301 ANIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type -Grade RS-2 RS-2h MS -2 MS -2h MS -1 SS -1 Properties Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Freezing Test, 3 Cycles' Passing Passing Passing Passing Tests of Residue: Penetration at 77 F, 100g, 5 sec. 120 160 80 110 120 160 80 110 120 160 120 160 Solubility in Trichloroethylene, % 97.5 — 97.5 — 97.5 — 97.5 — 97.5 — 97.5 Ductility at 77 F, 5 cm /min, cms 100 — 100 — 100 100 100 — 100 — *Applies only when Engineer designates material for winter use. CATIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type -Grade CRS-2 CRS-2h CMS-2 CMS-2h CSS -1 CSS-1h Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Viscosity, Saybolt Furol at 77 F sec. — 20 100 20 100 Viscosity, Saybolt Furol at 122 F sec. 150 400 150 400 100 100 300 100 100 300 Storage stability test, 1 day % — 1 — 1 — 1 — 1 — 1 — 1 Demulsibility,' 35 ml 0.8% sodium dioctyl sulfosuccinate % 40 — 40 — Coating, ability & water resistance: Coating, dry aggregate — — — — good good — — — Coating, after spraying — — — fair fair — — — Coating, wet aggregate — — fair fair — — — Coating, after spraying — — — — fair fair — — — — Particle charge test Positive Positive Positive Positive Positive Positive Sieve test % — 0.10 — 0.10 — 0.10 — 0.10 — 0.10 — 0.10 Cement Mixing test, % — 2.0 — 2.0 Distillation: Oil distillate, by volume of emulsion, — 3 — 3 — 12 — 12 3 — — 3 Residue, % 65 — 65 — 65 — 65 — 60 — 60 — Tests on Residue from Distillation Test: Penetration, 77 F, 100 g 5 sec. 120 160 80 110 120 200 80 110 120 160 80 110 Ductility, 77 F, 5 cm/min, cm 100 — 100 — 100 — 100 100 — 100 — Solubility in trichloroethylene, % 97.5 — 97.5 — 97.5 — 97.5 — 97.5 — 97.5 — 'The demulsibility test shall be made within 30 days from date of shipment. 301 04/17/86 -Page 4 (5) Fluxing Material Fluxing material shall be free from foreign matter and shall conform to the following: Properties Minimum Maximum Water, % — 0.2 Kinematic Viscosity at 140 F, cst 60 120 Flash Point, C.O.C., F 250 — rws on Heating, 50g, 5 hrs at 325 F, % — 5 Asphalt Content of 85 to 115 penetration by vacuum distillation weight, % 25 — Pour Point, F — 60 (6) Precoat Material Precoat material may consist of any one of the various types of asphaltic materials listed in this specification, approved by the Engineer, including "Special Precoat Material ". (7) High Float Emulsions (6) Special Precoat Material Properties Minimum Maximum Water, % — Flash, C.O.C., F 200 Kinematic Viscosity at 140 F, cst. 300 Distillation to 680 F: Initial Boiling point, F 500 Residue by weight, % 70 Penetration residue, 77 F, 100g, 5 sec 200 Type -Grade 0.2 500 300 HIGH FLOAT EMULSIONS Rapid Setting Medium Setting Type -Grade ( HFRS-2 AES -300 Properties Minimum Maximum Minimum Maximum Furol Viscosity at 77 F, sec. — — 75 400 Furol Viscosity at 122 F, sec 150 400 — Residue by Distillation, % 65 — 65 Oil Portion M Distillate, % — 2 — 7 Sieve Test, % — 0.1 — 0.1 Coating — — Passing Demulsibility 35 cc of N150 CaCl % 50 — — — Storage Stability Test, 1 day, % — 1 1 Tests on Residue: Penetration at 77 F, 100 9, 5 sec. 100 140 300 Solubility in Trichloroethylene, % 97.5 — 97.5 — Ductility at 77.5 cm /min, cms 100 — — — Float Test at 140 F, sec. 1200 — 1200 — Catalytically -Blown Asphalt Joint and Crack Sealer Catalytically -blown asphalt shall be uniformly blended with 10 percent diatomaceous earth filler which passes the No. 325 sieve. It shall form a suitable joint and crack sealer which may be melted to pouring consistency in the regular asphalt kettle at a temperature of approximately 450 F to 475 F. The material shall meet the following requirements: 68 -88 Pen 38 -45 Pen Minimum Maximum Minimum Maximum Penetration, 77 F, 100g, 5 sec 68 88 38 45 Penetration, 32 F, 200g, 60 sec 38 — — — Penetration, 115 F, 50g, 5 sec — 160 — — Softening Point, R & B, F 175 200 185 200 Flash, C.O.C., F 500 — 500 — Page5 04/17/86 301 301.3 Storage, Heating and Application Temperatures Asphaltic materials should be applied at the temperature which provides proper and uniform distribution and with practical limits avoiding higher temperatures than necessary. Satisfactory application usually should be obtained within the recommended ranges shown below. No material shall be heated above the following maximum temperatures: Application and Mixing Heating and Recommended Storage Type -Grade Range, F Allowable, F Maximum, F AC- 5,10,20,40 275 375 350 AC -3 220 -300 350 350 AE -P 100 -140 140 140 RC-250 125 - 180 200 200 RC-800 170- 230 260 260 RC -3000 215 -275 285 285 MC -30 70 -150 175 175 MC -70 125 -175 200 200 MC -250 125 -210 240 240 MC-800 175 -260 275 275 MC- 3000 225- 275 290 290 Cat. Blown Asph 425 -475 500 500 Special Precoat Material 125 -250 275 275 SS -1, MS -1, CSS-1, CSS -1h 50 -130 140 140 RS-2, RS -2h, MS -2, MS -2h, CRS -2, CRS -2h, CMS -2, CMS -2h, HFRS -2, AES -300 110 -160 170 170 NOTE: Heating of asphaltic materials (except emulsions) constitutes a fire hazard to various degrees. Proper precautions should be used in all cases and especially with RC cutbacks. End 68 -88 Pen 38 -45 Pen Type -Grade Minimum Maximum Minimum Maximum Ductility, 77 F, 5 cm/min, cms 5 — 3 — Flow, 140 F, cm — 0.5 — 0.5 Ash, Weight, % 8 — 8 — Settlement Ratio — 1.02 — 1.02 Brittleness Test, 32 F No Cracking No Cracking Warning to Contractors Attention is called to the fact that asphaltic materials are very flammable. The utmost care shall be taken to prevent open flames from coming in contact with the asphaltic material or the gases of same. The Contractor shall be respon- sible for any fires or accidents which may result from heating the asphaltic materials. 301.4 Measurement and Payment All asphaltic materials included in this specification will be measured and paid for conforming to the goveming specifications for the hems of construction in which these materials are used. 301 04/17/86 Page 6 Item No. 307 Tack Coat 307.1 Description This item shall consist of an application of asphaltic material on the completed base course after the prime coat has sufficiently cured, existing pavement, bituminous surface, bridge deck, slab or on a prepared surface as indicated and as directed by the Engineer. 307.2 Materials (1) Asphalt Materials The asphalt material for "Tack Coat" shall meet the requirements for Cutback Asphalt or Emulsified Asphalt, Item No. 301, "Asphalts, Oils and Emulsions" as listed below. Cutback asphalt shall be made by combining 50 to 70 percent by volume of the asphaltic material as specified for the type of paving mixture with 30 to 50 percent by volume of gasoline and/or kerosene. The type of material shall be selected from the following table: Temperature of Surface, F. 40 -70 Over 70 RS -2 MS -2 RS -2H MS -2H RC-250 - MC -70 CRS -2 CMS -2 CRS -2H CMS -2H (2) Water Water shall be fumished by the Contractor and shall be clean and free from industrial wastes and other objectionable matter. (3) Sand Sand may be Grade 1 conforming to Item No. 403, "Concrete Structures" or washed sand, largely siliceous, with the following gradation: Percent Retained by Weight Sieve Size Natural Sand No. 8 0 No. 16 0 -40 No. 30 25 -65 No. 50 65 -85 No. 100 85 -98 No. 200 98 -100 There shall not be more than 50 percent of the aggregate retained between any 2 sieves listed above and not more than 25 percent of the aggregate retained between No. 50 and No. 100 sieve. 307.3 Construction Methods Tack coat shall not be applied when the air temperature is below 60 F and falling, but it may be applied when the air temperature is above 50 F and rising, the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. Before the tack coat is applied, the surface shall be cleaned thoroughly to the satisfaction of the Engineer. The asphaltic material shall be applied on the clean surface by an approved type of self- propelled pressure distributor, so operated as to distribute the tack coat at a rate not to exceed 0.10 gallon per square yard of surface, evenly and smoothly under a pressure for proper distri- bution. Where the pavement mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be cleaned thoroughly and painted with a thin uniform coat of the asphaltic material used for tack coat. The tack coat shall be rolled with a pneumatic tire roller to distribute the asphaltic material uniformly over the tacked area. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutters or structures. The Contractor shall clean splattered areas. The distributor shall have been recently calibrated and the Engineer shall be fumished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphaltic material applied appear in error. the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Page 1 04/17/86 307 The Contractor shall be responsible for the maintenance of the surface until the HMAC is placed over the tack coat or the work is accepted by the Engineer. No traffic, hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat unless it is blotted by the application of sand as directed by the Engineer. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times and they shall be operated in such a manner that there will be no contamination of the asphaltic material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The Engineer will select the temperature of application based on the temperature - viscosity relationship that will permit applica- tion of the asphalt within the limits recommended in Item No. 301, "Asphalts, Oils and Emulsions ". The recommended range for the viscosity of the asphalt is 100 to 125 centistokes. The Contractor shall apply the asphalt at a temperature within 15 F of 160 F. 307.4 Measurement The asphaltic material for "Tack Coat" will be considered subsidiary to Item 340, "Hot Mix Asphaltic Concrete Pavement" unless included as a separate pay item in the contract. When included for payment, "Tack Coat" shall be measured at point of delivery on the project in gallons at the applied temperature. The quantity to be paid for shall be the number of gallons used. 307.5 Payment The work performed and materials furnished as prescribed by this item, when included as a contract pay item, will be paid for at the unit price bid per gallon for "Tack Coat ", which price shall be hill compensation for cleaning the area to receive the "Tack Coat"; for fumishing, heating, hauling and distributing the tack coat specified; for all freight involved and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. Payment, when included as a contract pay item, will be made under: Pay Item No. 307: Tack Coat — Per Gallon. End 307 04/17/86 Page 2 340.1 Description This item shall govem for base, level -up, and surface courses composed of a compacted mixture of aggregate and asphaltic cement mixed hot in a mixing plant. The hot mix asphaltic concrete pavement shall be constructed on a previously completed and approved subgrade, base material, concrete slab or existing pavement. 340.2 Materials The Contractor shall fumish materials to meet the requirements specified herein and shall be solely responsible for the quality and consistency of the product delivered to the Project. (1) Aggregate: The aggregate shall be composed of course aggregate, a fine aggregate and, if required or allowed, a mineral filler and may include reclaimed asphalt pavement (RAP). RAP use will be allowed in all mixtures except as specifically excluded herein or on the Drawings. Aggregates shall meet the quality requirements of Table 1 and other requirements as specified herein. The aggregate contained in RAP will not be required to meet Table 1 requirements unless otherwise shown on the Drawings. (a) Coarse Aggregate: Coarse aggregate is defined as that part of the aggregate retained on the No. 10 sieve and shall consist of dean, tough, durable fragments of crushed stone or crushed gravel of uniform quality throughout. Gravel from each source shall be so crushed as to have a minimum of 85% of the particles retained on the No. 4 sieve with two or more mechanically induced crushed faces as determined by TxDOT Test Method TEX-460 -A(Part I). The material passing the No. 4 sieve and retained on the No. 10 sieve must be the product of crushing aggregate that was originally retained on the No. 4 sieve. (b) Reclaimed Asphalt Pavement (RAP): RAP is defined as a salvaged, milled, pulverized, broken or crushed asphaltic pavement The RAP to be used in the mix shall be crushed or broken to the extent that 100 percent will pass the 2 inch sieve. The stockpiled RAP shall not be contaminated by dirt or other objectionable materials. Unless otherwise shown on the Drawings, stockpiled, crushed RAP must have either a- decantation of no more than 5 percent or a plasticity index of no more than 8, when tested in accordance with TxDOT Test Method Tex -406 -A, Part I, or Test Method Tex- 106-E, respectively. RAP will be permitted to be used in a surface course provided not more than 10% RAP is used. • (c) Fine Aggregate: Fine aggregate is defined as that part of the aggregate passing a the No. 10 sieve and shall be of uniform quality throughout. A maximum of 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. Screenings shall be supplied from sources whose coarse aggregate meets the abrasion and magnesium sulfate soundness loss requirements shown in Table 1. (1) Unless otherwise shown on the Drawings, stone screenings are required and shall be the product of a rock crushing operation and meet the following gradation requirements when tested in accordance with TxDOT Test Method Tex- 200-F, Part 1. (2) Crushed gravel screenings may be used with, or in lieu of, stone screenings only when shown on the Drawings. Crushed gravel screenings must be the product of crushing aggregate that was originally retained on the No. 4 sieve and must meet the gradation for stone screenings shown above. (d) Mineral Filler. Mineral filler shall consist of thoroughly dried stone dust, portland cement, fly ash, lime or other mineral dust approved by the Engineer. The mineral filler shall be free from foreign matter. 340 08/23/96 MATERIAL PERCENT BY WEIGHT Passing the 3/8 inch sieve 100 Passing the No. 10 sieve 70-100 Passing the No. 200 sieve 0-15 Item No. 340 Hot Mix Asphaltic Concrete Pavement Page 1 Hot Mix Asphaltic Concrete Pavement Requirement I Test Method I Amount COARSE AGGREGATE Deleterious Material, percent, maximum Tex- 217 -F, I 1.5 Decantation, percent, maximum Tex - 217 -F, II 1.5 Los Angeles Abrasion, percent, maximum Tex -410 -A 40 Magnesium Sulfate Soundness Loss 5 cycle, percent, maximum Tex -410 -A 30 FINE AGGREGATE Linear Shrinkage, maximum Tex- 107 -E, II 3 COMBINED AGGREGATES Sand Equivalent Value, minimum Tex - 203 -F 45 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Portland cement manufactured in a cement kiln fueled by hazardous waste as defined in 30 Texas Administrative Code, Section 335.1, shall be prohibited. This applies to any other specification conceming the use of cement materials. Contractor shall maintain a record of source for each batch. Supplier shall certify that no hazardous waste is used in the fuel mix or raw materials. Fly ash obtained from a source using a process fueled by hazardous waste as defined in 30 Texas Administrative Code, Section 335.1, shall be prohibited. This applies to any other specification concerning the use of fly ash. Contractor shall maintain a record of source for each batch. Supplier shall certify that no hazardous waste is used in the fuel mix or raw materials. The addition of baghouse fines or other collected fines will be permitted if the mixture quality is not adversely affected in the opinion of the Engineer. In no case shall the amount of material passing the No. 200 sieve exceed the tolerances of the job -mix formula or the master gradation limits. When tested by TEX- 200 -F(Part 1 or Part 111, as applicable), the mineral filler shall meet the following gradation requirements. Baghouse fines are not required to meet the gradation requirements. MATERIAL PERCENT BY WEIGHT Passing No. 30 inch Sieve 95 -100 Passing No. 80 Sieve, not less than 75 Passing No. 200 Sieve, not less than 55 TABLE 1 AGGREGATE QUALITY REQUIREMENTS • • - Aggregates, without added mineral filler or additives. combined as used in the job -mix formula (Plant Corrected). (2) Asphaltic Material (a) Paving Mixture. Asphalt cement for the paving mixture shall conform to the requirements of Rem 301, 'Asphalts, Oils and Emulsion?, for AC-20 unless otherwise indicated in the Project Documents. (b) RAP Paving Mixture. When more than 20 percent RAP is used in the produced mixture, the asphalt in the RAP shall be restored to the properties Indicated below. Restoration will be made by adding asphalt recycling agent and/or virgin asphalt cement meeting the requirements of Item 301, "Asphalts, Oils and Emulsions'. 340 08/23/96 Page 2 Hot Mix Asphaltic Concrete Pavement The mixture design will include recovery of asphalt from the RAP in accordance with TxDOT Test Method Tex -211- F. The recovered asphalt shall be blended in the laboratory with the amount of asphalt cement and/or asphalt recycling agent selected for the Project. The following test shall be performed on the laboratory blend by the producer of the asphaltic concrete. (1) Viscosity, 140 F, poises - Test Method Tex -528 -C (2) Thin Film Oven Aging Test - Test Method Tex -510 -C (3) Viscosity, 140 F, poises, on residue from the Thin Film Oven Aging Test -Test Method Tex -528 -C (4) Penetration at 77 F, 100 9, 5 sec, on residue from the Thin Film Oven Aging Test - Test Method Tex -502 -C The viscosity in poises equivalent to the residue penetration at 77 F shall be calculated as set forth in TxDOT Test Method Tex- 535-C. The viscosity index of the residue shall then be calculated as follows: Residue Viscosity, poises, Residue Viscosity Index = equivalent to Penetration at 77 F Residue Viscosity, 140 F poises The aging index of the laboratory blended asphalt shall be determined as follows: Aging Index = Residue Viscosity. 140 F. noises Original Viscosity, 140 F poises The laboratory blended asphalt shall meet the following requirements: Residue Viscosity Index, maximum - 1500 Aging Index, maximum 3.0 Samples of asphalt recovered from plant produced mixture shall show the asphalt to meet the following requirements when tested in accordance with TxDOT Test Methods Tex -211 -F and Tex-502-C: Penetration, 77 F. 100 g, 5 sec - - 30 min. and 55 max. (c) Tack Coat Tack Coat shall conform to Item 307, Tack Coat'. (3) Additives: Additives to facilitate mixing and/or improve the quality of the asphaltic mbdure or tack coat may be used with the authorization of the Engineer. The Contractor may choose to use either lime or a liquid antistripping agent to reduce moisture susceptibility of the aggregate. • (4) Temporary Pavement Markings: Temporary pavement markings shall conform to Item 864, 'Abbreviated Pavement Markings'. 340.3 Paving Mixtures An asphalt mixture design is a laboratory process which includes the determination of the quality and quantity of the asphalt and the individual aggregates, and the testing of the combined mixture (Laboratory Design). The job mix formula (JMF) shall list the quantity of each component to be used in the mix after the laboratory design has been adjusted by running it through a particular plant (Plant Corrected). The JMF will be the standard to which the Acceptance Plan will be applied. The JMF of one drum or batching unit shall not be used for another unit. The Contractor shall submit to the Engineer on forams provided by the Engineer, an asphalt mixture design reviewed, signed and sealed by a Texas Registered Professional Engineer or certified by a TxDOT Level II Certified Asphalt Technician. The asphalt mixture design shall be submitted every two (2) years. Mix designs older than one year will not be accepted without a review of current test data of the proposed materials to ensure that the materials meet specification requirements. The JMF (Plant Corrected) shall be submitted to the Engineer on a form provided by the Engineer through the Inspector of the Project for review, for each individual Project, a minimum of three (3) working days before the mixture is to be placed. Under no circumstances will a mature be placed before its use is reviewed by the Engineer. Performance of the mix design shall remain the responsibility of the Contractor. 340 08/23/96 Page 3 Hot Mix Asphaltic Concrete Pavement Sieve Size Type A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1 -1/2' 100 1 -114" 95-100 1" 100 7/8' 70-90 95-100 100 5/8" 75-95 95-100 1/T 50-70 100 3/8" 60-80 70-85 85-100 100 , 1/4 95 -100 No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32 -42 32-42 No. 40 5-20 10-25 10-25 11 -26 9-24 No.80 2 -12 3-13 3-13 4-14 3-13 No.200 1-6' 1 -6• 1 -6" 1-6• 1 -6• VMA minimum 11 12 13 14 15 Rec. Min. Lift 3" 2° 1 -3/4' 1" 3I4° 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (1) Mixture Design: The mix shall be designed in TxDOT Construction Bulletin C-14 and Test Method Tex -204-F to conform with the requirements herein. The master grading limits of the appropriate type and the JMF will be plotted on a graduated chart with sieve sizes raised to the 0.45 power and be submitted to the Engineer with the asphalt mixture design. The Bulk Specific Gravity of aggregates in RAP will be determined on extracted aggregates. (2) Types: The blend of coarse aggregate, fine aggregate, and mineral filler, if allowed, shall conform to the master gradation shown in Table 2 for the type of mixture specified in conformance to TxDOT Test Method Tex -200-F, Dry Sieve Analysis. The voids in the mineral aggregate (VMA) will be determined as a mixture design requirement only, in accordance with TxDOT Test Method Tex- 207 -F, and shall not be less than the value indicated in Table 2. 340 TABLE 2 Master Grading Percent Passing by Weight or Volume • 2 - 8 when Test Method Tex- 200-F, Part I (Washed Sieve Analysis) is used. 08/23/96 Page 4 Hot Mix Asphaltic Concrete Pavement SIEVES OPTIMUM LABORATORY DENSITY ( %) LABORATORY DENSITY ( %) STABILITY Local Streets Surface Courses Collectors & Arterials Surface Courses All Base Courses 96 i 96 , 96 MIN. MAX. 94.5 97.5 94.5 97.5 94.5 97.5 35 Min. 40-55 35 Min. SIEVES PERCENT BY WEIGHT 2' Sieve through No. 10 Sieve 1-5.0 No. 40 through No. 200 Sieve 1-3.0 Asphalt Content 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (3) Tolerances: Fluctuations in the gradation and asphalt content of the Job Mix Formula shall not vary by more than the following but shall be limited to the range of the master gradation as determined by TEX- 210 -F. 340 08123/96 (4) Stability and Density: The mixture shall be designed at or near optimum density as indicated. The laboratory mixture shall be molded in accordance with TxDOT Test Method TEX-206 -F and the Bulk Specific Gravity determined in accordance with TxDOT Test Method TEX- 207 -F with the following percent of Maximum Theoretical Density as measured by TxDOT Test Method TEX -227 -F and Stability conforming to TxDOT Test Method TEX -208-F: (5) Job Mix Formula Field Adjustments: The Contractor shall produce a mixture of uniform composition closely conforming to the reviewed JMF within the limits of the tolerances given above and the Acceptance Plan. If it is determined by the Cit s laboratory that adjustments to the JMF are necessary to achieve the specified requirements, the Engineer may allow adjustments of the JMF within the following limits without a laboratory redesign of the mixture. The adjusted JMF shall not exceed the master grading for the type of mixture specified nor shall the adjustments exceed 5 percent on any one sieve, 1/2 inch size and larger, or 3 percent on the sieve size below the 1/2 inch sieve of the JMF (Plant Corrected) reviewed for the Project. When the considered adjustments exceed either the 5 or 3 percent limits, and the Engineer determines that the impact of these changes may adversely affect pavement performance, a new laboratory mixture design will be required. The asphalt content may be adjusted as concurred by the Engineer to maintain desirable laboratory density near the optimum value while achieving other mix requirements. However, increasing the asphalt content of the mixture in order to reduce pavement air voids will not be allowed. Also, if the percent air voids is determined to be less than 4 percent, adjustments shall be made to the plant production by the Contractor, within the tolerances as outlined above so that an adequate air void level results. 340.4 Equipment All equipment used for the production, placement and compaction of the mixture shall be maintained in good repair and operating conditions to the satisfaction of the Engineer. All equipment shall be made available for inspection. Any equipment shall not be used until it is repaired to the satisfaction of the Engineer. (1) Mixing Plants: Plants may be of the weigh -batch or drum -mix type equipped with suitable material conveyers, aggregate proportioning devices, dryers, bins, dust collectors and sensing and recording devices as appropriate for the mixing plant type. (2) Spreading and Finishing Paving Machine: The paving machine shall be self- propelled and equipped with a heated screed capable of producing a finish surface meeting the requirements of the street cross - section specified on the Drawings and all surface tests. Extensions to the screed shall have the same heating and vibratory capabilities as the primary unit. The paving machine shall be equipped with an automatic dual longitudinal screed control system and a transverse screed control system. The longitudinal controls shall be capable of operating from any longitudinal grade reference including a stringline, ski, mobil stringline or matching shoe. Unless otherwise shown on the Drawings, the Contractor may use any one of these grade references. The Contractor shall fumish all labor and equipment required for grade reference. (3) Rollers: The Contractor shall select rollers conforming to Item 230, 'Rolling (Flat Wheel)' and Item 232, 'Roping (Pneumatic Tire)'. Rollers not conforming to these requirements shall be immediately removed from the Project. Page 5 Hot Mix Asphaltic Concrete Pavement (4) Motor Grader. A self - propelled motor grader may be used only when its use is approved by the Engineer. It shall have a blade of not less than 12 feet and a wheelbase of not less than 16 feet. Smaller graders may be used for small irregular areas when approved by the Engineer. (5) Material Transfer Equipment Equipment to transfer mbcture from the hauling units or the roadbed to the spreading and finishing machine will be allowed unless otherwise shown on the Drawings. Windrow pick -up equipment, if permitted, shall be constructed in such a manner that substantially all of the mixture deposited on the roadbed is picked up and loaded into the spreading and finishing machine_ The loading equipment shalt be designed so that it does not interfere with the spreading and finishing machine in obtaining the required line, grade and surface without resorting to hand finishing. (6) Straightedge: The Contractor shall provide a ten foot straightedge acceptable to the Engineer for surface testing. 340.5 Stockpiling Aggregates Aggregates shall be stockpiled to facilitate blending. If the aggregate is not stockpiled on a hard, non-contaminant base, the bottom six inch layer of the stockpiles shall not be used. Where space is limited, stockpiles shall be separated by walls or other appropriate barriers. Aggregate shall be stockpiled and protected from the weather a minimum of 24 hours prior to use to minimize free moisture content. When stockpiles are too large to protect from the weather, accurate and continuous means acceptable to the Engineer shall be provided to monitor aggregate moisture. Aggregates shall be stockpiled and handled such that segregation and contamination are minim No stockpile shall contain aggregate, including RAP, from more than one source. 340.6 Mixture Temperature The Contractor shall select a target temperature for discharge from the mixer between 250 F and 350 F for the mixture suitable to weather and Project conditions. The target temperature shall be reported to the Engineer daily and recorded in the Daily Progress Report. The mixture temperature shall not vary by more than 25 F from the target temperature upon discharge from the mixer. No mixture cooler than 50 F from target temperature shall be accepted or placed on the Project 340.7 Mixture Storage A surge - storage system may be used to minimize production interruptions during the normal day's operations. When approved by the Engineer, ovemigM storage in insulated storage bins may be used provided that material temperature and physical properties are not adversely affected. Mixtures with hardened lumps shall not be used. Stored mixtures shall not be exempt of any requirements provided in this specification. When a surge- storage system is used, it shall be equipped with a device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge - storage bin. 340.8 Mixture Moisture Content Mbdure produced from any plant shall not have a moisture content in excess of 3/4 percent by weight when discharged from the mixer. The moisture content shall be determined in accordance with TxDOT Test Method Tex- 212 -F, Part I1, except that the sample shall be left in the oven a total of not Tess than four (4) hours. 340.9 Construction Methods (1) General: The Contractor shall be responsible for the production, transportation, placement and compaction of the specified paving mixture to the requirements of this specification. The Contractor shall also be responsible for providing a safe environment for inspection personnel to inspect the equipment and to take samples. Any material delivered to the Project that by visual inspection can reasonably be expected not to meet specification requirements (i.e. segregated or bumed material, deficient or excess asphalt, low mixing temperature, visible contaminants, etc.), as determined by the Engineer, shall not be used or left in place. Equipment shall be inspected prior to use and, if found to be defective or in an operating condition that could potenhaly affect the quality of the finished pavement, as determined by the Engineer, its use shall not be allowed. Leakage of fuels, oils, grease, hydraulic or brake fluids or other contaminants onto the prepared surface or newly4aid mat will not be allowed. The paving mixture, when placed with a spreading and finishing machine, shall not be placed when the air temperature is below 50 F and is falling, but it may be placed when the air temperature is above 40 F and rising. The paving mixture, when used as a level -up course or when placed with a motor grader, shall not be placed when the air temperature is 340 08/23/96 Page 6 Not Mix Asphaltic Concrete Pavement below 60 F and is falling, but it may be placed when the air temperature is 50 F and rising. Mat thickness of 1 -1/2 inches and less shall not be placed when the temperature of the surface on which the mat is to be placed is below 50 F. The temperature shall be taken in a shaded area away from artificial heat. Surfaces to be paved shall be finished, primed, cured, broomed and tacked, as appropriate, to the satisfaction of the Engineer. If the surface on which the first course of the paving mixture is to be placed is a flexible base course, and a cut -back asphalt is to be used as a prime coat, the flexible base shall have been primed and cured a minimum of 24 hours before the paving mixture may be placed. The 24 hour restriction will not apply to a flexible base that has been primed with material other than a cut -back. However, the surface on which the tack coat and/or paving mixture is to be placed shall be in a dry condition. Pavement shall be opened to traffic as soon as possible after temporary pavement markings or permanent markings are in place as indicated or as directed by the Engineer. Construction traffic allowed on pavements open to the public will be subject to all laws governing traffic on streets and highways. (2) Tack Coat The surface upon which the tack is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat as governed by Item 307, 'Tack Coat ". The tack coat shall be applied with an approved sprayer at a rate not to exceed 0.05 gallons per square yard. Where the paving mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs, castings and structures shall be painted with a thin uniform application of tack coat. Whenever cut -back asphalts are used as a tack coat, the tack coat shall be rolled with a pneumatic roller. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. All splatter shall be removed by the Contractor at his expense before the Work can be accepted. (3) Transporting Asphaltic Concrete: The asphaltic mixture shall be hauled to the Work site in tight vehicles previously cleaned of all foreign material. In cool weather or for long hauls, covering of the truck bodies is required. (4) Placing: Placing of the asphaltic mixture shall be done without tearing, shoving, gouging or segregating the mixture and without producing streaks in the mat Unloading into the finishing machine shall be controlled so that bouncing or jarring the spreading and finishing machine shall not occur and the required lines and grades shall be obtained without resorting to hand finishing except as permitted below in this Section. Unless otherwise shown on the Drawings, dumping of the asphaltic material in a windrow and then placing the mixture in the finishing machine with windrow pick -up equipment will be permitted provided the temperature of the asphaltic mixture does not drop more than 50 F below the target temperature before being placed by the finishing machine. Under no circumstances will the asphaltic material be permitted to be dumped on or near the job site and then reloaded for hauling to the site of placement. Exceptions may be allowed if approved by the Engineer. When approved by the Engineer, level -up courses may be spread with a motor grader meeting the requirements of this specification. The spreading and finishing machine shall be operated at a uniform forward speed consistent with the plant production rate, hauling capability and roller train capacity to result in a continuous operation. Stopping of the spreading and finishing machine between trucks is to be held to a minimum. If, in the opinion of the Engineer, delivery of material is adversely affecting the mat (excessive stopping of the spreading and finishing machine, loss of mixture temperature, etc.), the Engineer may require paving operations to cease until acceptable methods are provided to minimize starting and stopping of the spreading and finishing machine. The hopper gates of the spreading and finishing machine shall be adjusted to provide an adequate and consistent flow of material. This shall result in enough material being delivered to the augers so that they are operating approximately 85 percent of the time or more. The augers shall provide means to supply adequate flow of material to the center of the paver. Augers shall supply an adequate flow of material for the full width of the mat being placed. Augers should be kept approximately one -half to three - quarters full of mixture at all times during the paving operation. When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when permitted by the Engineer. The paving material adjacent to castings and curb and gutter shall be finished uniformly high so that when compacted, it will be slightly above but not more than 1/8 inch above the edge of the casting or gutter lip. 340 08123/96 Page 7 Hot Mix Asphaltic Concrete Pavement Longitudinal joints in the mat shall be placed to coincide with lane lines. Transverse joints shall be offset a minimum of five (5) Feet (5) Compacting: The pavement shall be compacted thoroughly and uniformly to obtain the compaction and cross section meeting the requirements of the Drawings and specifications. Regardless of the method used for compaction, all rolling for compaction shall cease before the mixture drops below 175 F. Rolling with a pneumatic tire roller to seal the surface shall be provided. Rolling with a tandem or other steel -wheel roller shall be provided if required to iron out any roller marks. Vibratory rollers shall not be allowed in the vibrating mode on mats with a plan depth of less than 1-1/2 inches. 340.10 Sampling and Testing The asphalt mixture shall be tested daily at the Project site for conformance to specification requirements. The Engineer shall determine sample locations based on the Contractor's anticipated production and the random number method of TxDOT Test Method Tex- 225-F. Each day's anticipated production shall be sectioned into three (3) equal single -pass, sub -area lots. Each day's sample locations shall be equally distributed over the three (3) sub-areas. lf, due to the weather or plant malfunctions, the Contractor's daily anticipated production is not made, the random locations will not be recalculated. Also, no more than one location of the three (3) subareas is to be located in an irregular shaped area such as a cul -de -sac. Unless otherwise approved by the Engineer, a minimum of three bag samples and three correlating cores will be obtained from each day's production. Bag samples shall be taken during lay -down operations. The primary sampling point for the bag samples shall be from the windrow if a windrow elevator is used. If a windrow elevator is not used, the sample shall be taken from the middle of the paving machine hopper. This will require stopping the paving machine in order for the Inspector to safely secure a sample by digging into the hopper. Gradation, asphalt content and stability shall be reported for each of the bag samples. The stability value reported for each of the bag samples shall be the average of three (3) tests per bag. Pavement thickness and density shall be determined by 6-inch cores. One core shall be taken for every 2,000 single -pass square yards with a minimum of three (3) cores for all projects. One core shall be taken at the same station and pass sampled for each of the bag samples. For each day's placement, density of cores for which no corresponding bag samples were taken shall be determined by using the average Maximum Theoretical Density of the day's three (3) bag samples or as may otherwise be determined by the Engineer. The Engineer may atter, increase or waive the testing schedule to ensure material and workmanship compliance with specification requirements. Acceptability of the completed pavement shall be based on the average of test results for the Project as defined in Article 340.11, "Acceptance Plan ". For total areas of less than 500 square yards, a total of only two bag samples and two correlating cores will be obtained. If the Contractor desires additional testing, it shall be at his entire expense. When, in the opinion of the Engineer, test results appear unrepresentative, additional testing may be authorized. The retesting will be at the expense of the Contractor and the results of the retesting shall be averaged with the results of the original testing. lithe results of retesting indicate that the original testing was erroneous, the original test results will be discarded. Pavements with low density results may be moored: but, the pavement shall not receive any additional compadive effort. Cores shall be taken by the City's laboratory within 48 hours of paving unless otherwise authorized by Engineer. Pavements that will not or can not be cored within 48 hours shall be dosed to both public and construction traffic. 340.11 Acceptance Plan For the purpose of the Acceptance Plan only, the "Project" shall be defined as follows: The Project is the quantity of each of the specified mixture types as determined by the Engineer before the paving operation begins. Considerations for defining the Project shall include paving operation staged due to traffic considerations, changes to the Job Mix Formula, phasing of large projects, or other factors affecting the consistency in the production, lay-down/compaction, use of completed portions, and/or aging of in -place material. Acceptability of the completed pavement shall be based on the average of a minimum of three tests per Project for each of the mixture types specified. Pay adjustments for two or more acceptance factors shall be accumulative. Pay adjustments of 100% unit price reduction shall require removal and replacement of the Work. Replacement materials shall be subject to all requirements of this specification. Alternatively, the Engineer may allow the Work to remain in place without payment provided that the Work is warranted for an extended period and under conditions as determined by the Engineer. The decision of the Engineer as to the removal and replacement of the Work shall be the final authority. 340 08/23/96 Page 8 Hot Mix Asphaltic Concrete Pavement (1) Non - Pay - Adjustment Acceptance Factors: (a) Surface Characteristics: Unless otherwise directed by the Engineer, all pavements shall be tested for smoothness. Surfaces shall be tested with a 10 foot straightedge parallel to the roadway centerline and perpendicular to the centerline on flat, cross -slope sections. Maximum allowable deviation in 10 feet shall be 1/8 inch parallel to the centerline and 1/4 inch perpendicular to the centerline. Sections exceeding these maximums shall be corrected to the satisfaction of the Engineer. The completed surface must meet the approval of the Engineer for surface smoothness, finish and appearance. If the surface ravels, ruts or deteriorates in any manner prior to the end of the warranty period, it will be the Contractor's responsibility to correct this condition at his expense to the satisfaction of the Engineer and in conformance with the requirements of this specification. For HMAC rehabilitation and overlay projects, if cracks develop in the pavement surface within the one year warranty period, the Contractor shall seal the cracks in accordance with Hem 313, 'Rubber Asphalt Joint and Crack Sealer'. Payment for this work will be measured and paid for as Mobilization (LS) and Crack Sealing (LF). For new HMAC roadways constructed in accordance with the Drawings and specifications, if cracks less than 1/4 inch in width develop in the pavement surface within the one year warranty period the Contractor shall seal the cracks in accordance with Item 313, 'Rubber Asphalt Joint and Crack Sealer'. Payment for. this Work will be measured and paid for as Mobilization (LS) and Crack Sealing (LF). If cracks equal to or greater than 1/4 inch in width develop in the pavement surface within the one year warranty period, the cracking shall be reviewed and evaluated by the Engineer before corrective action is taken. (b) Stability: Stability test results shall be used as indicators of potential problems. Where stability test results fall outside the range specified in this specification, additional tests shall be taken as directed by the Engineer for further evaluation and monitoring of the paving mixture. This additional stability testing will be at the expense of the Contractor. When, in the opinion of the Engineer, the stability is deemed unacceptable for the intended use of the pavement, the paving mixture shall be removed and replaced to the limits indicated by test results or may be left in place on conditions acceptable to the Engineer. When the paving mixture is removed and replaced, it shall be at the sole expense of the Contractor. (c) Laboratory Density: Laboratory density results as determined by TxDOT Test Method Tex -207 -F shall be used as indicators of potential problems. Where laboratory density test results are less than 94.5% or more than 97.5 %, additional tests shall be taken as directed by the Engineer for further evaluation and monitoring of the paving mixture. This additional laboratory density testing will be at the expense of the Contractor. When, in the opinion of the Engineer, the laboratory density is deemed unacceptable for the intended use of the pavement, the paving mixture shall be removed and replaced to the limits indicated by test results. Paving mixtures that are removed and replaced shall be at the sole expense of the Contractor. (d) Limited Areas: Irrespective of an acceptable overall Project average for any or all of the Pay - Adjustment Acceptance Factors, limited substandard portions of the Work, as determined by the Engineer, shall be remedied or removed and replaced to the satisfaction of the Engineer at the expense of the Contractor. (2) Pay - Adjustment Acceptance Factors: Contract unit prices shall be adjusted for paving mixtures that fail to meet acceptance criteria for gradation, asphalt content, density and mat thickness in accordance with the following: SIEVE DEVIATION FROM PERCENT CONTRACT UNIT JOB MIX FORMULA PRICE REDUCTION Total retained on No. 10 Passing No. 200 ±5.0 0 5.1± 10 ±3.0 0 3.1± 5 340 08/23/96 GRADATION ACCEPTANCE SCHEDULE (TEX- 210-F) Page 9 Hot Mix Asphaltic Concrete Pavement Deviation from the Job Mix Fonnula Percent Contract Unit Price Reduction 0 -10 Local Streets* All Others ± 0.5 ±0.51 to ±0.60 +0.61 to +0.70 -0.61 to -0.70 Over±0.70 0 15 25" 100: Remove and Replace 100: Remove and Replace 0 25 100; Remove and Replace 100; Remove and Replace 100; Remove and Replace 'A kcal or residential street that serves as access to residence or other abutting property. "If the street has an ADT of 500, or less, with 1 %, or less, of truck traffic, plus a 2 year warranty; otherwise, Remove and Replace *PERCENT DENSITY Percent Contract Unit Price Reduction 0 -10 1- 112" Thickness or Greater Less than 1 -112" Thickness Above 96 91to96 90.9 to 88.1 Less than 88.1 100; Remove and Replace 0 0.625 per 0.10% deficiency in density 100: Remove and Replace 100; Remove and Replace 0 0.50 per 0.10% deficiency in density 100; Remove and Replace 'Core bulk density divided by max. theoretical density VARIANCE PERCENT OF THICKNESS PERCENT CONTRACT UNIT PRICE REDUCTION 0 -10 0 10.1 -16 20 16.1 - 25 50 Over 25 100; Remove and Replace or 1110I/overlay 1" minimum 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ASPHALT CONTENT ACCEPTANCE SCHEDULE (TEX- 210-F) DENSITY ACCEPTANCE SCHEDULE (TEX- 207- FJTEX- 227-F) 340.12 Measurement THICKNESS ACCEPTANCE SCHEDULE The Density Acceptance Schedule will not apply to parking lots and other irregular shaped areas in which it is difficult to properly compact. It will apply to utility trenches 4 feet or wider. Core thicknesses greater than Drawing requirements shall be factored into calculation at Drawing required thickness. If total thickness of lift(5) proves to be Tess than required, the Contractor may remove and replace the overlay deficient areas as agreed to by the Engineer. Overlays to correct thickness deficiencies shall be not less than one (1) inch thick. Overlays shall require milling of the asphalt in order to prevent a 'featheredge" of the overlaying pavement. The extent of the area to be overlaid or removed and replaced shall be determined by additional cores meeting the required thickness. All additional coring to determine the area shall be paid for by the Contractor. Work performed and material placed shall be measured under one of the following methods. When Drawing quantity measurement is specified, adjustment of quantity may be made as follows. If the quantity measured as outlined vary from those shown on the Drawings by more than 5 %, either party to the Contract may request in writing and adjustment of the quantity by each separate bid item. The party to the Contract which requests the adjustment shall present to the other one ropy of measurements and calculations showing the revised quantity In question. This revised quantity, when approved by the 340 08/23/96 Page 10 Hot Mix Asphaltic Concrete Pavement Engineer, shall constitute the final quantity for which payment will be made. However. no adjustment will be made for any quantity which exceeds the Drawing required thickness. Method A: Asphaltic concrete pavement shall be measured by the ton (2,000 pounds) of the type actually used in completed and accepted Work in accordance with the Drawings and specifications. The measurement shall be made on approved truck scales that meet the requirements of the National Institute of Standards and Technology Handbooks 44 and 112 except that the required accuracy shall be 0.4 percent of the load being weighed. The Contractor shall fumish a report of calibration from a scale mechanic licensed by the Texas Department of Agriculture certifying that the scales meet this requirement. Method B: Asphaltic concrete pavement shall be measured by the square yard of specified total thickness of the type of paving mixture actually used in completed and accepted Work in accordance with Drawings and specifications. Multiple lifts of the same type shall be considered as one for square yard measurement purposes. Method C: Asphaltic concrete pavement shall be measured by the linear foot of specified total thickness of the type of paving mixture actually used in completed and accepted Work in accordance with Drawings and specifications. Multiple lifts of the same type shall be considered as one for linear foot measurement purposes. 340.13 Payment Work performed and materials fumished as prescribed by this item and measured as provided under "Measurement" will be paid for at the unit prices bid or pay adjusted unit price for HOT MIX ASPHALTIC CONCRETE PAVEMENT, of the types and thicknesses specified. which prices shall be full compensation for fumishing all labor, equipment, time, materials and incidentals necessary to complete the Work. Tack coat. sawcutting and temporary pavement markings will not be measured or paid for directly but shall be considered subsidiary to ITEM 340. "HOT MIX ASPHALTIC CONCRETE PAVEMENT. Payment for Work meeting specifications will be made under one of the following: Pay Item No. 340-A: Hot Mix Asphaltic Concrete Pavement, Type , - Per Ton Pay Item No. 340 -B: Hot Mix Asphaltic Concrete Pavement, _inches. Type _ - Per Square Yard. Pay Item No. 340-C: Hot Mix Asphaltic Concrete Pavement, _Inches, Type _ - Per Linear Foot. Pay Item No. 340 -PQ: Hot Mix Asphaltic Concrete Pavement, _Inches. Type _- Per Drawing Quantity. Pay Item No. 340-L: Hot Mix Asphaltic Concrete Pavement, _in., Type _ - Level -up Course. Pay Item No. 340-81: Crack Sealing Mobilization, Lump Sum. Pay Item No. 340-S: Crack Sealing. per Linear Foot. End Re1. 230, 232, 301, 307.313, 864, 1804 340 08123196 Page 11 Hot Mix Asphaltic Concrete Pavement 430.1 Description This item shall consist of Portland Cement concrete curb or curb and gutter with reinforcing steel as required, constructed on an approved subgrade and base in accordance with this specification and in conformity with the lines, grades, section and details - indicated or as established by the Engineer. 430.2 Materials (1) Concrete (2) Reinforcing Steel Reinforcing steel shall conform to Item No. 406, "Reinforcing Steel ". Expansion Joint Materials Expansion joint materials shall conform to Item No. 408, "Expansion Joint Materials". (4) Membrane Curing Compound Membrane curing compound shall conform to Item No 409, "Membrane Curing ". Flexible Base Aggregate shall conform to Item No. 210, "Flexible Base ". 430.3 Construction Methods Subgrade for curb and gutter shall be excavated and prepared to required depth and width including a minimum of 12 inches behind the curb, unless a greater width is indicated, to construct the work to grades and dimensions indicated. A minimum of 4 inches of flexible base shall be spread, wetted and thoroughly compacted under curb and gutter as specified in Item No. 210, "Flexible Base ". If dry, the base shall be sprinkled with water lightly before concrete is deposited thereon. Forms shall be of metal or well seasoned wood. The length of the forms shall be not less than 10 feet. Flexible or curved forms shall be used for curves of 100 foot radius or less. Wood forms for straight sections shall be not less than 2 inches in thickness. Forms shall be dean, straight, tree from warp and oiled with a light form oil. All forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the typical section. Care shall be exercised to keep all steel in its proper location. Expansion joint material, 3 / inch in thickness, shall be provided at intervals not to exceed 40 feet and shall extend the full width and depth of the concrete. Weakened plane joints shall be made 3 /. inch deep at 10 foot intervals. All joint headers shall be braced perpendicular and at right angles to the curb. Two round smooth dowel bars, Y inch in diameter and 24 inches in length, shall be installed at each expansion joint. Sixteen inches of one end of each dowel shall be thoroughly coated with hot oil, asphalt or red lead, so that it will not bond to the con- crete. The dowels shall be installed with a dowel sleeve on the coated end as indicated or equivalent as directed by the Engineer. Concrete shall be placed in the forms, rodded and tamped to exclude all air and honeycomb. Not more than 1 hour after the concrete has been placed, a thin coating not more than 1 /z inch nor less than %4 inch thick of finish mortar, composed 011 part Portland Cement to 2 parts fine aggregate, shall be worked into the exposed faces of the curb and gutter by means of a "mule ". After the concrete has become sufficiently set, the exposed edges shall be rounded by the use of an edging tool to the radii indicated. The entire exposed surface of the curb and gutter shall be floated to a uniform smooth surface, then finished with a camel hair brush to a gritty texture. The - forms shall remain in place a minimum of 24 hours unless approved otherwise by the Engineer. After removal of the forms, any minor honeycombed surfaces shall be plastered with a mortar mix as described above. Excessively honeycombed curb and gutter, as determined by the Engineer, shall be completely removed and replaced when directed. The finished concrete, while still plastic, shall be stamped with an impression having the Contractor's name and the month and year The stamp shall be of approved design and impressions shall be made on the face of the curb at or near street intersections and not exceeding 350 feet apart or as directed by the Engineer. (3) (5) Item No. 430 Concrete Curb and Gutter Concrete shall conform to Class A Concrete as indicated in Item No. 403, "Concrete for Structures" or Item No. 360, "Concrete Pavement" when the curb and gutter is placed integral with the pavement. Page 1 04/17/86 430 Immediately after finishing the curb, concrete shall be protected by a membrane curing conforming to Item No. 409, "Membrane Curing ". After a minimum of 3 days curing and before placing the final course base, the curb shall be bacldilled to the full height of the concrete, tamped and sloped as directed by the Engineer. The top 4 inches of backfill shall be of clean topsoil, free of stones and debris conforming to Item No. 604, "Seeding for Erosion Control" when turf is to be established. 430.4 Measurement Accepted work as prescribed by this item will be measured by the linear toot of concrete curb and gutter, complete in place. 430.5 Payment The work performed as prescribed by this item will be paid for at the unit price bid per linear foot for "Concrete Curb and Gutter ", which price shall be full compensation for all work as set forth and described under payment Method A, B, C or D. Method A (Pay Item No. 430 -A) This payment method includes all the work performed for "Concrete Curb and Gutter ", complete, at the unit price bid, which price shall be full compensation for excavation, preparing the subgrade, for furnishing and placing all base material, reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. Method B (Pay Item No. 430-B) This payment method includes all the work performed for "Concrete Curb and Gutter ", complete, at the unit price bid, which price shall be full compensation for fine grading, for fumishing and placing reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals nec- essary to complete the work. Method C (Pay Item No. 430-C) This payment method includes all the work performed for "Concrete Curb ", complete, at the unit price bid, which price shall be full compensation for fine grading, for furnishing and placing reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to com- plete the work. Method D (Pay Item No. 430 -0) This payment method includes all the work performed for "Concrete Curb ", complete, at the unit price bid, which price shall be full compensation for excavation, preparing the subgrade, for finishing placing all base material, reinforcing steel, dowels, expansion joint material, curing material, backfilling and for other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work, Payment will be made under one of the following: Pay Item No. 430 -A: Concrete Curb and Gutter — Per Linear Foot. Pay Item No. 430 -B: Concrete Curb and Gutter — Per Linear Foot. Pay Item No. 430 -C: Concrete Curb — Per Linear Foot. Pay Rem No. 430 -0: Concrete Curb — Per Linear Foot. End 430 04/17186 Page 2 Item No. 861 Thermoplastic Pavement Markngs 861.1 Description This item shall consist of the materials. composition. application, sampling. testing, measurement and payment of pavement markings of the color, length. thickness and width as indicated or as directed by the Engineer. It is the object of this specification to insure the installation of tightly adherent, defect -free. pavement markings of quality. visibility and performance to either asphaltic or Portland Cement concrete road surfaces. Markings to be placed may be an roadways either free of traffic or open to traffic. On roadways already open 10 traffic. the markings shall be placed under traffic conditions that exist with a minimum of interference to the operation of the facility. Traffic cor.trol shall be as indicated or as directed by the Engineer. All markings placed under traffic shall be protected from traffic damage and disfigurement. 861.2 General Characteristics When placed on the roadway in the form of marking, these markings shall not be slippery when wet, lift from pavement under normal weather conditions nor inhibit a tacky. exposed surface. Cold ductility of the material shall be such as to permit normal movement with the road surface without chipping or cracking. These markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 70 C (158 F) and be:ow. When applied V. inch thick. the setting to traffic time shall not exceed a characteristic straight -line curve; the lower limits of which are 4 minutes at 15 C (59 F) road surface temperature the upper limits of which are 10 minutes at 32 C (90 F) road surface temperature: both temperatures measured at a maximum relative humidity of 90 percent and according to SDHPT Test Method Tex- 829-B. These markings shall essentially have a uniform cross - section. The density and quality of the marking shall be uniform throughout their thickness. The applied markings shall be 95 percent free of holes and voids and free of blisters fora minimum of 30 days after application of all pavement markings is complete. The markings in place on the roadway shall be completely retlectorized both internally and externally_ The marking, when observed in accordance with SDHPT Test Method Tex- 838-B. shall show that the retrodirective reflectance of the marking is uniform and the marking shall definitely and distinctively exhibit retroreflective characteristics. 861.3 Material Requirements A. General At temperatures up to and including 230 C (446 F). materials shall not give off fumes which are toxic or otherwise in(urious to persons. animals or property. The material shall not break down or deteriorate when held at 205C (401 F). The temperature versus viscosity characteristics of the material in the plastic state shall remain constant throughout up to tour reheatings to 205 C (401 F) and from batch to batch. The material shall not be adversely altered by contact with sodium chloride, calcium chloride or other similar chemicals on or used on the roadway surface or because of the oil content of pavement materials or from oil dropping from traffic. The material shall not soften at 180 F when tested by the Ball and Ring Method, American Society of Testing Materials (ASTM) Method E28 -58T. B. Material Composition The material shall consist of binder. prime pigment or pigments. filler pigment and glass traffic beads in a uniform blend so that any 90 to 100 gram sample shall be representative of lot. batch or mix sampled. A minimum of 90 percent of the binder shall 'be hydrocarbon resins. The total binder content of the pavement marking material shall be not less than 25 percent nor more than 30 percent by weight. A minimum of 98 percent of the prime and filler pigments used in the formulation, when washed free of resins by solvent washing, shall pass a U.S. Standard Sieve No. 230 (0.0024 inch opening). The prime pigment of the white pavement marking material shall be titanium dioxide and shall be a minimum of 12 percent by weight of total material. The prime pigment or pigments of the yellow pavement marking material shall be medium chrome yellow or other approved yellow pigments ranging from 10 to 15 percent by weight of total material. Page 1 12/03/86 861 The filler pigment of b:,th white and yellow pavement marking material shall be calcium carbonate of at least 95 percent purity. The glass traffic beads shall be uniformly incorporated into the pavement marking material at a rate of not less than 30 nor more than 45 percent by weight of the pavement marking material. Total silica used in formulation shalt be in the form of glass traffic beads. Glass traffic beads used in the formulation and applied to the surface of the markings shall not be affected (such as surface etching or degradation) when subjected to concentrated hydrochloric acid for one hour at room temperature. 25 C (77 F). The glass traffic beads used in the formulation and applied to the surface of the marking to obtain the initial retrodirective reflective characteristics of the marking shall have a refractive index between 1.50 and 153 when tested by the liquid immersion method at 25 C: shall consist of 70 percent minimum true spheres. by weight, that are lustrous. clear and transparent. free of air inclusions. surface scores and pits and milkiness and shall meet the following gradation requirements: U.S. Sieve Percent Number Passing 30 80 -100 50 18 -35 100 0-4 C. Color The color of the marking materials as specified. when in place and dry. shall be free from dirt and shall appear uniform. Its CIE Chromaticity Coordinate. when determined in accordance with SDHPT Test Method Tex - 839-8, shall 1a11 within an area having the following corner points and shall meet the following brightness requirements: 1 2 3 4 Brightness x y z y x y s y Y white .290 .315 .310 295 350 340 .330 .360 4 in_ 6 7 0 0 yellow .470 .455 .510 .489 .490 432 .537 .462 The white and yellow pavement marking materials shall meet the above specified color requirements, for each color respectively, before and after 70 hours of exposure in a Weather -O -Meter (Atlas. Sunshine -Type) fitted with an 18 -102 (18 minutes of sunshine and rain and 102 minutes of sunshine) cyclic gear. Panels for testing shall be prepared with pavement marking material as supplied to the project. 861.4 Equipment The pavement marking material may he either spray applied or extruded hot to the pavement surface unless application method is specified on the plans. The equipment shall be constructed to provide continuous mixing and agitation of the material. It shall be equipped with an automatic cut -oft device (with manual operating capabilities) to provide clean. square marking ends and to provide a method of applying broken line in a stripe -to -gap ratio of 15 to 25. The length of the stripe shall not be less than 15 feet nor longer than 15.5 feet. The total length of the stripe -gap cycle shall not be less than 39.5 feet nor longer than 40.5 feet in variance from one cycle to the next nor shall the average total length of a cycle for a road mile Of broken line exceed 40.5 feet or be less than 39.5 feet. The shaping die or spray gun shall be equipped with a cut -off device remotely controlled to provide clean, square, marking ends and to provide a method for applying "skip" lines. The use of pans. aprons or similar appliances which the die overruns shall not be permitted under this specification. Equipment used to place 4 inch continuous or "skip" line shall be capable of placing a minimum Of 60,000 linear feet of marking per working day. Equipment used for placing markings in widths of other than 4 inches shall have capabilities similar to 4 inch marking equipment- Equipment used for placing markings shall be maintained in satisfactory operating • conditions. Equipment shall be considered in unsatisfactory working condition if it fails to have an average hourly placement rate of 7.000 l inear feet of acceptable 4 inch continuous or "skip" line over any 5 consecutive working days of 7 hours or more due to equipment malfunction. Upon notification by the Engineer of equipment in unsatisfactory operating condition, the Contractor shall repair and place such unsatisfactory equipment in satisfactory Condition or replace with equipment meeting the requirements of this specification. Equipment used to place markings other than continuous or "skip" lines shall have production capabilitities satisfactory to the Engineer. The container must be so equipped and arranged as to satisfy the requirements of the National Fire Underwriters and the Texas Railroad Commission. The Contractor shall supply the Engineer with a thermometer for the project, capable of measuring the temperature of the pavement marking material to be applied. Beads applied to the surface of the material shall be applied by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser shall be equipped with an automatic cut -off control, synchronized with the cut -off of the pavement marking equipment 861 12/03/86 Page 2 It is the intent of the equipment requirements specified above to insure the placement of pavement markings meeting the requirements of this specif ication. All markings specification adhere o the oadsurfacep properly shall be completely removed and replaced at the expense of the Contractor. and fail to ractor. 861.5 Construction Methods The Contractor shall use a crew experienced in the work of installing pavement markings and shall supply all the equipment and materials necessary for the placement of the pavement markings. The pavement marking material shall be applied within the material temperature limits recommended by the supplier. The pavement markings shall be placed in proper alignment with guide lines established on the roadway or by the Engineer. Deviation from the alignment established shall not exceed 2 inches and, in addition, the deviation in alignment of the marking being placed shall not exceed 1 inch per 200 feet of roadway nor shall any deviation be abrupt. When deemed necessary by the Engineer to achieve specified alignment. the Contractor, at his expense. shall place any additional markings required to achieve alignment specified throughout both straight and horizontally curved sections of roadway. Any and all additional markings placed on the roadway for alignment purposes shall be temporary in nature and shall not establish a permanent marking on the roadway. Materials used for alignment markings and equipment used to place such markings shall be approved by the Engineer. During placement of the thermoplastic markings. glass traffic beads shall be uniformly applied to the surface of the markings at a rate sufficient to achieve the retrodirective reflective characteristics specified when observed in accordance with SDHPT Test Method Tex-828 -B. The pavement upon which the pavement markings are to be placed shall be cleaned and prepared to the satisfaction of the Engineer prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer, that completely and effectively removes contaminants, loose materials and conditions deleterious to proper adhesion. Portland Cement concrete surfaces shall not be cleaned by grinding. Portland Cement concrete surfaces shall be further prepared after cleaning by completely sealing with a methylmethacrylate sealer or primed with an adhesive or adhesion promoter. approved by the Engineer, prior to placement of the markings. When deemed necessary by the Engineer, asphaltic surfaces exhibiting polished aggregate shall be primed with a sealer. adhesive or adhesion promoter meeting the requirements specified for sealers. adhesives and adhesion promoters to be used on Portland Cement concrete surfaces. All other pavement surfaces may be prepared by any effective method. approved by the Engineer. that will insure complete removal of all materials or conditions deleterious to proper adhesion of the markings to the roadway surface. The materials shall be installed in increments of 4, 6. 8 or 12 inch widths or otherwise shaped as indicated. Deviation from specified width shall not exceed'. inch except when due to undulations in the pavement surface. in which case the deviation in width shall not exceed 'k inch. The material, when formed into pavement markings. must be readily renewable when application is made over an existing marking. The application of hot - applied pavement markings shall be done only on a clean. dry pavement having a road surface temperature above 13 C (55 F) for Portland Cement concrete surfaces and above 7 C (45 F) for asphaltic surfaces. When pavement marking application is by spray and operations cease for 5 minutes or more, the spray head must be flushed by spraying pavement marking material into a pan or similar container until the pavement marking material being sprayed out the nozzle is at the proper temperature for application. The pavement temperature shall be measured in accordance with SDHPT Test Method Tex-829-B. Unless otherwise directed by the Engineer, pavement marking materials shall not be placed on roadways between September30 and March 1. subject to temperature and moisture limitations specified elsewhere herein. Unless otherwise indicated, the minimum thickness of spray - applied markings, as measured on a flat plat by micrometer or similar device shall be as shown in the following table: Page 3 12/03/86 861 The thickness of the markings shall be uniform throughout their lengths and widths. Unless otherwise indicated, the minimum thickness of the markings applied by extrusion, as measured above the plane formed by the pavement surface, shall not be less than 1/8 inch thick in the center of the marking and 3/32 inch thick 1/2 inch from the edge. Maximum thickness shall be3/16 inch. The Contractor shall supply a device. suitable to the Engineer, to measure thickness of the applied extruded markings. 861.6 Performance Installed pavement markings shall meet all requirements of this specification for a minimum of 30 calendar days atter final installation of pavement markings is compiete. Pavement markings that tail to meet all requirements of this specification shall be removed and be replaced with pavement markings meeting the requirement of this specification at the expense of the Contractor. The Contractor shall replace all pavement markings failing the requirements of this specification within 30 working days following notification by the Engineer of such failing pavement markings. All pavement markings. including replacement pavement markings. shall meet all requirements of this specification for a minimum of 30 calendar days after final installation of original and necessary replacement pavement markings. 861.7 Measurement Description of Surface Smooth: Portland Cement concrete or fine - graded asphaltic concrete pavement Intermediate: Open - graded surface treatment. Grades 4 and 5 aggregate Coarse Open- graded surface treatment. Grades 1. 2 and 3 aggregate Measurement of the markings shall be made for each color by the linear foot of the various widths. by the square foot of the various shapes as indicated or other unit as indicated. complete in place. 861.8 Payment The work performed and materials furnished as prescribed by this item. measured as provided under "Measurement ", shall be paid for at the unit price bid for each color per linear foot of the various widths, per square foot of the various shapes as indicated or other unit as indicated. complete in place. This price shall be full compensation for furnishing and placing all materials and for . all labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: Pay Item No. 861 - A - 4W: Thermoplastic Pavement Markings — Per Linear Foot. Pay Item No. 861 - A - 4T: Thermoplastic Pavement Markings — Per Linear Foot. Pay Item No. 861 A - 12W: Thermoplastic Pavement Markings — Per Linear Foot. Pay Item No. 861 - Thermoplastic Markings — Per Square Foot. Ena 861 12/03/86 Page 4 Minimum Thickness 65 mils 70 mils 80 mils 863.1 Description This item consists of reflectorized pavement markers to be used to delineate traffic lanes or fire hydrants. 863.2 Materials All materials shall meet the requirements as indicated below and on Standard Drawing. (1) Design and Shape The outer surface of the marker shall be smooth_ All comers and edges exposed to traffic must be rounded. The base of the marker shall have a width of 4.0 inches +'h inch and shall have a minimum area exposed to traffic of 12.5 square inches. The maximum height shall be Y4 inch. The maximum slope of the reflector face or faces shall be not more than 30 degrees from the horizontal. The bottom surface of the markers shall be of a design for adhesion with epoxy adhesives to comply with SDHPT Test Method Tex - 611 -J. The marker shall be designed to withstand a falling -ball impact of 5 feet without breaking, cracking or being signifi- cantly deformed when tested according to SDHPT Test Method Tex - 430 -A. The marker shall be designed to show no change in shape or color when subjected to the requirements of SDHPT Test Method Tex-846-B, at a temperature of 140 F with the marker in a vertical position. (2) Optical (a) Definitions (1) Horizontal entrance angle is defined as being in a plane parallel to the base of the road marker, between a line in the direction of the incident light and a line perpendicular to the leading edge of the reflective surface. (2) Divergence angle shall mean the angle at the reflector between observer's line of sight and the direction ot, the light incident on the marker. (3) Specific intensity shall mean candle power of the retumed light at the chosen divergence and entrance angles for each footcandle of incident light per reflective face. SDHPT Test Method Tex -842 -B will be used to determine specific intensity. (3) (b) Performance For the pavement markers the specific intensity of the reflecting surface at a 15 degree divergence angle shall be not less than the following when the incident light is parallel to the base of the marker. Specific Intensity Horizontal Entrance Angle Degrees Crystal Amber 0 20 3.0 2.0 1.5 1.0 Item No. 863 Reflectorized Pavement Markers The specific intensity of the marker shall not be less than 60 percent of the above minimum values after being subjected to heat test SDHPT Test Method Tex - 846 -B. Pavement Marker Types Pavement markers shall be of the following types: Type I -A shall contain one face that reflects amber light. The body, other than the reflective face, shall be yellow. Type I-C shall contain one face that reflects white light. The body, other than the reflective face, shall be white, silver white or light gray. Type II-A -A, shall contain two reflective faces, each of which shall reflect amber light. The body, other than the reflective faces shall be yellow. Page 1 04/17/86 863 End Type II-B-13 shall contain two reflective faces, each of which shall reflect blue light. The body, other than the reflective faces, shall be yellow. Type II -C -R shall contain two reflective faces, one of which reflects white light and one of which reflects red light; the body. other than the reflective faces shall be white, silver white or light gray or may be one -half white, silver white or light gray on the side that reflects white light and one -half red on the side that reflects red light. The reflective faces of the Type II markers shall be located so that the direction from one face shall be directly op- posite the direction of reflections of the other face. 863.3 Testing The Contractor shall certify that the markers meet the requirements defined in the specification and meet or exceed the appli- cable tests required. All testing will be in accordance with the SDHPT manual of Testing Procedures. Applicable tests include the following: Tex -611 -J Adhesion Requirements Tex -430 -A Impact Test Tex -842 -B Light Reflectorbility Tex - 846 -B Color Requirement for Traffic Delineation Blue markers' color will require Fire Department approval. 863.4 Construction Methods The Reflectorized Pavement Markers shall be applied using an approved epoxy adhesive to the lines and spacings as indicated or as directed by the Engineer. 863.5 Measurement Reflectonzed Pavement Marker will be measured as per each, complete in place. 863.6 Payment Payment will be made at the unit price per each, which price shall be full compensation for all work performed and all materials fumished in constructing, transporting and placing the markers. Payment will be made under: Pay Item No. 863: Reflectorized Pavement Markers, Type — Per Each. 863 04/17/86 Page 2 Rem No. 865 Non - Reflectorized Traffic Buttons 865.1 Description This item shall consist of the furnishing of "Non - Reflectorized Traffic Buttons" complete in place in conformity with details indicated. 865.2 Materials The outer surface of the button shall be round and dome - shaped with a uniform curvature. The top sides of the buttons shall be smooth and free from surface irregularities, pits, cracks, checks, chipping, discoloration and any other defects which adversely affect appearance and application. The bottom surface of the markers shall be of a design for adhesion with epoxy adhesives conforming to Item No. 867, "Epoxy Adhesive" and shall be rough textured, free from gloss, glaze or any other substance that may reduce its bond to the adhesive. The buttons shall be made of a ceramic material meeting the following specifications: (1) Glaze Thickness The glazed surface shall have a mean thickness of not less than 0.005 inch when measured not closer than '/a inch from the edge of the button. The glaze thickness shall be measured on a fractured edge of the button to the nearest 0.001 inch by a calibrated scale microscope. (2) Water Absorption The water absorption of the button shall not exceed 1.0 percent of the original dry weight when tested in accordance with ASTM Designation: C 373. (3) Autoclave Test The glazed surface of the button shall not craze, spall or peel when subjected to one cycle of the Autoclave Test at 250 psi ASTM Designation: C 424. (4) Color The color of the buttons shall be determined by visual comparison with calibrated standards having C.I.E. Chro- maticity Coordinated limits determined in accordance with Federal Methods of Tests TT -T -141, Method 4252 falling within an area having the following comer points: 1 2 3 4 Brightness x y x y x y x y (% MG()) White .290 .316 .310 .296 .330 .321 .310 .342 80 min. Yellow .453 .456 .472 .423 .544 .456 .516 .484 40 min. 865.3 Testing Testing will be in accordance with the SDHPT manual of Testing Procedures. Results of appropriate tests shall be fumished by the Contractor when required by the Engineer. Applicable tests include the following: Tex -611 -S (adhesion requirements) Federal methods TT- T141A, Method 4252 (color requirements) ASTM Designation: C 373 (water absorption) ASTM Designation: C 424 (autoclave test) The Engineer shall inspect and reject any buttons that are cracked, chipped, or otherwise damaged prior to acceptance. 865.4 Construction Method The traffic buttons shall be placed in accordance with the plans or as directed by the Engineer. The portion of the highway surface to which the button is attached by the adhesive shall be prepared by any method approved by the Engineer in order to be free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement and any other material which would adversely affect the bond of the adhesive. The wet epoxy shall be applied in sufficient quantity so as to insure the following: (1) 100 percent of the bonding area of the button shall be in contact with epoxy. (2) The button itself shall not contact the pavement but shall sit on the epoxy "cushion ". Page 1 04/17(86 865 (3) When the button is pressed onto the pavement, adhesive shall be forced out around its entire perimeter. Any excess adhesive or other foreign material on or in front of the reflective face(s) of the button shall be removed so that reflec- tivity will not be impaired. When the project is complete, the button shall be firmly bonded to the pavement, lines formed by the buttons shall be true and the entire installation shall present a neat appearance. Any individual button placed that does not conform to the requirements of this specification and/or plans shall be removed and replaced with buttons conforming to these requirements at the Contractors's expense. 865.5 Measurement Non- Reflectorized Traffic Buttons will be measured as per each, complete in place. 865.6 Payment Payment will be made at the unit price bid per each, of the color and material specified, which price shall be full compensation for all work performed and all materials furnished in constructing, transporting and placing the buttons. Payment will be made under: Pay Item No. 865: Non- Reflectorized Traffic Buttons — Per Each. End 865 04/17/86 Page 2 7.0 PLANS, DETAILS AND NOTES 7" = 5000' STREET MAINTENANCE PROGRAM/ HOT MIX ASPHALTIC CONCRETE LEVEL -UP AND OVERLAY -1999 LOCATION MAP R =1 /4" 0 H =1/4' N 8 .. DOWEL ROD SUPPORTS CURB EXPANSION JOINT DOWEL DETAIL SPILL CURB GRADE CONTROL 1 6" LAY DOWN CURB 24" 4 SMOOTH DOWEL DOWELS �• SECTION A -A R =1/4" DOWEL SLEEVE TO FIT DOWEL AND BE SECURED /8 " -I —1 2 - If* C onr,'nu.as Ribbon 044 R =2 1 /2" GRADE CONTROL R =3 1 /2" CATCH CURB of ?Rnunb ;Rork Scale: N.I.S. pproved CURB & GUTTER SECTION W/ EXP. JOINT DETAIL. Drown by: B. Orliz DETAIL NO. I PLAN SHEET 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL NOTES 1. All construction shall be in accordance with the City of Austin Standard Construction Specifications as adopted and amended by the City of Round Rock. 2. Any existing utilities, pavement, curbs, sidewalks, structures, trees, etc., that are damaged or removed shall be repaired or replaced by the Contractor at no cost to the Owner. 3. The Contractor shall verify all depths and locations of existing utilities prior to any construction. Any discrepancies with the construction plans found in the field shall be brought immediately to the attention of the Engineer. 4. Manhole frames, covers, valves, cleanouts, etc. shall be raised to finished grade prior to final paving construction. 5. The Contractor shall give the City of Round Rock 48 hours notice before beginning each phase of construction. Telephone 218 -5555 (Public Works Department). 6. All areas disturbed or exposed during construction shall be revegetated in accordance with the plans and specifications. Revegetation of all disturbed or exposed areas shall consist of sodding or seeding, at the Contractor's option. However, the type of revegetation must equal or exceed the type of vegetation present before construction unless otherwise requested by the property owner. 7. Prior to any construction, the Contractor shall convene a preconstruction conference between the City of Round Rock, himself, the Engineer, other utility companies, any affected parties and any other entity the City or Engineer may require. 8. The Contractor and the Engineer shall keep accurate records of all construction that deviates from the plans. The Engineer shall furnish the City of Round Rock accurate "As- Built" drawings following completion of all construction. These "As- Built" drawings shall meet with the satisfaction of the Public Works Department prior to final acceptance. 9. The Round Rock City Council shall not be petitioned for acceptance until all necessary easement documents have been signed and recorded. 10. When construction is being carried out within easements, the Contractor shall confine his work to within the permanent and any temporary easements. Prior to final acceptance, the Contractor shall be responsible for removing all trash and debris within the permanent and temporary easements. Clean -up shall be to the satisfaction of the Engineer. plans9s.smp/b:specaw PDN -4 Location Tyne 1. Windy Park Drive, from Gattis School Road to station 18+00 2. Lake Creek Circle 3. Old Bowman Road 4. Logan Street Double yellow with single - Type H -A -A reflectorized pavement marker at 40' spacing. " " " also crosswalk Various locations 12" white stop bar with non - reflectorized buttons 1 11. Prior to any construction, the Contractor shall apply for and secure all proper permits from 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the appropriate authorities. 12, Bid Item No. 2, Pavement Repair, shall consist of sawcutting, excavating the existing pavement to a depth of 6 inches, compacting the remaining base, installing in two (2) lifts, a Type A or Type B hot mix asphaltic concrete base course. The spot areas to be repaired are shown schematically on the plan layout sheet. The actual areas to be repaired shall be as laid out by the Engineer and are apparent and visible as failure areas. 12. Bid Item No 10, HMAC spot fill and level -up at street cuts and depressions prior to HMAC overlay, shall consist of applying a Type D HMAC level -up course at spot locations as directed by the Engineer. The locations are generally previous street cuts that have settled below grade and exhibit a rough vehicular ride, areas around manholes, over utility lines and to fill and level -up the pavement surface where curb and gutter is to be removed and replaced or added. 13. Bid Item No. 11, HMAC, Type D, level -up course, machine laid shall be applied to Windy Park Drive from station 6+00 to station 18 +00 and to Old Bowman Road prior to the HMAC overlay. 14. Bid Item No. 13, Thermoplastic pavement markings ( reflectorized) 4 inch width shall be measured and paid for by the equivalent length of 4 inch width stripe, white or yellow, per linear foot. The following striping is included in the work: plans9 8.smpb:specaw PDN -5 STREET AND DRAINAGE NOTES 1. All testing shall be done by an independent laboratory at the Owner's expense. Any retesting shall be paid for by the Contractor. A City inspector shall be present during all tests. City inspectors shall be given a minimum of 24 hours notice prior to any testing. Telephone 218- 5555 (Inspections). 2. Backfill behind the curb shall be compacted to obtain a minimum of 95% maximum density to within 3" of top of curb. Material used shall be primarily granular with no rocks larger than 6" in the greatest dimension. The remaining 3" shall be clean topsoil free from all clods and suitable for sustaining plant life. plans98.smp/b:specaw PDN -6 1. Any methods, street markings and signage necessary for warning motorists, warning pedestriatls or diverting traffic during construction shall conform to the Texas Manual of Uniform Traffic Contiol Devices for Streets and Highways, latest edition. This manual shall also apply to new construction in this project. plans98. smp/b. specaw TRAFFIC MARKING NOTES PDN -7 1. Erosion control measures, site work and restoration work shall be in accordance with the City of Round Rock Erosion and Sedimentation Control Ordinance. plans98. smp/b: specaw EROSION AND SEDIMENTATION CONTROL NOTES PDN -8 RESOLUTION NO. R- 99- 05- 27 -11C2 WHEREAS, the City of Round Rock has duly advertised for bids for the Street Maintenance Program /Asphaltic Concrete Level -up and Overlay, 1999 Project, and WHEREAS, Wheeler Coating Asphalt, Inc. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Wheeler Coating Asphalt, Inc., Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Wheeler Coating Asphalt, Inc., for the Street Maintenance Program /Asphaltic Concrete Level -up and Overlay, 1999 Project, a copy of said contract being attached hereto and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 27th day of May, 1999. E LAND, City Secretary R \WPOOCS \RES0Iuxr \R90527C2 /s =g 4' Re '- STLUKA, Mayor City of Round Rock, Texas THE CITY OF ROUND ROCK PUBLIC WORKS DEPARTMENT 2008 Enterprise Dr. Round Rock, Texas. 78664 (512) 218-5555 BID 0,06s VIN L. MLLE it? •°. %. t alu IA ...'10,, BIDS EXTENDED ? 5 /0/9 ? tl 34939 ' 4t7 4 0 •4'6,. n : ie " --, TABULATIO ******* et 1,1 6v.,-10. AND CHECKED BY : Todd Keltgen/L. Kumar DATE : 5/11/99 SHEET 1 OF 2 CONTRACT : Street Maintenance Program/Hot Mix Asphaltic Concrete Level-up and Overlay - 1999 LOCATION : City Hall Council Chambers Wheeler Coating Asphalt, Inc. Bid Bond? Yes Asphalt Paving Co. of Austin, Inc. Bid Bond? Yes Ramming Paving Co. Bid Bond? Yes Austin Bridge Bid Bond? & Road Yes DATE: 5/11/99 TIME: 2:00 ITEM APPROY UNIT QTY. UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 1. Remove and replace existing curb and gutter, including excavation, installation of 4" HMAC base course under and extending 1.5' behind the back of curb, and backfill. L.F 725 532.00 523,200.00 $35.59 525,802.75 $30.00 $21,750.00 $20.30 $14,717.50 2. Pavement repair, including sawcutting, excavation, installing 6" HMAC base course. S.Y. 995 $21.40 $21,293.00 $18.77 518,676.15 $33.00 $32,835.00 $24.40 524,278.00 3. Revegetation of disturbed areas, in conjunction with curb and gutter and ribbon curb construction. S.Y. 1500 $1.25 51,875.00 $0.31 $465.00 $2.00 $3,000.00 $11.30 $16,950.00 4. Concrete driveway approach. S.F. 660 $8.55 $5,643.00 $7.19 $4,745.40 $11.00 $7,260.00 $10.60 56,996.00 5. Concrete ribbon curb, including excavation,installation of 4" HMAC base course under and extending 1.5' behind the back of curb, and backfill. L.F 1570 $22.00 $34,540.00 $30.38 547,696.60 525.00 $39,250.00 $44.00 $69,080.D0 6. Concrete curb and gutter, including excavation, installation of 4" HMAC base course under and extending 1.5' behind the back of curb, and backfill. L.F 340 $37.00 $12,580.00 $32.55 511,067.00 $25.00 58,500.00 $17.90 . $6,086.00 7. Adjust existing water valve boxes to proposed fmished grade. EA 5 $150.00 $750.00 $813.75 $4,068.75 $400 $2,000.00 $341.50 $1,707.50 8. Adjust existing manhole ring and covers to proposed finished grade. EA 12 5250.00 53,000.00 $1,085.00 $13,020.00 $1,100 513,200.00 $606.20 $7,274.40 THE CITY OF ROUND ROCK PUBLIC WORKS DEPARTMENT BIDS EXTENDED 2008 Enterprise Dr. Round Rock, Texas. 78664 (512) 218 -5555 BID TABULATION AND CHECKED BY : Todd Keltgen /L. Kumar DATE : 5/11/99 2 SHEET 2 OF CONTRACT : Street Maintenance Program /Hot Mix Asphaltic Concrete Level -up and Overlay - 1999 LOCATION : City Hall Council Chambers Wheeler Coating Asphalt, Inc. Bid Bond? Yes Asphalt Paving Co. of Austin, Inc. Bid Bond? Yes Ramming Paving Co. Bid Bond? Yes Austin Bridge & Road Bid Bond? Yes DATE: 5/11/99 TIME: 2:00 ITEM APPRO. UNIT QTY. UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST 9. Mill existing asphalt surface at the gutter lip and at limits of HMAC overlay, 2' foot width, minimum 1 -1/4" tapered to 0 ". S.Y. 1500 $7.50 $11,250.00 $5.28 $7,920.00 $7.00 $10,500.00 $8.50 $12,750.00 10. HMAC, Type D, spot fill and level -up at street cuts, depressions prior to HMAC overlay, including tack coat. TON 200 $41.00 $8,200.00 $57.25 $11,450.00 $33.00 $6,600.00 $49.40 $9,880.00 11. HMAC, Type D, level -up course, machine laid, including tack coat. TON 835 $27.80 $23,213.00 $32.57 $27,195.95 $33.00 $27,555.00 $30.00 $25,050.00 12. HMAC, Type D, overlay, including tack coat. TON 1780 $29.40 $52,332.00 $32.10 $57,138.00 $35.00 $62,300.00 $32.50 $57,850.00 13. Thermoplastic pavement markings (reflectorized), white and yellow, 4 inch width. L.F. 13000 $0.55 $7,150.00 $0.59 $7,670.00 $1.00 $13,000.00 $0.60 $7,800.00 14. Reflectorized pavement markers, Type II -A- A. EA 145 $4.00 * $580.00 $4.34 $629.30 $5.00 $725.00 $4.41 $639.45 15. Non - reflectorized traffic buttons. EA 85 $3.30 $280.50 $3.58 $304.30 $4.00 $340.00 $3.64 $309.40 TOTAL: * $205,886.50 $237,849.20 $248,815.00 $261,368.25 bidtab windipark.xls /awspecs /lk * Adjusted total after extension. Street Maintenance Program - 1999 Street Maintenance Program - 1999 DATE: May 21, 1999 SUBJECT: City Council Meeting, May 27, 1999 ITEM: 11.C.2. Consider a resolution authorizing the Mayor to execute a contract with Wheeler Coating Asphalt, Inc. for the Street Maintenance Program/Asphaltic Concrete Level -up and Overlay -1999 Project. Four (4) bids were received on May 11, 1999, with the low bid of $205,886.50 submitted by Wheeler Coating Asphalt, Inc. The project is funded from the Street Maintenance Program Operating Budget and will resurface Lake Creek Circle, Old Bowman Road, a portion of Windy Park Drive and a portion of Logan Drive. Staff recommends approval. Staff Resource Person: Jim Nuse, Public Works Director. CERTIFICATE OF LIABILITY INSURANCE PRODITCER COMPANIES AFFORDING COVERAGE Consolidated Insurance Agency CIA Insurance Agency, Inc. 3108 N. Lamar Blvd. Austin, Texas 78705 INSURE: 13 §§1v f ngs Asphalt, Inc. T 114 TIA§ i the Insured named is Insured by the Companies listed above 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 the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE GENERAL LIABILITY GENERAL AGGREGATE A 4464758 4/28/99 4/28/00 PRODUCTS- COMP /OP AGG PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one Fire) MED. EXPENSE (Any one person) $ 10,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A BAA4464759 4/28/99 4/28/00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EXCESS LIABILITY - EACH OCCURRENCE $ AGGREGATE 5 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY B WC1464080 4/28/99 4/28/00 OTHER A Old Republic Lloyds of Texas B Old Republic Insurance Co. C EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE - EACH EMPLOYEE DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL HEMS/EXCEPTIONS Street Maintenance Program /Hot -mix Asphalt Concrete Level -up and Overlay - 1999 The City of Round Rock is named as additional insured with topRt to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock. Texas 78664 aan:Joanne Land oosibid.msUspec master PBD -7 STATUTORY LIMITS Alan Williams Typed Name: - Title: Pro I cer RECEIVED JUN 1 1 ':230 Dare:_ JIIpe.2.1999 •REPRESENTATIVE INSURANCE AGENCY $ 1,000,000 s 1,000,000 $ 1,000,000 $ 1,000,000 $ 300,000 $ 500,000 $ 500,000 $ 500,000 -CERTIFICATE OF LIABILITY INSURANCE PRODUCER Consolidated Insurance Agency CIA Insurance Agency, Inc. 3108 N. Lamar Blvd. Austin, Texas 78705 INSURED C Wheeler Coatings Aspahlt, Inc. gg N. IIH -3 gg D THIS IS TO LElt"I'IFfFPAI' above is insured by the Companies listed above 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 the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LTR NUMBER DATE DATE GENERAL LIABILITY A AUTOMOBILE LIABILITY A BAA4464759 4/28/99 4/28/00 EXCESS LIABILITY 4464758 4/28/99 4/28/00 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS g WC1464080 4/28/99 4/28/00 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/ VEHICLES /SPECIAL ITEMS /EXCEPTIONS Street Maintenance Program /Hot -mix Asphalt Concrete Level -up and Overlay - 1999 CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 aun: Joanne Land postbid.mst/spec master PBD -7 RECEIVED 0 4 1999 COMPANIES AFFORDING COVERAGE AOld Republic Lloyds of Texas B Old Republic Insurance Co. CsIANTRIVRE DBA CO Sr Typed Name: Title: LIMITS COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EACH OCCURRENCE $ AGGREGATE $ EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE - EACH EMPLOYEE Alan Williams Producer D REPRESENTATIVE SURANCE AGENCY Date: June 2, 1999 GENERAL AGGREGATE $ 1,000,000 PRODUCTS - COMP /OP AGG. $ 1.000,000 PERSONAL & ADV. INJURY $ 1,000.000 EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ 1,000,000 MED. EXPENSE (Any one person) $ 300,000 10,000 $ 500,000 $ 500,000 $ 500,000 The City of Round Rack is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. P o:lte ' e" r i r s flp? te A 6 5 y. art e. x x X X x )1/4 x x II aedf\I 11 CUT ON NORTHEAST CORNER OF DRAIN INLET IN THE EAST LINE OF NORTH MAYES STREET, 38' NORTH OF OLD BOWMAN ROAD CENTER LINE. ELEVATION = 728.70' 4 /4 IJ A' ; o r 4 r 4515 re . "1.. v x -e (:::7 3 C., 6 ral x • &-2J x xx x x i e x 11 1' 4 3 / Ory,,, (41 j AN ROAD 0 rn x x x x x x x 0 4tE 1— 0\ BACK OF CURB, SOUTH SIDE EAST BOWMAN ROADAMD 56' EAST OF OLD BOWMAN ROAD CENTER LINE. ELEVATION = 738.90' n fie Tit e SCALE: 1" = 20' SCALE: 1" = 20' OLD BOWAA 4 CITY OF ROUND ROCK, TEXAS PUBLIC WORKS DEPT. it friA y5 tet)r Bewino. A00_01: d LLJ LU 00 1.1.1 LU 0 0 < 0 WI o LL1 r 0 0 CO 0 0 z 0 Li 0 0 LLJ 0 >L LiJ > 0 < CL 0 LLJ LL 0 0 z Ca 0 z ki A TE Co" SAW. SEW-.Ft 0-e PT. 1+13 LAKS CIFZE.E.K Ci ore; : tc,i 4, id him 750, 0 5 A1 11 p 5)1.1/ or2 pi. bQ oile7ore--5 pr. or 7i© /1122 oe''cl b y 71 72 V", -7 01 1 c-77- 04 6 M.H. 1 STA. 3kcc SAN. sektee. CURVE. RATA CA.)1 A 111°e4 R 51.3g AkC,v 115,02- (.0" wA-rarz. IINIIIMOIIIIIIIMIM 11111 IIIIIII ME NM IMAM liiIIMIAMIIMAIIIIIINICIIPAIIIII 11111 11 11 11 111 I1611111111•111111111111111111111111111111111M1•111111111 FANNIN Wil..411111; %VAMP MINI= 11.11MG 7;1111011114 . • 1111 •IIMINIMMIIIIIM •IMMIIII MM. MIMI= MIMI IIIMILINIIII OW MAIM WillIgAil d WiT311311ordinMil MIA' MI i. iMi mum immi 111111111111111 MEM 1111111111.1 i 0 M 11 MU EMS rial. 11 I I WiNi I 1 OM WM ISM V S. 111111.111.111111111•11111111111111111•11.11111111 IIIIIIIIIIIII MIME wmwilwas-da var. asig NM Millt.:151191111110 116111111111 P 11111111111111 1111101111111111111111111111111111111111111111011111111111 IIE IIIMII /12111111FS ad-rmirairdia vormowoui MIN 111111111•111•1111111 MIME MIME 1111 1.11.111111 IMIW111 • EWAN 11111WIPRI 11111 w 1111 111 EV WI rilraidli" I IIITM AN2/11/1 11.11M61N111 " Mirle MAW, Mr IN MI MIME 11111111111111 1■11•11111111111 1111 11111111111111E = 1 1 1 7 1 11 .111.1. W 110111110111111•1167‘741•1111111ESINIM1 VA' 1111111•11•1•11•1111111111111111111111111111111LIAN 0.111112,1W4T25 1111111 M ainai rwarii Wag n ow ok 31M111 g 1"11221"1.1111/1 1111111111131 MEI MI MI di27 HELP VJFCAY1ON NiTi4 OKNi Ke-OUME-0 01'4 LOCATIOt4 OF Pcm. LoT 5 7+, Cp 7 4 . 5 C*VE AtA 0 347,/e) / cuRvE. DATA CURS ARC.' 3 A=q2.°5 R= aCDB PC? 93.57 5ED 9 JAk DESI GNED OtA E_ CRE_E_< SUBDIVISION, S REET 1/1ATE. R kiASTE WATER LAYOUT REGISTE.RED PROFESSIONAL ENIGiKiEER. H403 TITIAN, DPIvE AUST1KJ TEXAS 78758 DATE *. -I a APPROVED JA1-1 SHEE 2 ov ( ti.ir el I lim fi ( overlaw J # (AA fed To fiil i 1 'ce" PLATE 1, PLAN-PROF1LE KEUFFEL & ESSER CO. K B‘ 15 OCAIN.Acic eA 1 10 la" SALL SE-i46 z B', / ci ?.: ''?c 3ty. 12 8 13 CUKVE DATA CURS A= 87 IZ,.= 3).13 ARC. 47, aq SALL 5E.1.46,Z. THE- / /X / / 1Z" SKL SE.14E.e. SY 0-n-4 E-Z5 / / I L• \ le - I .5 Alci -e.. eays Ata Casee iLeCi2 r\if • • 4 • • LIE 41; ficcie 34440 caids1/474 OX. PETERSON VOL. 672 PG. 490 OE (70 ""v< de 2" kiersi,,, A.5,4ta Corecqw 4ce /3"A ease se • Sreez /---- 11 in se -,- ....,- .6 5 ...., , ci 9 , „r*" iLlb 7 :'.4',. /7 „,„,,?......,....... ., ,,,,,,,.. ,-.8. 6 ,,...„,... .,, ....,„ ,, .... 10 kip, w:‘,.....,:,,,,, •,,,,,c,..,,,,....,....,,,,,, 1!...\I L. V i LLE , ■■•_, , ,,,fr. 4( 1 9 i „ .--. -.i.,..o, ...46.. le 44 ps / 0 F NO. DELTA RADIUS LENGTH REMARKS 1 21 47 H" 380. 00 144.50' 2 32° 59' 55" 400. 00' 230.38' 3 . 08° 47 33" 420.00' 64.45' 4 14 36 3 2" 420.00' 107.09 66 27 30" 20.00' 23.20' 102 34' 04" 20.00 35. 80' 101 12' 44" 20.0C 35. 33' ' .... 1 90° 00 00" 20. 00' 31 .42' SUBDIVISION BOUNDARY a Raw. 1EGIN 1 8" R.C.P. TO BE REMOVED / 7 gepr 0 e A 14+48.59 EN (1E 1' 11 I ) = 41, 1 .= K DRIVE ANE 40 ..19+04.05 WINDY PARK DRIVE 0+00 PARK DALE PARKetIRCL SHEET „..P OF ..412 10+00 , al Amisor 1 411.11■111/INIIIIIIMPA■IrAIIIIIIMIIIPINKO MINIM Pr1 VAMINNIIIPAINEMINIAIIIMMFAIIIIIIIIMP■IIMINIIIIIMIIMIN•1•11/4111111111r . AIMILM . .A111 IIIIIPTAIIMINIVAMININ21.11,4111111/51111r Ir■... . • . . . . . . . . r Al I II I I I F I I I I Mr 4 I III . I r al I I I I I I PI 5 1 I I M 1 I I r All I . I I I I I 1 I ilir I I . V I I I I I I I I I I I I rill MINIAMINIAM11111111111M11111111111111MilmillIllir ...P..: = ". I . I.I..— _ .'"Z ...■, — –..........•■••=me.= AMMENIMMIIIIIIralMiiMIPAIIIMOVAIIIIIIIIII SUBDIVISION BOUNDAR' ., F AREA 0 = .6. 10+26.14 END Kr INLET (TYPE 1) R.O.W. JAMES T CUNNINGHAM , ETUX VOL. 831/ 702 & VOL. 828 / P.G. 659 15t00 16 ( el.° EE SHT. 24) CURVE FILL AREA 17+19.39 / r DESGRIPTION 1 BY — L SIGNATURES DATE — L.. _4. , I 5% _ • • • IIIIII • , - a PVI EL V. 49.6t • I. . I • 0 V.I. t2. - % ma . r i el - - - VIM . 1 '. - . EG: D EX TIN GR ' DE . LT. 1111 111 ..I. S A. 19 00 i EX . TINe GR i BE ". IQ • - I. . + N- . 4 : 10 , II = O. 4 • 11 I POFII E _ EX1. TIN .: GR . DE -- RT ,i PRI P G:ADE O' •P CB B 1 - 1 e .. + • • la immIImas■maNMIIIIIIIIIIMI••IIIIIIIIIIIIMIIIIIIIIIIIIIIIIIIIIIIIIUIININIIIIMIIIIIIIIIIIIIM _ . . Iii en nom .________ , IIIIIIIII ININIMMI11111111111 MEI II _ 1 01 AIM ''' SW .1 , 1 1 mu _.. poky : - ro Pm • .- JIM" nill 11111111E. iiliiiii 11 i li ili ill ril w ,, . • • 11 , • 11. li ,;:: . 2 1 (co El + . ll i - 1 . IIIIIIIIII il II 1 ko .1 iII ill -. 111 11, ll wir miswirdowaum .1—...,7,.. 4.4 ........, 4.i.- In _ WO A A= . % * Pxasw.i___.......r•oo/P5C,-i A I ' ______ _,...... 11/111111111.. 55 - 4 - ''''' -..... + , • P1 111111111 ' I -• II i irglill9E ...1.1legilliNLIIME"PIMIIIIIMErill111111111111111111111 i r ( d 11111N" I . MI 111 Ellg _IN NIMMEIBlijriall 1.- ' • „... '" 1111 i s NE I wria•kiNgs ..„ iiiitir 4 .,.. Ilk ih 111 IIMMIIIIIIMM.___PIN i t t lo _ .........._„....... • 1 I likil 1 + bib., + 1 ___ 11 . • .. ..... . 4 i I F-=' 1 .. ),.. .1 „..„. 11 litt limmomm 750 ii 111.111111111 •"" 07 • % 911 111 EE I ' CI 111.111 + a: I . . in _II * iji ti. 04 r it 1 - I T + (1, I Hit 4 II P-- --. 1 0 f■•• Ili s I it i 1 Cr) nill ----4 . .--- + .. I t ..,.. • i Li Ci - (.5 i . I k I 1111 1111111.1111 1. S 0 dr . III. illi I ci , a: . 0.: CC , , .. O. i • . le ; ...I 4 — I I .. IT, _ ,. 0 icni -1 " r■-• • 1 Y -4- itti ± ' f — I ' i 1 1 4 4 i 1 t f 4 1 ; (6 11111 0 . rd a. • i — 4 4 + 4 a: 1 1 " • z si ' -i 4,__. 740 +-: 1 . . cr r... r- I A 1 V 4- 1 to -1- 1 r-- -, to to 111 1 Ili • ixt_. to co • i _ " 0 • _ _ . i _ . • -.(.) 0 cr), cli ai • • a Lin a) cr 03 0 a) .. .. • ek : . • 'sr (10 KS 1111.11111 19 20t00 e x 5 774 y C r 1, ree vv • T 4 4.erk- 7 a - fkakf e-f 7 Ct f /'Dc4 k. CURVE DATA . DELTA RADIUS LENGTH REMARKS 1 108°40'00" 2 0.00' 37.93' 2 71° 20'00" 20.00 24.90' 3 95°21'06" 20.00' 33.28' 4 88 20.00 30.91' 5 90°00 20.00 31.42' BEGIN CONSTRUCTION 0 tO0 WINDY PARK DRIVE = GATTIS SCHOOL ROAD EDGE OF PAVEMENT MATCH EXISTING PAVEMENT 30C.M.F. TO BE EXTENDED,E1T6 MITRED TO MATH SLOPE WiRPRAP SLOPE PROTECTION TRACY GUSTAFSON VOLUME 891, PAGE 671 • 1+53.64 WINDY PARK DRIVE 4+86.15 COTTONWOOD COURT R. BEEBEE VOLUME 5451( PAGE 580 .61.14 BEGIN 10' INLET (TYPE-1) 6+71.14 END 10 INLET (TYPE-I) CURB HEIGHT FROM 6" TO 0 NOTE: CONTRACTOR TO VERIFY EXACT LOCATION a ELEVATION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. gmAc ov e r . C ..1 rre p p ) . 6 8+65.14 END 10' INLET (TYPE-1 X \ BOUNDARY\ 8 R.O.W. 7+71.14 END id INLET (TYPE I) wet • TO BE REMCMED JAMES 77 CUNIVINGHAM,ETIIX VOLUME 53/4 GE 702 VOLUME 828/PA6E 659 • e Ltd -411) f sTi ek■ Eiriris T =El si MM, II ill III 1111111 . 74,11 El ill Iiiiiii ] i l 1111111 - -:- =EU IMalmaimmi : 1111111111111111111111111111 -1-1-11- mmemom 11111111111M1 IV 101111M1, Mill - 41 "Mil 1111111111W ITI Pm =•• limo __ _ . ___ ____ _ ___ L''Erwki'J-hu==EJ.aP....• WEEM:1111111111111 Maik 1•1111111111M MN= 11111111111.111M 1 • 1 ■ 111 .11•1111T,111111111111111 pima 1 : , It r.1.11 Ca ././.2r _.M aim =SE ummEEmebitiainu..... .4 . ur...11 ......_......m...,=............ ..., Em..-- ............1111111•11111.11111111•11.11111.1111 MN MIMI IIIIIIIII•1 MEI= _____ _ _ _ __ _ 11111111111111111111FIE •i imzios emein ----- - I IE MEE MEM111111=1111111 111. Mill MIME 1111111 ■Ml• aill ji - >".. 111 III 11111 --- Do P -a. . -- --aii, ...,..„,, t; a 111, IIE: 11 M M ME iTTii =111111111111111 W OM= IIIIIIIIIIIIMMIIIIIIIIIIII.IIIIIIIIIII MOM MN= MIME MIME 11111E NIA iih'i i Nil li 1: r e lit . -11. ii Ili VIP" Itr41111111.1111111111111111111 111 11111 ii im. .III millmosolom ....... -- 0 6 111111. „iiiir........ 4.,r 111111111 :: , i . : E M erida l ei 0 i ill-111M 1111. I .11111..11111440 udillialb _WA. ... 111.11611 , 1111111 M MEE 111111111111111111 IIIII 1111 1111 - - - --- -- - _ - i • gr----- IIIIIIIM iiiiIffl NM= 111111 111 == .111 111111111111 M IIIIII ____ ___ - Pt . - - WgnglpIIIII_ 11111111111•11111 1111111 IMMO •IIIIIIIIIIIIIII EMI 1111= .111111111= 111111111111 1111111 1111.1111. IIIII 111•1111=111111•11111 11•1•1•111.11111111111.11•1111111•1 1 =1 . 11= OM= MEM =MEM =1.111111111.11111MININIM W..1111 _........, _ _ _ - ______ "...-. - - ____ - ,..- 1. 1 - „ ano .... „ . M .........---- L . E11-- = ===--- ' ............... ................... =mi ..... . _ _... EIN Elm MI , IR - _ + i ' • - or 'asi M111011110.111 111. MEM MEN= 111111111MII MINI 111•1111111111 ME . . . , 1•11 11111 = 1111 111111MIN I =11= NMI= MEM = •1111111111111111•11111•11•111111M111•1111111•111111 EMIR OM= •me II IIIII II 1•1111111•11•11111111111111111.11•11 11111111111•1111•1•1111 AlimilliA1 _ , F Mil liffir- 1111 I . ==== EIIINrli mom um= = El I Fig =I MEM OIENEE MIEN ONE= II. MEM EI= M MM. allEr moi w UMW ....: -............ .... ..... ...... ..... I millin NE 1..... mill F ir 1 ,..... vilm 'z...'-__-....---...... iiii=m III Ill _ • 1 IEEE H ... .._ „, ,,,_ . _.. ..._ 1' ... „. . - , III 1 c7 - **-: 1 ! : Mil- 11 /1111 i t 1 I ild. 1 klns II E ll. WM in 1111.1111 III 1 li ' ,II INI/iN 1 1 M l Mill 111111 ii .,...E-_ E . ,,,„ • C k MEM lig PIIIIMIIIII _ _2_7_ NM ENIR i . 1 . i l l i WM Pi • _-__ _ - - Il i _ _ .-_--- __ 1 1111 _ _ _ _ _ - - - - --- - - - - -- - - - 1 1 OM 101 1 .111 6 -.4 ________ _ _ NM MEM - - 411.■ . _ 4 ••• me .1" 4._ 4.• • 4 1 1 . . --- --- - - •• • - "Y • , , ' -7- _ • .... 1‘: Cr' - . • 4 10+00 CURVE DATA . DELTA RADIUS LENGTH REMARKS 1 21* 471 ' 380. 00 144. 50 32 59' 55" 400. 00' 230.38' 08° 47 33" 420 .00' 64.45' 14 36 32" 420. 00 107.09' 66 27' 30" 20. 00 23.20' 102 34' 04 20. CO' 35. 80' 7 101 12' 44" 20.. 35. 33' 90° 00 00 20. 00 31 .42' axd Aefila(c 0,rb d / Li SUBDIVISION BOUNDARY a ROA. 10+26.14 END id INLET(TYPE 8" RC.P TO BE REMOVED JAMES T CUNN/NGHA M Erux VOL. 831/ P.G. 702 8 VOL. 82 8 / G . 659 11 R.C.P TO BE REMOVED! FILL AREA 12+25.14 END 10 INLET (TYPE 1 hip a," el tu Tel 17 ito DESCRIPTION ;if /141? OF a I - (ley ct ppco (3, ck . Ycc otr e /vi 4C over/a Z 7 7 0 • "E (rYPE 1) 13 WI NDY "T N'AA#C I &711 ?2r Nlild I. , f I a: to 0 ro in pri ... I Y 3 • gt- Lo I 1 1 Iiiii „..,... . 11111:111,..11111111.4..: 1 co r- .... ' . in r_01 rip .. 11 mi llill 1 " _...imilliiiiiiiiiiii 0 0.:: . .t.... . c5 ro • P 1 • -- el, 0 =I 1 IIIIIIIP 1 A A I 1 ii iiimP I.-- .1 .....-,..zoo...rd7dilimi W .1 ...1 1 mili -.. ..-g --- — A” — A , IIIIIIIIIIIAII e "■111111110110111 i I _mai i_....•01 digliiiiiit IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII missidpp. i. pi ,-,..• , a -.....,-...- ii - - 14111111111■01311 ----- IIIIIIIIIIIIIII 1111 I or M 16, h. - IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII .... ' • .., -, ..--- ¶ 1,__ . . 1 Y . 1 1111111111 IIIIIIIIII P7; .•1,1 A CI I / III 111111111 11111111111111 al 11. ..... 1 ak: 1 11111 III 111111111111111 Q • : 11 11111 1 IIIM 11 llo I • cr ME 4 4 Cr 1 1 .0 2 . • 0 • i -t. H 1 • IN 1 ,1 • 2 3 5 6