C. > ~ _~ C: , TECHINICAL DOCUMENTS for Special Road District ~~E 0 F TF~~~~~' `~ I. * ~~ y~~ .. rYtEr~EFl~F GERA~O ~V ... ,...~.r....... 5,3434 11 ~ •~'•.'~' ~O ' G~ ~ _ ,f +t ` ,,~~N~~ ~ ~ ~` 6 - Z.S-~ ~ v~~- RGREEh1ENT F'OR CONS"I'RUCTION CONTRACT ~ This agreerner,t dated fc~r referenced this ________ day of __________, 1989, bet weer, Kerr County, Texas ("KC") and the fo 1 1 ow i r,g named described Cc~r,t ract car Narne: Masters Construction Company Address: Box 21H Junction Star Route Ingram, TX 78125 Type cif Orgar,i~atic~r~: _Sole_.Pmprietorship ___._ W:C 7NESSE: TH ARTICLE 1 St aterner,t of Work., Contractor shat 1 f~_irnish al l material, supplies, labor, service and equipment required far the fol loving-described Wc~r^k. ~_~f C~c~r,str~_cct iar,, alterat iar, or repair: Road and Drainage Improvements for Oak Ridge Park Suc=h work i s described more i n part i c,_c 3 ar i n the at her Contract Dc~c~_iment s i ncc~rpara•t ed i rr this Contract . ARTICLE_~ Tirne fc~r cc~rnpletic~r,. l"he work will be carnpleted by __ August 31~ 1989 ___••____.____ fallowing execution of this Agreement by KC, sucl•i t irne fc~r cornplet ion being subject to ad iustrner,t as prr_~vided ire the Car,•tract Dc~curner,ts. Tirne is r_,f the essence car, the perf~_~~rmar,ce cif this Contract, and the Cc_~ntract Rrice wi I I be red,_~ced by 1 iq,_ridated damages for each calendar day c•'F ~_~r,e> I-ii~~rE=c~f: i . This Agreerner,•t ~. The Sched~..ile cif Special Gc~r,ditior,s 3. The exhibits, i•F ar,y, icier,ti~Fied in the Schedule of Special Cc~nditic,r~,s 4. The Genera l Rr~ ~v i. s i cans 5. The Soer_i•f-'ica•I::i~_•~r~, and the Drawinns, all as ider,tifi~~d iri the Sched,_ile •.•f Special Car,ditians, together- wi.i:t~ ai 1 acider,da thereto 6. The Sper_i.a1 Ir,G7•tr^,_lcti.r_~Y,> t..•. Esidders 7. The Advertisement fc?r Ecids ~. t_.UY,~t r'aC_t r~r.! <_~ I~'1"G~D~=tsa 1 __~. IY, CaSL? (_~~° C~ X1'1-F~. .LCD:: fJE?'tW(~'eYI tW~":~ Gr^ rnor^e ~=~~" Docurner,ts, each sha'l l F~revai 1 aver ethers precedence al~cwe 1 fisted. ARTICLE_4 Pr:ic~t~. Fc~r performance of the to cor•,tractc~r a Contract i~rice comra~_tted as fc~Ilowinn Prici.nr3 Sched,_tle, but sLtb,~ec1; tc~ provided in the Gontra~_t Dc~~cL.uiierlt: s Pf~IC;:CiVC SCHEDULE' the Car,tract i r, the order of work, KC wi 1 i pay showy, fir, the ad ~ ust rner,t s as E+i d ]: t errs Descr i pt i orI Ur, i t Itern _(a~_-an-tity___Linit•.___~r~cl__Wri•tter•,•_LJrlit__Pr-ice__Price___Amaur,t _ 210 _ ^_ 1 _^,_ _ LS__ Subgrade_ Pre~aration_ _ fc~r^ One Thousand dollars ar,d riO cents ~ X1000.00. _4782._. __ _ CY _6".-._Compacted_•Base __._ Material in Place far Five thousand one seven hundred. •fift~-_dc.ll~rs ,' arld no cent s ~ $ 5 ,157.00 '320 7484 SY 20 -Wide Two Course Surface Treatment f~,r^ Twelve thousand seven hundred fifty-t~l 1 ors arld no cents ~ ~ 12,752.00 -`- , Bid Item DescriPtiar, Unit Item G~~_iar,titY,.•_._•Lfr,it.,,•_.ar,d•__Wri•tter, Ur,it Price Price Amount 420 2 _•.EA_•_• DipPed_Driveway________ t ------- -------__. _ . fc~r- One thousand four hundred forty dollars ~zncJ_,_..._...._.__n~.__....._.__..__.___cents ~____-- ~-1440. tad _460A- _200 LF_ 12"-Corru~ated________ Met~jl Pipe in Place fc~r, One thousand five hundred-•e igfi~y--•--~•'--- dc,l lars ~r,d..___._..._._.n~_._.....__......_.____.cer,t s ~____-- ~1, 580 _ 00 --------------- ~~~~ _ 230 LF 15" Corrugated__ Metal _Pi~e _in Place•____ fc,r- Five thousand five hundred eighteen dc~l lays ;' ~r,d .,,.._.,.,~ cents ~______ ~5, 518.Otj ?'4b~C ._._._.___g.~_.._.__.._.._.LF ....~.8.".. ~Corrugatec~____ Metal Pipe in Place f~,~..,Nine hundred forty-five ' dollars and cents ~_•_____ $945.00 .......... _no_.........__ .._.._ . _..._ __ __ __. _- ------ Total cast fr,r~ cc ~r~str~_tct i~~~r~ of Rc~aci ar~d Drainage Irnprovernents far _ Oak Ridge Park •_ _ _ __ _ _ _ _ _ _ _ _ _ __ _ i s T~.nty--five Thousand Three Hundred _Ninety_two _________Dal lars ar~d__ no _________ cent t$25,392.00 ) A1TT~EST: Kerr Ca~_cnty 1 t=rl~ STATE OF TEXAS CDUNTY OF N.ERR N.err _ my ollnt Judge Dr-~te of Ex1!lecut ion: ~IV~('_ ~ ~y~~ CONI'RACTO ~' ,, T i t l e: ~-~/YZ-G7. 5v: l"it le: Before rne, a notary p~_cblic, c~r~ this day persartally appeared -~ __~r1.I~~L.~__ s7~:_. .. ___7 known tc~ rne tr_. be the person ~~_ _. . ~ _ whose Warne is s~_cbscribed to the frregair,G contract and, being by me first duly swr_,rr,, declared that •the staternents therein contained are true ar,d correct. Given under my hand onto seal cif ~c~ffice this _~_~____ day of ~__, 1989. ~` __ ~'_5~~.~.------------- Natary Public Signature . ~oo®oo ~e~; ,'; . ~.~~ ~,_ L. SANDEL ~~~ ', Notary Public ;fate of Tezas s~ rJ~; 6'v Cemmiss;cn Expues 8 l0-19~ ~~~ ~. >.~. -.~~P,s - ----------------------------- Printed ar Typed Name My Cornrnissiar~ expires ______ 1 TABLE OF CONTENTS RJR SPECIAL INSTRUCTIONS AND GENERAL CONDITIONS OF AGREEMENT SPECIAL INSTRUCTIONS TO BIDDERS ~~ 1. Receipt of Bids ................................................................................................................3 2. Accuracy of Bids .............................................................................................................3 3 . Award of Contracts .........................................................................................................3 4. Form of Proposal ............................................................................................................3. 5. Bid Security ................................................................................................................... 3 6. Acceptable Surety ........................................................................................................... 3 7. Conflicts and Ambiguities ............................................................................................... 3 8. Reservation of Rights ..................................................................................................... 3 9. Withdrawal and Amendment ........................................................................................... 3 GENERAL CONDITIONS OF AGREEMENT 1. DEFINITION OF TERMS 1.01 Kerr County and Contractor ...........................................................................................4 1.02 Contract Documents ........................................................................................................4 1.03 Sub-Contractor ..............................................................................................................4 1.04 Written Notice ................................................................................................................4 1.05 Work ...............................................................................................................................4 1.06 Extra Work .....................................................................................................................4 1.07 Working Day ...................................................................................................................4 1.08 Calendar Day .................................................................... ........................4 ....................... 1.09 Substantially Completed .................................................................................................4 2. RESPONSIBILfTIES OF KERR COUNTY AND THE CONTRACTOR 2.01 Inspections by Kerr County ...........................................................................................5 2.02 Payments for Work ........................................................................................................5 2.03 Lines and Grades .............................................................................................................5 2.04 Contractor's Duty and Superintendence .........................................................................5 2.05 Contractor's Understanding ............................................................................................5 2.06 Sanitation .......................................................................................................................5 2.07 Shop Drawings ................................................................................................................6 2.08 Preliminary Approval ...................................................................................................6 2.09 Defects and Their Remedies ............................................................................................6 2.10 Changes and Alterations ..................................................................................................6 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES 3.01 Keeping of Plans and Specifications Accessible .............................................................7 3.02 Ownership of Drawings ..................................................................................................7 3.03 Discrepancies and Omissions .........................................................................................7 3.04 Equipment and Materials ................................................................................................7 3.05 Performance and Payment Bonds ...................................................................................7 2 3.06 Losses from Natural Causes ...........................................................................................7 3.07 Protection of Adjoining Property ..................................................................................7 3.08 Protection Against Claims of Sub-Contractors, etc .......................................................7 3.09 Protection Against Royalties or Patented Invention ......................................................7 3.10 Laws and Ordinances .......................................................................................................7 3.1 1 Assignment and Subletting .............................................................................................8 3.12 Indemnification ..............................................................................................................8 3.13 Certificate of Insurance .................................................................................................8 4. PROSECUTION AND PROGRESS 4.01 Time and Order of Completion ........................................................................................8 4.02 Extension of Time ...........................................................................................................8 5. MEASUREMENT AND PAYMENT 5.01 Quantities and Measurement ..........................................................................................9 5.02 Estimated Quantities .......................................................................................................9 5.03 Price of Work .................................................................................................................9 5.04 Partial Payment .............................................................................................................9 5.05 Use of Completed Portions ..............................................................................................9 5.06 Final Completion and Acceptance .................................................................................1 0 5.07 Final Payment .............................................................................................................1 0 5.08 Payments Withheld .....................................................................................................1 0 5.09 Delayed Payments ........................................................................................................1 0 6. EXTRA WORK AND CLAIMS 6.01 Change Orders ..............................................................................................................1 0 6.02 Minor Changes .............................................................................................................1 0 6.03 Extra Work ..................................................................................................................1 0 7. ABANDONMENT OF CONTRACT 7.01 Abandonment by Contractor ........................................................................................1 1 7.02 Abandonment by Owner ...............................................................................................1 2 3 SPEC{AL INSTRUCTIONS TO 61DDERS 1 . RECEIPT OF BIDS. Sealed bids will be received at the place and until the time indicated in the Advertisement for Bids. All bids received will thereupon be opened and read aloud, except .~ as provided in Paragraph 2 below. 2. ACCURACY OF BIDS. Each bid received will be presumed to be accurate and free from error, unless clear and convincing evidence to the contrary be presented. No bid will be accepted from any bidder who shall have failed to perform in the past after being awarded a contract unless permitted by Commissioners' Court. 3. AWARD OF CONTRACTS. The Contract will not be awarded at the bid opening, but will be awarded at a subsequent meeting of the Kerr County Commissioners' Court. The Commissioners' Court will generally award a Construction Contract to the low bidder, but is not bound to do so. In deciding whether to award the contract to a particular bidder, the Commissioners' Court will consider not only the adequacy of his equipment, his organization, his experience, his financial condition and his prior record of performance including, in particular, his prior record of performance on contracts with Kerr County. Kerr County reserves the rights to award the Contract to any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 4. FORM OF PROPOSAL. Each bid must be submitted on the form of Prvposa{ prescribed by Kerr County, a copy of which is included in the Contract Documents. All money amounts shall be .~ shown both in words and in figures; in case of discrepancy, the amount shown in words will _, govern. 5. BID SECURITY. Each bid must be accompanied by bank cashier's check, or by a Bid Bond on the form prescribed by Kerr County, a copy of which form is included in the Contract Documents, in the amount of five percent of the largest possible total bid or bids, including consideration of alternates. Such sum will be paid to Kerr County as liquidated damages in the event that the bidder, if awarded the Contract, should fail with-in ten days following the award to execute and return the Agreement, together with the Performance and Payment Bonds (if required) with acceptable surety. 6. ACCEPTABLE SURETY. By "acceptable surety" is meant an insurance company licensed by Texas State Board of Insurance to act as surety, and having an unblemished record, in the opinion of Kerr County, for faithful performance during the preceding five years of all undertakings to Kerr County 7. CONFLICTS AND AMBIGUITIES. Kerr County will not be bound by any oral or other informal explanation of the requirements of the Contract Documents. Any prospective bidder detecting a conflict or ambiguity in the Contract Documents should call the same to the attention of the County Engineer and request the issuance of clarifying addendum. 8. RESERVATION OF RIGHTS. Kerr County reserves the rights to award the Contract to any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 9. WITHDRAWAL AND AMENDMENT. Any bidder may withdraw or amend his bid at any time before the time for closing receipt of bids. Any such amendment must be in writing and signed by the bidder. GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS OF TERMS 1 .01 KERB COUNTY, and CONTRACTOR. Kerr County, and the Contractor are those persons or organizations identified as such in the Agreement and are referred to throughout the Contract • Documents as if singular in number and masculine in gender. 1 .02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Plans, and all modifications thereof incorporated in any of the documents before the execution of the agreement. 1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans and specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. 1.05 WORK. The CONTRACTOR shall provide all materials, equipment, labor and other items 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 so applied have a well know technical or trade meaning shall be held to refer to such recognized standards. 1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood to mean and include al! work that may be required by KERB COUNTY to be done by the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the plans, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under control of the CONTRACTOR, will permit construction of the principal units of the work for a period of not less than seven{7) hours between 7:00 a.m. and 6:00 p.m. 1.08 CALENDAR DAY "Calendar Day" is any day of the week or month, no days being excepted. 1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant that the structure has been made suitable for use or occupancy or the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work or adjustment. 2. RESPONSIBILITIES OFKERB COUNTY A~VD THE CONTRACTOR 2.01 INSPECTION BY KERR COUNTY. Periodic visits will be made to the site for familiarization of the progress of the executed work and to determine if such work meets the performance and design features and the technical and functional engineering requirements of the Contract Documents Notwithstanding any other provision of this agreement or any other Contract Document, KERB COUNTY shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractor or any of the 4 .,, 5 CONTRACTOR'S or subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. 2.02 PAYMENTS FOR WORK.. KERB COUNTY shall review CONTRACTOR'S applications for payment and supporting data, determine the amount owed to the CONTRACTOR and approve, in writing, payment to CONTRACTOR in such amounts. 2.03 LINES AND GRADES. Unless otherwise specified, all lines and grades shalt by furnished by the CONTRACTOR. All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR and shat! be replaced at the CONTRACTOR'S expense. 2.04 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of the contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants. 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, methods and manner of performing such work, so Tong as such methods do not adversely affect the completed improvements, KERB COUNTY being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. t• Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection fo the safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use of all items and methods incident to performance :=. of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by KERB COUNTY, 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 method, 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 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 without limitation the propriety of means and designs, plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR from pans and specifications that may have been in evidence during any such visitation or observation by KERB COUNTY shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.05 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 ocher matters which can in any way affect the work under this contract. 2.06 SANITATION. Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such manner and at such points as shall be approved by KERR COUNTY, and their use shall be strictly enforced. 2.07 SHOP DRAWINGS. The CONTRACTOR shall submit to KERB COUNTY, with such promptness as to cause no delay in his own work or in that of any other Contractor, four checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and KERR COUNTY shall pass upon them with reasonable promptness, making desired corrections. The CONTRACTOR shall make any corrections required by KERR COUNTY, file with them two corrected copies and furnish such other copies as may be needed. KERR COUNTY'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing called KERB COUNTY'S attention to such deviations at the time of submission, nor shalt it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shalt 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 KERR COUNTY shall be for the sole purpose of determining the sufficiency of said 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 in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. 2.08 PRELIMINARY APPROVAL. No failure or omission of KERB COUNTY 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 limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon discovery of said defective work or material; provided, however, that KERB COUNTY shall, upon request of the CONTRACTOR, inspect and accept or reject any material furnished. Any questioned work may be ordered taken up or removed for re-examination, by KERB COUNTY, prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re-examination and replacement to proper specification shall be borne by the GONTRACTOR, otherwise the expense incurred shall be allowed as EXTRA WORK, and shall be paid for by KERB COUNTY. 2.09 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 KERR COUNTY as unsuitable or not in conformity with the specifications, the CONTRACTOR shall, after receipt of written notice thereof forthwith remove such material and rebuild or otherwise remedy such work so that it shaft be in full accordance with this contract. 2.10 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that KERR COUNTY may make such changes and alterations as KERR COUNTY 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 the amount of work is increased, and the work can fairly be classified under 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, otherwise, such additional work shall be paid for as provided under Extra Work. 6 ~. .. 3. GENERAL OBLIGATIONS AND RESPONSIBlUTIES 3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. KERB COUNTY 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 copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furnished by KERB CouNTY shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned upon request, at the completion of the work. 3.03 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice. 3.04 EQUIPMENT AND MATERIALS. The CONTRACTOR shall be responsible for the care, preservation, conservation and protection of all materials, equipment, and 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. 3.05 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this 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, in standard forms for this purpose, guaranteeing faithful performance of the work and the .~ fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and it is agreed that this Contract shall not be in effect until such performance and payment bonds are furnished and approved by KERB COUNTY. 3.06 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to de done, or from the action of the elements, or ftom 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 home by the CONTRACTOR at his own cost and expense. 3.07 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shalt take proper means to protect the adjacent or adjoining property or properties in any way encountered, 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. 3.08 PROTECTION AGAINST CLAIMS OFSUB-CONTRACTORS, LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRACTOR agrees that he will indemnify and save KERB COUNTY harmless from all claims growing out of the lawful demands of sub-contractors, laborers, mechanics, materialmen and furnishers of machinery and equipment parts thereof, and all supplies incurred in the furtherance of the performance of this contract. When so desired by KERB COUNTY, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 3.09 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 KERR COUNTY harmless from any loss on account thereof. 7 8 ~' 3.10 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply with all Federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless KERR COUNTY against any daim 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 KERB COUNTY in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the CONTRACTOR performs any work contrary to such laws, ordinances, rules and regulations, and . without such notice to KERR COUNTY, he shall bear all costs arising therefrom. 3.11 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of KERB COUNTY, and that no part or feature of the work will be sublet to anyone objectionable to KERB COUNTY. 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 KERB COUNTY, as provided by this Agreement. 3.12. INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless KERB COUNTY and their respective officers, agents and employees, from and against a(I damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work. 3.13 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and keep in force such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S operations under the Contract, whether such operations be by himself or by any Subcontractor or by anyone directly or indirect~y employed by any of them, or by anyone for whose acts any of them may be liable: 3.14 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRACTOR shall file with KERB COUNTY valid Certificates of Insurance and copy of the policy acceptable to KERB COUNTY. Such Certificates shall contain a provision that coverages afforded under the policies will not be cancelled until at least fifteen days' prior written notice has been given to KERB COUNTY. The CONTRACTOR shall also file with KERB COUNTY valid Certificates of Insurance covering all sub-contractors. 4. PROSECUTION AND PROGRESS 4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract, 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 KERB COUNTY is having other work done, either by contract or by his own force. The CONTRACTOR shall submit, at such times as may reasonably be requested, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at 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 KERB COUNTY, or of any employee of either, or by other contractors J~ ~: employed by KERB COUNTY, 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 KERB COUNTY shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by KERB COUNTY, provided, however, that the CONTRACTOR shall give KERB COUNTY prompt notice in writing of the cause of such delay. 5. MEASUREMENT AND PAYMENT 5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposa{s offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. 5.03 PRICE OF WORK. In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, KERB COUNTY 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 fumishing 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 whole thereof in the manner and according to this Agreement. 5.04 PARTIAL PAYMENT. On or before the 1st day of each month, the CONTRACTOR shall prepare and submit to KERR COUNTY for approval a statement showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month; said statement shall also include the value of all materials delivered on the site of the work that are to be fabricated into the work. KERB COUNTY shall then pay the CONTRACTOR on or before the 15th day of the current month the total amount of the approved statement, less 10 per cent of the amount thereof, which 10 per cent shall be retained until final payment, and further less all previous payments and all further sums that may be retained by KERR COUNTY under the terms of this Agreement. {t is understood, however, that incase 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, KERR COUNTY may pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR; or the CONTRACTOR at KERR COUNTY'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. KERR COUNTY 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 but 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 of or delays the work, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as KERB COUNTY may determine. 9 The CONTRACTOR shall notify KERB COUNTY when, in the CONTRACTOR'S opinion, the contract is "substantially completed" and when so notifying KERR COUNTY, the CONTRACTOR shall famish to KERR COUNTY in writing a detailed list of unfinished work. KERB COUNTY wilt review the CONTRACTOR'S list of unfinished work and may add thereto such items as the CONTRACTOR may have 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 (i 0) days after the CONTRACTOR has given KERB COUNTY written notice that the work has been completed, or substantially completed, KERB COUNTY shall inspect the work, KERB COUNTY shall issue the CONTRACTOR a Certificate of Acceptance, or advise the CONTRACTOR in writing of the reason for non-acceptance. 5.07 FINAL PAYMENT. KERB COUNTY shall pay to the CONTRACTOR on or after the 30th day, and before the 35th day, after the date of the Certificate of Acceptance,' the balance due the CONTRACTOR under the terms of this contract; and said payment shall become due in any event upon said performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation for fulfillment of any warranty which may be required. 5.08 PAYMENTS WITHHELD. KERR COUNTY 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. 5.09 DELAYED PAYMENTS. Should KERB COUNTY fail to make payment to the CONTRACTOR of the sum named in the final statement, when payment is due, KERB COUNTY shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payments", until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment. 6. EXTRA WORK AND CLAIMS 6.01 CHANGE ORDERS. Without invalidating this Agreement, KERR COUNTY 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 KERB COUNTY for execution by 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. 6.02 MINOR CHANGES. KERB COUNTY 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 KERR COUNTY involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shal{ make written request to KERR COUNTY for a written Field Order. 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 one or more of the foNowing methods: Method (A) -Use unit & bid or agreement; or Method (B) - By agreed lump sum; or 10 .'~ ?, 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. 7. ABANDONMENT OF CONTRACT 7.01 ABANDONMENT BY CONTRACTOR. in case the CONTRACTOR should abandon and fail or refuse to resume work within ten (10) days after written notification from KERB COUNTY, or if the CONTRACTOR fails to comply with the orders of KERB COUNTY, 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 KERB COUNTY or the Surety on the performance bond, or another contractor is completion of the work; and the CONTRACTOR shall not receive any rental or credit thereof (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, Extra Work and Claims), it being understood that the use of such equipment and materials may ultimately reduce the cost to complete the work and may 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 the ten (10) days -- after service of such notice, then KERB COUNTY may provide for completion of the work in either of the following elective manners: 7.01.1 KERR COUNTY may thereupon employ such force of men and use such equipment, and materials as KERR COUNTY may deem necessary to complete the work and charge the expense of such labor, equipment, and materials to said CONTRACTOR, and expense so charged shall be deducted and paid by KERR COUNTY 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. 7.01.2 KERR COUNTY under sealed bids, after a minimum of 14 calendar days notice published one or more times in a newspaper having general circulation in the county of the location of the work, 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 any increase in cost to KERB COUNTY 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. 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 completion itemized statement of the contract accounts, certified to by KERB COUNTY as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surely, shall pay the balance due as ~' reflected by said statement, within (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 KERR COUNTY 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 KERR COUNTY, then all machinery, equipment, tools, materials or supplies {eft of the site of the work shall be turned over to the CONTRACTOR and/or his Surety. should the cost to complete the work exceed the contract price, and the CONTRACTOR and/or his Surety fail to pay the amount due KERB COUNTY within the time designated hereinabove, and there remains any equipment and materials on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the I1 12 ~~` 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 KERB COUNTY to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice KERB COUNTY may take possession and sell or retain such equipment and materials and apply the value derived to the cxedit of the CONTRACTOR and his Surety. KERB COUNTY shall release any equipment and materials which remain on the work, and belong tv persons other than the CONTRACTOR or his Surety, to their proper owners. The books on all operations provided herein shall be open to the CONTRACTOR and his Surety. 7.02 ABANDONMENT BY OWNER. In case KERB COUNTY shall fail to comply with the terms of this contract, and should fail or refuse 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 equipment and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been brought into the work. And thereupon KERB COUNTY 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. KERB COUNTY shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by KERB COUNTY and all other sums that may be retained by KERB COUNTY under the terms of this Agreement and KERR COUNTY 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 statements as due the CONTRACTOR, under the terms of this Agreement. S t C T I u Pd i_~ S~ ~_~ I~iSPEC T Iuty t~EKVILE.S 1. i~ t~tNEEc(-1L I. 1 SL:UNk This section si_Immari~es tyre dt_Ities, resnansibilities artd l lrtlltat 1C~n5 C ~t al_Ithorlty of tine 1nSDeCtGr^ 1Yt C~!nYteCt 1Gri Wlth h15 Gbser'Vat loY, Arid 1nSDeCt 1C~Yt cif the W~ ~1'k. 1. ~ A~+THGR i TY a, Ser-•v i ces of the i. ns sect or~ ar'e set f _~r^t h i n the veriera i C~!nd1t1=~n5 Gf the Cc~'rttr'aL't 1'Gr^ l.~~YtStr'i_1C~~1oYt. In Dar't1Cialar', the definition cif the engineer's duties provide at_Ithority for ~_bser'Vat ic~r~ grid irisoect ic~ri ~..f the wc~r^:~. b. he 1YiSDeCtC~r'~ S altth~_~r~lt`! ZC~ r^eQlllr^e SOeClal 1'rISDeCt2C~Y, +_t'r' teStl'ri_q lYi C~~nneCtlGi't W1Ch releCted W~~r~~. 15 a1SC~ Dr'CtVlded iYt 'rilk? t~enrr'•al i:c~ndi'tiC~ns. YllrLf'1E'rrtlC~r'e, the Or'GV151on5 that. t_Ig~_~'rt reat_leSt b_v thE? C~!nt'r^aCtC~r~„ the 1n~51'JeCtC~r lYtSDeCt and accept or reiect arty material ft_Irnished is aisc~ _^r^anted in the genera 1 C. ~rtd i t i ons. C. The oroVisic~ris tCrt' r'eh7C~V1rIL7 WC~r'Ft. fC~r 1nSDeCtloY, bV the 1nSD2CtC ~r 15 Set tC ~rth lrt the uener'al LC end 1t 1C~nS In the par'agr'api~ CGrtCE'r~nir,g i_trtccwerinq cif work, `. <~ DEt= IIVITIuNS a. Ir,~oectctr'. A re~r'esentatiVe ctr the engineer ar owner may be assigned al_Ithar'ity to obser'Ve and ir,soect the work. b. W~~r~kir~U_U~y. Insoectc~rs are nett required t.~ worx on Sat urdays, Sundays, car i ego 1 ha 1 i days. I f the contractor plans wc~r'k c~ri a Sati_Ir'day ar' legal h~~~liday, pr'ictr ar'rarigernertts should be r,iade fc~r an inspector nc~t later than 1~~:Cf<_~ A. h1. on the w~~trkir,g day befc~r'e the Satl_Ir'day ctr legal holiday. c. Urii•risoected_.W~~rk. tarty work performed ar, a Satl_trday, 5t_Inday, ~-~r legal holiday, witnc"_It benefit of an irisoectic~n rtray reoi_lire rertl~wal and reoiacemerrt it s~~ directed by the insgectar. kemctval and reglacernertt wl J. l be c~ ~moleted at nc i aciditl~~nal cast. i~1:+.i-1 SVDGRtaUE {-'~CtHARH I IUfv i. cl LuS!'dERi~~ I. 1 SC~~P This sec-tlcm specifies the Clearin^ and or,_lDbinq of the right-~•f-way ar,d Dreparati•=n C=f the si_lbnracie or^ic=r t~~ the instaliatiC=r, C=f the base c~~~_lr^se. _ . p tUr{UDUC r S i he CC=rit'r^aC'i: C=r filay ,_lse eG1ll 1 r?fneY, ~ c:'rid rnat er 1 ~ 1 5 rlL'CE'SSarV_ T. G qr=_=oer 1'y C=":=rnD 1 2t e G rl e 'r'e0 It l'r^:?f11F?n ~ `_, YIC=t eC.] here 1 Y,. v. i_> ~,~~CU ~1lJiV .~. I SUBGRi1D~ PH~pAKATIC~i a. Clear^ing _ar,d uri_lbDinn. The er•,t ire area ar the RuW shall be seiec+.ively-cleared and gr~_lboed to a depth r_,f r,c•t 1 e55 than C=Y,e 1" ~ ~C=t be 1 C=W r,a'C t_ir^a 1 gr^a,and 1 n •I' 2 1 1 ar^eaS and ~ one fc=c=t below si_lborade elevatic=r, ir, excavated ar^eas. Ear^,_lsh ar,d ether debris shall be rent=.=ved fr^C=rn the KtJW and disoc=sed of as elected by the devel==lDer. b. Density. 5=_lbgrades s~,ali be car,stri_lcted ar,d finished with a mir,irn~_im density c=f ~~~'/. c=•r' standard prc=ctc=r far in place rnateriais C=r as specified in the Dayrner,t reo,_,rt pre Dared by a sC=i is lab. c. Te~tir,q. Test r^eoc=r^ts snC=wir,q density cc=rnoliar,ce, fr^r=rn a certified testing lab==•r^atc=r^y, snail be s=_ibrnitted tc= the Cc=~_inty ~•r,nir,eer. Minimi_lrn tests made and s~_rbrnitted shall be One fC.r each ~1t_)) sq~_lare yards r_=f rc=adway craws, s~_irface Wlth a rn i r, i nT,_lrn c. f r~r,e reo=~=rt per pr^o ~ ect (I f deemed s,_l f f i c i ent by the CC=~_-r,ty tngineer^ c.r his designated rebresentative). S~_lch tests shall be by ar,d at the expense C•f the ~~wner. Add itic,r,al testing may be req~_lired and, if necessary, will be made by the C~_=l_lnty Engineer and cC=~st thereC•f paid by Kerr rCn_i.rlt y. d. inspect i~ =r,. uhf.? sl_lograde snail be 1nsDected and apps-rived, i. r, writing, py the Cr~,_lr,ty Engineer^, or his Ceslgr,ated reps^eser,tative, priC~r t=,= the piacefner,t C=f ar,y base C=Y, Sl_l~?.teCt qr^ctde. LiASE MA i ER I A~ 1 . ~~ C~ENEkAL i . 1 `,JL.L~PE 1h15 SeCtl~~rt SL"eCltleS the 7t_lr'Yt1ShlYtq artd lYtStc~l]ln^ r~7 ~,'' ~~T Ct~rtlDaCted be-lSP_ CC~I_ITSe ~=~f L'r•I_~sher^-Y'I_lYl, t7r^~ ~k.erl 1 1ft1BSt~ ~Yle, Ca11Cl'le, calcae{~t_rs Cfr`aVel Cyr i'~rt=her^ L~'~~~C~O Clllc~~.l~.~/ T^C~c~C) bt_111d1Ytq mater^iai. a. 'LiCit_lr`_Ce, ti;~;T`cZCt. a?aSE' rila'LE'r^Ictl f'f^~=~rtl a S~_~llr^Ce aQC?r"~~Ve^ bV the L:~~+t_,nt v l~r,c? i deer. b. ter~adat -~n ~-tnd Uther"' ~"!eas~_,res. -he material snail meet the St anda'f`O= rtC~tLCI iYt ::iect 1~ ~r.t _~.~(iij j-SaSe +=~r^ L~cZSE' C~ ~ltr^SeS. G7" t.h Ner^r L.Gltn~'_y `.~'~t_tbC11'V1S1UYt Kt_tles artd ~i'eClLllat 1r~Yt5 t.jaYlltar'V 3. i PLACEME~'T Qr. the pr`epar`ed st_ibgr`ade, pierce a mir,irnl_~rn thickness of E inches base mater^iai which cc~rtfc~r^rt}s t~~ the lier^r^ Cc~t_irtty St_tbdivisi~m Kt_~les and Kegt_~iati~~rls i~ant_tary 1'3Fs~+). In thc~_=.e irlstarlce~s where the c• ~rltract~ ~r^ may elect tr_t t_~se a base thickness exceedirtq 6 inches, additic~rtal rn~-.iterial shc~l_tld be in lifts rtc~t exceedirtc~ L inches comvacted thickness in egt_ial increments ctr= the total depth. a. Fi•r`st•_i_ii=t. Piece arl pr^ctper^ly pr^epar^ed st.ibgr^ade. t 1 1 Spread atrld sha[~e sc• that a finished t h i ckrless of -rlct rnctr^e than 6 inches is ~~btairted. ice) Completed all r`ent_~ir^ed rnarlipt_~latic~rts the carne day mater^ial is cie~~osited. b. St_~cceedirt~__Li1=ts. Place each lifts curtly after^ the preceairtg lifts has been finished to nrac~e and cc~rnpacted. E_~1 I~_~w the same orc~cedt_~res acs 1=c~r^ the fist 1 i ft. i1",~il-1 c. R1ir,int~_tni Thici~.r,es~~ U'i= rjas!:_ ?<~ .~ r,~~~;ez t=, Ir,~~`r~GS. O. T n e C!~ C,1 p ct G t e d b <~ S ~a rR ~'at t e'r` l a l ~ ~'i d l l 11 F? 't r` G a t L-' r3 W l t ~'i (? . 1 ^a.t per SO~_ic-ir^P_ Y'ctrd G'1" ~~encl~r`ciLlY,O t:r,l~_llsl'fle0 !-~r`7.rrle (A. ~.'-'. Asahait Grn~_;i.sifiec~ pr`irne CijFi~'j" Sr~eci-ric~at~c~ns) after the base rnater`iai Ras (=}eE?Yt ctC?l7Y'C~'v'f.~r1 Cl`l I°~err C.~ii,..f"ri'1:'V c, r', C] the dfi•y ClE?fi~~rL the tw~_ c~~~urse s~_,ri=ace trecatmerrt is appl. ied. 3. ~_ r I h1I SH L Rr=aDE a. Mai~r,tain the snare and thickness ~~1= the c~_~~_rrse by arced iron. O. AchleVe a Srl't+=~~_~tl"1 ~i~_lr^TaCe ~_1:7~ ~r~ r_c~rntaie r• I~ ~Yr 1rt C~!Ytf =~r^r,llt`l Wlth tVD2Gal seC'tl~~r, and e5'tal-ill'~~'IE~C~ liY,e~~ c'ln(:j pr`adeS. (.1) AriV dE'VlatlC~f', lY, e':Cess GY 1 ~'+ -- 1r,Crl lr, C:rC~`-i5 secti.~n ~•r in .~ ier,nrh cif 1~j feet shall tie cr~rreCtGd t}V 1~~G~seninCa, ctClCj:tY,C:1 Qr` r^efloVir,n material, reshaoir,q ar,d r~_c~ ~rnpact ir,n b`J sCY^lY,k.11Y,L~J' c1n47 Y`C~11 lnn. (;=') Shy Auld the base c_•r„_irse lase the req~_eired stat~i i itv, density ~ ~r i"lr,ash t,ef~~~r^e s~_tr`facino is c~~rnpiete, rec~~mpact and refirrish tt~e base. c. Prior to placing ar,y paved s~_;r7=ace can ti`~e prepared base it must be treated by spraying Fer,amine (Ur,i~=r, Carbide) tr approved enuivalent, at a rate of 6 - ~ gallons per 4~rjt? square yards ir, ~,~jcj Uall~~r,s cif water^. -This t~eatr,ier,t will be dare no later that, ;_4 t-,~~~_rrs pri~.r •tr~ the placement of the paved sr_rrface. The treated area steal 1 be n. ~ greater Char, the area tc~ be covered by the paved s~_rr7-ace. 3. „ TESTING i~'firrirnr_trn tests made and sr_,brrritted shall bc_ one fc~r each 15citr sgr_rare yards ~_~f base r~iaterial placed, with a rriinimr_rrri of c~r,e per prc~~ect. Sr_rch test shall be made by and at the expense 01= the Contract•_~r^. Addit i~ anal tests may be regr_~ired. Add itir_,nal tests ifi regr_iired, will be rnade by the Gc~r_int_y Erraineer at the expense < SCOPE This lterll shall C4n~lst C~i" c'i wear"1nO SllrfaCe C~=~rnY:7aSed Cat tWG applicati~~r~s ~~~f aspl~aitic material, each c~~~vered with ag q_regat e car+str~_cet ed can the pre~G-tred base course car ex i st i na s~.~rface in accordance wiL-h these specifications. ~. C> MATERIALS ~. i ASPHALTIC MATG.FtIr-lLS The asphaltic rnateriais ~_~sed ahal i ccmf~,~rrn t~_~ Item Na. 3GC~, "Asphalts, Oils and F=rn~_~lsi~ ins" of State Der?artment of Hi nhways ar~d P~_~b 1 i c i•r'C~YiSI]Gr"t pit i c-•n (SUHPT? 1 S8~ Standard Soecificatic~ns as fc~ii~_~ws» a. CRS-~ car CZS-~=h i. t= first G~,~~_~rse -• auw:l ied cct G. ~:.'~ t..• t.~. ,?i~ ^al lens per sq~.~are ,yard. - ~. 5ec~=end C:o~_~r^se - anpl i.ed at G. ~~; tc+ G. 4<_> gal lc~rrs per sq~_~are yar^ci. ~.2 AGGREGATE The aggregate rnater:ials c>t~a~.l cc~nfarrn t~_~ item Nc~. ,3G~, "Aggregate fc~r S~.~r^facc•~ i"reatrnents" of SDHPT, 198 Standard SDeClf].CatlGriS ctS f~+11~~W5: a. First Co~_~rse - grade ;:~; rune (1) c~sbic yard per 8C tc~ ~G sa~_iare y~~rds. b. ,' Sec_~r~d Co~_~rse - Gr^atie G; ~_~ne t i) cubic yard per 1 i <.~ t r~ 1 ~`; sG~_~are yards. Two course surface trea•trnent 5t,a11 r,at bE~ applied when the air ternperat,_tre is below 6~ F and falling, but it may be applied when tt',e air ternperat~_,re is above E~ F and rising. Air ternperat~_,re shall be taken in the shade and away fr,_~m artificial heat. The two, cc,t_irse s,_~rface treatment shall not tae applied when the temperat,_~r-e ,~~f the roadway st_,rface is below E5 F. Asphalt material sha31 r,ot be placed when general weather c~_~r~ditic~ns, lY, tflG-' Op1Yt1~~Y, Cif tf'le ~YtOlneer. are nc,t suitable. The area to be treated sh~ili be cleaned of dirt, dust cm other deleteric~,_,s r,ratter^ by sweeping car ether approved methods. The s,_trface shal'1 be lightly sprinkled dust prier to the first appl leaf i~~~r, ~~~•r asphaltic material, when necessary. The contractor sh4.t11 be responsible fc,r the proper preparation of all stockpile areas befc~r^e annreaates are placed thereon, ir~cl,_~dinn levelino, c7.eaning of debris necessary f,~~r^ protect i,~~rt .•i= the angregate tr prevent any contaminatic~rt thereof ar,c~ clean up of arty st~?ckpile area at the c,,~moleti~{r, ~•f the w•~rk.. All star^age tanks, piping, retc,r•ts, bc,c,ster tanks and distrib,_ttc~rs ,_tsed in storing c,r handling asphaltic materials shall be kept clear, and in gc,c,d operating conditicm at all times and shat I be ~ operated in s,_~ch manner that there wi 11 be no car,tarnirtatic~r, c,f the asphaltic material with foreign material. It shall be the responsibility of the contractor ~~ to provide ar,d rnair,tain ir, goad wc,r~cir,o order a recording therrnorneter at the star^aue heat ir,s~ ,_tr,it at al ~. times. Ao o l i cat i can t ernperat ores w i 1 1 be det errn i ned by weather conditions but ~~hall be betweer, 1 ~? F t~~ iC-~~? F as determined by the Er,girteer^. The cant Tact or sha 1 l prov i cie a Z l r,ecessar_y fac i 1 i t i es for deterrnir,ir,g the ternperat,_,re r_,f the asphaltic material in all of the heating eq,_tiprner,t ar•td ir, the distr^ib,_ttar for determining the rata at wl-tich it i.s apol led and for securing u~nifc~r^rnity at the ~,_,netic~n c,f tw~_~ ~+;~.trin,_ttcm loads. The ~distrib,_ttc~r shall have been recer~ r~alibrated and the Engineer shall be f~_,rr,ished an ac:~ e and satisfactory record c,f s,_ich cal ibrat i~~~n. After rrr,ing the work, should the rate c,f the as~tihalt is rn~-~tteri~~l ~~~ .ta be inappropriate, the di~-~tr^ib,..,tor- s}-tai '~ _d t,_tsted to or^ovice a satisfactory rate before pr^c~ceedinc+ wlt;h the wank. Asphaltic mater^iai fc,r each cc~~_~r^s>e may be applied for the fu21 width cif the s~_~rface treatment in cane applicatiGr,. Asphaltic material shall n~_~t be applied until immediate covering is ass~_~r^ed. 3. 1 F i RST C~UR~E Rsphaltic material fr_,r the fir^st coot^se shall be applied an the clean s~_rrface by an apprcwed type ••f self-propelled pressure distributc~r^ s~=~ c~nerated as t4 distribute the mat er i a 1 at a rate ~c~ f t3. ~5 t ~ti~ ~ ~,sc i g a 1 1 ons per square yard ar as directed by the Er,n i peer, evenly and srnaat h I y, under a press~_~re necessary fc~r pr~_~per^ d i st r i b~_~t i on. Aggregate fc~r the first co~_irse shnl i be immediately and unifor^rnly applied ar,d spread by ar, appr^+_~ved self-propelled CantlnLlr_~Lts feed angr^egate ScarEader, unless otherwise indicated or a~_~thori~ed by thca Enr~ineer in writing. The aggregate shal i be aopl ied at thE~ apprc~xiriiate rate of c,ne. (1> cubic yar^d per 8S tc~ 95 sra,..i~;~rra yardr~ Gr as directed by the Engineer. The Cc~r,tractar shall be responsible far the maintenance Gf the s~_trface ~~~f the first r_o,_~rse until the secar,d course is applied. The entire surface shell Cher, be brc~~~~rned, bladed ar rak.ed as required by the engineer and shall tie ~thr_~roughly rolled with pr,e,_rrnatic r^~~~17.ers. 3. S SECL7ND C17U1~;5E The second course shall cc~r,sist cif asphaltic material and aggregate applied ~znd c~~wered in the marrr,er specified fcm the first appl icat icon, T'he =_>,_~rface steal I then be brac~rned, bladed ar raked as reauired by the Engineer ar,d th~~roughly rolled as specified far the first cc~~_~rse, exc^eat that all raliir,g shall be, with a pne,_intat is tit^e ral let. Asphaltic materials f~~~r the cG+_rrse shall be applir~d at the rate cif t_~,35 tc i_f.4C~ gallons per square yard ~ ~r as d irer.~ted b_y the Enq ineer. Aggregate t~or the secar,d cc ~~_~rse shall t-,E~ aopl ied at -the rate of one (1 cubic yard per lli~ t~_~ 1:5 sa~_~are v<-:xrds ar as directed by the Eng i r,eer-. The cc~ntractc~r shall be responsible for the maintenance of the s~_,rface w~~~rl~. thc~ wc~rl~. is acc^epted by the Engineer^. 4. i_~ RAYMENT The unit price bid fc~r twc~ ca~_~r'Se s~_~rface treatrnent, which prices shall be f~_~11 car,ipensat ic~r, f~~~r' cleaning arfd sprinkling the base; far '{'Ltr'YflshlrfL7, preparing, ha~_rlir,g and piacino all materials, f~~~r' r~r~llirfra, f~_~r' all freight ir~v~~lved; ar~d far' all rnanipulatic~ns, lab~~~r, t~_~c~ls, eq~_~ipment clearf~_~p, ar,d irfcidentals rfecessar-y tc~ c~~rf7plete the w~~rk. i llRI VEWta'YS f . i~ vENERt=tL 1. 1 SCUNE This sect. i Grr pr^r_rv i des f~~r^ the f r_tr^rr i sn i rro arrd i rrst a 1 1 i rrn cif dr^iveways t•• th-re r^iUht-••f-way lime. i:_~•rrstr^r_tct ic~'rr wi l l irrclr_rcle fr_tr^nishin^ base rr~atr?r^ial as neE~ded arrd sealin^_ finished sr_trtace with ~~ tw~r car_tr^sF= srsrl-ace t'r'eatment. ~. ~~ ~RvU~~L ~ E rtai: er i a l s arrd eo r_t i flment srza l l Ccrrrl" c~rrn t ~ ~ rea r_t i rernerri s i rr jeCt 1~Jns i.1~~, ~..~i) arm ~•~~1. ~~. t=~ EXELJT I uN ?,. 1 I tvS~- flLLflT I UiV Shall C~~Ytf~~r^in tQ methrrds detailed lrr 5eCt2c~ns ii_>, c~;i'> arrd air, 3. ~' MINIM~~C'I DIi'~1th`I;~I~ri~JS a. Width cif driveway sr-~ali Cr_rrrf~rr^rn to existing driveway width. b. t~etr_trn radir_ts ~~f driveways shall be a mirrirnr_tm rrt 15 feet . ~_~J.J ~_~- S aitL: i I Ufu )4~i i irulvCNE i E S~1"k~JCTURES I. i] GEIVEf~HIt_ 1. 1 SCUpE Tn i s sect i or, pray i ties tar i= t_~r-•rt i srt i r~ a artd i nst a l l i r,^ cor,cret e t =~7^ CC~YtSt 7^t_LCt 1 ~ art G'I` st Tt_lCt t_tTF?S rt! ~t eC] ]. rt t ite dt t clCCled ^et a l 1 ~. E. i=) GKUDLiC t`S iYlater^~.als and e~a~_tinmer•,t =.->r-,~:i? c~~Y~l'~:rf,1 t~~ Itf-:r1T ~f_~. ~}`r) ~Y,d ~F~1 ~~f the State Departrner,i, ~_~1: i-tinhways ar,d 1-tt_tbl is f ranso~!rtat ic~rt tSDHPT? 1'~is;_ tit.ar,dErr-d ticecii=i~aii<<~ra. 3. ~_a EXECUI"iUI~ .:;. 1 Mrs r t-~ I i=~L %aNI) t!>!i.i i !='i~1E_;V-f S'rt a 1 i cor,farm t c~ item ~Ic~. 4:'t> artd 4; i r_~r t rte State Lenar^t rnent c:f Hirahways ar,d Pt_~bl is i rartspc:rtat i~_:r~ (SDHPl") 1~~BE Standard Spec i f i cat i ~=arts. ~+. ~~ NAYh1>=.NT Payrner,t wi7.1 be rtiade under ~~:ne c~i= the fc~llowir,n: Item N• ., 4`c:~A : L .•w Water Crass i rt U Itern No. 4;~c_~D: ~c~w Water Slab - i tern Nc ,. 4c:c_>C : Dipped Dr^ i veways ~ ~7^ Roadways S~C~ i LJId 14z-,( i~C~Ri~tL~~=r-~~'T_S~ r*1~._ T HI_ N T PE 1. U t~Ei~~ERi=~L 1. 1 SCGGE This secti~~r~ ar^cwiaes 1'••r the 7=tir^r~ishinct ar~d installin^ cc ~r^r^~_~oated metal vi oe. L. i i NrtuDLIC"r ' .7 it a l l C~ ~Ytt ~ ~Y^rn t ~ ~ t l'le r^E'q ~_l i'f^e(11L nt S l Yl 1 L E?r1l (~~~ ~. '-}t~L~ ~ ~T '~'L c~Z e DepaY^trneYi'i: ~_~9" i-ilC7hWaV5 ar~d P~_ibl1C IY^ariSp~!Y^tctt.lt~n 15lli11-~I1, 1'~t]~ Standard Sreci f i ct-~t i c~r~s. Clr~ped end c~_tiver^ts will crr~ly be allowed with the acprcwal car the Cc~~_~nty Er~~ir~eer. .~. > EXE%:IiTIC~td Shall canl=c~rrn tc• the req~_tirements in Item Nc•. 4C.C~ C f 5t pct _ Department ~~t Highways ar~d P~_~blis Trarrspc~Y^t atic~n (SDHPT), 19Es~ 'c+tandard Saeci t icat i _~r,s. 4. i ~ PAYMEiV t Payrner~t will be rnadfa tir~der^ cane c~fi the fc~ilr~wir~g: I t ern Nc ~. 46~?A : 1 ~ inch CMP It ern I~ic~. 4E,{ ~D : 1 `, inch Cf*1P I t ern hlc ~. 46~ ~C : 16 i rich CMP I t E?rn i~i4. 4C,(.)D : .~'/ 1 nCh LniP i t ern Nc~. 460E : 3U inch CR1 P i i~-t-,i i-1 DIPPED DRIVEWAY DETAIL TH OF DRIVEWAY *f~f LI\M~~ KERB COUNTY ROAD AND BRIDGE DEPARTMENT KERRVILLE, TEXAS 78028 (512) 257-2993 ~'4: All riolders of Contract Documents for Ingram Hills, Summerhill Estates, Oakridge Estates and Herritage Park. FROM: Gerald Mennefee, P. E. ~/~~ Kerr County Engineer ,~~~% J.ATE: June 5, 1989 The following is a list of clarifications and modifications to be included in the appropriate Contract Document set for the following projects: Ingram Hills, Surimerhili Estates, Oakridge Estates and Heritage Park. 1. Ali Sets A. Se%iioza ()21 cl, Subgrade Preparation tidd to 3.1.b. Density: The minimum density shall be acheived for a minimum width of 30 feet centered under the proposed base course. B. Section o23~, Base Material Add :0 3•?.a. (Finish Grade): All roadway shoulders and sides of the drainage ditches shall be rolled with a pneumatic or flat wheel roller after Tina! grading. C. Section t,)32~, Two Course Surface Treatment Delete iron: lines 5 and ~ in 3.2 Second Co•~crse the following: "except that all rolling shall be with a pneumatic fire roller." II. Summerhili Estates A. Replace low water slab details with attached sheets. B Replace plan view of creek crossing detail with attached sheet. C. Replace bid form quantities sheet with the attached sheet. This changes the quantity of 6" base material compacted in place from 5,8x0 cubic yards to 1,727 cubic yards. III. Heritage Park A. Replace bid form quantities sheet with the attached sheet. This changes the quantity of a 6" base material compacted and in place from 8,361 cubic yards to 2,632 cubic yards. IV. Ingram Hills A. The concrete work noted on the plan sheet at Lot 73 is deleted and should not be considered in the bid. B. The bid sheet notes that 10 driveways should be bid for Driveways in Place. This is correct as not all the driveways are shown on the plan sheet. C. The rock shelves noted for excavation on the plan sheet at Lot 68 only involve the road side drainage ditch. D. Replace bid form quantities sheet with the attached sheet. This changes the quantity of 6" base material compacted and in place from 14,737 cubic yards to 4,375 cubic yards. y. Dakridge Estates A. Replace bid form quantities sheet with the attached sheet. This changes the quantity of 6" base material compacted and in place from 4,782 cubic yards to 4,375 cubic yards. i, rF h; ~,~.* . , ~~~,.:.. ~ ; r . A~.. .~., ~ ',. ~'~'~ 1 .. ; ~~ '~:.' ;' a ~. is ' 5; ~~1 ''~_ ~_~_. . r ~'1. ~:~t~ are •• ~~: r~. . ~.- . ec~: ;,._ . I TECHlwlCAL pOCUMEMTS for ~~~ special Raad pistrict ~ + fi~ y ,, . `;r- ~. _ , ,~: , ~s n. _~ 4 ~~ :. , :e . : , ~ p ;' ~'' : , . •~.. ~~~ _r.y .4j • 1 ` ~ Y . ° rF r ~ ~ ... 9stit - :~:~~ * : : * ~y -~~.~ M D ~ ............... ,~ GERAL ...,. •~ h3~ , ~ s 5 . . ,. ~ 7Sj~4~°~`i`~~= ~ ~o~ ~E • • ~ ~i"~ r. h, r M '~.~~~t~r• ~ r ~ FSSf ~'~ t UyAt ~ ~t~ti~r...•.•- - 5_ Ls ~f t :3~:._~~~•_;',.:_- i~F1:CCTI~JG SCF-IEDUt_E - ~ B2d TL-E~m Descriuti~_~n Ur,it '`'•- ~ Itern G!,_~ant itv Unit and Written Unit Price Price Amount ----•--. __._-----___.-------- P -----.----------------------- - ?.19_ _ _ _ 1 _ _ _ _ LS S'u'7u~,y,, ade Pre aration ,s;;,,~ . ; `. y!~ - ~, .., end __..-----•-----------__.-•---cents ~ ffi .- _. _ 6- CY ~""~Sase'~dateria3 ------------- .. •. ~;',~ ~ - ~ Ccm cted and in Plaoe il~c .r ~.e r.`.;i *:r:' .x~ ~Cr~.r~ ;}~''~s~:~' ~~ ~~ ---..._...-----•----------•----•---ot~ 1.1 ars ~, r-. .. -` cents ~ ______ ~f~{~~ ~~.'-• and _....._..__.._..___..---•.._..__.-•----- ------ ~ ::'.:-~,;:~ _':' 320----- 9030----•-SY-._--.-•---~T~-'-Course -Surface-•----•• ---------------------- .-~.; _ ''' t;:~; " Treatment 20' Wide ~~~ J .~:• _ -•----•----------------------•---- ;_• . r ~-...' ; ': `` ;.. '}::~ ~ d~ ~l lars ~. , -•~~' _~~0 -- _21 ___ - EA --------Paved Driveways iri -PIace___-------------•--- ' ~'~,~ 4i},. ~.~ - ~ _..._..-•----.._--•--------- dr_~ 1 1 ars ~:...: ,~, . . ~tr,ci - -2- SLIl~F~irr•r, 6/5/89 LQW WATER SLAB DETAILS __~--- I I I i I 1----- A A C.L. --,-- ----------1 j j { I I j j 1 I I I I I 6 x 6 W2.0 x W2.0 { i WIRE MESH REINFORCING I { (TYPICAL) I ( I { ~ B~ c I 3'-0" // Pipe Diameter NOTE: Grade Beams may be eliminated if slab can be anchored on TOP VIEW solid rock. N.T.S. ___ r-- _~ 1 ! ~~1. 1~ 1 EXISTING DR4INAGE i~IPE / 1--~ _- -` ~ -- ~ NOTE: Headwall around pipe to be constructed only where pipes currently exist. SIDE VIEW N.T.S. 0 i N D - DIAMETER OF PIP SHEET 1 OF 2 t LOW WATER SLAB DETAILS 6 x 6 W2.0 x W2.0 / WIRE MESH ,-~ 0' - 6 " (MIN) z H ~. ... N0. 4 BARS- - • ,~ (~ ) 0' - 8' (MIN) SECTION A-A N.T.S. (TYPICAL) 6 x 6 W2.0 x W2.0 WIRE MESH 0' - 6" (MIN) N0. 4 BARS ' ~ ' ' EXISTING CULVERT PIPE N0. 4 BARS AT 2' - 0" CENTERS ~ N0. 4 BARS AT 2' - 0" CENTERS 0' - 6" (MIN) 0' - 6" (MIN) DIAMETER OF PIPE 6 x 6 W2.0 x W2.0 Wire Mesh 0~-6" (min) NOTE: This Detail to be used where I ~ ~1 culverts are already existing. ~ ~ 3r_0•• 0' - g„ (MIN) SECTION B-B N.T.S. (TYPICAL ) SHEET 2 OF 2 tapered th raadwhYa ache ~travelway on NOTE: ApPYOach w~,dt of match the cr+~ssinb• 'fAprR i" 15+ (min ti k N U o' iN ~ O ~~ SHEET 1 OF 4 N1 o~' v' ~~N, 2' SEPARATION aETwEEr~ Pzeas PLAN VIEW 0~' CREEK CROS51NG N.T•S• ~ALTERNA'~ ) ~" , .... F ra•r~ + n - .~! wn , na ~~,.,~ "S "~.y y S' , "Clti w~,{+~'hfN-?tri.{'Y 'y~r ~~~~`SMi»'~'~~~~ ,gym+6. ~~yq.47+~,i XSt~t 7; a 'R~ sK ~y~l~»., s~ 9 !0. 5 V ,tr 73 7 ~ ~ 4 ~ ~ "`t ~ <{7 ' k ~ t~.. ~' '4 !41 n b'ut't r,! 4 4r > ~ `LPG, a ~! ~ ~r 1 kr y tir~'".}"~t~ ~ ~ ;r~ la~.'C ~,s~+t~,~t~Y~~ ~t;~y4~1, ~~,~',fi t ~(t Y t . s ,s f Ti W t Y f+tiV4~ t ly~.^ e .,. ! J, a~;1 r 5' t ? .~''~~' ~~~ ~ ,. .~ ~~~ ~~. n~;µ~e- .,r sx r ac.7CSFd C`E'n/"E~ r ~ i~i > ~ }~C~ . r r a ~••• r .J.. ~ ". ,~ ! ~ ,•~ H ~' ~ '~ i ~ J~' ~ t '"~~ .. c-~. • 1 c~ ~~ O d a 0 cn' ~* ~" m C,1 ~_ ror ti °v 0 ~J c m :;;:n .-; -- s.l~ } ~ ;;~... ,4..~.. ~: = L `'- , `~.r; ::r`~ .~: '.< ...: ; 'z is _• , 4(~ ~ < f:.; "r c ; .:, .,; ~• :: 'ss_:rf. ~~•' s?: ;.-' yy?? 5 r'rY f'' ~ '~ .,3' ~jr93-~~ ' . fi,'' , :k% a:+ . t:4r~ - ~3 1Y i't';:e.. 1~ ;: . #~•~ .~,; ~:~,". - :~== • . ..~. ;~~,', ~;', - ?;' ~R F,.. . s~:.,` y.t~ ih~ .;~ }? .~ 1hz .: •.. e: . ; T -. . i~R 1: C; T IuG SC!•-IEDUI_E Bid ItF~m L7escrioticln Unit Item G!Lrant itv Urlit and Written Unit Price Price Amount 210 1 LS SL~bgrade ~reparaf.~ce~ --------------------- ~=~ Ir dallar5 and _.___cent s ~ ~ 230 ~26~32 CY ____ Compacted Base . Material_ in .Place __ `_ _ - --- --•----__d cl l l ars . ar~~d cents ~ ~ ~?.D__ _ _ l~$$$ _ SY_ __ _ ..?Q' _._v'~'ide_ Ztao Course_ _ Surface Treatment _ _ dcl l I ars r c~r- - ------- -- _ 330 15 _ EA_____ _Paved_Driveways .uz Place -- - +,F 7 t~ r , ~r 1 1 I'..._ ... _ ._. ~_ _. _. ~ _ .__ _. ... _•_ _•_ _. _.._..~ _.. dcl l 1 ars Ctnc~ cer11. s ~ $ -2- ~ PARK 6/5/89 ~~ - "N, °~""" N .. :,A.yn r` ~ r tl i .' TECHIN~CA f DOCUMENTS Il~~~ ~II~ eci~~ Road pistrict Sp .~z •; _ ~4 . ::;.. ~ . ;xf~" ~. _., , ,:a.. . - - ; _ ,~~ .. i~i• \ .. ti=. F, • ..~~ P . , ~`~'<;~r ;;,.~ `, , :, c.~~+ - -k ;- rY ~_ ~,*..^ .. F~~ ~ < t'' 'S-.~•' ~~.p,;;~;: . r , ~: .r. f~ ... ;' ,;~•.. ;'.:;--~ 3. :'~~1 .`' . ~.' '~ ~. a•~.°- . ar - ~~,' , ~;_~.. i' k~ ~ . ~'•.; ., ~ . ~'. ,~~ :. _ . . k'';~ ;~ ..-:. ~'< ,~3 •; NR :I: C T f~1G SCF-IEDUI_E Bid Ii: F:rn l,~escriotic~r, Unit stern u!iant ity_ Ur,it and Written, Unit Price Price Amount ------- -----•--_•__--•----= ----•--------------T---------------------- 210 1 IS -Subgrade Preparation i' ~ ~ r OCR 1 1 e7rs ar,d _ cents ~ ffi -2~--- --_ 4375 -• - ~ --- -_ 6"..&as~.~~~~~a~_------- .._ C~attpa_cted.. and,- in Place _ __ T~~r' ---..._.-__-_•----._..._-.___._._ O~~llars ~r~d ... cents ~------ ~ _~2Q__ - 23058 ~-•----Y ---•-•------•--_...... _._._.--•--•--•-------_..__---• -----•-------- __•SY -._-- Two Course Surface --------- _ Treatment 20' -.Wide - - -- r•.•r dc~ 1 1 ors ar,a cents ~____-- ~ _33II__ _...]_Q_____ E&___ _.__~~Y~d_Dr.v_eways-in Place b rrP c1 Y, d ---......._-._..._.._..._._-•-•-----•-------~-cents ~ ~ -2- INGRAM HILLS 6/5/89 ..!~'~A~ ih ~ ~: S ~• t; .. .~ F.F + a?~. i:~t. _ i ~~'-.1~ :i^.~ ~~~ 4 ~ s!~: j: r..:. t{'y~ y~ rte, "LM1-~L i/~_ . 1•: `-`ma'y =; t -~: _.r ~ :~ ~~Pi J~~"'t~tit'I + ~Ts ~ ~j , , .. ~~y~,~„{ .rI - . i_~:p•, . Z` ;: ~. Y;~-, rTg;.~t^~~< _ ;::.~~-' :'.4 tir r.~ ~' . , ~;.~ ~`.: ~~ "{ ~,^r - .J.~ Y'~~' .`w. .i tY IC~L ~U~UME~TS -~~CHltd for .~' V ~ciai R~a~ ~ist~`~~t , ~~ V .! `'~~ of rF~;.,~#+~ . s ~ ~ +~ . ~ER~1.D w :.. ~ s ~ti~~~~~~w,.•''• pip ,7 " !1'S"-,0 f ~ I Eiid ItF~m Descrioti~~~n Unit Item___G!_~anti~y___Ur,it and Written Ur,ii: Price Price Amount . 210_-- 1 ___-_.._ ._LS _.___ Subgrade_ Pre~aratioaz _-.__-- fi; ,r. - oc~ 1 1 ors :; ~: and cents ~ ~ C , '.. ` E s 230 1405 CY 6" Cccn~acted Base ___ __ -. ._ - __ .... ._...____... __ .. __.._.._._ __ __- Material--in Place _" .. - ;;• ,N t: ' .~ ~~.~~ f~ ~, ~~ ~ dt~ l l ars ' ~r,d cents ~___ ___ ~ ~, ~ ~ Surface Treatment ,~; ~.., 7` ,~ ' --- -- -- -• -- ---- -_ _ _._ _ _.._..._ d ~! 1 1, a r s s`~' and cents ~ ~ :~::: ....:. ~3~--- - _ EA__ _. ~av.~cLR~.~3~~i •--- --~ ~ In Place____.___.___-------.______ ~T:: _' . i s~' ~. ti . ' jw `, . ~.:,'.~ , ~ --.___-------•--•----------dollars f ,- _ - ..^ ,r ~.. znd cents ~ __-_ __ ~.___ -`- OAK ..=tIDGE 6/5/89 SM--3'_. c. .__ t1VGRAM ~une 15, 1989 Irrevocable Letter of Credit No. 1-89 Amount: $25,392.00 Kerr County Road and Bridge Maintenance Kerr County Courthouse Kerrville, Texas 78028 Gentlemen: We hereby open our irrevocable letter of credit in your favor for the account of Walter Masters, dba Masters Construction, Ingram, Texas, fora sum or sums not exceeding in the aggregate the sum of $25,392.00 available by your draft drawn on Ingram State Bank at sight. The draft must be negotiated or presented on or before December 12, 1989. The letter of credit is transferable and/or assignable in whole or in part. All drafts must be marked "Drawn on Ingram State Bank Letter of Credit No. 1-89." The amount of any draft drawn under this letter must be endorsed on the reverse hereof, and the presentation of the drafts, if negotiated, shall constitute a representation and warranty by the negotiating bank to be relied on by us that such endorsement has been made; if no drafts are negotiated, this credit must be surrendered to this bank on its expiration. This credit must accompany any draft which exhausts it, and must be surrendered upon presentation of such draft. Except so far as otherwise expressly stated, this credit is subject to Uniform Customs and Practice for Documentary Credits (1983 Revision ) International Chamber of Commerce Brochure No. 400. We hereby agree with the drawer, endorser and bona fide holders of draft drawn under and in compliance with this letter of credit that the same shall be duly honored on due presentation to the drawee. Yours very truly, William H. Cowde Jr. President WHC/jb P.O. Box 708 Ingram, Texas 78025-0708 512/36?-5133 i ! ~ __ .: y .: a.. .. ,;~ - .- ~. ~A ~ ~ . _ T~ ~~ E ~;,-- ~.~_~ :. ~ - i - _ COMPANIES ~,FFO~DIN~; G=AVERAGE CO^~~Pa~d'~ A - -- LETTER-------- ~ ~ I~ E--- ~'S ~- p r __ ' ! COtsPANY B ` I"JSURED iLETTER S0 COU'lty I~~iSUI'fl!'~= ~-- - MBSteiS COf1S~ hY C LETTER JSR Box 21-H Ingram, Texas 78025 'EaNY D E°" ~ L T COMPANY E LETTER • THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED . NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDI- TIONS OF SUCH POLICIES. , ' CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS DATE fMMrDD~NYI PATE (MM/DDrYY) EACH AGGREGAT OCCURRENCE E G ENERAL LIABILITY BODILY r q COMPREHENSIVE FORM INJURY C~ W , EICL 50414 5-2-89 5-2-90 PREMISESIOPERATIONS PR UNDERGROUND EXPLOSION & COLLAPSE HAZARD OPERTY DAMAGE $ $ u PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL COMBINED $ $ INDEPENDENT CONTRACTORS S O O S O O BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY BOaLv ANY AUTO SCB 002990 INJl1gY f~gPEq~l $ B A O 5-2-89 5-2-90 LL WNED AUTOS (PRIN. PASS.) BDDILY OTHER THAN ALL OWNED AUTOS ~ pRIV. PASS. IN,IUgY (PEq ACC0ENi) $ HIRED AUTOS PR P R NON-OWNED AUTOS TY O E DAMAGE $ GARAGE LIABILITY BI&PD COMBINED $ EXCESS LIABILITY UMBRELLA FORM COMB N I ED $ $ OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION STATUTORY $ (EACH ACCIDENT) AND I EMPLOYERS' LIABILITY $ (DISEASE-POLICY LIMIT $ (DISEASE•EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS ~ Road Construction • . Kerr C 0 U n t Y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Ex- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE K e r r v i 11 e , Texas 7 8 0 2 8 LEFT, BUT FAILURE TO MAIL SUCH NOTI SHALL IMPOSE No OBLIGATION oa Lu-BILm OF ANY KIND UPON THE COMPA S AGENTS OR REPRESENTATIVES. ATTN: Gerald Menefee AUTHORIZED REPRESENTATIV h. a"2; •. ~; surznre ~ :~cccr~~nre wr:h the provisions nl Article i.lri ;.f the Insurarrea ('ode of Trla•~. 'hc ind^isgned rlegninrs and a;;refs l iql °,u h i~lsu'rn~'e a~ is applied Icr herewth is suL,je I to such rates, premium modili,a'iors acid surcharges as ire r;o~rr or ma'/ her~~alle~ be. app raved by th,+ 7rxa~. ~~a a Ooai~l nl Ins_r~nce. the older signed t~rlher agr~es That the Producer of Record herein r,hown acts solely as tl~e ayrnt ~f the ~indersianej an!' is ~ -~t an ~gert t~l o~ ~~„ th~~ tacos ~1'_~k~ars' C~,mp~nsali-~, Assigner: Risk Poo or of the company assigned to issue ar:d service such insurance. J. The Insurance herewith applied for has been tendered to and rejected, Ibis rejecliur, being a cnnrl~tion precedent to applying lu Ilse Puul fu! Insurance farmers Ins. Groin Name of rejecting Insurance Company ___ _ _ __ - _ ~ Date of rejection 6-- 1 ~-~ - 8 g_ _ _ _ 2. Applicant's official Trade Name: _tdalter tip. hiasters_ _ .DE31\ Mast~rs_ Pavinr~] Cpnstru.ction Meiling address__.BO;c 21H, Junction Star Route,- -Inc,,_ram, 'i'<;.._, 7£302.5._... -_ _ _ Telephone Number __._~6Z.-2361, area code 5-12..___.. The street adtltess, city and state where payroll books and records will be maintained for audit !s __ ~ SAME AS ADDRESS IN_1~ 2 ABOVE _ _ - -.. 3. A. Name of owner if individual __..Walter W. Masters _ Is coverage to be provided for the owner? [] Yes,[~No. If Yes, show classifiralion code and remuneration in Item f belur+. B. Names of partners and percentage ownership of each if partnership Is coverage to be provided for the partners? (j Yes (_] Nu. II yes, give name of each partner to be covered; also, show class~ticalion code and remuneration of each in Item6below.---------- - --- --- -- - - -- - - - ----__ C. Name end title of executive officers, it a corporation and percentage of stock each owns plus the remaining distribution of stock to equal 10U~'o _ Is coverage to be provided for executive officers? [] yes [] no. If yes, check appropriate block to indicate basis nl rnveraee desired: 1. ^ Workers' Compensation is elected for all executive a(ficers. 2. ^ Workers' Compensation is elected for the following executive otlicers Duly: Show names :,nd titles; also, show classification code and remuneration of each in Item b below D..Name of trustee•or administrator if trust or estate N/A__ _-_ _. _ ._ _. _ _ _ _.. _ _ _ __ NO•WORKERS' COMPENSATION ACi COVERAGE WILL BE PROVIDED UNDER TffE POLICY FOR INDIVIDUALS, PARTNERS, OR EXECUTIVE OFFICERS UNLESS REQUESTED ABOVE AHD ENDORSED ON POLICY. 4. location of ail factories, shops, yards, buildings, premises or other work places of applicant, by town or city, with street and nwnher: _ __ ___ Various_ due the il~It~wtc nature of the work (Individual DriveT•Tay paving) 5. Detailed description of operations and number of employees at each location: __ _ _ Same as _indicated in_ .n abQVe - 6. Code No. 5200 IF MORE THAN ONE NAMED INSURED OR LOCATION, IDENTIFY CLASSIFICATIONS APPLICABLE TU EACff Classification of Operations IND. Emp.I Remuneration Private Driveway constr. 3 25,000 Rate Est. Premium ,14.6 3650.00 Note to pool --- Called Stag Board for code as risY. is Private driveways. Insert below name, code and remuneration of each individual OWNER, PARTNER or EXECUTIVE OFFICER to be covered. Each exposure and each premium item shall be shown to the nearest dollar, cumtling ions Constant (if applicable) $ 8.0.00 fifty cents and over as an extra dollar. Fzpense Constant (if applicable) $ Deposit Premium $_1905_OQ _ _ Minimum Premium $. 500_.00 Total Fst. Annual Premium $ 3730.00 7. a. NO U. S. LONGSHOREMEN'S AND HARBOR WORHERS' ACT COVERAGE Wll.t. BE PROVIDED IJNDER TfIE i'OI.ICY UNLESS itEQUESfEO AND ENDORSED UN POLICY. U_ S. longshoremen's and Narbor Workers' Coverage requested. [~ Yes~C~CNo. loading ___~_-_% 7. b. NO COVERAGE WILL BE PROVIDED FOR EXPOSURES IN OTHER STATES, UNLESS THE ASSIGNED RISK POOL-SPECIAL AI_I. SIAIFS ENDt)RSEMENi-TEXAS IS ATTACHED TO THE POLICY AND THEN ONLY FOR INCIDENTAL EXPOSURES. Assigned Risk Pool--Special All Slates Endorsement-Texas rs reglrestecl. ~] Yes ~~`Plo 8. MINIMUM DEPOSIT PREMIUM REQUIRED (Not to be less Than the MINIMl1M PREMIl1M ) 100 of Estimated Annual Premium a! Risks under $1,500.00. Interim reporting may be required due to the naturr, of the fish. 50~ of Estimated Annual Premium on Risks between $1,500.00 end $5,000110. Quarterly reporting required. 2586 0l Estimated Annual Premium on Risks $5,000.00 and over. •Monltsly reporting required. WCP-1 (12th Rev.) 12.86 (Continued on reverse side) U. Record of Previous Insurance earner fur past three scars Name of Company Policy No. Period of Coverage Premium a. ------ --- --------- b. N/A __ ~ _ -_ ._ .. r 10 Is this a renewal through the Assigned Risk fool? Yes __ __ _.._ No XX _ 11 No similar insurance for this applicant has been cancelled by an insurance carrier during the past year except as next herein staled: _ . _ - -- --- --- ------- ----- - - ---------- -- --_. - _--- ------ -- N/a._ . _. -. - ....._ __ --- - - - ---- -- --- --- -- - - 12. a. It is understood that the Pool's Manager will designate an Insurancr. Company lu issue and service the. policy on behalf nl the Puol. lbe. undersigned agrees: (1) To comply with all reasonable odes of the Servicing Company for the prevention of injuries to employers. (2) To furnish the Servicing Company promptly wills any First Report of Accident In enq,luyees. (3) To furnish all ocher forms and inlonnation required by the terms of the policy, (4) To maintain, by employee and by class of work, a record of the total remuneration earned by eecli engdnyee, in order that an acr.urale audrl m:te'r,Cjf?d 'Er,r C'r=:rrlDerlSat~ 7'i:~r^ char,oes ir, t~,e W~:r^h. a5 err^aered ,~y the l:G~_lrrt:y EnDir:F~2r ana crrcr~•ioed fr_rr Gy% ne r.andi t icrr,s cif the cr~ntr~act. bidc9er ~'/LS _~._._. __ ~ Gri 0"~2 E Address: ___2~ ~__ <~.~ic,~~/ o?ti__F-~~O~~ ---~ ____--_--- by Title: _ Uate ~~,~~` ~~ _ -4- the t_[ndersiyYted Kidder, Dy sinning, and exec sting this blc. Ce•r'tifies artd reuresent_ t.• 1-:err G_~I_trtty that $idder has nc~t Gffered, C~!Ytl'errE'd COY' dCll^eed t!~ CC~riI-eY' ~n,J DeCt_IYtlcZry beYteflt. as defined by 'I"ex. Venal f.:~_~de t=t'nrr ~~~1" ~_~•~' ar,y c,ti-her thirto cif Va11se. as CC~nS1deY'dt.; 1~ ~ri 1-COY' thP_ Y'eCG 1 Dt C~7" 1'rl1-Crt'rnc-lt 1OYt Cyr' anV special treatrnerlt ~_~r' aclvaY~ta[3r? Y'el~~tir'I^ tc, this bid; the B l dder a l s~ ~ cent i 1= i es anc~ renr'esP•ni: s t ha.t `L-~ i dyer has nat offered, Cc~nrerr'ed ..r^ a[lreed tc~ c_~~nfer aYty pE?C1-lYllaY'y bNrteflt or other thi•rl^ ,~~f v~Zllse as Ci=~Y15.iCeY'~t1C~'rl ft'Y^ the reClDlent~S df_'C1S1Gn, ~=~D1Yt1~=~Yi, r'E?C~_~rilril@'rldatlC~n, VC~tP_ Cyr Gt'~'ler exercise C•1= discr'eti~~rl c~~nc~r^rlirly this bid; tt-le tildCer' C@r't17'leS arld Y`C:'D'r^C'SE?Ylt~i t•i7c1T~ ~'1ddeY' has rlf?it•heY' C'_~eT'Ced YtC~Y' attempted to irli=ll_[e•nce the exec^cise ~_~fi discretirrl by any C~f'I-1Cer, C~ ~rllrnissi~•~r~er^, c'1LIE_'Yit COY' r}nl~:,loyee ''f N.eY'r' LC~llYtty CC~nC2Y^n1Ylr.~ th1S bld Can the bads O1- BYIV CC~YIa1QeY'at1C~n n~!t author'i~ed by law: tnE' F{icider' ais~~ L:er-tifies artd. r'earesertzs that Bidder Flan n~_~t receiv~•~d any irtrrrrnat i••r. nc~t available tc, ruler bidder's rte, zs ~t,_, c~i~•e the t_~ndc-_rs~lL7ned ~~ urt=ferential advarltaoe with res~?ec~~. t~~ this bid; •~:,he Bidder flsrth~r certifies and renr^E^SE`'r11;S tt-I..tt ~{idder h~1s rtc~t violated arty state, f ed era 1 ~_~r 1 ~ Ica 1 :i aw„ rre ^ Is 1 a•t i can ~ ~r ..,rd i nanCe r^e 1 at i nn tC~ Dr 1 Dery, 1 [nGr~L~GeY^ 1 nl" 1 t_tenCe, CG1 1 tt51 r=~n Gr the 1 1 ice c'lnd that bidder^ wi 11 rl.•'t i ~~I tFle ~rt_[t t_tr^P ~ ~f 1=er^, confer', ar^ aoree tc~ Confer a ~ect_>rliar'y b~~rle•~=it _~r- _~~r•her^ tnirlU rr valt_[e tc~ any officer, c~~mrnissianer-, ar~errL- car' ernolc~yee of i'.err Cot_~ncy in cartnectiorl with irtf~~rrllati~~,YI r-eDar^dirle this bid, ti-le st_tbnlissian o-r this bid, the award ~=~f this .bid :~r 'the aerfar'rnartce, del ive•ry c,r' sale pt_~r'sls~trlt to t'lis bid. Bidder . ~c~ ~._ ------- -----•---- ~ -5- -----~-•----~----------- ----- Address: ~_ ~~- ~--•-~ -lt.,!-t._G~?'~/ a~---- ~T~'.C.. _~~_ E~y: - -~ ~~~~-•--- ---------------•------------------- l' i t 1 e : ----• ----------- -----------~--- --------- Dat e . __~1_~ 1-•- _•--~ ----------._--------._.__._---_._--_ ---~--------- I T i -J- x° z541o I~'~ ~~ ~I I rtaeratser-ewa ~~ii~~iiMM~T~~ ~aees'me rn{nm,ra..raoaa to the Kerr Count rc of - Road and Bridge June 7, 19 89 x-757 i749 1,269.60 CASHIER'S CHECK For Masters Construction ++~0 Z54 LO-+' ~: L L490?578: Murat be Countecs+gned i[ over 52,500:00 Asst. Cashier 0 OLL OLO++' _.____-= flpDry GZ-~~ ~'~%.~-/.,, i dM~ Cps c~ T .~ s' yU. lh l 0 0 0 ~ h \,,, ~~ g ~a ~ `~ ,~ N .~ ~ A V v ~ ~ ~ 0 p~ 0 ~~ ~ ^~, ~u o' ti ~~ ti ~ ~~ Q. Q e ~~ ~ °~ e ~~ t~ ~~ c l ~ ~ M `~~ 0 00 ~ ~op3 ~ b Rojo 5o a.aw~ I I ,I l9~_ -'" ~~ V2 ;~ i3 "~ »~- ~ iat~', a v H ~~~ ~~ ~ ~' ~ ~ Q ~h 0.52Ac ~51Ac OAk ~ aco E _ ~~ ' ~ ~~, ~a r .~ , ~~~~~_ • t 2 X ~jll' o G ~~ 0.5ZA~ ~ p. SZA~ `t ~ d c. I'" ~ -, ~ ~ ~°) / .--~ ~..--~,3 ~C r 0~ -, ~ ~6,3~ ~ ~?! ~ SZAt ~1 c ~ 51/IG h 0 SZA~ ~0' ~ZO' 12`~~ X ` X DR rt .~~~~e~~ ~~~6~ - ~~ ~r/3! k ! ' rte-. ~ ~ ~~Q / ; ~/~~~~ ,~ 10' 15° X 2~ u ~ 4.5Z Ac ~,'~~ ro ~ %` ~ '' -ti , g `i ,5 ~~ ._ ~.,-- /"' \ 7//~ \ D o,BOA~ p >0, r~"_ ~, „ ~ 1+ G 0 o p SZAc ti 0 Ic. " 2~' ~~ • ~~ ~ p0 ~ QSZti 75 ~~ r~ ,'~' ~-- - ~_ X9/4 ~~_ c H ~ ~ ~Z 1 ~ ti~~ 1 ~~~ ~~ ~ ~ ~ ~~~'~~ ti ayls0 w ~, \ ~dt9 p U 0 a ~ cA » \ ~ ` A ~ ~ - _ ~ po sa'_ N ~ _ ` nosy; 4 ~ ~ 6S s~~ 0~~~~ _ ~~ ~ oi~ _ Q b \ - n ~ ~ y u ,~ ~ aras p o ~°c z~ w ~ \ ~ ~P~ ~~ v ~ sr o ~ , ~~ ~rE SL e1 ~-Y,.1 S~ aSl ~1 C ~ y \ q, ~ eZ z ~ e9 ~ v ~' ~ u ~ ~ ` °V180 a o U~ ~ \ 4 7~ a a V~ N__ ~ \ i h ~ ~ .~ ~ 9 ~ '~ ~ _ ~ ~` - - - ~ ~° ~ ~ ~• \ ~°_ ~ 4_ aoi :.,1 ~ N ~< n~boN ~ _ ..`sz. ~ s, ~~~Ibr 97 ~~ - ~~ 4~ ~ ~~~ ~ ~ ~, )1, ~n I ~ 1 ~.~ ~'i ~% m h ~~d~~~~ ~s a ..,I ~yzS 0 ~. 7VLS 0 m s0 ~yZ ~ ^ ~ OZ x „ST x „ ~~ti _ _ ~ ~ ~ 3 ~ ~SG ~~} _ i rifr' '~" ~ ~ Z! dQ ~~~~~f,r ~ Z~ x 6Z, x „ZZ ~~~~ ~~ ., ~ ~ „S f ~, u ~~Zy p ~ o "' ~' ' vyls ~ ~ - `' ~ ~ rt 0 ~~r~s ' ~ G _. 0 " , „0~ I`~ ~~~ p0 OCR ov1 ~ `- o~ o_s~ SY~ ~' E' ,?o ~F',--' ~E; - ~_._ ~ o J - ~ i, ~E1 ZF U - _. dz ~ (oEl , ~, -~ •+i . , u a ayZSw o ~BZ ~ `+ ~'~ ~9G'Z'~ ~ n ~~ls o 0 1Z x .Sl _ .. - -~ ~i~~~ ~..~• ~~-i;r~ - - J? JF ~JJEr _ _ - _ __ /` - - ~ - / oa~oE u j iu ,~~Q ~~C~<,~ ~ , ~y750 y ~y190 ~,~ U i ~ ,p~ZS v q ~ , -, `~ I rz1 o O , ~' ~ zz) , ~ ~_.~ ao of-__ _~- EI I , ~y JE - ~3 I ~~ a exle~'NO t G~ ~ ~/ ~StOV IN ~~S yy 5E ,~ / ~ ~ , _ , j ~~ ~ ;~ Mold~p-' ' v ~ ~~~~ ~. , Y ~__ ,. .I 1' / .Jlw ^~ C / . ~~ ~: ~l NE LPi'(JFV _ i ip J ~~ ~ ~ ~ J ' \ ~---~ -~~ " UtGiNIT~".- ~ aoI`ro I 5o'yo.~ ~~' I ATOJ~Ji NtO~S PQ'' c ~,,ay~ r. N,N BA5 pqY~ U r.l.) lt. p~.: } j;., , ~~~°~, SGA~E L~G~N~ un (si2~ shown) CuwPrt Uist~l~~t1 ~ pitch Rnqutred pro'` ldw~y p1P ~oncreCa itot ` ~' ~F't~tl) °~- GF.4P.RAi. yuiP,~ ighr„i-waY. shall he Ceiaovt'a ir0m the r d wttldn the rlght`nf- etc• the County trees, ~ ad Eor the 4. The ctrur[in~'' ~,,,rvice h ut. dur{nF con. pnstai Fubs[it pnRinaer' to .,.. EPe m;,y tl,,. C,,,tnty i ~' h P of al cun(° ,arc rf,nc.c ut nE size nE t the cp°~ ur "sane an egltivalen wllh nn and a`1} t° 5, The }a»s lu,•nll any damage d to the P {or the Contenclor. ge,pair oioi the non' is r,sl'nnsihle wae' litY rlRti,C'nt- unsihl Contractor in the sr,le rest h i,l1e lo,,;tted i l 1x' tl'e ptlli[iea sha existtsg uttlitY ~Zq4 tN FI Vt" V1 h~~~,ou ~E(',.C1~4~ 5"~ R~E~ ~~PtLAv LEGEND ~ Culvert Installation (size shown) ^E~EE Ditch Regni red Concrete Roadway Dip (see Detail) rr:wr:eni, ~u~ira brush, rrPP6E cramps, etc. shall hr removed from Lhe right-of-way. roadway to be runstrm led shall he centered within the r~gh~-of- shown unless utherw~se noted or as directed by the County lacer. existing driveways shall be paved up to the right-of-way. Contrar'tor shall adlnst, remove, or move mailboxes as necessary Ing constnirtlon. 'fhe final plaremrnl of these mailhoxes shall form to li.S. Postal fiervlce requirements. equivalent sine o[ arch pipe may be substRuted Eor the sizes rd to the plans with the roniurrE~nce of the County Rnglneer. Contractor is responslhle far the location and adjustment of a1L titles inr,a[ed in the right-of-wag. Repair of any damage to an ating utility shall be Use sole recponslhllity uE the Contractor, _~ psp- ~s~y/ KERB COUNTY ROAD DISTRICT OAK RIDGE ESTATES ~\~/~(~J~(~ n^/`j`/~~In ~(y-(~M ~(~~ ~.~y p p~~~/, May,? ~AiE FE0 y969 V ~7L~1111~7 L] ~'4f`~uN1W~~{~"~W FW~~~~~f7 ;,7.ipW'J~~II DIfY~~I JOB N9 V- 12b4 1 CUr yiFfEE E iF%ES EO1F Ei SHEET pf