Loading...
R-99-06-10-10E2 - 6/10/1999CONTRACT DOCUMENTS AND SPECIFICATIONS FOR GREENLAWN BOULEVARD APPROVED BY CITY ORNEY Prepared by: Baker - Aicklen & Associates, Inc. 203 East Main Street, Suite 201 Round Rock, Texas 78664 Project # 601 -543 May 25, 1999 k 99 a0-10--IDEz PS.OFT N � GARR l'UTTLE 65188 If h hhtta Sections 1.0 - 7.0 TABLE OF CONTENTS Section Description Page 1.0 Notice to Bidders NB -1 2.0 Bid Documents BD -1 Instructions to Bidders Bid Bond Proposal Bidding Sheet 3.0 Post Bid Documents PBD -1 Agreement Performance Bond Payment Bond Certificate of Liability Insurance Warranty Bond 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 8.0 Geotechnical Report lable.doc 1.0 NOTICE TO BIDDERS Sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for fumishing all labor, material and equipment and performing all work required for the project titled " GREENLAWN BOULEVARD" will be received until 2 :00 p.m., Tuesday. May 25. 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 GREENLAWN BOULEVARD ". No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time 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 office of the Engineer, Baker - Aicklen, Inc., 203 East Main Street, Suite 201, in Round Rock, Texas (512 -244 -9620) beginning May 10. 1999 for a non - refundable charge of $ 75.00 per set. A pre -bid conference is scheduled for May 18. 1999 at 3:00 p.m. at the City Hall Council Chambers. 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: Round Rock Leader: Sunday, May 9, 1999 Sunday, May 16, 1999 Sunday, May 23, 1999 notice.doc NOTICE TO BIDDERS NB-]. Monday, 10, 1999 Monday, 17, 1999 Monday, 24, 1999 2.0 BID DOCUMENTS biddoc.doc 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. 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. BD -1 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. 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. biddoc.doc BD -2 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. 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.doc BD -3 AIU Insurance Company American Home Assurance Company Granite State Insurance Company The Insurance Company of the State of Pennsylvania National Union Fire Insurance Company of Pittsburgh, Pa. New Hampshire Insurance Company KNOW ALL MEN BY THESE PRESENTS: BID BOND (AIA 310) ��l • I warla.iaa American International Companies Principal Bond Office 70 Pine Street New York, N.Y. 10270 That AUSTIN BRIDGE & ROAD, INC. as Principal, and as Surety, are held and firmly hound unto Ci ty of Round Rook as Obligee, in the sum of Five Percent of Greatest Amount Bid Dollars AMERICAN HOME ASSURANCE COMPANY 5% GAB (1 ). for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Greenlawn Boulevard NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract end for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed, sealed and dated AIA 310 -326 Bond No 23373 (3/84) PlAy c, fc6 AUSTIN BRIDGE & ROAD, INC. (Primal) Estimating Manager AMERICAN HOME ASSURANCE COMPANY (5 et. (sear (Tale) Attorney-IMFaCt American Home Assurance Company National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 KNOW ALL MEN BY THESE PRESENTS: That American Home Assurance Company, a New York corporation, and National Union Firc Insurance Company of Pittsburgh, Pa., a Pennsylvania corporation, does each hereby appoint —Robert C. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Coucy, James F. Siddons: of Austin, Texas — its true and lawful Attomcy(s) -in -Fact, with full authority to execute on its behalf bonds, undertakings. rccognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, American Home Assurance Company and National Union Firc Insurance Company of Pittsburgh, Pa. have each executed these presents STATE OF NEW YORK } COUNTY OF NEW YORK }ss. On this 14th day of Au r. 1996 before me came the above named officer of American Hone Assurance Company acid National Union Fire Insurance Company of Pittsburgh, Pa., to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the scats of said corporations thereto by authority of his office. 65166 (4/96) CERTIFICATE POWER OF ATTORNEY No. 09 -B -50561 this 14th day of August, 1996. Kristian P. Moor, President National Union Fire Insurance Company of Pittsburgh, PA. Executive Vice President American Home Assurance Company CAROL RAGAB Notary Public. State of New York No. O1RA5052011 Ouaiitied in Kings County Commission Expires Nov. 13. 149 Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Firc Insurance Company of Pittsburgh, Pa. on May 18, 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorizal to appoint Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizanccs and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such o0icers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomcy or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof. "RESOLVED, that any such Attomey -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-in -Fact' I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Firc Insurance Company of Pittsburgh, Pa. do hereby certify that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect, IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation this 25t day of May 19 °9 . eged,zzlIZZL i"(2 • / /LICE✓ Elizabeth M. Tuck, Secretary PROPOSAL BIDDING SHEET JOB NAME: Greenlawn Boulevard JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: May 25, 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 " Greenlawn Boulevard" 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: Bid biddoc.doc Item Description Item Ouantitv Unit and Written Unit Price 1. 18,080 CY Unclassified Street Excavation, including Sub -grade Preparation, complete in place dollars /40 cents. $ S - S g©, 4ca 2. 4,460 CY Embankment, including compaction, . complete in place 7 BASE BID 3. 2,190 LF Channel Excavation, complete in place BD -5 Unit Price Amount dollars cents. $ 3 ov - $ I3, .` dollars °1-.) cents. $ 4' — $ 15,1 Bid Item Description Item Ouantitv Unit and Written Unit Price 4. 26,660 SY 8" Lime Treated Subgrade, (T'N' 5. 4 2,652 SY complete in place tilMeQ, dollars cents. 17" Flexible Base Course, 6 complete in place GRl) K Unit Price Amount $ t s 9 3, 3/0. ° dollars co cents. $_ $ 14 6. 36,137 SY 4" HMAC (Type C) Surface Course, 3(0,351 V) complete in place �yc dollars o cents. $ , 320. 7. 9,680 LF Standard Curb and Gutter, complete in place y�7c dollars / AA.) cents. $ to • S 58,C&O 8. 186 SF Standard Concrete Driveway Approach, complete in place 9. 677 SF Gravel Driveway, complete in place biddoc.doc e e-44" dollars cents. $ 6. s 1, . L4/'O dollars ./14.4) cents. $ Z. ° —c $ 1, 3S¢ `- BD -6 Bid Item Description Item Quantity Unit and Written Unit Price 10. 901 LF Saw Cut Existing Pavement, complete in place 11. 966 LF Remove Existing Fencing and Provide Temporary Fencing as Necessary, complete in place biddoc.do,, dollars cents. $ S• $ 4- ,SOS, 28" x 20" CMP, complete in place 4.4a_ cents. 12. 39 SY 4" Concrete Riprap Slope Protection, complete in place (9,U, dollars -4,u) cents. 13. 689 LF 28 "x 20" CMP, Arch, Galvanized Steel, Design 3, complete in place Oite 14. 4 EA Concrete Sloping End Treatment for It we kuAneW dollars 'Ante 7 �u0 A.t.t7 cents. 15. 8 EA Standard 10', Type I, Curb Inlets, complete in place BD -7 dollars dollars cents. dollars Unit Price s 3.°° s /00,c- $3,900 S 3l, Amount $ 4 Sc &, $ 2/, sgaD,5- $ 3 •°° cents. S CLO, $ 24,a-c.0— Bid Item Description Item Quantity Unit and Written Unit Price 16. 3 EA Standard 15', Type I, Curb Inlets, complete in place biddoc.doc 17. 1 EA Standard 5' Dia. Manhole, co /m��pllettein place �' --lita“./MAA-0 dollars A,t,c) cents. 18. 313 LF 18" RCP, Class III, complete in place ittACA 42.41&+•C, dollars A cents. 19. 593 LF 21" RCP, Class III, complete in place dollars cents. cents. S $ lP,;971p. °� 20. 394 LF 24" RCP, Class III, complete in place 7WU dollars cents. s 4 . c— AA.4) ° 21. 868 LF 27" RCP, Class III, complete in place hco BD -8 Nom. dollars cents. Unit Price Amount $l6,S48,` dollars cents. $ '5 $ 4-5,, / — co Bid Item Description Unit Item Quantity Unit and Written Unit Price 22. 222 LF 30" RCP, Class III, complete in place dollars cents. $ 66. ° -` 9 - $ 14- pb - 23. 639 LF 36" RCP, Class III, co letein place e1LQ dollars cents. $ 6t • °a s 3Pa,cf , ov 24. 647 LF 42" RCP, Class III, complete in place 5 P dollars .tit ' cents. $ ? Z. `ye' 84-6, SE34. 25. 1,367 LF 48" RCP, Class III, complete in place �IiV10 J X1Q.0P4L dollars ,fi f cents. 01 ,,52 $ 13Z,5c/9. ' 7 - 9 - 26. 3 EA 3'x 3' Area Inlet w /Grate, complete in place .,,lM dollars 4U) cents. $ 1, 7[zJ, ° c $ S, /CO • `.' 27. 3 EA 4'x 4' Area Inlet w /Grate, complete in place biddoc.doc BD -9 Price Amount hiA4fieSdollars cents. $ Z ee°. Q'S $ 24,n c'U Bid Item Description Item Ouantitv Unit and Written Unit Price 28. 4 EA 5'x 5' Junction Box, w/ 3'x 3' Grate, complete in place // � � 1 yz / e- Odoliars �{ v cents. S.5i $ 14;C .°—° 29. 1 EA 5'x 5' Junction Box, w/ 4'x 4' Grate, complete in place 30. 5 EA 5'x 5' Junction Box, w/ Manhole Lid, complete in place 7Wliep44.a44n.0 dollars 31. 1 LS 6 — 9'x 5' Reinforced Box Culverts, including Headwalls, Handrails, Grading, complete e � 0 " biddoc.doc cents. 32. 4,750 LF - 16" Waterline, including all Fittings, and Appurtenances, complete in place BD -10 ollars Unit Price dollars cents. $ Amount /CD.`' 5- I0:::), $3,boO� $ IS `— dollars cents. $ CL' $ °C — $ Z-Z c i . Bid Item Description Item Ouantity Unit and Written Unit Price 33. 400 LF Bore for 30" Casing, including Bore Pits, 30" Steel Casing, (for 16" Waterline) complete in place Foaa- t o n, ap -,.-r) dollars c cents. S 4-OO °e- $ 16c, 34. 459 LF 24" Steel Casing, complete in place biddoc.doc f .�1X TY FiV,E a 35. 3 EA Fire Hydrant Assemblies, including 6" Gate Valve, Valve Box, all Pipe, Fittings, and Appurtenances, complete in place "r + -,<._ 14,, a ate-[a dollars No cents. $ 2 ,300 $ � 900= 36. 1 EA Remove and Salvage Existing Fire Hydrants and Replace with New Fire Hydrant Assemblies, Including 6" Gate Valve, Valve Box, All Pipe, Fittings and Appurtenances, complete in place otc., dollars NL cents. S 2, Tvo= $ 2, 7w 37. 2 EA 2" Automatic Air & Vacuum Release Valve, w/ Vault, complete in place fJ,N e_ LAJ ., dollars (Jo cents. $ 900 $ 3, 800 BD -11 dollars cents. Unit Price $ c, Amount Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 38. 1 LS Cut in 12 "x 12" Tee, including Wet Connection, complete in place (Dn.' @-. — Fur. 0u oaco dollars Ki 6 cents. $ 1, 5e:1> $ I, 5- 39. 3 EA 12" Gate Valve and Box, complete in place �rac Tr+� Two I ��Nnc� dollars 0 o cents. 40. 5 EA 16" Butterfly Valve and Box, complete in place To. LA, dollars N o cents. S 41. 13 EA Adjust Valve Covers to Finished Grade, complete in place biddoc.doc BD -12 dollars cents. 42. 1 EA Adjust Manhole Covers to Finished Grade, complete in place dollars cents. $ 17,Oo- $ �J (nOo J $ 11 000 S hoc= $ S Zoo= S 9uo= $ 980''' Bid Item Description Item Quantity Unit and Written Unit Price 41 1 LS Traffic Signal System at Greenlawn at Louis Henna, complete in place tAj s Lo 1 '1;4 O:Sti tt dollars No cents. 44. 1 LS Pavement Markers, Striping (Temp. and Permanent), Signs, Posts, and Raised Pavement Markers, complete in place TE+�� dollars Nv cents. 45. 2 EA Relocation of Existing Signs, complete in place 1 - 1741/-0-c-- oru-o dollars cents. 46. 6,463 LF Trench Safety Systems (5' — 10'), complete in place Oni dollars Unit Price $ 130,0u. w Amount $ 13c.,eoc $ Zo $ 20 01:-.0 $ 300 $ Loc) JUL: cents. $ I `= $ 6, `- 47. 492 LF Trench Safety Systems (10' — 15'), complete in place Or. g_ dollars f cents. $ i $ 492: 48. 5,260 LS Silt Fence, complete in place biddoc.doc dollars cents. $ 1 S= BD -13 $ `7, 69 o = Bid Item Description Item Ouantity Unit and Written Unit Price 49. 140 LF Rock Berm, complete in place dollars cents. S I2 = $ { fvyvw 50. 2 EA Stabilized Construction Entrance/Exit, complete in place G 1 Gr i.F Unit Price Amount u t.toa •€-p dollars cents. S ° JOO' $ i, 66 51. 41,000 SY Hydromulch Revegetation, complete in place Na dollars 25 l�£lltr r.vE cents. S - $ ) 0,15.-L-= 52. 1 LS Traffic Control, including Barricades, Signs and Traffic Handling, complete in place �r4 ocsa o dollars N o cents. S 10,000' $ 10, 00o 53. 662 LF 2" Schedule 40 PVC, Electrical Conduit, complete in place E-VtN dollars )1� cents. S ;- 54. 4,969 LF 1 -1/4" Schedule 40 PVC, Electrical Conduit, complete in place biddoc.doc BD -14 dollars $ 4, 63Y cents. S $ 2 9 814 1 5/21/99 FRI 04:20 FAX 5122449623 1 1 1 1 56. 27 LF Open Cut and Restore Asphalt Drive, complete in place 1 " I N i (1 i Ld� I.I dollars N o cents. $ 37 = $ 99'5= 1 57, 1 LS Demolition, complete in place 1 fI%1Y ttVW- 1 al 0. .)54 p dollars Id v cents. $ 55,Oaa= $ 55,OD 1 1 1 1 1 1 1 1 1 1 1 biddoc.doc Baker- Alcklen /RR 55. 29 EA Street Light Foundation, complete in place J oRE dollars P1 cents. BD -15 14004 $ `70 o $ 20; 300 'er 1 1 1 1 1 1 .1 1 1 1 1� I �1 ,1 ,1 1 1 1 1 TOTAL BASE BID (Items 1 through 56): STATEMENT OF SEPARATE CHARGES: Materials: $ 1,100, Do 0 °- All Other Charges: $ l (2, R i o s° Total: $ 7, z 3) , 1 , o so 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 270 calendar days after the date of the written Notice -to- Proceed. The bidder and the Owners agree that for each and every calendar day the work, or any portion thereof, remains incomplete after the 270 calendar-day period, the bidder shall pay the amount of Five Hundred Dollars ($500.00) per calendar day as liquidated damages, not as a penalty but for delay damages to the Owners. Such amount shall be deducted by the Owners from any payment due to the bidders. biddoc.doc BD -16 $2,Z I 110 1 1 The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. The undersigned acknowledges receipt of the following addenda: Addendum No. 1 dated ON ( ( 19 Received Addendum No. 2 dated Received Addendum No. 3 dated Received 1 1 Respectfully Submitted, 1 �Sn d�tti� M41ia 6 Title 1 A-u.4r1rJ tot eA VoPD, Name of Firm /zg 1 1 1 1 1 1 1 1 1 biddac.doc 1 BD -17 C et0e,, WAU Si., # 4-D3 Address BIZ e'3S- f (n08 Date Secretary, if Contractor is a Corporation GREENLAWN BOULEVARD STREET IMPROVEMENTS Project No. 601 -543 May 19, 1999 ADDENDUM #1 1) Deletion — 5.0, Special Conditions, Section 2.11, "Deviations Occasioned by Utility Structures" (p. SC -4). Delete "The costs of any utility relocations will be at the Contractor's sole expense ". The Contractor will bid on the relocation of the City of Round Rock's utilities (i.e. water and wastewater) which are included in the bid items. Commercial utilities (i.e. TU Electric, Time Warner Cable, etc.) shall be relocated at their expense. 2) Clarification — Sheets 44 and 45 of 50 of the Construction Plans. Ignore the curb and gutter, handicap ramps and sidewalk shown on the islands. The "islands" are to be designated with striping as shown on sheet 18 of 50. In addition, the call out for the downstream headwall, located at the southeast comer of Greenlawn and Louis Henna, mistakenly called out the wrong pipe. "Design 3 — 28 "x 20" C.M.A.P." is incorrect. The correct pipe is a 48" RCP. 3) Addition — 2.0, Bid Documents, Sheet BD-15. Add Bid Item 57. This item is for the demolition and removal of miscellaneous structures and buildings. However, any demolition and removal of the existing Traffic Signal System at Greenlawn at Louis Henna shall be subsidiary to Bid Item 43, "Traffic Signal System at Greenlawn at Louis Henna ". 4) Clarification — 2.0, Bid Documents, Sheet BD -5. The unit shown for Bid Item 3, Channel Excavation, LF is incorrect. The correct unit should be CY. 5) Clarification — The proposed Traffic Signal System is to be installed as complete as possible while the existing system stays in operation. Once the proposed system is ready to become operational, a police officer will be called out to direct traffic while the existing system is taken off line and the proposed system is connected to become operational. 6) Clarification — All Contractors shall submit their bid on the Bidding Sheets supplied in the Contract Documents. 1 1 1 1 1 10) Clarification — Bid Item 4 should read " 8" (Type A) Lime Treated Subgrade to be in accordance to TxDOT Item 260, complete in place." 1 1 1 1 1 1 1 1 1 1 1 1 1 7) Clarification — Sheet 18 of 50. The limits of the sidewalk shown over the box culverts will coincide with the limits of the headwall. 8) Addition — Bid Item 5 should be increased from 42,332 SY to 42,552 SY 9) Addition — Bid Item 6 should be increased from 36,137 SY to 36,357 SY. 11) Clarification — Bid Item 5 should read " 17" Flexible Base Course, to be in accordance to TxDOT Item 247 "Flexible Base," Type A, Grade 1, complete in place ". Refer to the Geotechnical Report in the Contract Documents, page 6. 12) Clarification — Bid Items 33 and 34. The wall thickness for the 30" Steel Casing will be 1/2" min. The wall thickness for the 24" Steel Casing for the future 12" waterline will be 7/16" min. 13) Clarification — Sheet 42 of 50. The striping detail for the median break shall apply for all three median breaks. 14) Clarification — Sheet 42 of 50. Delete note 3. The temporary painted pavement markers and the thermoplastic tape shall be in accordance with TxDOT specifications. 15) Clarification — Sheet 42 of 50. The yield sign at Greenlawn and the northbound frontage road of 1H -35 should be an R1 -2, not an ER1 -2. 16) Clarification — Sheet 42 of 50. The signing detail at the intersection of Greenlawn and Louis Henna has a call out — " 8" White Solid (typ. 4 places) ". Delete "(typ. 4 places)' 17) Clarification — Bid Item 52, Traffic Control. Refer to Sheet 2 of 50, General Notes, Traffic Marking Notes. "Any methods, street markings and signage necessary for warning motorists, warning pedestrians or diverting traffic during construction shall conform to the Texas Manual of Uniform Traffic Control Devices for Streets and Highways, latest edition ". 18) Clarification — During the Pre -Bid meeting, a spoils site thought to be available by the City of Round Rock has not been confirmed. For bidding purposes, the Contractor is to assume he will be responsible for finding a suitable location to dispose of the excess excavated material. All bidders shall acknowledge receipt of Addendum No 1 on Page BD -17 of the proposal. Sincerely, Garrett J. T e, P.E. 55. 29 EA Street Light Foundation, complete in place dollars cents. $ $ 56. 27 LF Open Cut and Restore Asphalt Drive, complete in place dollars cents. $ $ 57. 1 LS Demolition, complete in place biddoc.doc dollars cents. $ $ BD -15 3.0 POST BID DOCUMENTS THE STATE OF TEXAS COUNTY OF WILLIAMSON § AGREEMENT THIS AGREEMENT, made and entered into this 10th day of June, 1999, by and between (Owner) City of Round Rock, Texas of the State of Texas, acting through Robert A. Stluka, Jr., Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) Austin Bridge and Road of Austin, Texas, County of Travis, and State of Texas, 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: pesudmev maser "GREENLAWN BOULEVARD" 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 Baker- Aicklen & Assoc. Inc. , herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within 14 calendar days after the date written notice to do so have been given to him, and to complete the same within 270 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. 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 Geigral and Special Conditions of the Contract. PBD -1 IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS (OWNER) BY: Mayor P,QD -TEm /haerim At/6z ATTEST: ATTEST: ity Secretary (The / following to be executed if the Contractor is a Corporation.) I, 4 -i P, S TA t F , certify that I am the Secretary of the Corporation named as Contractor herein; that , who signed this Contract on behalf of the Contractor was then 1/1 - 7 (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. Signed: Corporate Seal postbid.doc PBD -2 (CONTRACTOR) BY: 1 ✓ 7 William J. Neese, Jr. Vico Proaida ^t its (Typed name) (Title) u) Secretary, if Contractor is a Corporation or otherwise registered With the Secretary of State 1 1 1 1 1] 11 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON 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. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That Austin Bridge & Road, Inc. oftheCityof Austin , C ou n ty of T ravis , and St ate o f Texas , as Principal, and 1. c . s . P . 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, ll TEXAS, (Owner), in the penal sum of one iundre�' &h3H>•66 thirty one thousanc ($ 2,231,110.50 ) for the payment 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 ipth day of 5 , 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: Greenlawn Boulevard 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; postbid.doc PBD -3 1' 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 :2_2_ day of , 19 99 . Austin Bridge & Road, Inc. William J. Neese, Jtt Vice President Title 8906 Wall Street 9403 Address Austin, TX 78754 Resident Agent of Surety: Frank Siddons Insurance Printed Name P.O. Box 2125 Address Austin, TX 78768 postbid.doc PBD - 4 Insurance Company of the State of Pennsylvania Surety Atty - in - Fact Title P.O. Box 1590 Address Dallas, TX 75221 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Tits insurance Company of the State of PO \VR.E{ OF .'1 '1 O 1yfa mup.il ISand t) Ilicc I"uS "i .t �u. }trccL Aco Volk, NY 10038 KNOW ALL A1EN BY TIIFSE PRESENTS: hat l - lie Insurance Company of the State of 1'cun',01 :met a Pennsylvania 001['1.1.11(011, does ilerCby appoint - -- Robert C. Sictdons, Bettye Ann i9ogcr„ Robert C. Fricke, Linda Couey, James F. Siddons: of Austin, Texas-- - its true and lawful Attorney(s) -in -Fact. with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, The Insurance Con' of the State of Pennsylvania bus executed these presents this f "day of December, 1998. STATE OF NEW YORK } COUNTY OF NEW YORK }ss. On this 1" day of December, 1998, before me came the above - named officer of The Insurance Company of the State of Pennsylvania, to 010 personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation Thereto by authority of his office. CERTIFICATE 1N 'Ail NESS GVHEI1EOE, 1 have hereunto set my hand and affixed the facsimile seal of l'.te corporation No S1 -R -50561 ;�-- Lassre;tce 11/. Carlstrom, Vice President STEPHEN LEACH Notary Public, State of New York No, 01- LE4816242 Qualified in Westchester Countt��cc Commission Expires July 31,-1-9 Exccrpls of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania. on May 1 1976: 1 "RESOLVED, that the Chairman of the Board, the I'residenr. or any Vice President be. and hereby is. authorized to appoint Attorney: -in -Fact 10 represent and ac, for and on behalf of the Compaq, to execute bond =_ undenakanos, reeognizances and other contracts of indenmil. and writings obligatory in the nature IhermL and to anucll thereto 1110 corporate seal of the Company. in the transaction of its surety business: 1 "RESOLVED, that the signatures and attestations of such officers and the seal of the Compact= may he affixed 10 any such Power of Attorney nr to any eel-R Cite relating thereto by facsimile. and am} such Power of Attorne, or certificate hearing stick facsimile signatures 00 facsimile sea' shall be 0 ah.1 1 and binding upon the Company when so affixed Uith respect to any bond. undertaking. recognizance or other contract of indemnity or v.. -nice ohligatory in the nature thereof: "RESOLVED. that any such Attorney-in -Fact delis erinii a secretarial certification that the foregoing resolutions still he in effect min insert in such 1 r_r tilicanon the date thereof, said date to he not later than the date of delivery thereof by such Anonu, -in- Fact." I. 1: . ht luck Secrett00 of Tiie Insurance Company of the State of Pennsylvania. do hereby certify that the tiOreeoic_ eece1pts of Resole -non adopted by the Roard of Director' 01 this corporation. and the Power of Attorney issued pursuant thereto. are Lruc and corRocr. and 1har hoih. nc, 1 R.;solutlon 101t the Poe,cr of Attorney arc in full force and effect. this z Flizabedt M. Tuck, Secrietarl. 1 1 1 1 1 1 1• 1 1 1 1 1� 1: 11 1 1' THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That Austin Bridge & Road, Inc_of the City of Austin ,County of Travis , and State of Texas as Principal, and 1. c . s . P. authorized 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 million,two hundred thirty one thousand,one hundred ten & 50 /100 - - -- Dollars ($ 2,231,110.50 ) 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 10 th day of Jij4; , 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: Greenlawn Boulevard NOW, THEREFORE, TILE 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.doc PBD -5 1 1 1 1 1 1 l I 1 1 1 L 1 L 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 2_ day of , 19 99 . Austin Bridge & Road, Inc. Insurance Compan of the State of Pennsylvania Princi ,al By By William J. Neese, Jr. T H ..o Dt sktait Title 8906 Wall Street #403 Address Austin, TX 78754 Resident Agent of Surety: Frank Siddons Insurance Printed Name P.O. Box 2125 Address Austin, T 78768 City, .p>.d/ Signature postbid.doc PBD - 6 Atty - in - Fact Title P.O. Box 1590 Address Dallas, TX 75221 I The Insurance Company of the Stale of Pennsylvania POWER OF AT'COR \EY ▪ I'i.uripsl 11 ,I Oalcc 1 7:3 Wait, Street, New York, NY 1(1(138 1 KNOW ALL MIEN BY THESE I'I:I ;SENTS: • 1 I - h:11 The Insuranee Company 0f the Stntc of Pc a Pennsylvania colpnralion, does hereby appoint. - -- Robert C. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Coney, James F. Siddons: of Austin, Texas-- 1 1 1 1 1 1 1 1 1 1 1 its true and lawful Attomey(s) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WETNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents STATE OF NEW YORK } COUNTY OF NEW YORK }ss. On this 1` day of December, 1998, before me came the above - named officer of The Insurance Company of the State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. CERTIFICATE No. 81 -f3 -56561 Excerpts of Resolution adopted by the 13oercl of Directors of The Insurance Company of the State of Pennsylvania, on May 18, 1976: this 1' day of December, 1998. �Lawrencc fir. Carlstrom, Vice President STEPHEN LEACH Notary Public, State of New York No. 01- LE4816242 Qualified in Westchester Count Commission Expires July 31, 1-9 1 "RESOLVED, that the Chairman of the Board. the President. or any Vice President be, and hereby is. authorized to appoint Auorneps -in -Fact to represent and act for and on behalf of the Company to execute bonds. undertakings. rccognizances and other contract, of iudeinui■ and „ritinns obligatory in rho nature thereof. and to attach thereto the corporate seal of the Company. ill the transaction of its surety business; 1 "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of attorney or certificate bearing such facsimile signatures or facsimile seal shall he 1 and 1 and binding upon the Company when so affixed with respect to any bond. undertaking. recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED. that ens such Attorney-in-Pact delivering a secretarial certification that the foregoing resolutions still 1,0 in 011,01 may insert a S uch 1 ca,.Il00Non the dale thereof: said date to be not later than the date of delivery thereof by such Attorney-in-Fact." I. Elizabeth M. Tuck. Secretary of The Euuranec Company of the State or Pennsylvania. do hereby certify that the foregoing c8cerpts of 13 ,Oluuon lOopt.:d by the Board of Dirceton or this corporarion. and the Power of Attorney issued pur4lant thereto. arc true and correct. and thw both the 1 0' olutiion and the Power or Attorney arc in full force and effect. IN WITNESS W REREOF. I have hereunto set my hand and a1T.ccd Iha facsimilo seal of the corporation this day of 19 . Elizabeth M. fuck. Secretary A A GENERAL LIABILITY AUTOMOBILE LIABILITY EXCESS LIABILITY OTHER 1 CERTIFICATE OF LIABILITY INSURANCE PRODUCER BRITISH AMERICAN INSURANCE COMPANY 3535 TRAVIS, SUITE 300 DALLAS, TEXAS 75204 - 1466 (214) 559 - 4887 (800) 964 - 4242 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS /EXCEPTIONS RE: Austin Job Number 1050 — Greenlawn Blvd., Round Rock, Texas CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Attn: Joanne Land COMPANIES AFFORDING COVERAGE Date: 29 June 1999 A BRITISH AMERICAN INSURANCE COMPANY B INSURED C AUSTIN BRIDGE & ROAD, INC. 8906 WALL STREET., SUITE 403 D AUSTIN, TEXAS 78754 (512) 835 -1608 THIS IS TO CERTIFY THAT the Insured named 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 E}I /ECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE GENERAL AGGREGATE $ 2,000,000 CGL 0104299 10/01/98 10/01/99 PRODUCTS - COMP /OP AGG. $ 2,000,000 PERSONAL & ADV. INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED. EXPENSE (Any one person) $ 10,000 COMBINED SINGLE LIMIT $ 1,000,000 CAL - 0104299 10/01/98 10/01/99 BODILY INJURY (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EACH OCCURRENCE $ AGGREGATE $ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY X STATUTORY LIMITS A EACH ACCIDENT $ 1,000,000 WC - 0104299 10/01/98 10/01/99 DISEASE - POLICY LIMIT $ 1,000,000 DISEASE - EACH EMPLOYEE $ 1,000,000 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 be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. SIGNATURE 9F AUTHORIZE EPRESENTATIVE 1f21ZisC) / r . 4A :E.- Typed Name: Dawn Knieht Title: Vice President PBD -7 CERTIFICA I INStJRANCt PRODUCER 1 1 D ' ! THIS IS TO CERTIFY THAT the Insured named 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 t policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. 1 CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS 1 LTR NUMBER DATE DATE GENERAL LIABILITY GENERAL AGGREGATE $ t PRODUCTS - COMP/OP AGG. $ -i PERSONAL & ADV. INJURY $ EACH OCCURRENCE $ '] FIRE DAMAGE (Any one tiro) $ MED. EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) S BODILY INJURY (Per accident) S II PROPERTY DAMAGE S EXCESS LIABILITY EACH OCCURRENCE S I AGGREGATE $ I WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS 1. 1] 1 Date: COMPANIES AFFORDING COVERAGE A B INSURED C OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS CERTIFICATE HOLDER: i ,j postbid.doc City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land PBD -7 Title: EACH ACCIDENT $ DISEASE - POLICY LIMIT $ DISEASE - EACH EMPLOYEE $ 11 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. SIGNATURE OF AUTHORIZED REPRESENTATIVE Typed Name: 1 W ARRAN TY BOND BOND NUMBER AMOUNT $2,231,110.50 KNOW ALL MEN BY THESE PRESENTS, That we, Austin Bridge & Road, Inc. (hereinafter called the "Principal ") as Principal, and a Corporation duly organized under the laws of the and duly licensed to transact business in the State of (hereinafter called the "Surety"), as Surety, are held and firmly bound unto HE ITY • F R I D ROC (hereinafter called the "Obligee "), in the sum oflwo million,two hundred thirty one thousand,one hundred ten &50 /l°dollars (5 2,231,110.50 ) 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. the I. C. S. P. State of Pennsylvania Texas Sealed with our seals and dated this hundred and 99 . WHEREAS, the said Principal has heretofore entered into a contract with The City of Round Rock, Texas Dated Tune iO postbid.doc Greenlawn Boulevard , 19 99 , 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 one 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 m the said work which may develop during the period of one year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas PBD-8 day of , A.D. nineteen 1 1 1 1 1 1 • 1 11 11 1 11 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. Austin Bridge & Road, Inc. Principal By William J. Neese, Jr. Vice President Title 8906 Wall Street #403 Address Austin, TX 78754 Resident Agent of Surety: Frank Siddons Insurance Printed Name P.O. Box 2125 Address Austin, TX Signature 78768 postbid.doc PBD - Insurance Company of the State of Pennsylvania Title Atty -in -Fact P.O. Box 1590 Address Dallas, TX 75221 I the insurance Company of the State of Pennsylvania i'OWE1'. OF AT €) R. N['1 I'r,ncipal 13nnd Office 17: fluter Soca, tv'ew York, NY 10038 I:NOW ALL I61EN BY TM PRESENTS: 1 N n. 81 -B -50561 - -- Robert C. Siddons, Bettye Ann Rogers, Robert C. Fricke, Linda Coney, James F. Siddons: of Austin, Texas - -- I its true and lawful Attorney(s)-in-fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. I IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents this 1 -day of December, 1998. 1 1 1 1 1 1 1 1 1 STATE OF NEW YORK } COUNTY OF NEW YORK}ss. On this 1" day of December, 1998, before Inc came the above - named officer of The insurance Company of the State of Pennsylvania, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. CERTIFICATE Excerpts of Resolution adopted by the Board of Directors of The insurance Company of the State of Penns} 1 ania, on May 18, 1976: "RESOLVED, that the Chairman of the Board. the President, or any Vice President be_ and hereby is. authorized to appoint 61 ortevs -in -Pact to represent and act for and on behalf of the Company to 0000 00 bonds. undertakings_ recognizancec and other contracts of indeinnin xnd rIrilirr,; ob1g:11.0ry 111 the nature thereof and 10 attach thereto the corporate seal of the Company, in the transaction of its .surety business; 1 "RESOLV En, that the signatures and attestations of such officers and the seal of the Compam may be affixed 10 any such Ponor of A;turnei, o- to any certificate relating thereto by facsimile. and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid 1 and binding upon the Company when so affixed with respect to any bond. undertaking. recognizance or other contract of indetnnily or r1 riung obligatory in the nature thereof; "RESOLVED. ED. that any such Atom y -in -Fact delivering a secretarial certification that the foregoing resolution; sill be in effect in insert in such certification the date thereof, said dare to be not later than the date of delivery thereof by such Attorney -in- Pact." I. Elizabeth 61. Tuck. Secretary of The [lisuronce Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of Rcsolclan adopted b y too Board of Directors tf th:6 corporation, and the Potcer or Attorney issued pursuant thereto arc true and correct aaJ that boil-, the huoLiti, a and the Power of _Attorney are in Rill force and effect. IN WITNESS WHEREOF, 1 have hereunto 001 my hand and affixed the facsimile seal- of the corporal ion �- Lawrence 6',. Carlstrom, Vice President STEPHEN LEACH Notary Public, State of New York No. 01- LE4816242 Qualified in Westchester Countt� Commission Expires July 31,.79irr .' d:n o 4 Elizabeth V1. Tuck, Secretary 4.0 GENERAL CONDITIONS Contents 1.0 Definition of Terms GENERAL CONDITIONS OF AGREEMENT 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 2.0 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 gencond.doc GC -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.0 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 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 4.0 Prosecution and Progress 4.01 - Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5.0 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 6.0 Extra Work and Claims 6.01 - Change Orders gencond.doc GC -2 6.02 - Minor Changes 6.03 - Extra Work 6.04 - Time of Filing Claims 6.05 - Continuing Performance 7.0 Abandonment of Contract 7.01 - Abandonment by Contractor 7.02 - Abandonment by Owner 8.0 Subcontractors 8.01 - Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9.0 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 10.0 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 gencond.doc GC -3 1.0 Definition of Terms 1.01 Owner, Contractor and Engineer 1.02 Contract Documents 1.03 Subcontractor 1.04 Sub - subcontractor gencond.doc General Conditions of Agreement 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. 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. 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. 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 -4 1.05 Written Notice 1.06 Work grncond.doc 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 at 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 -5 2.0 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 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 writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections gencond.doc The Engineer will be the Owner's representative during construction. The duties, responsibilities and limitations 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. 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. 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. GC -6 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 gencond.doc 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 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 GC -7 gencond.d. 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 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. GC -8 2.10 Contractor's Buildings 2.11 Sanitation grncond.doc 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. 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 m 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 famish 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 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. GC -9 2.13 Preliminary Approval gencond.doc 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 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 GC -10 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. 3.0 General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible gen ond.doc 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. GC -11 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 gencond.doc 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. 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. GC -12 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 3.09 Protection Against Accident to Employees and the Public gencond.doc 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. 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. 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 GC -13 gencond.doc 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 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 GC -14 gencond.doc 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 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. GC -15 3.16 Assignment and Subletting 3.17 Indemnification genaond.doc 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. 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. 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 GC -16 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: g ncond.doc 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. s i .nth- •r.'ect " ubc.ntractor" in • 41. 1'. - 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 project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. Per . . 1 !• - 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 GC -17 gencond.da 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. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 calendar days after the Contractor knew or should have known, or 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 GC -18 gencond.doc (c) (e) (0 (g) 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; 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; (d) obtain from each other person with whom it contracts, and provide to the Contractor: 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 penod 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; 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 the provision of coverage of any person providing services on the project; and (1) 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. GC -19 gencond.doc 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. 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. GC -20 3.19 Final Clean -up gencond.doc 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. 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. GC -21 3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10) grncond.doc 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. 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. GC -22 gencond.doc 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 fmal 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. 4.0 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 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 GC -23 gencond.doc 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. 5.0 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 famished 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 fumished 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 GC -24 5.03 Price of Work geuoo"d.doc as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated 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 ". 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 ". 5.05 Use of Completed Portions GC -25 g ncond.doc 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. GC -26 5.08 Payments Withheld gencond.doc 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 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) 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. 5.09 Delayed Payments 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 m payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the sum named in any partial or fmal 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. GC -27 6.0 Extra Work and Claims 6.01 Change Orders 6.02 Minor Changes gencond.doc 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. 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. 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 GC -28 gc"oond.doo Method (B) By agreed lump sum; or Method (C) If neither Method (A) nor Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work, plus fifteen (15) percent. 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 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 GC -29 grnwod.doc 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 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. 7.0 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 GC -30 gemmnd.doo 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 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 GC -31 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 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 gencond.doc 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. GC -32 8.0 Subcontractors 8.01 Award of Subcontracts for Portions of the Work gencond.doc 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. 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: GC -33 genwnd.doc (1) (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) (5) 8.03 Payments to Subcontractors 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 Contractor upon the Owner; 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. 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. GC -34 9.0 Separate Contracts 9.01 Owner's Right to Award Separate Contracts gencond.doc 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 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. GC -35 10.0 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 genco,.doc 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: (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: GC -36 gencond.doc 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. 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. GC -37 10.03 Location and Protection of Utilities gencond.doc 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. 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 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 -38 5.0 SPECIAL CONDITIONS 1.0 INFORMATION 1.01 ENGINEER 1.02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED specond.doc The word "Engineer" in these Specifications shall be understood as referring to Baker - Aicklen & Associates, Inc., 203 E. Main Street, Suite 201, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 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. 1.03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be govemed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 1.04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME 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 days of 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 $500.00 per calendar day. 1.05 LOCATION The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. 1.06 USAGE OF WATER 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 SC -1 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. 1.07 PAY ESTIMATES 2.01 CROSSING U TILITIES 2.0 SPECIAL CONSIDERATIONS specond.doc 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. 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. 2.02 UTILITY 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. 2.03 GUA RANT EE 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 Maintenance 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. 2.04 MINIMUM WAGE SCALE 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 SC -2 specond.doc 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. 2.05 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and/or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages 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. 2.06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 2.07 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid 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. 2.08 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. 2.09 "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 SC -3 specond.doc utilities as previously described are available. Costs for delivering as -built drawings shall be subsidiary to other bid items. 2.10 LAND 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 Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 2.11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES 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. 2.12 CONSTRUCTION STAKING 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. 3.0 TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access, the Contractor shall notify all applicable agencies (i.e. Fire 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 -4 4.0 WARRANTY BOND 5.0 INSURANCE specond.doc 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 imnrovements. 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. 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. Statutory Worker's Compensation and minimum $100,000 Employers Liability Insurance b. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. c. Automobile Liability Insurance for all owned, non -owned 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. 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 SC -5 specond.doc 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. e. Owner and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance." When offsite storage is permitted, policy will be 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). SC -6 specond.doc 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. 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 -7 6.0 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 0 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 HATCHING PLANT WEIGHER 8.173 BATTERBOUARD SETTER 7.700 CARPENTER 9.054 CONCRETE FINISHER - PAVING 8.600 CONCRETE FINISHER - STRUCTURES 7.903 CONCRETE RUBBER 6.740 ELECTRICIAN 13.710 specond.doc Publication Date 03/15/1996 SC -8 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 %2 C.Y. & OVER 9.880 FOUNDATION DRILL OPERATOR. CRAWLER MOUNTED 10.475 FOUNDATION DRILL OPERATOR 10.923 TRUCK MOUNTED FRONT END LOADER 2'/2 C.Y. & LESS 7.499 FRONT END LOADER OVER 2 'h 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 FLATWHEEL OR TAMPING 6.403 ROLLER, PNEUMATIC, SELF PROPELLED 6.433 SCRAPER -17 C.Y. & LESS 7.245 specond.doc SC -9 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.doc SC - 10 END OF GENERAL DECISION 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 $1339 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 $13.75 $1.16 $0.92 $0.03 $15.86 IRON WORKER $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 $2.20 $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.doc PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES SC - 11 Date Printed: April 15, 1997 specond.doc *$0.00 in the rate field indicated insufficient data was received 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. SC -12 6.0 TECHNICAL SPECIFICATIONS 1.0 GENERAL DESCR 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 TECHNICAL SPECIFICATIONS techspec.doc 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. 2.0 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. TS -1 2.01.2 BACKWORK 2.02 GRADING techspec,doc 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. 3.0 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the Owner's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer and Owner must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or Owner's representative. 3.03 I N T ' UCTI N 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 TS -2 3.04 PROTECTION OF STAKES MARKS. ETC, [echspec.doc 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 comers, etc., shall be replaced by the Contractor at the Contractor's sole expense. 4.0 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer F TREE P ANT B 4.02 PRO • N D 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 TRAFFIC CONTROL MEASURES 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 LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property comer monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. TS -3 5.0 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP techspec.doc 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 judgment 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-4 echspec.doc CITY OF AUSTIN STANDARD TECHNICAL SPECIFICATIONS Series 100 EARTHWORK 101 Preparing Right of Way 102 Clearing and Grubbing 104 Removing Concrete 110 Street Excavation 111 Excavation 120 Channel Excavation 130 Borrow 132 Embankment Series 200 SUBGRADE & BASE CONSTRUCTION 201 Subgrade Preparation 202 Hydrated Lime and Lime Slurry 203 Lime Treatment for Materials in Place 204 Portland Cement Treatment for Materials in Place 206 Asphalt Stabilized Base (Plant Mix) 210 Flexible Base 211 Recycling Existing Aggregate 220 Sprinkling for Dust Control 230 Rolling (Flat Wheel) 232 Rolling (Pneumatic Wheel) 234 Rolling (Tamping) 236 Rolling (Proof) 281 Termite Control SERIES 300 STREET SURFACE CONTROL 301 Asphalts, Oils and Emulsions 302 Aggregates for Surface Treatments 306 Prime Coat 307 Tack Coat 310 Emulsified Asphalt Treatment 311 Emulsified Asphalt Repaving 312 Seal Coat TS -5 1 1 ' SERIES 300 STREET SURFACE CONTROL (cont.) 313 Rubber Asphalt Joint and Crack Sealant 315 Milling Asphaltic Concrete Pavement 320 Two Course Surface Treatment 340 Hot Mix Asphaltic Concrete Pavement ' 341 Paving Fabric 350 Heating, Scarifying and Repaving 351 Rejuvenating Agent 360 Concrete Pavement 370 Concrete Pavers 375 Concrete Pavers for Sidewalk Ramps 1 Series 400 CONCRETE AND STRUCTURES ' 401 Structural Excavation and Backfill 402 Flowable Backfill 403 Concrete for Structures ' 404 Pneumatically Placed Concrete 405 Concrete Admixtures 406 Reinforcing Steel 1 407 Fibrous Concrete 408 Concrete Joint Materials 409 Membrane Curing 410 Concrete Structures 411 Surface Finishes for Concrete 414 Concrete Retaining Walls 420 Drilled Shaft Foundations 424 Prestressed Concrete Planks 425 Prestressed Concrete Structures 430 Concrete Curb and Gutter 431 Machine Laid Curb and Gutter 432 Concrete Sidewalks 433 Concrete Driveways 434 Concrete Medians and Islands 435 Concrete Steps 436 Concrete Valley Gutters 438 Elastomeric Materials I 439 Parking Lot Bumper Curb 461 Trash and Litter Coffins 1 techspec.doo TS -6 Series 500 PIPE AND APPURTENANCES 501 Jacking or Boring Pipe 502 Tunneling 503 Frames, Grates, Rings and Covers 504 Adjusting Structures 505 Encasement and Encasement Pipe 506 Manholes 507 Bulkheads 508 Miscellaneous Structures and Appurtenances 509 Trench Safety Systems 510 Pipe 511 Water Valves 551 Pipe Underdrains 558 Structural Plate Structures 559 Concrete Box Culverts 591 Riprap for Slope Protection 593 Concrete Retards 594 Gabions Series 600 ENVIRONMENTAL ENHANCEMENT 601 Salvaging and Placing Topsoil 602 Sodding for Erosion Control 604 Seeding for Erosion Control 605 Soil Retention Blanket 606 Fertilizer 607 Slope Protection 608 Planting 610 Preservation of Trees and Other Vegetation 620 Filter Fabric 621 Diversion 622 Diversion Dike(DD) 623 Dry Stack Rock Wall (DS) 624 Earth Outlet Sediment Trap (EST) 625 Grade Stabilization Structure (GSS) 626 Grass -Lined Swale (GW) 627 Grass -Lined Swale with Stone Center (GWS) 628 Sediment Containment Dike [ecnspec.doc TS -7 Series 600 ENVIRONMENTAL ENHANCEMENT (cont.) 629 Brush Berm Barrier for Erosion Control (BB) 630 Interceptor Dike (ID) 631 Interceptor Swale (IS) 632 Storm Inlet Sediment Trap (IST) 633 Landgrading (LG) 634 Level Spreader (LS) 635 Perimeter Dike (PD) 636 Perimeter Swale (PS) 637 Pipe Slope Drain (PSD) 638 Pipe Outlet Sediment Trap (PST) 639 Rock Berm (RB) 640 Mortared Rock Wall (RW) 641 Stabilized Construction Entrance (SCE) 642 Silt Fence (SF) 643 Stone Outlet Structure (SOS) 644 Stone Outlet Sediment Trap (SST) 646 Tied Precast Revetment Series 700 INCIDENTAL CONSTRUCTION 701 Fencing 702 Removing and Relocating Existing Fences 703 Fencing for Excavations 704 Metal Beam Guard Railing 705 Remove and Relocate Existing Metal Beam Guard Railing 706 Bridge and Culvert Railing 720 Metal for Structures 721 Steel Structures 722 Paint and Painting 723 Structural Welding 725 Survey Markers Series 800 URBAN TRANSPORTATION 801 Construction Detours 802 Capital Improvement Project Signs 803 Signs and Traffic Handling 824 Traffic Signs 825 Street Name Signs 842 Pull Boxes techspec.doc TS -8 Series 800 URBAN TRANSPORTATION (cont.) 843 Ducts 860 Pavement Marking Paint (Reflectorized) 861 Thermoplastic Pavement Markings 863 Reflectorized Pavement Markings 864 Abbreviated Pavement Markings 865 Nonreflectorized Traffic Buttons 866 Jiggle Bar Tile 867 Epoxy Adhesive techspec.doc TS -9 Division I General Requirements and Covenants 1 Definition of Terms 2 Instructions to Bidders 3 Award and Execution of Contract 4 Scope of Work 5 Control of Work 6 Control of Materials 7 Legal Relations and Responsibilities to the Public 8 Prosecution and Progress 9 Measurement and Payment Division I Earthwork 100 Preparing Right of Way 103 Disposal of Wells 104 Removing Concrete 105 Removing Stabilized Base And/Or Asphaltic Pavement 106 Obliterating Abandoned Road 110 Excavation 112 Subgrade Widening 132 Embankment 134 Backfilling Pavement Edges 150 Blading 152 Road Grader Work 154 Scraper Work 156 Bulldozer Work 158 Specialized Excavation Work 160 Furnishing and Placing Topsoil 162 Sodding for Erosion Control 164 Seeding for Erosion Control 166 Fertilizer 168 Vegetative Watering 169 Soil Retention Blanket 170 Irrigation System 180 Wildflower Seeding 192 Roadside Planting and Establishment 193 Landscape Maintenance techspec.doc TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAY, STREETS AND BRIDGES TS -10 1 1 1 1 1 1 1 1 1 1 Division III Surface Courses or Pavement 1 1 1 1 1 1 1 1 Division II Subbase and Base Courses 204 Sprinkling 210 Rolling (Flat Wheel) 211 Rolling (Tamping) 212 Rolling (Heavy Tamping) 213 Rolling (Pneumatic Tire) 214 Rolling (Heavy Pneumatic Tire) 215 Rolling (Grid) 216 Rolling (Proof) 217 Rolling (Vibratory) 247 Flexible Base 251 Reworking Base Material 260 Lime Treatment for Materials Used as Subgrade (Road Mixed) 262 Lime Treatment for Base Courses (Road Mixed) 263 Lime Treated Base (Plant Mixed) 264 Lime and Lime Slurry 265 Lime -Fly Ash (LFA) Treatment for Materials Used as Subgrade 266 Lime -Fly Ash (LFA) Treatment for Base Coursed (Road Mixed) 275 Portland Cement Treated Materials (Road Mixed) 276 Portland Cement Treated Base (Plant Mixed) 300 Asphalts, Oils and Emulsions 301 Asphalt Antistripping Agents 302 Aggregates for Surface Treatments 303 Aggregate for Surface Treatments (Lightweight) 305 Salvaging, Hauling and Stockpiling Reclaimable Asphaltic Pavement 310 Prime Coat (Cutback Asphaltic Material) 312 Prime Coat (Cutback Asphaltic Material and Sand) 314 Emulsified Asphalt Treatment 315 Emulsified Asphalt Seal 316 Surface Treatments 318 Hot Asphalt- Rubber Surface Treatment 330 Limestone Rock Asphalt Pavement (Class A) 332 Limestone Rock Asphalt Pavement (Class B) 334 Hot Mix-Cold Laid Asphaltic Concrete Pavement 340 Hot Mix Asphaltic Concrete Pavement 342 Plant Mix Seal 345 Asphalt Stabilized Base (Plant Mix) techspee.doc TS -11 351 Repairing Existing Flexible Pavement Structure 352 Cleaning and/or Sealing Joints and Cracks (Asphaltic Concrete) 354 Planing and/or Texturing Pavement 356 Fabric Underseal 358 Asphaltic Concrete Surface Rehabilitation 360 Concrete Pavement 361 Full -Depth Repair of Existing Concrete Pavement 368 Terminal Anchorage Lugs (Concrete Pavement) techspec.doc TS -12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Division IV Structures 400 Excavation and Backfill for Structures 402 Trench Excavation Protection 403 Temporary Special Shoring 404 Driving Pile 405 Foundation Test Load 406 Timber Piling 407 Steel Piling 409 Prestressed Concrete Piling 416 Drilled Shaft Foundations 420 Concrete Structures 421 Portland Cement Concrete 422 Reinforced Concrete Slab 423 Retaining Wall 424 Precast Concrete Structures (Fabrications) 425 Prestressed Concrete Structural Members 426 Prestressing 427 Surface Finishes for Concrete 428 Concrete Surface Treatment 429 Concrete Structure Repair 430 Extending Concrete Structures 431 Pneumatically Placed Concrete 432 Riprap 433 Joint Sealants and Filters 434 Sliding Elastomeric Bearings 435 Elastomeric Materials 437 Concrete Admixtures 438 Cleaning And/Or Sealing Joints and Cracks(Portland Cement Concrete) 439 Concrete Overlay of Structure Decks 440 Reinforcing Steel 441 Steel Structures 442 Metal for Structures 443 Permanent Metal Deck Forms 444 Bridge Protective Assembly 445 Galvanizing 446 Cleaning, Paint and Painting 447 Structural Bolting 448 Structural Field Welding 449 Anchor Bolts 450 Railing 452 Removing Railing 453 Temporary Railing 454 Sealed Expansion Joints techspec.doc TS -13 458 Waterproofing for Structures 460 Corrugated Metal Pipe 461 Structural Plate Structures 462 Concrete Box Culverts and Sewers 464 Reinforced Concrete Pipe 465 Manholes and Inlets 466 Headwalls and Wingwalls 467 Safety End Treatment 471 Frames, Grates, Rings and Covers 472 Removing and Relaying Culvert and Storm Sewer Pipe 473 Laying Culvert and Storm Sewer Pipe 474 Slotted Drain 476 Jacking, Boring or Tunneling Pipe 479 Adjusting Manholes and Inlets 480 Cleaning Existing Culverts 481 PVC Pipe for Bridge Drains 483 Scarifying Concrete Bridge Slab 485 Wet Sandblasting 490 Timber Structures 491 Timber for Structures 492 Timber Preservative and Treatment 495 Raising Existing Structures 496 Removing Old Structures 497 Disposal of Salvageable Material 498 Plant Inspection Laboratory (Equipped) Division V Incidental Construction 500 Mobilization 502 Barricades, Signs and Traffic Handling 504 Facilities for Field Office and Laboratory 508 Constructing Detours 510 One -Way Traffic Control 512 Portable Concrete Traffic Barrier 514 Permanent Concrete Traffic Barrier 520 Weighing and Measuring Equipment 522 Portland Cement Concrete Plants 524 Hydraulic Cement 526 Membrane Curing 529 Concrete Curb, Gutter and Combined Curb and Gutter 530 Driveways and Turnouts 531 Sidewalks 532 Concrete Erosion Retards techspec.doc TS -14 534 Structure Approach Slabs 536 Concrete Medians and Directional Islands 538 Right of Way Markers 540 Metal Beam Guard Fence 542 Removing Metal Beam Guard Fence 550 Chain Link Fence 552 Wire Fence 556 Pipe Underdrains 560 Mailbox Assemblies 575 Epoxy 580 Project Maintenance 585 Ride Quality for Pavement Surfaces techspec.doc TS -15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Division VI Lighting and Signing 610 Roadway Illumination Assemblies 611 Removing Roadway Illumination Assemblies 612 Relocating Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 616 Performance Testing of Lighting Systems 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 625 Zinc - Coated Steel Wire Strand 627 Treated Timber Poles 628 Electrical Services 629 Removing Service Poles 634 Plywood Signs (Type A) 636 Aluminum Signs (Type A) 637 Aluminum Signs (Type G) 639 Revising Guide Sign Messages 642 Aluminum Signs (Type 0) 643 Sign Identification Decals 644 Small Roadside Sign Assemblies 646 Small Roadside Sign Supports 647 Large Roadside Sign Supports 648 Replacing or Refurbishing Roadside Signs 649 Removing or Relocating Roadside Sign Assemblies 650 Overhead Sign Supports 651 Removing Overhead Sign Supports 652 Highway Sign Lighting Fixtures 654 Sign Walkways 656 Foundations for Signs, Traffic Signals and Roadway Illumination Assemblies 658 Delineator and Object Marker Assemblies 659 Removing Delineator and Object Marker Assemblies 660 Winged Channel Posts 662 Work Zone Pavement Markings 666 Reflectorized Pavement Markings 668 Prefabricated Pavement Markings 672 Raised Pavement Markers 677 Eliminating Existing Pavement Markings and Markers 678 Pavement Surface Preparation for Markings 680 Installation of Highway Traffic Signals 681 Temporary Traffic Signals for Construction 682 Vehicle and Pedestrian Signal Heads techspec.doc TS -16 684 Traffic Signal Cables 686 Traffic Signal Pole Assemblies (Steel) 688 Traffic Signal Detectors techspec.doc TS -17 7.0 PLANS, DETAILS & NOTES 1.0 GENERAL DESCRIPTION The work covered by the Plans listed in this section consists of furnishing all labor, equipment, materials, and performing all operations in connection with the construction of "Greenlawn Boulevard" complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 2.0 PLANS plans.doc PLANS, DETAILS & NOTES The construction drawings listed below form a part of the Contract Documents: Sheet Index Sheet No. Description 1 Cover Sheet 2 General Notes and Typical Street Sections 3 Overall Drainage Map and Visual Sheet Index 4 Proposed Drainage Area Map and Erosion/Sedimentation Control Plan 5 Future Ultimate Drainage Area Map (For Information Only) 6 Plan View — Intersection of Greenlawn at IH -35 7 Plan & Profile — Sta. 1 +00 to Sta. 6 +00 8 Plan & Profile — Sta. 6 +00 to Sta. 11 +00 9 Plan & Profile — Sta. 11+00 to Sta. 16 +00 10 Plan & Profile — Sta. 16 +00 to Sta. 21 +00 11 Plan & Profile — Sta. 21 +00 to Sta. 26 +00 12 Plan & Profile — Sta. 26 +00 to Sta. 31 +00 13 Plan & Profile — Sta. 31 +00 to Sta. 36 +00 14 Plan & Profile — Sta. 36 +00 to Sta. 41 +00 15 Plan & Profile — Sta. 41+00 to Sta. 46 +00 16 Plan & Profile — Sta. 46 +00 to Sta. 51 +00 17 Plan & Profile — Sta. 51 +00 to Sta. 56 +00 18 Plan View — Intersection of Greenlawn at Louis Henna Boulevard 19 Box Culvert Plan and Details PDN -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 plans.doc 20 Storm Sewer Profiles — Line "A" 21A Storm Sewer Profiles — Line `B" 21B Storm Sewer Profiles — Lines "A -1 ", "A -2 ", "B ", and "B -1" 22 Storm Sewer Profiles — Lines `B -2 ", `B -3 ", "B -4 ", `B -5 ", "B -6 ", and `B -7" 23 Storm Sewer Profiles — Line "C" 24 Storm Sewer Profiles — Line "C-1", "C -2 ", "C -3 ", and "C -4" 25 Multiple Box Culverts — MC9 -2 (TxDOT Details) 26 Multiple Box Culverts — 15 Skew MC -15 (TxDOT Details) 27 Multiple Box Culverts — 15 Skew MC -15 (TxDOT Details) 28 Parallel Wings - 15 Skew MC -P -15 (TxDOT Details) 28A Parallel Drainage Safety Pipe Runners PD -SPR ( TxDOT Details) 29 Cross Sections — Sta. 2 +32 to Sta. 12 +00 30 Cross Sections — Sta. 13 +00 to Sta. 20 +91.91 31 Cross Sections — Sta. 21 +00 to Sta. 29 +00 32 Cross Sections — Sta. 30 +00 to Sta. 38 +00 33 Cross Sections — Sta. 39 +00 to Sta. 46 +00 34 Cross Sections — Sta. 47 +00 to Sta. 35 Grading and Drainage Details 36 Waterline Plan & Profile — Sta. 1 +00 to Sta. 14+00 37 Waterline Plan & Profile — Sta. 14 +00 to Sta. 27+00 38 Waterline. Plan & Profile — Sta. 27 +00 to Sta. 40+00 39 Waterline Plan & Profile — Sta. 40 +00 to End 40 (Not Used) 41 Utility Details 42 Signing and Striping Plan 43 Greenlawn at Louis Henna Existing Layout (Signalization) 44 Greenlawn at Louis Henna Signal Layout (Signalization) 45 Greenlawn at Louis Henna Phasing Layout (Signalization) 45A Greenlawn at Louis Henna TxDOT Standards (Signalization) 45B Greenlawn at Louis Henna TxDOT Standards (Signalization) PDN -2 plans.doc 45C Greenlawn at Louis Henna TxDOT Standards (Signalization) 45D Greenlawn at Louis Henna TxDOT Standards (Signalization) 46 TxDOT Standard Traffic Control Plan (166) 47 TxDOT Sign Mounting Details — Small Roadside Signs (26A) 48 TxDOT Sign Mounting Details — Small Roadside Signs (26B) 49 TxDOT Sign Mounting Details — Small Roadside Signs (26C) 50 TxDOT Sign Mounting Details — Small Roadside Signs (26D) PDN -3 8.0 GEOTECHNICAL REPORT 1 1 1 1 July 7, 1998 GEOTECHNICAL STUDY GREENLAWN BOULEVARD EXTENSION ROUND ROCK, TEXAS Prepared For: Baker - Aicklen & Associates, Inc. 203 East Main Street Suite 201 Round Rock, Texas 78664 Attn: Mr. Garrett J. Tuttle, P.E. Prepared By: Raba - Kistner - Brytest Consultants, Inc. 8200 Cameron Road, Suite C -154 Austin, Texas 78754 -3822 RKBCI Project No. AAA97- 105 -00 Distribution: Baker - Aicklen & Associates, Inc. (3) Raba- Kistner Gary W. Rab.:, D.Eng., P.E. tlF til 4 $ � g GARY W. Rry'BA_.1 4A-5' o 524a 9 cF FGrs - rf-ce r -/ONAL AAA97- 105 -00 July 7, 1998 Baker - Aicklen & Associates, Inc. 203 East Main Street Suite 201 Round Rock, Texas 78664 Attn: Mr. Garrett J. Tuttle, P.E. RE: Geotechnical Study Greenlawn Boulevard Extension Round Rock, Texas Very truly yours, RABA - KISTNER - BRYTEST CONSULTANTS, INC. EZC /GWR:Ika Engineers, Geologists, Hygienists and Environmental Scientists Raba Kistner Raba- Klatner- Brytest Consultants, Inc. 8200 Cameron Rd., Suite C -154 Austin, Texas 78754 (512) 339 -1745 • FAX (512) 339 -6174 Enclosed are three (3) copies of our report on the geotechnical study for the Greenlawn Boulevard Extension in Round Rock, Texas. The purpose of the study was to develop pavement section altematives for the construction of approximately 5,400 linear feet of Greenlawn Boulevard. The scope of our services is described in greater detail in our proposal PAA97- 154 -00 dated November 13, 1997. This engineering report has been prepared for the use of Baker - Aicklen & Associates, Inc. for design purposes in accordance with accepted Geotechnical Engineering practices. This report may not contain sufficient information for purposes of other parties or other uses. We appreciate the opportunity to be of service to you on this project. If we may be of further assistance, please call. Everett Z. Clements, S.E.T. Gary W. Rah�a, D.Eng., P.E. Project Manager President LKA mswordlge 1 05.rpt Raba Kistner Austin • Brownsville • El Paso • Laredo • Las Cruces, NM • McAllen • Mexico • San Antonio • 1 �9 6 8 E TABLE OF CONTENTS PAGE PROJECT DESCRIPTION 1 SUBSURFACE EXPLORATION AND LABORATORY TESTS 1 GENERAL SUBSURFACE CONDITIONS 1 SUBSURFACE STRATIGRAPHY 2 PAVEMENT DESIGN PARAMETERS 2 PAVEMENT ANALYSIS AND RECOMMENDATIONS 3 CULVERT FOUNDATIONS 4 PAVEMENT CONSTRUCTION GUIDELINES 5 LIMITATIONS 6 Site Location Map Figure 1 Plan of Borings Figure 2 Logs of Borings Figures 3 through 15 Key to Symbols APPENDIX MFPS Computer Data Raba- Kistner PROJECT DESCRIPTION GEOTECHNICAL STUDY GREENLAWN BOULEVARD EXTENSION ROUND ROCK, TEXAS RKBCI Project No. AAA97- 105 -00 The project consists of the extension of the existing Greenlawn Boulevard. The new Greenlawn Boulevard will be constructed as a six -lane divided roadway of about 5,400 linear feet in length between IH -35 and Louis Henna Boulevard. The location and proposed alignment of the roadway is shown on attached Figure 1. The proposed alignment crosses a tributary of Gilleland Creek near Boring 5. We understand that the proposed grades are near the existing grades and the plans do not include any major cut or fill sections. A bridge culvert is to be constructed over a tributary of Gilleland Creek. Special precautions will be required in the design and construction of the roadway in the lower lying area for the tributary of Gilleland Creek. SUBSURFACE EXPLORATION AND LABORATORY TESTS The location of the project is shown on the attached Site Location Map, Figure 1. Subsurface materials and conditions at the site were evaluated by thirteen sample borings drilled at the approximate locations shown on the Plan of Borings, Figure 2. These borings were drilled in general accordance with ASTM D -420 procedures to maximum depths ranging from 10 to 15 feet using a rotary drilling rig. In the laboratory, each sample was classified under the direction of a geotechnical engineer. The geotechnical engineering properties of the strata were evaluated by the following tests: Type of Test Number Conducted Natural Moisture Content 21 Atterberg Limits 21 The results of all laboratory tests are presented on the Logs of Borings. A key to classification terms and symbols used on the logs follows the Logs of Borings. Samples will be retained in our laboratory for thirty days after submittal of this report. Please notify us in writing if longer storage is required. GENERAL SUBSURFACE CONDITIONS A review of geologic information indicates that the site is located in the Eagle Ford and the Austin Group Formations of the Upper Cretaceous Age. The soils along Gilleland Creek are part of an Alluvium deposit which typically consists of mixtures of gravel, sand, silt, and clay deposits. Raba- Klstner AAA97- 105 -00 Page 2 The Eagle Ford Formation consists of dark gray calcareous clay. Some portions contain relatively thin (4 to 12 inches thick) limestone flags. The Austin Group typically consists of tan to light gray chalk, limestone, marly limestone, and marl and is locally referred to as the Austin Chalk. The surficial soils typically consist of moderately plastic to highly plastic clay soils ranging in thickness from less than one foot to in excess of 10 feet. These clays are well known for their shrink/swell potential and the problems pavements and foundations experience in response to these characteristics. The subsurface materials encountered at this site may be grouped into three generalized strata with distinct physical and engineering properties. The general description of each stratum is discussed below. The lines designating the interface between material descriptions on the boring logs represent approximate boundaries. Transitions between strata may be gradual. Groundwater was observed at the 9 -foot depth in Boring 5 during our subsurface exploration. Groundwater was not detected in the other borings. However, relatively shallow seepwater, and soft, wet soil conditions, may be encountered along the proposed alignment, particularly after periods of significant rainfall. The construction plans should include provisions for handling both surface and subsurface water during construction. SUBSURFACE STRATIGRAPHV Stratum I: This stratum was encountered at the ground surface in the borings and consists of plastic to highly plastic dark brown clays underlain by yellow -brown or tan, medium plastic silty clays. The medium plastic silty clays were encountered in Borings 1 through 5 below the brown highly plastic clays. Plasticity indices ranged from 16 to 29. The highly plastic brown clays were encountered in all borings. Plasticity indices ranged from 24 to 55. The thickness of Stratum I clays /silty clays ranges from 0.5 foot to at least the bottom of Borings 1 through 7. Stratum I1: This stratum was encountered in Borings 3, 5, 6, and 7 and consists of plastic yellow -brown to gray -brown clay with varying amounts of silt. The thickness of Stratum II ranged from 3 to 9.5 feet and extends down to at least the bottom of Borings 5, 6, and 7. Plastic indices ranged from 35 to 39. Stratum III: This stratum was encountered in Borings 8 through 13 at the 0.5 to 7 -foot depths and consists of tan completely weathered limestone with some limestone fragments. This material has properties more similar to soils than rock. This material is part of the Austin Group limestone and is typically found in the upper portions of the formation. The results of the Atterberg limits tests indicate plasticity indices of 10 to 13 for this material. PAVEMENT DESIGN PARAMETERS The traffic design criteria used to develop the pavement sections shown below were developed for a City of Round Rock roadway classification of a Minor Divided Arterial with a right -of -way width of 120 feet. As such, the proposed modifications to Greenlawn Boulevard are projected to have 1,500,000 equivalent 18 -kip single axle load applications over the 20 -year design period. The following recommendations for pavement sections are based on our past experience with similar subgrade soils and pavement design procedures recommended by the City of Round Raba- Kistner 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 `I 1 =1 1 AAA97 -105 -00 Page 3 Rock. The pavement section calculations were based on a Texas Department of Transportation (TxDOT) subgrade triaxial value of 5.8 for the Stratum I and Stratum II clays; and 4.5 for the Stratum III completely weathered limestone. PAVEMENT ANALYSIS AND RECOMMENDATION The scope of our study focuses on development of alternative flexible pavement sections for the proposed extension of Greenlawn Boulevard. Published geologic and our boring information indicates that the eastem portion of the proposed extension up to and slightly north of Boring 7 is within the Eagle Ford Formation. The remainder of the proposed extension north to Louis Henna Boulevard lies within the Austin Group. Based upon our borings, that transition occurs between Borings 7 and 8 (about 2,800 to 3,200 linear feet from IH -35). Our analysis and pavement design calculations indicate that the proposed pavement sections presented below will be suitable to support the anticipated traffic for the 20 -year design life (1,500,000 ESAL's). These proposed pavement sections are presented below as Alternatives No. 1 through No. 3. Noted are section altematives for the Eagle Ford (clays) and the Austin Group (completely weathered limestone) subgrade conditions for the respective south and north portions of the project. Material HMAC (TxDOT, Type C) Crushed Limestone Base ALTERNATIVE NO. 1 HOT MIXED ASPHALTIC CONCRETE (11MAC) WITH CRUSHED LIMESTONE BASE MATERIAL Eagle Ford (') Austin Group (2) Thickness, Thickness, Inches Inches 4 4 26 12 Our borings and test data indicate that a significant amount of expansive clay soil exists in the majority of boring locations throughout the proposed alignment. These expansive clay soils are sensitive to moisture changes and are well known for their potential to shrink and swell. Subgrade preparation is sometimes difficult in these clay soils, particularly if the soils are relatively wet at the time of construction. Therefore, it may be desirable to treat the upper portion of the subgrade soils with hydrated lime to reduce their sensitivity to moisture and increase their strength. Lime treatment also may expedite construction, particularly in areas where the existing moisture content is above optimum. Altemative No. 2 provides recommended pavement section thicknesses for those areas where lime- stabilized subgrade may be used. Raba- Kistner 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AAA97- 105 -00 Page 4 Material Eagle Ford (1) Austin Group'' Thickness, Thickness, Inches Inches HMAC (TxDOT, Type C) 4 4 Crushed Limestone Base 17 J ? 'Lime Stabilized Subgrade 8 -- `6% hydrated lime by dry weight of soil Altemative No. 3 illustrates the recommended section for full -depth asphalt pavement with lime stabilized subgrade. Material *6% hydrated lime by dry weight of soil NOTE: CULVERT FOUNDATIONS ALTERNATIVE NO. 2 HOT MIXED ASPHALTIC CONCRETE (HMAC) CRUSHED LIMESTONE BASE MATERIAL AND LIME STABILIZED SUBGRADE ALTERNATIVE NO. 3 HOT MIXED ASPHALTIC CONCRETE (HMAC) ASPHALT STABILIZED BASE AND LIME STABILIZED SUBGRADE Eagle Ford (') Austin Group t2t Thickness, Thickness, Inches Inches HMAC (TxDOT, Type C) 4 4 HMAC (TxDOT, Type A) 8 6 'Lime Stabilized Subgrade 8 -- (1) Represents recommended pavement section for Greenlawn Boulevard from B -1 to B -8. (2) Represents recommended pavement section for Greenlawn Boulevard from B -8 to 8-13. Available information indicates that a new drainage structure will be constructed for the new road to cross the existing natural drainage areas at the tributary of Gilleland Creek in the vicinity of Boring 5. The foundations for the new culverts may be constructed on the yellow -brown clay near the 4 to 5 -foot depth at Boring 5. Raba- Kistner AAA97- 105-00 Page 5 Since the clay was soft and wet somewhat deeper in Boring 5 at 9 feet, the culvert foundations should bear at a higher elevation above the gray -brown water - bearing clay. The culvert foundations on the dark brown or the yellow -brown clay should be designed for an allowable unit load of 2,500 pounds per square foot. PAVEMENT CONSTRUCTION GUIDELINES All pavement construction including reworking and compaction of all suitable dumped fill; compaction of subgrade; preparation of subgrade surface; selection, placement, and compaction of base material; and mix design, placement, and compaction of hot mix asphaltic concrete should be in accordance with the TxDOT Manual entitled "Standard Specifications of Construction of Highways, Streets, and Bridges." Adapted elements of the TxDOT specifications are presented in part by the following paragraphs. Drainage Considerations As with any soil supported structure, the satisfactory performance of a pavement system is contingent on the provision of adequate surface and subsurface drainage. Insufficient drainage which allows saturation of the pavement subgrade or base materials will greatly reduce the performance and service life of the pavement system. As previously noted, some areas along the proposed alignment exhibited very poor drainage characteristics at the time of our field exploration. The combination of poor drainage characteristics and expansive clay soils may make construction particularly difficult. We recommend that the construction plans include provisions for adequate drainage, both prior to and during pavement construction as well as after construction is completed. Suborade Preparation The right -of -way shall be prepared in accordance with the applicable provisions of TxDOT Item 100 "Preparing Right -of -Way." Subgrades to support pavements shall be stripped of all existing vegetation and/or pavement. The exposed subgrades shall be constructed and shaped in accordance with the TxDOT Item 110 "Excavation." The subgrade should be scarified to a minimum depth of 6 inches and recompacted in accordance with the Density Control Method described in TxDOT Item 132 "Embankment." Special attention may be required to address the subgrade conditions in those areas where drainage is poor and water ponds during wet weather. If construction begins when the soils in these areas are saturated, over - excavation and replacement of the saturated soils may be required if the construction schedule does not allow time for implementing drainage systems and natural drying of the soils. Fill Material Fill material shall be free of organic and other deleterious materials. The fit shall be placed in maximum loose lift of 8 inches and compacted in accordance with the Density Control Method described in TxDOT Item 132 "Embankment." Raba - Kistner AAA97- 105 -00 Page 6 Lime Treatment of Subc rade The lime treatment of the subgrade should be in accordance with TxDOT Item 260. We recommend that the specifications require a minimum of 6% hydrated lime based on the dry weight of the soil to be treated. The lime treated subgrade should be kept moist until covered to prevent dusting and to promote "curing" of the treated subgrade. Flexible Base Course Materials used for flexible base should conform to TxDOT Item 247 "Flexible Base," Type A, Grade 1. The base course shall be placed in maximum loose lifts of 8 inches and compacted in accordance with the Density Control Method described in TxDOT Item 247. Asphaltic Concrete The Hot Mix Asphaltic Concrete (HMAC) used for the subsurface course and base course should conform to TxDOT Item 340 "Hot Mix. Asphaltic. Concrete Pavement," Type C (Coarse - graded Surface Course), and Type A (Coarse - Graded Base Course). The HMAC shall be compacted in accordance with the In -Place Compaction Control procedures described in TxDOT Item 340. LIMITATIONS The analyses and recommendations submitted in this report are based on: a) the data obtained from thirteen borings drilled along the right -of -way of the proposed extension; b) the assumption that the site grading will result in only minor changes in the existing topography; and c) the traffic loading data provided by Baker - Aicklen & Associates, Inc. This report may not reflect the exact variations of the subsurface conditions across the site. The nature and extent of variations across the site may not become evident until construction begins. If variations then appear evident, it may become necessary to reevaluate our recommendations after performing on -site observations and tests to establish the engineering significance of the variations. If the final grade elevations are substantially different form the existing grades, our office should be informed about these changes. We will reexamine our analyses and make supplemental recommendations as required. Raba- Kistner Not to Scale GREENLAWN BOULEVARD EXTENTION ROUND ROCK, TEXAS JOB NO. AAA97- 105 -00 E , Raba Kistner SITE LOCATION MAP - FIGURE 1 MN • • I• I I• • I• I• • • • • • — • • • • GREENLAWN BOULEVARD EXTENTION ROUND ROCK, TEXAS JOB NO. AAA97 -105 -00 4":;- B -11 . , B -10 y "r '� B4 -7 -2:: B -7 B -6 B -5 B-4 r B -1 B B -3 Not to Scale Boring Locations rk Raba PLAN OF BORINGS - FIGURE 2 ' Kistner ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL 96 PL 96 U -200 96 % Qu tsf ROD 96 PP tsf _ —2.5 _ — 5 - —0 7.5 —10 —12.5 -15 — 17.5 CLAY, dark brown with trace calcareous particles SILTY CLAY, yellow- brown with trace calcareous particles 19 20 78 46 36 17 42 29 / 4 jl'rj I IIIII II III � P — 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 1 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -13 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. 11 Raba - Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -13 -98 Figure 3 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % a* -200 % Du tsf L, PP tsf —0 — CLAY, dark brown with trace _ / calcareous calcareous particles — 2.5 / SILTY / Cu p brown with trace p articles _ 13 34 17 17 — 7.s ' jjjljjj SILTY CLAY, yellow- brown with trace calcareous particles 1 11 —10 111.. _12.5 —15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 2 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -13 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. 11,1 Raba - Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -13 -98 Figure 4 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % I a -200 % Du tsf ROD % PP Isf —0 — CLAY, dark brown with trace calcareous particles — 2.5 CLAY, gray -brown with trace calcareous particles —5 — 24 54 21 33 —7.5 SILTY CLAY, yellow- brown with trace c alcareous particles 19 41 15 26 —10 — 12.5 = 15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 3 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -13 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. Raba- Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -13 -98 Figure 5 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % l a *1 -200 % Qu tsf ROD % PP tsf TD _ / — 2.5 = ___5 _ _ 7.5 — 12.5 — 15 —17.5 CLAY, dark brown with trace calcareous particles SILTY CLAY, yellow -brown with trace calcareous particles '..-2" limestone flag @ 7.0' to 7.2' SILTY CLAY, yellow- brown with trace calcareous particles 16 , 3 , 4 -1 / 11/111 VII i l i t I'j9 � PAPA — 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 4 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -13 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc C1 Raba - Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -13 -98 Figure 6 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % a* .200 % Du tsf ROD % F —0 CLAY, dark brown with trace calcareous particles / / 23 51 27 24 —2.5 CLAY, yellow -brown with trace calcareous particles 20 53 18 35 — 5 SILTY CLAY, tan —7.5 _ 6" limestone flag @ 9.0' to 9.5' 19 38 15 23 mm —10 / CLAY, gray -brown — 12.5 33 60 21 39 , 1111 —15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 5 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: 9.0' Elevation: Station: Caving: Raba - Kistner Consultants, Inc. Baba- Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 7 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % L a °e -200 % Du tsf ROD % PP [sf —0 / — CLAY, dark brown with trace calcareous particles —2.5 — / 36 87 32 55 — 5 CLAY, gray -brown with trace —7.5 calcareous particles 27 63 24 39 —10 — 12.5 — 15 173 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 6 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. 11 Raba-Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 8 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD DD pcf MC % LL LL PL % Iae1 -20 -200 Qu Qu P i7 -0 brown 16 57 24 33 — - . CLAY, dark with trace ' particles CLAY, yellow -brown with trace calcareous particles —2.5 - 5 19 55 19 36 --7.5 —10 —12.5 -15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 7 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. L. Raba - Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 9 ELEVATION! DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % aaR -200 % Qu tsf 600 % PP tsf — 0 CLAY, dark brown with trace calcareous particles 16 71 33 38 — —2.5 == — COMPLETELY WEATHERED LIMESTONE, tan with clay seams, and limestone — = = == fragments & layers — 5 = — = — 12 31 21 10 — 7.5 = -- — 10 — —_ — 12.5 —15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 8 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba- Kistner Consultants, Inc. L1 Raba- Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 10 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA M aterial Description DD pcf MC % LL % PL % PI -200 % % Ou tsf ROD % PP tsf D CLAY, dark brown with trace calcareous particles — COMPLETELY WEATHERED LIMESTONE, —2.5 = = =_= tan with clay seams, and limestone fragments & layers 5 — = = 13 27 14 13 —7.5 = _ —10 - -_ —12.5 = 15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 9 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. L1 Raba- Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 11 ELEVATION/ DEPTH SOL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % Id *l -200 % Qu tsf ROD % PP tsf —0 / — CLAY, dark brown with trace — calcareous particles — — / 33 81 33 48 —2.5 / COMPLETELY WEATHERED LIMESTONE, tan with clay seams, and limestone — 5 - fragments & layers —7.5 — �- —10 —12.5 — 15 — 17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 10 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. L1 Raba-Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 12 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pct MC % LL % PL % I a2R 1 -200 -20 nu Qu ROD % PP PP Ist —0 CLAY, dark brown with trace '•.calcareous particles — COMPLETELY WEATHERED LIMESTONE, tan with clay seams, and limestone fragments & layers —2.5 SILTY CLAY, yellow -tan with trace calcareous particles and limestone fragments — 5 / 19 48 18 30 —7 == — COMPLETELY WEATHERED LIMESTONE, tan with clay seams, and limestone - _ _= = fragments & layers —10 —12.5 —15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 11 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Raba - Kistner Consultants, Inc. 11 Raba - Kistner Consultants, Inc. Figure 13 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pcf MC % LL % PL % T. -200 % Qu tsf ROD % PP tsf —0 CLAY, dark brown with trace calcareous particles — =_ _= —= COMPLETELY WEATHERED LIMESTONE, tan with clay seams, and limestone fragments & layers —2.5 — — == 11 25 15 10 — 7.5 —10 =' _ —12.5 = 15 —17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 12 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. L 1 Raba - Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 14 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA Material Description DD pct MC % LL % PL % Ia *l -200 % au tsf ROD % PP tsf — 0 CLAY, dark brown with trace calcareous particles — 2.5 == = = _ = COMPLETELY WEATHERED LIMESTONE, tan with clay seams, and limestone — fragments & layers — 5 = = —= — = 13 26 13 13 — 7.5 —10 -- — 12.5 —15 — 17.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOG OF BORING BORING 13 Project: GREENLAWN BOULEVARD EXTENSION Location: Round Rock, Texas Date Drilled: 5 -14 -98 Drill Methods: Continuous Depth to water: Elevation: Station: Caving: Raba - Kistner Consultants, Inc. 11 Raba - Kistner Consultants, Inc. Job No.: AAA97- 105 -00 Scale: 2.5 Water Detected: Date Checked: 5 -14 -98 Figure 15 I( !II Symbol Description Strata symbols LIVAM LIMESTONE COMPLETELY WEATHERED LIMESTONE Misc. Symbols 1 Notes: CLAY Silty low plasticity clay SILTY CLAY CLAY Water table at boring completion KEY TO SYMBOLS Symbol Description Soil Samplers LI Auger I 1. These logs are subject to the limitations, conclusions, and recommendations in this report. 2. Results of tests conducted on samples recovered are reported R on the logs. Abbreviations used are: DD = natural dry density (pcf) MC = natural moisture content I LL = Liquid Limit PI = Plasticity Index -200 = percent passing #200 sieve Qu = unconfined strength (tsf) PR = Percent Recovered (%) RQD = Rock Quality Designation I PP = pocket penetrometer TERMS DESCRIBING CONSISTENCY, CONDITION, OR TEXTURE Terms used in this report to describe soils with regard to their I consistency or condition are in general accordance with the discussion presented in Article 45 of SOIL MECHANICS IN ENGINEERING PRACTICE, Terzaghi and Peck, using the most reliable information available from the field and laboratory observations. Terms used to describe soils according to their texture and grain size are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM (USCS). MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** PAVEMENT * * * ** TOTAL NUMBER OF LANES IN FACILITY 4 TOTAL NUMBER OF CURBS IN FACILITY 2 NUMBER OF LAYERS CONSIDERED IN THIS PROBLEM . . 3 LANE WIDTH (FEET) 24.00 CURB HEIGHT (INCHES) 6.00 CONCRETE CURB CONSTRUCTION COST ($ /LF) 4.50 THICKENED EDGE FIXED COST ($ /LF) .00 THICKENED EDGE INCREMENTAL COST ($ /IN /LF) . . .00 * * * ** LAYER * * * ** MIN. MAX. THICK. SALV. LAYER LAYER LAYER DEPTH DEPTH INCR. COST COST VALUE STIFF. NO. CODE DESCRIPTION (IN.) (IN.) (IN.) ($ /CY) ($ /SY) ( %) COEF. 1 A HMAC 3.00 4.00 .50 55.00 .00 30.0 .960 2 B BASE 10.00 30.00 1.00 15.00 .00 25.0 .500 3 C LSS 8.00 8.00 1.00 4.00 .00 .0 .320 * * * ** SUBGRADE * * * ** SWELLING PROBABILITY 1.00 SWELLING RATE CONSTANT .20 POTENTIAL VERTICAL RISE (INCHES) 4.00 SUBGRADE EXCAVATION COST ($ /CY) 4.50 SUBGRADE COST ($ /SY) .00 SUBGRADE STIFFNESS COEFFICIENT .200 * * * ** AC OVERLAY * * * ** MINIMUM AC OVERLAY THICKNESS (INCHES) MAXIMUM ACCUMULATED OVERLAY THICKNESS (INCHES). AVERAGE LEVEL -UP THICKNESS (INCHES) OVERLAY COST ($ /CY) OVERLAY COST ($ /SY) OVERLAY SALVAGE VALUE ( %) AC OVERLAY STIFFNESS COEFFICIENT OVERLAY EDGE TAPERING COST ($ /LF) OVERLAY EDGE MILLING COST ($ /LF) AC OVERLAY PRODUCTION RATE (CY /HR) 1.00 2.00 .50 123.00 .00 30.00 .960 1.23 6.54 40.0 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** DESIGN CONSTRAINTS * * * ** CONFIDENCE LEVEL ( %) 90.00 LENGTH OF ANALYSIS PERIOD (YEARS) 20.0 MINIMUM TIME TO FIRST OVERLAY (YEARS) 20.0 MINIMUM TIME BETWEEN OVERLAYS (YEARS) 5.0 MAXIMUM THICKNESS OF INITIAL CONSTR. (INCHES) . 50.00 MAXIMUM FUNDS AVAILABLE FOR INITIAL CONSTR. ($) 65.00 DISCOUNT RATE ( %) 5.00 * * * ** PERFORMANCE * * * ** SERVICEABILITY INDEX AFTER INITIAL CONSTRUCTION TERMINAL SERVICEABILITY INDEX SERVICEABILITY INDEX AFTER OVERLAY CONSTRUCTION * * * ** MAINTENANCE * * * ** 4.20 2.50 4.00 FIRST YEAR COST OF ROUTINE MAINTENANCE .00 ANNUAL INCREMENTAL INCREASE IN MAINTENANCE COST 150.00 * * * ** TRAFFIC * * * ** AVERAGE DAILY TRAFFIC GROWTH RATE ( %) DIRECTIONAL DISTRIBUTION FACTOR ( %) LANE DISTRIBUTION FACTOR ( %) PERCENT TRUCKS IN AVERAGE DAILY TRAFFIC 18 -KIP EQUIVALENCY FACTOR FOR STD. CITY TRUCK . INITIAL ADT ON FACILITY (VPD) * * * ** TRAFFIC DELAY * * * ** 4.00 50.00 90.00 10.00 .62 4850. INDEX TO DETOUR MODEL 3 NO. OF OPEN LANES THROUGH OVERLAY ZONE IN OVERLAY DIRECTION 1 IN NON - OVERLAY DIRECTION 2 AVERAGE APPROACH SPEED TO OVERLAY ZONE (MPH). . 40. AVERAGE SPEED THROUGH OVERLAY ZONE (MPH) IN OVERLAY DIRECTION 15. IN NON - OVERLAY DIRECTION 40. DISTANCE OVER WHICH TRAFFIC IS SLOWED (MILES) IN OVERLAY DIRECTION 1.00 IN NON - OVERLAY DIRECTION .00 DETOUR DISTANCE (MILES) 1.00 NO. OF HOURS PER DAY OVERLAY CONSTRUCTION OCCURS 7.00 ADT ARRIVING EACH HOUR OF CONSTRUCTION (%). . . 6.00 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) SUMMARY OF THE BEST DESIGN STRATEGIES IN ORDER OF INCREASING TOTAL COST 1 2 3 4 5 6 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** MATERIAL ARRANGEMENT ABC AB ABC AB ABC AB ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SUBGRADE EXC. COST 3.63 3.13 3.81 3.31 4.00 3.50 CURB CONSTR. COST .84 .84 .84 .84 .84 .84 THICKENED EDGE COST .00 .00 .00 .00 .00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TAPERING COSTS .00 .00 .00 .00 .00 .00 MILLING COSTS .00 .00 .00 .00 .00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** INIT. CONST. COST 18.55 18.83 18.81 19.09 19.07 19.34 OVERLAY CONST. COST .00 .00 .00 .00 .00 .00 USER COST .00 .00 .00 .00 .00 .00 ROUTINE MAINT. COST 1.10 1.10 1.10 1.10 1.10 1.10 SALVAGE VALUE -1.36 -1.52 -1.35 -1.51 -1.34 -1.50 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TOTAL COST 18.30 18.42 18.56 18.68 18.83 18.95 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** LAYER DEPTH (INCHES) D(1) 4.00 4.00 3.50 3.50 3.00 3.00 D(2) 17.00 21.00 19.00 23.00 21.00 25.00 D(3) 8.00 .00 8.00 .00 8.00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** OVERLAY POLICY(INCH) (INCLUDING LEVEL -UP) ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PERF. TIME (YEARS) T(1) 20.41 20.00 20.57 20.00 20.00 20.00 ********************************* * * * * ** * * * * * * * * * * * * * * * * * * * * * * * ** SWELLING CLAY LOSS (SERVICEABILITY) SC(1) 1.32 1.32 1.32 1.32 1.32 1.32 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** THE TOTAL NUMBER OF FEASIBLE DESIGNS ENCOUNTERED WAS 60 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER- BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** PAVEMENT * * * ** TOTAL NUMBER OF LANES IN FACILITY 4 TOTAL NUMBER OF CURBS IN FACILITY 2 NUMBER OF LAYERS CONSIDERED IN THIS PROBLEM . . 3 LANE WIDTH (FEET) 24.00 CURB HEIGHT (INCHES) 6.00 CONCRETE CURB CONSTRUCTION COST ($ /LF) 4.50 THICKENED EDGE FIXED COST ($ /LF) .00 THICKENED EDGE INCREMENTAL COST ($ /IN /LF) . . .00 * * * ** LAYER * * * ** MIN. MAX. THICK. SALV. LAYER LAYER LAYER DEPTH DEPTH INCR. COST COST VALUE STIFF. NO. CODE DESCRIPTION (IN.) (IN.) (IN.) ($ /CY) ($ /SY) ( %) COEF. 1 A HMAC 3.00 4.00 .50 55.00 .00 30.0 .960 2 B BASE 10.00 30.00 1.00 15.00 .00 25.0 .500 3 C LSS 8.00 8.00 1.00 4.00 .00 .0 .320 * * * ** SUBGRADE * * * ** SWELLING PROBABILITY 1.00 SWELLING RATE CONSTANT .12 POTENTIAL VERTICAL RISE (INCHES) 2.00 SUBGRADE EXCAVATION COST ($ /CY) 4.50 SUBGRADE COST ($ /SY) .00 SUBGRADE STIFFNESS COEFFICIENT .240 * * * ** AC OVERLAY * * * ** MINIMUM AC OVERLAY THICKNESS (INCHES) 1.00 MAXIMUM ACCUMULATED OVERLAY THICKNESS (INCHES). 2.00 AVERAGE LEVEL -UP THICKNESS (INCHES) .50 OVERLAY COST ($ /CY) 123.00 OVERLAY COST ($ /SY) .00 OVERLAY SALVAGE VALUE ( %) 30.00 AC OVERLAY STIFFNESS COEFFICIENT .960 OVERLAY EDGE TAPERING COST ($ /LF) 1.23 OVERLAY EDGE MILLING COST ($ /LF) 6.54 AC OVERLAY PRODUCTION RATE (cY/HR) 40.0 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA- KISTNER- BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** DESIGN CONSTRAINTS * * * ** CONFIDENCE LEVEL ( %) 90.00 LENGTH OF ANALYSIS PERIOD (YEARS) 20.0 MINIMUM TIME TO FIRST OVERLAY (YEARS) 20.0 MINIMUM TIME BETWEEN OVERLAYS (YEARS) 5.0 MAXIMUM THICKNESS OF INITIAL CONSTR. (INCHES) . 50.00 MAXIMUM FUNDS AVAILABLE FOR INITIAL CONSTR. ($) 65.00 DISCOUNT RATE ( %) 5.00 * * * ** PERFORMANCE * * * ** SERVICEABILITY INDEX AFTER INITIAL CONSTRUCTION TERMINAL SERVICEABILITY INDEX SERVICEABILITY INDEX AFTER OVERLAY CONSTRUCTION * * * ** MAINTENANCE * * * ** 4.20 2.50 4.00 FIRST YEAR COST OF ROUTINE MAINTENANCE .00 ANNUAL INCREMENTAL INCREASE IN MAINTENANCE COST 150.00 * * * ** TRAFFIC * * * ** AVERAGE DAILY TRAFFIC GROWTH RATE ( %) 4.00 DIRECTIONAL DISTRIBUTION FACTOR ( %) 50.00 LANE DISTRIBUTION FACTOR ( %) 90.00 PERCENT TRUCKS IN AVERAGE DAILY TRAFFIC 10.00 18 -KIP EQUIVALENCY FACTOR FOR STD. CITY TRUCK . .62 INITIAL ADT ON FACILITY (VPD) 4850. * * * ** TRAFFIC DELAY * * * ** INDEX TO DETOUR MODEL 3 NO. OF OPEN LANES THROUGH OVERLAY ZONE IN OVERLAY DIRECTION 1 IN NON - OVERLAY DIRECTION 2 AVERAGE APPROACH SPEED TO OVERLAY ZONE (MPH). 40. AVERAGE SPEED THROUGH OVERLAY ZONE (MPH) IN OVERLAY DIRECTION 15. IN NON - OVERLAY DIRECTION 40. DISTANCE OVER WHICH TRAFFIC IS SLOWED (MILES) IN OVERLAY DIRECTION 1.00 IN NON - OVERLAY DIRECTION .00 DETOUR DISTANCE (MILES) 1.00 NO. OF HOURS PER DAY OVERLAY CONSTRUCTION OCCURS 7.00 ADT ARRIVING EACH HOUR OF CONSTRUCTION ( %). . . 6.00 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) SUMMARY OF THE BEST DESIGN STRATEGIES IN ORDER OF INCREASING TOTAL COST 1 2 3 4 5 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** MATERIAL ARRANGEMENT AB AB AB ABC ABC ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SUBGRADE EXC. COST 1.94 1.88 2.13 2.75 2.69 CURB CONSTR. COST .84 .84 .84 .84 .84 THICKENED EDGE COST .00 .00 .00 .00 .00 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TAPERING COSTS .00 .00 .00 .00 .00 MILLING COSTS .00 .00 .00 .00 .00 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** INIT. CONST. COST 13.13 13.41 13.39 13.65 13.93 OVERLAY CONST. COST .00 .00 .00 .00 .00 USER COST .00 .00 .00 .00 .00 ROUTINE MAINT. COST 1.10 1.10 1.10 1.10 1.10 SALVAGE VALUE -1.08 -1.12 -1.07 -.95 -1.00 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TOTAL COST 13.15 13.39 13.42 13.80 14.04 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** LAYER DEPTH (INCHES) D(1) 3.50 4.00 3.00 3.00 3.50 D(2) 12.00 11.00 14.00 11.00 10.00 0(3) .00 .00 .00 8.00 8.00 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** OVERLAY POLICY(INCH) (INCLUDING LEVEL -UP) ***** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PERF. TIME (YEARS) T(1) 20.00 21.06 21.85 22.71 24.18 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SWELLING CLAY LOSS (SERVICEABILITY) SC(1) .61 .62 .62 .63 .63 ************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * * * * ** THE TOTAL NUMBER OF FEASIBLE DESIGNS ENCOUNTERED WAS 118 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER- BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** PAVEMENT * * * ** TOTAL NUMBER OF LANES IN FACILITY 4 TOTAL NUMBER OF CURBS IN FACILITY 2 NUMBER OF LAYERS CONSIDERED IN THIS PROBLEM . . 3 LANE WIDTH (FEET) 24.00 CURB HEIGHT (INCHES) 6.00 CONCRETE CURB CONSTRUCTION COST ($ /LF) 4.50 THICKENED EDGE FIXED COST ($ /LF) .00 THICKENED EDGE INCREMENTAL COST ($ /IN /LF) . . .00 * * * ** LAYER * * * ** MIN. MAX. THICK. SALV. LAYER LAYER LAYER DEPTH DEPTH INCR. COST COST VALUE STIFF. NO. CODE DESCRIPTION (IN.) (IN.) (IN.) ($ /CY) ($ /SY) ( %) COEF. 1 A HMAC 3.00 4.00 .50 55.00 .00 30.0 .960 2 B ASH 4.00 12.00 .50 55.00 .00 30.0 .900 3 C LSS 8.00 8.00 1.00 4.00 .00 .0 .320 * * * ** SUBGRADE * * * ** SWELLING PROBABILITY 1.00 SWELLING RATE CONSTANT .20 POTENTIAL VERTICAL RISE (INCHES) 4.00 SUBGRADE EXCAVATION COST ($ /CY) 4.50 SUBGRADE COST ($ /SY) .00 SUBGRADE STIFFNESS COEFFICIENT .200 * * * ** AC OVERLAY * * * ** MINIMUM AC OVERLAY THICKNESS (INCHES) MAXIMUM ACCUMULATED OVERLAY THICKNESS (INCHES). AVERAGE LEVEL -UP THICKNESS (INCHES) OVERLAY COST ($ /CY) OVERLAY COST ($ /SY) OVERLAY SALVAGE VALUE ( %) AC OVERLAY STIFFNESS COEFFICIENT OVERLAY EDGE TAPERING COST ($ /LF) OVERLAY EDGE MILLING COST ($ /LF) AC OVERLAY PRODUCTION RATE (CY /HR) 1.00 2.00 .50 123.00 .00 30.00 .960 1.23 6.54 40.0 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RAGA- KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** DESIGN CONSTRAINTS * * * ** CONFIDENCE LEVEL ( %) 90.00 LENGTH OF ANALYSIS PERIOD (YEARS) 20.0 MINIMUM TIME TO FIRST OVERLAY (YEARS) 20.0 MINIMUM TIME BETWEEN OVERLAYS (YEARS) 5.0 MAXIMUM THICKNESS OF INITIAL CONSTR. (INCHES) . 50.00 MAXIMUM FUNDS AVAILABLE FOR INITIAL CONSTR. ($) 65.00 DISCOUNT RATE ( %) 5.00 * * * ** PERFORMANCE * * * ** SERVICEABILITY INDEX AFTER INITIAL CONSTRUCTION . 4.20 TERMINAL SERVICEABILITY INDEX 2.50 SERVICEABILITY INDEX AFTER OVERLAY CONSTRUCTION 4.00 * * * ** MAINTENANCE * * * ** FIRST YEAR COST OF ROUTINE MAINTENANCE .00 ANNUAL INCREMENTAL INCREASE IN MAINTENANCE COST 150.00 * * * ** TRAFFIC * * * ** AVERAGE DAILY TRAFFIC GROWTH RATE ( %) 4.00 DIRECTIONAL DISTRIBUTION FACTOR ( %) 50.00 LANE DISTRIBUTION FACTOR ( %) 90.00 PERCENT TRUCKS IN AVERAGE DAILY TRAFFIC 10.00 18 -KIP EQUIVALENCY FACTOR FOR STD. CITY TRUCK . .62 INITIAL ADT ON FACILITY (VPD) 4850. * * * ** TRAFFIC DELAY * * * ** INDEX TO DETOUR MODEL 3 NO. OF OPEN LANES THROUGH OVERLAY ZONE IN OVERLAY DIRECTION 1 IN NON - OVERLAY DIRECTION 2 AVERAGE APPROACH SPEED TO OVERLAY ZONE (MPH). . 40. AVERAGE SPEED THROUGH OVERLAY ZONE (MPH) IN OVERLAY DIRECTION 15. IN NON - OVERLAY DIRECTION 40. DISTANCE OVER WHICH TRAFFIC IS SLOWED (MILES) IN OVERLAY DIRECTION 1.00 IN NON - OVERLAY DIRECTION .00 DETOUR DISTANCE (MILES) 1.00 NO. OF HOURS PER DAY OVERLAY CONSTRUCTION OCCURS 7.00 ADT ARRIVING EACH HOUR OF CONSTRUCTION ( %). . . 6.00 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RASA - KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) SUMMARY OF THE BEST DESIGN STRATEGIES IN ORDER OF INCREASING TOTAL COST 1 2 3 4 5 6 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** MATERIAL ARRANGEMENT ABC ABC ABC AB AB AB ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SUBGRADE EXC. COST 2.50 2.50 2.50 1.75 1.81 1.81 CURB CONSTR. COST .84 .84 .84 .84 .84 .84 THICKENED EDGE COST .00 .00 .00 .00 .00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TAPERING COSTS .00 .00 .00 .00 .00 .00 MILLING COSTS .00 .00 .00 .00 .00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** INIT. CONST. COST 22.57 22.57 22.57 23.98 24.81 24.81 OVERLAY CONST. COST .00 .00 .00 .00 .00 .00 USER COST .00 .00 .00 .00 .00 .00 ROUTINE MAINT. COST 1.10 1.10 1.10 1.10 1.10 1.10 SALVAGE VALUE -2.07 -2.07 -2.07 -2.42 -2.50 -2.50 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TOTAL COST 21.59 21.59 21.59 22.67 23.41 23.41 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** LAYER DEPTH (INCHES) 0(1) 3.00 4.00 3.50 4.00 3.50 3.00 D(2) 9.00 8.00 8.50 10.00 11.00 11.50 0(3) 8.00 8.00 8.00 .00 .00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** OVERLAY POLICY(INCH) (INCLUDING LEVEL -UP) ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PERF. TIME (YEARS) T(1) 21.41 21.88 21.65 20.00 22.56 22.31 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SWELLING CLAY LOSS (SERVICEABILITY) SC(1) 1.32 1.32 1.32 1.32 1.33 1.32 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** THE TOTAL NUMBER OF FEASIBLE DESIGNS ENCOUNTERED WAS 34 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** PAVEMENT * * * ** TOTAL NUMBER OF LANES IN FACILITY 4 TOTAL NUMBER OF CURBS IN FACILITY 2 NUMBER OF LAYERS CONSIDERED IN THIS PROBLEM . . 3 LANE WIDTH (FEET) 24.00 CURB HEIGHT (INCHES) 6.00 CONCRETE CURB CONSTRUCTION COST ($ /LF) 4.50 THICKENED EDGE FIXED COST ($ /LF) .00 THICKENED EDGE INCREMENTAL COST ($ /IN /LF) . . . .00 * * * ** LAYER * * * ** MIN. MAX. THICK. SALV. LAYER LAYER LAYER DEPTH DEPTH INCR. COST COST VALUE STIFF. NO. CODE DESCRIPTION (IN.) (IN.) (IN.) ($ /CY) ($ /SY) (%) COEF. 1 A HMAC 3.00 4.00 .50 55.00 .00 30.0 .960 2 B ASB 4.00 12.00 .50 55.00 .00 30.0 .900 3 C LSS 8.00 8.00 1.00 4.00 .00 .0 .320 * * * ** SUBGRADE * * * ** SWELLING PROBABILITY 1.00 SWELLING RATE CONSTANT .12 POTENTIAL VERTICAL RISE (INCHES) 2.00 SUBGRADE EXCAVATION COST ($ /CY) 4.50 SUBGRADE COST ($ /SY) .00 SUBGRADE STIFFNESS COEFFICIENT .240 * * * ** AC OVERLAY * * * ** MINIMUM AC OVERLAY THICKNESS (INCHES) MAXIMUM ACCUMULATED OVERLAY THICKNESS (INCHES). AVERAGE LEVEL -UP THICKNESS (INCHES) OVERLAY COST ($ /CY) OVERLAY COST ($ /SY) OVERLAY SALVAGE VALUE (i) AC OVERLAY STIFFNESS COEFFICIENT OVERLAY EDGE TAPERING COST ($ /LF) OVERLAY EDGE MILLING COST ($ /LF) AC OVERLAY PRODUCTION RATE (CY /HR) 1.00 2.00 .50 123.00 .00 30.00 .960 1.23 6.54 40.0 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RAGA- KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) * * * ** DESIGN CONSTRAINTS * * * ** CONFIDENCE LEVEL ( %) 90.00 LENGTH OF ANALYSIS PERIOD (YEARS) 20.0 MINIMUM TIME TO FIRST OVERLAY (YEARS) 20.0 MINIMUM TIME BETWEEN OVERLAYS (YEARS) 5.0 MAXIMUM THICKNESS OF INITIAL CONSTR. (INCHES) . 50.00 MAXIMUM FUNDS AVAILABLE FOR INITIAL CONSTR. ($) 65.00 DISCOUNT RATE ( %) 5.00 * * * ** PERFORMANCE * * * ** SERVICEABILITY INDEX AFTER INITIAL CONSTRUCTION . 4.20 TERMINAL SERVICEABILITY INDEX 2.50 SERVICEABILITY INDEX AFTER OVERLAY CONSTRUCTION 4.00 * * * ** MAINTENANCE * * * ** FIRST YEAR COST OF ROUTINE MAINTENANCE .00 ANNUAL INCREMENTAL INCREASE IN MAINTENANCE COST 150.00 * * * ** TRAFFIC * * * ** AVERAGE DAILY TRAFFIC GROWTH RATE ( %) 4.00 DIRECTIONAL DISTRIBUTION FACTOR (%) 50.00 LANE DISTRIBUTION FACTOR ( %) 90.00 PERCENT TRUCKS IN AVERAGE DAILY TRAFFIC 10.00 18 -KIP EQUIVALENCY FACTOR FOR STD. CITY TRUCK . .62 INITIAL ADT ON FACILITY (VPD) 4850. * * * ** TRAFFIC DELAY * * * ** INDEX TO DETOUR MODEL 3 NO. OF OPEN LANES THROUGH OVERLAY ZONE IN OVERLAY DIRECTION 1 IN NON - OVERLAY DIRECTION 2 AVERAGE APPROACH SPEED TO OVERLAY ZONE (MPH). . 40. AVERAGE SPEED THROUGH OVERLAY ZONE (MPH) IN OVERLAY DIRECTION 15. IN NON - OVERLAY DIRECTION 40. DISTANCE OVER WHICH TRAFFIC IS SLOWED (MILES) IN OVERLAY DIRECTION 1.00 IN NON - OVERLAY DIRECTION .00 DETOUR DISTANCE (MILES) 1.00 NO. OF HOURS PER DAY OVERLAY CONSTRUCTION OCCURS 7.00 ADT ARRIVING EACH HOUR OF CONSTRUCTION ( %). . . 6.00 MFPS -1 MUNICIPAL FLEXIBLE PAVEMENT DESIGN SYSTEM, VERSION 1.0, 8/83 ADAPTED FROM TEXAS SDHPT FPS -11 PROGRAM FOR CITY OF AUSTIN RABA - KISTNER - BRYTEST CONSULTANTS, AUSTIN, TEXAS PROBLEM TITLE (DESCRIPTION) GREENLAWN BOULEVARD (Minor Arterial, Divided) SUMMARY OF THE BEST DESIGN STRATEGIES IN ORDER OF INCREASING TOTAL COST 1 2 3 4 5 6 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** MATERIAL ARRANGEMENT ABC ABC ABC AB AB AB ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** SUBGRADE EXC. COST 2.00 2.00 2.00 1.19 1.19 1.19 CURB CONSTR. COST .84 .84 .84 .84 .84 .84 THICKENED EDGE COST .00 .00 .00 .00 .00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TAPERING COSTS .00 .00 .00 .00 .00 .00 MILLING COSTS .00 .00 .00 .00 .00 .00 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** INIT. CONST. COST 15.95 15.95 15.95 16.55 16.55 16.55 OVERLAY CONST. COST .00 .00 .00 .00 .00 .00 USER COST .00 .00 .00 .00 .00 .00 ROUTINE MAINT. COST 1.10 1.10 1.10 1.10 1.10 1.10 SALVAGE VALUE -1.38 -1.38 -1.38 -1.64 -1.64 -1.64 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** TOTAL COST 15.67 15.67 15.67 16.01 16.01 16.01 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** LAYER DEPTH (INCHES) D(1) 4.00 3.50 3.00 3.50 3.00 D(2) 4.00 4.50 5.00 6.00 6.50 D(3) 8.00 8.00 8.00 .00 .00 ********** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * * ** OVERLAY POLICY(INCH) (INCLUDING LEVEL -UP) ********** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * * ** PERF. TIME (YEARS) T(1) 23.81 23.49 23.18 21.51 21.20 ********** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * ** SWELLING CLAY LOSS (SERVICEABILITY) SC(1) .63 .63 .63 .62 .62 .62 ********************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 4.00 5.50 .00 * * * * * ** * * * * * ** 21.83 ******* THE TOTAL NUMBER OF FEASIBLE DESIGNS ENCOUNTERED WAS 87 RESOLUTION NO. R- 99- 06- 10 -10E2 WHEREAS, the City of Round Rock has duly advertised for bids for the construction of the Greenlawn Boulevard extension, and WHEREAS, Austin Bridge and Road has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Austin Bridge and Road, 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 Austin Bridge and Road for the construction of the Greenlawn Boulevard extension. 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 10th day of June, 1999. :ST: ma/. AL. •e� E LAND, City Secretary x:\ waoocs \aesocv;x\esaeioez.wwO /scg City of Round Rock, Texas 1 r GREENLAWN EXTENSION p , a City of Round Rock, Texas ✓jy x DATE: June 4, 1999 SUBJECT: City Council Meeting, June 10, 1999 ITEM: 10.E.2. Consider a resolution authorizing the Mayor to execute a contract with Austin Bridge and Road in the amount of $2,231,110.50 for the construction of the Greenlawn Boulevard extension. Staff Resource Person: Jim Nuse, Public Works Director. CERTIFICATE OF LIABILITY INSURANCE PRODUCER BRITISH AMERICAN INSURANCE COMPANY 3535 TRAVIS, SurrE 300 DALLAS, TEXAS 75204 -1466 (214) 559 -4887 (800) 964-4242 A BRITISH AMERICAN INSURANCE COMPANY B INSURED C AUSTIN BRIDGE & ROAD, INC. 8906 WALL STREET., SUITE 403 D AUSTIN, TEXAS 78754 (512) 835-1608 THIS IS TO CERTIFY THAT the Insured named 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 LIMITS LTR NUMBER DATE DATE A 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 COMPANIES AFFORDING COVERAGE Date: 27 September, 1999 GENERAL AGGREGATE $ 2,000,000 CGL-0104200 10/01/99 10/01/00 PRODUCTS- COMP /OP AGG. S 2,000,000 PERSONAL & ADV. INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED. EXPENSE (Any one person) $ 10,000 COMBINED SINGLE LIMIT $ 1,000,000 CAL-0104200 10/01/99 10 /01 /00 BODILY INJURY (Per person) BODILY INJURY (Per accident) S PROPERTY DAMAGE S EACH OCCURRENCE S AGGREGATE S WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY X STATUTORY LIMITS A EACH ACCIDENT $ 1,000,000 WC -0104200 10/01/99 10 /01 /00 DISEASE - POLICY LIMIT $ 1,000,000 DISEASE - EACH EMPLOYEE $ 1,000,000 DESCRIPTION OP OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS/EXCEPTIONS RE: Austin Job Number 1050 — Greenlawn Blvd., Round Rock, Texas 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 be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. Title: PBD -7 SIGNATURE OF AUTHORIZED REPRESENTATIVE V0.4 4+ -) Typed Nam : Dawn Knight Vice President THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. AGGREGATE UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MSR LRI TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMINDDM0 POLICY EMIRATE/II DATE IMMIDO/YYI MINTS A GENERAL LIABILITY COL 10/01/99 10/01/00 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIASILBY FIRE DAMAGE (My one are) i 700,000 1 CLAMS MADE fl OCCUR MED EXP (My one Tenon) 0 70,000 PERSONAL & ADV INJURY 0 1,000,000 GENERAL AGGREGATE S 2,000,000 GEM AGGREGATE LAIR /00 PER: PRODUCTS - COMP/OP AGO i 2,000,000 7 POLICY n .m 7 LOC A AUTOMOBLE LIABILITY CAL - 0104299 10/01199 10/01 /00 COMBINED SINGLE LIMB 7.000,000 ANY AUTO (Ee eccdenI 0 _ X ALL m m AUf03 BODILY INJURY i SCHEDULED MHOS re, PMMen) X HSED AUTOS BODY IILIURI' ND, i X NCR-OWNED LARDS MILcc denl PROPERTY DAMAGE $ (Pe, aaden4 GARAGE U*BURY AUTO ONLY - EA ACCIDENT i ANY AUTO 018000 THAN EA ACC 8 — AUTO ONLY: AGO 8 EROS LIAB5TLY EACH OCCURRENCE 0 OCCUR 1 1 CLAMS MADE AGGREGATE 5 DEDUCTIBLE 8 RETENTION 0 i A WORKERS COMPENSATOR AND WC 10/01/99 10 X' :Salt 1 IRA EMPLOYERS? LIABLIT I E.L. EACH ACCIDENT 0 1,000,000 EL. DLSFASF - EA EMPLOYEE 8 1,000,000 E.L. DISEASE - POLICY UNIT S 1,000,000 OTHER DESCRIPTOR OF OPERATONSROCAIONLNENOLE SIELCLUSONB ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: AUSTIN JOB 1050 - GREENLAWN BOULEVARD CONSTRUCTION SEE ATTACHMENT ACOR CERTIFICATE OF LIABILITY INSURANCE DATE ONAMEMY) 10/01/99 PRODUCER BRITISH AMERICAN INSURANCE COMPANY (214) 5544887 ( 800)9844142 5595 TRAVIS, SUITE )96 DALLAS, TEXAS 75204-1466 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED AUSTIN BRIDGE 8 ROAD, INC. 8906 WALL STREET, SUITE 403 AUSTIN, TEXAS 78754 (512) 835 - 1698 INSURER ABRITISH AMERICAN INSURANCE COMPANY INSURER a; INSURER 0: INSURER D: INSURER E: CITY OF ROUND ROCK ATTN: JOANNE LAND 221 EAST MAIN STREET ROUND ROCK, TEXAS 78864 SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED WORE TIE EMMATON DATE THEREOF, TIE ISSUING INSURER WILL ENDEAVOR TO MAL 30 DAYS WRITTEN NOTICE TO THE CERTRCATE HOLDEN NAMED 10 TIE LEFT, BUT MIME TO DD SO SHALL IMPOSE 110 DBWATON OR WBLITY OF ANT MD WON THE TOURER, III AGENTS OR REPRESENTATNES. AUTHORIZED REPRESENTATIVE /� ���� G4.E . 7 ) / - 1 11: , 711 ACORD 25-5 (7/97) NCELLATION PRODUCER BRITISH AMERICAN INSURANCE COMPANY (214) 559 -4887 (800) 964 -4242 3535 TRAVIS, SUITE 300 DALLAS, TEXAS 75204 -1466 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LEr1Ea A BRITISH AMERICAN INSURANCE COMPANY INSURED AUSTIN BRIDGE & ROAD, INC. 8906 WALL STREET, SUITE 403 AUSTIN, TEXAS 78754 Phone (512) 835.1608 COMPANY LETTER COMPANY LETTER COMPANY LETTER COMPANY LETTER B C D E THIS DESCRIPTION OF OPERATIONS ATTACHMENT MAY BE RELIED UPON ONLY IF THE CERTIFICATE REFERRED TO HEREIN IS ATTACHED HERETO. RE: Austin Job No. 1050 Greenlawn Boulevard City of Round Rock is an additional insured(s), ATIMA, on the AL policy shown on the attached Certificate of Insurance as respects the referenced contract. City of Round Rock is an additional insured(s) on the GL policy shown on the attached Certificate of Insurance to the extent of the coverage required and only in the minimum amount required by contract, and only with respect to liability arising out of work done or by or on behalf of the named insured under such contract City of Round Rock is granted a waiver of subrogation on the workers compensation policy shown on the attached Certificate of Insurance as respects the referenced contract. This insurance shall apply to City of Round Rock as primary insurance with regard to the additional insured for whom the named insured has agreen by written contract to provide insurance on a primary basis. L19 -Gt•_ --Li- 10E CERTIFICATE OF LIABILITY INSURANCE Date: 26 September, 2000 PRODUCER BRITISH AMERICAN INSURANCE COMPANY 3535 TRAVIS, SUITE 301 DALLAS, TEXAS 75204 - 1466 (214) 559 -4887 (801) 9644242 INSURED AUSTIN BRIDGE & ROAD, INC. 8906 WALL STREET., SUITE 403 AUSTIN, TEXAS 78754 (512) 835 -1608 CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LTR NUMBER DATE DATE A A GENERAL LIABILITY AUTOMOBILE LIABILITY EXCESS LIABILITY OTHER DESCRIPTION OF OPERATIONS /LOC.ATIONS/VEHICLES /SPECIAL. ITEMS/EXCEPTIONS RE: Austin Job Number 1050 - Greenlawn Blvd., Round Rock, Texas CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Atin: Joanne Land COMPANIES AFFORDING COVERAGE A BRITISH AMERICAN INSURANCE COMPANY B C D THIS IS TO CERTIFY THAT the Insured named 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. LIMITS GENERAL AGGREGATE $ 2,010,010 CGL 10/01/00 10/01 /01 PRODUCTS - COMP /OP AGG. $ 2,010,010 PERSONAL & ADV. INJURY $ 1,010,010 EACH OCCURRENCE $ 1,010,010 FIRE DAMAGE (Any oae Oro) $ 101,010 MED. EXPENSE (Airy oae person) $ 10,010 COMBINED SINGLE LIMIT $ 1,010,010 CAL 10 /01/00 10 /01/01 BODILY INJURY (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EACH OCCURRENCE AGGREGATE WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY X STATUTORY LIMITS A EACH ACCIDENT $ 1,010,010 WC - 0104201 10 /01/00 10/01/01 DISEASE - POLICY LIMIT $ 1,010,010 DISEASE - EACH EMPLOYEE $ 1,010,010 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 be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. SIGNATURE OF AUTHORIZED REPRESENTATIVE Typed Name: Dawn Knight Title: Vice President PBD -7