R-00-01-27-13B1 - 1/27/20002 -10 -200 10: 56AM FROM ROBCO "LANDSCAPING 51 2 +255+32555 ryry�� — 7 + P. 11
02/10/00 09:20 FAI 512 218 5548 PARD OV - 0/ l _ / ® 004
RECFIVFO - 1 4 2000
Date: 02/10/00
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Summit Global Partners of TX
PO Box 2291
Austin, TX 78768 -2291
512- 451 -7555
(GENERAL 11ABILITY
A C1075139469 12/30/99 12/30/00
EXCESS LIABILITY
OTHER
CERTIFICATE HOLDER City of Round Rod:
221 E. MainStreet
Round Root, Tama 78664
attn: Joanne Land
FEB 10 '00 09 :55
COMPANCES AFFORDING COVERAGE
A Transportation Ins Co
B
Continental Casualty Co.
INSURED C Fremont Industrial Indemnity
Robco Landscaping, Inc.
3581 Rocking 7 Rd. Round Rock, X 78664 D
THIS IS TO CERTIFY THAT the Insured nam above is Insured by the Companies listed above with respect to the business
operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by
the companies, and forth= hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF )NSURANC.E POLICY EFFECTIVE EXPIRATION LIMITS
LTA NUMBER DATE DATE
GF1a1QtALAGGREGATE $2,000,000.
FRODUCTS..CO FIOPAOO. 82,000,000.
PERSONAL & ADV. MIRY 11,000,000.
EACH OCCURRENCE 51,000,000.
FIRE DAMAGE (Arty we Ire) 5 100,000.
MBD. FXF@75E (AOyom pc®on) S 10,000.
Aty1VMOBD3t11AWLITY 01MA1N SINGLELIDarr $1,000,000.
B
C163058923 12/30/99 12/30/00 BODILVINIURY(Petpeaon) $
BODILY INTURY (Pcr 3ccfdem) $
PROFFRTY DAMAGE S
EASE OCCURR0NcE x1,000,000.
B
C163071655 12/30/99 12/30/00 AGGREGATE 01,000,000.
WO9..KIRS• COMPENSATION AND EmPLOYP1tS• LIABILITY STATOTORY tears X1{
C JY5311711 11/01/99 11 /01 /00 BACJHACCJDENT s 500,000.
DISEASE - POLICY LDIIT s 500,000.
DISEASE -EACH EldPLOYEE S 500,000.
DESCRIPTION OF OPIIS: ATrONS /LOCATLONS/'/PX[CIESMPECfAL ITmdS/EXCEFnONS
Clay Madsen Recreation Center Planting and Irrigation /Certificate Holder is Additional
Insured with respect to the General Liability & Auto Liability policies. The General*
Its Ciry of Roand Rock is named as addkioml tomcod with rrspoct to aB poIitaer except Worker Compensation and Moyers' Liability. Should nay
of the above dery i'bcd policies by emcellcd or changed before the expiration dare thereof. tho issuing; company will mall thing ( days written notice
to tba seniOoue holder named below.
SIG ' E OF AUTHORIZED
William H. Pitts, Jr.
Title: President
*Liability, Automobile Liability and Workers' Compensation policies include a WAiver of
Subrogation in favor of the Certificate Holder. Coverage is primary and non - contributing.
30 -Day Notice of Cancellation and /or Material Change required.
512 +255 +3255 PRGE.11
* * * * * * ** * * * * * ** -COMM. JOURNAL- * * * * * * * * * * * * * * * * * ** DATE FEB -14 -2000 * * * ** TIME 14:35 * ** P.01
MODE = MEMORY TRANSMISSION START=FEB-14 14:34 END= FE8-14 14:35
FILE NO.= 023
STN N0. COM 900R NO. STATION NAME /TEL.NO. PAGES DURATION
001 OK <08> PUBLIC WORKS 001/001 00:00'36"
-CITY OF ROUND ROCK
, k**** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** - 5122187097
2 -10 -260 10:56*M FROM R0800'LANDSCAP ING 512 +255 +3255
02 /10/00 08 :50 FAX 512 216 3548 P485 0009
RECFIVFo rro 1 4 2000
CERTIFICATE OP LIABILITY INSURANCE
D. 02/10/00
PRODUCER
Summit Global Partners of TX
PO Box 2291
Austin, TX 78768 -2291
512- 451 -7555
A 01075139469 12/30/99 12/30/00
Mrt0M09aeWAWtn7/
B C163058923
FRCPSS IUAI ZLnY
8
C
8500Eps• COMP894&RI ow Mao 900850YYn3 1.1480.111
FEB 20 '00 09:55
12/30/99 12/30/00
- * * * ** - 5122187097- * * * * * * * **
COMPAtRES APPORDING COVERAGE
A Transportation Ins Co
B
Continental Casualty Co.
INSURED C Fremont Industrial Indemnity
Robco Landscaping, Inc.
3581 Rocking J Rd. Round Rock, TX 78664 D
THIS IS TO CERTIFY TRAT the Warred Da above n moral by die Companies listed above with req.= to the business
operations hereinafter described. for the types of imvraIce and in accordance with the provisions of the standard policies wed by
Eve tympani,ee, and flint= hereinafter described. Exceptioin to dm policies are noted below.
CO TYPE OF INSURANCE POLICY EPFIC EXPIRATION mars
LTR NVhODER DATE DATE
688.8 ctvlteerms
C163071655 12/30/99 12/30/00 408.5955E
SIGNa /��' /4 `pRPa:1.1rAT
William H. Pitts, Jr.
President
00014690004Th 32,000,000.
PRODt9C7S.LmaDOPAnG. 9 2,005,000,
Y1105ONALa: ADY.0JORY 11,000,000.
2ACSS000VRRPNC8 31,000,000.
mamma= Sur sus an.) s 100,000.
NEDD IMAMS (A.y.. swami) $ 10,000.
CDNRR'R'DID2oLELp,OT 11,000,000.
RODR.Y 8Rt1RY (Pt pwa.) .
1001LY188SY 80o.oIdu) 1
1101WER YDA.MACS
.1,
5 1,000,000.
5T [5911 XX
JY5311711 11/01/99 11 /01 /00 earMac®E0 s 500,000.
DOEME•P0LRYIA4R s 500.000.
DneasE•ECEEtaLOrnz 1 500,000.
D +oraVaxm1MLLOCA1SOHSRommamI55AL tln6+nccevrora .. _. .. . - - - - --
Clay Madsen Recreation Center Planting and Irrigation /Certificate Holder is Additional
Insured with respect to the General Liability & Auto Liability policies. The General*
tae City of Rem& Rank.. lr 10d.0.001308 ieawed nth ressa a an dbl :. omge eons' Cwope90.e art E.gtym' 13.40189 SLOW .•y
of the w„ce dnrabed pdiom e7 .modal or daegd We. the ery9rVo0 due Waeef. du Unisys oonp.ny wibmall thirty (30) dart 101000nodrs
h. m. ua0aea. Wow mart bda..
C8R11FIG%TEMOtDEO_ ChyetRamdRose
223 8, I4ie &non
Raved Rees. Tea. 78(1164
Ran Iomo. r..d
TAk
lability, Automobile Liability and Workers' Compensation policies include a WAiver of
ubrogation in favor of the Certificate Holder. Coverage is primary and non - contributing.
0 -Day Notice of Cancellation and /or Material Change required.
P. 11
* * * * * * * * * * * * * ** -COMM. JOURNAL- * * * * * * * * * * * * * * * * * ** DATE FEB -14 -2000 * * * ** TIME 14:51 * ** P.01
START- FEB -14 14:49 END- FEB -14 14:51
MODE = MEMORY TRANSMISSION
FILE NO.= 025
STN NO. COM ABHR NO. STATION NAME /TEL.NO. PAGES DURATION
001 OK (89> SHEETS 001/001 00:00'45'
-CITY' OF ROUND ROCK -
***** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** - 5122197097 - * * * ** - 5122187097- * * * * * * * **
2 - 10 -200 10:56AM
02/10/00 00:20 FAX 512 218 5544 PARR
CERTIFICATE OF LIABILITY INSURANCE
FROM ROBCO'LANDSCAPING 512 +255 +3255 P.11
RECFIVFO cro 14 2000
21004
Dare: 02/10/00
PRODUCER COMPANIES APPORDING COVERAGE
Summit Global Partners of TX
PO Box 2291
Austin, TX 78768 -2291
512- 451 -7555
INSURED
Robco Landscaping, Inc.
3581 Rocking J Rd. Round R ck, X. 78664 D
THIS LS TO CERTIFY TRAY the Insured name2 above n insured by the Companies listed above with respect to the business
operarlons beteiowfter described, for the Types of imwraotc and in =ordure with dm provisions of the standard policies used by
Me companies, and Nrmer hereinafter described. Exceptions to the polities Xs Doled below.
CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION
LTR NUMBER DATE DATE
A
B
C
mazes r2A81Lrt4
•
t3Orr1PICATE HOLDER: thy sr Round Rook
221 E. Maia.Sner
Raged Red, Tau 71664
aim Imam Lud
FEB 10 '00 09:55
01075139469 12/30/99 12/30/00
A Transportation Ins Co
Continental Casualty Co.
O Fremont Industrial Indemnity
LE1IyS
80015/1.521055415 02,000,000.
OROD11CTS001450P800. 02, 000, 000.
t'NSONALaADV.DaWtY 51,000,000.
PACBOCCUMUTSc0 51,000,000.
PIIR balsam Uel es am) 5 100,000.
i'®.1MPIC6E(Agespesod 5 10,000.
A01OMOln.O uAw1J1Y MBRiED.ON01E 0liar '1,000,000.
8 0163058923 12/30/99 12/30/00 PotditUrtnIY9Vpw.ca) s
IODILYODURY 1Pa 1
PROPERTY DAMAGE 5
moon or8URnMstm 31,000,000.
C163071655 12/30/99 12/30/00 A00RUCAin 01,000,000.
W01105D5' e0M055555105 AND P.PID51'l10' LIAra1RY 058155055 LORIs 9j
J55311711 11/01/99 11/01/00 SACRA DENT s 500,000.
DOSwsZ- POIS4LIDar s 500,000.
nmeaSt-EACROSPLoTEE $ 500,000.
501555OPS OP ORRLASIONS/LOCATIONVITElatzasuPttUL fDw15c MOOS
Clay Madsen Recreation Center Planting and Irrigation /Certificate Holder is Additional
Insured with respect to the General Liability & Auto Liability policies. The General•
Tie pry or Rama Rorke moon /mend wick oosa op aDPales. oesyrwoym' Caopmwnn0aa68mployen li.anly. 58udd
of Os saws dex0Red pdioim by anal, 4 at slanged bourse W aphelioe doe dmisf. din int im cmPary 5111 mill eery (30) days wawa masa
to do candle., 51550 ■am.dmdaw.
510 OF AUTY1ZZED
gY William H. Pitts, Jr.
ride President
.1abiltty, Automobile Liability and Workers' Compensation policies include a WAiver of
•abrogation in favor of the Certificate Holder. Coverage is primary and non -contributing.
10 - Day Notice of Cancellation and /or Material Change required.
RESOLUTION NO. R- 00- 01- 27 -13B1
WHEREAS, the City of Round Rock has duly advertised for bids for
landscaping and irrigation work at the Clay Madsen Recreation Center,
and
WHEREAS, Robco Landscaping, Inc. has submitted the lowest and
best bid, and
WHEREAS, the City Council wishes to accept the bid of Robco
Landscaping, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a contract with Robco Landscaping, Inc. for
landscaping and irrigation work at the Clay Madsen Recreation Center,
a copy of said contract being attached hereto and incorporated herein
for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 27th day of Je 000
41,110 ,
Re A. STLUKA, J Mayor
A EST: City of Round Rock, Texas
LAND, City Secretary
%: \WPDOCS \RSSOLITTI \R00127H1. WPD /sc
FQR VER GR E. i kT
QTY
COST
PER UNIT
EXTENSION
IRRIGATION
1
4" Popup spray sprinkler with noules
124
$28.00
ea.
$3,472.00
2
6" Popup spray sprinkler with nozzles
262
$32.00
ea.
$8,384.00
3
Hunter 1 -20 4" popup rotor spray or equal
24
$65.00
ea.
11,560.00
4
Hunter 1 -25 4" popup rotor spray or equal
10
$70.00
ea
0700.00
5
Controllers /wiring/cormection, etc.
1
$4,144.15
ea.
04,144.15
6
Drinking fountain line and connection
750
$1.24
If
$930.00
7
Electrical Valves 1"
7
$140.40
ea
5982.80
8
Electrical Valves 1 -1/2"
13
1175.50
ea.
$2,281.50
9
Grate Valves, 3"
6
$95.20
ea.
$571.20
10
Mainline
1850
13.00
If.
$5,550.00
11
Quick Couplers, 1"
5
$182.50
If
$912.50
IRRIGATION
$29,488.15
PLANTING
1
Crape Myrtle
16
$106.65
ea.
$1,706.40
2
Cycad
1
$135.00
ea.
$135.00
3
Windmill Palms
3
$312.50
ea.
$937.50
4
Acuba, Variegated
60
$21.50
ea.
$1,290.00
5
Asian Jasmine
6256
02.59
ea.
$16,203.04
6
Bamboo Muldy
1
$8.00
ea.
$8.00
7
Blue Lily Turf
240
$4.60
ea.
$1,104.00
8
Dwarf Oleander, Red
15
08.00
ea.
$120.00
9
Dwarf Oleander, White
15
$8.00
ea.
$120.00
10
Dwarf Ruellia
837
$1.75
ea.
$1,464.75
11
Eleagnus
141
$7.00
ea.
1987.00
12
Green Cloud Sage
150
$8,00
ea
$1,200.00
13
Gulf Coast Muhly
16
18.00
ea
$128.00
14
Holly, Nellie Stevens
47
$7.00
cf.
$329.00
15
Hydromulch and Preparation
59358
$0.03
sq. ft.
$1,780.74
16
Mondo Grass
368
$2.25
sq. ft.
$828.00
17
Mulch
3699
$1.30
sq. ft.
$4,808.70
18
Oleander, Red
14
$8.00
sq. It
0112.00
19
Oleander, While
114
$8.00
sq. It
$912.00
20
Salvia, Fm'mans Red
54
$7.00
ea.
$378.00
21
Seasonal Color
603
$7.00
ea.
04,221.00
22
Texas Sage
60
$9.00
sq. ft.
0540.00
23
Wood Fem
880
$1.75
sq. ft.
$1,540.00
24
Steel Edging
1248
01.75
If.
$2,184.00
25
Mexican Feather Grass
128
$3.00
SF
$384.00
PLANTING
$43,421.13
IRRIGATION
$29,488.15
TOTAL
172,909.28
CLAY MADSEN RECREATION CENTER PLANTING AND IRRIGATION
BID TABULATION SHEET
11- Jan -00
;� tN aAT1C,
QTY
COST
PER UNIT
EXTENSION
IRRIGATION
1
4" Popup spray sprinkler with nozzles
20
$32.00
ea.
0640.00
2
6" Popup spray sprinkler with nozzles
304
$36.00
ea.
$10,944,00
3
Hunter 1 -20 4" popup rotor spmy or equal
27
676.90
ea.
$2,076.30
4
Hunter 1 -25 4" popup rotor spray or equal
13
$90.00
ea.
$1,170.00
5
Controllers/wiring/connection, etc.
1
$320.00
ea.
$320.00
6
Drinking Fountain line and connection
1000
53.00
If.
$3,000.00
7
Electrical Valves 1"
7
6141.00
ea.
$987.00
8
Electrical Valves 1 -1/2"
17
0188.00
ea.
$3,196.00
9
Gale Valves, 3"
7
$45.00
ea.
0315.00
10
Mainline
1814
$4.50
If.
$8,163.00
11
Quick Couplers, 1"
8
$75.00
If.
$600.00
IRRIGATION
$31,411.30
PLANTING
1
Crape Myrtle
16
083.00
ea.
$1,328.00
2
Cycad
1
$26.00
ea.
$26.00
3
Windmill Palms
3
$98.60
ea.
$295.80
4
Acoba, Variegated
3
$20.75
ea.
$62.25
5
Asian Jasmine
7100
$3.15
ea.
$22,365.00
6
Bamboo Muhly
1
$9.35
ea.
69.35
7
Blue Lily Turf
240
$2.60
ea.
$624.00
8
Dwarf Oleander, Red
30
$9.35
ea.
$280.50
9
Dwarf Oleander, White
15
9.35
ea.
$140.25
10
Dwarf Ruellia
220
$3.15
ea.
$693.00
11
Eleagnus
141
$9.35
ea.
61,318.35
12
Green Cloud Sage
140
$9.35
ea.
61,309.00
13
Gulf Coast Mutely
16
$9.35
ea.
$149.60
14
Holly, Nellie Stevens
23
$9.35
cf.
$215.05
15
Hydromnlch and Preparation
50650
00.26
sq. ft.
$13,169.00
16
Mondo Grass
60
83.15
sq. ft.
0189.00
17
Mulch
1620
$1.82
sq. ft.
$2,948.40
18
Oleander, Red
14
$9.35
sq. ft.
$130.90
19
Oleander, White
99
89.35
sq. ft.
6925.65
20
Salvia, Furman Red
54
69.35
ea
1504.90
21
Seasonal Color
500
04.65
ea.
$2,325.00
22
Texas Sage
60
$9.35
sq. ft.
$561.00
23
Wood Fern
490
$1.82
sq. ft.
$891.80
24
Steel Edging
1135
$2.20
If.
62,497.00
25
Mexican Feather Grass
800
$4.15
SF
03,320.00
PLANTING
$56,278.80
IRRIGATION
031,411.30
TOTAL
087,690.10
QTY
COST
PER UNIT
EXTENSION
IRRIGATION
1
4" Popup spray sprinkler with nozzles
87
$22.71
ea.
$1,975.77
2
6" Popup spray sprinkler with nozzles
309
$37.85
ea.
$11,695.65
3
Hunter 1 -20 4" popup rotor spray or equal
23
$58.40
ea.
$1,343.20
4
Hunter 1 -25 4" popup rotor spray or equal
11
5167.63
ea.
$1,843.93
5
Controllers /wiring/connection, etc.
2
$621.86
ea.
$1,243.72
6
Drinking fountain line and connection
800
$1.35
If
81,080.00
7
Electrical Valves 1"
9
5118.97
ea
$1,070.73
8
Electrical Valves I -1/2"
16
$156.82
ea.
$2,509.12
9
Gate Valves, 3"
6
$243.34
ea.
$1,460.04
10
Mainline
2160
$3.03
If
$6,544.80
11
Quick Couplers, 1"
5
$146.00
If
$730.00
IRRIGATION
$31,496.96
PLANTING
1
Crape Myrtle
16
$134.16
ea.
$2,146.56
2
Cycad
1
$63.28
ea.
$63.28
3
Windmill Palms
3
$183.52
ea.
$550.56
4
Aruba, Variegated
3
$32.27
ea.
$96.81
5
Asian Jasmine
7340
$2.57
ea.
$18,863.80
6
Bamboo Muhly
1
$12.66
ea.
$12.66
7
Blue Lily Turf
346
$1.83
ea.
$633.18
8
Dwarf Oleander, Red
30
$8.86
ea,
$265.80
9
Dwarf Oleander, White
15
$8.86
ea.
$132.90
10
DwarfRuellia
330
$4.83
ea.
$1,593.90
11
Eleagnus
141
57.47
ea.
$1,053.27
12
Green Cloud Sage
150
$8.23
ea.
$1,234.50
13
Gulf Coast Muhly
16
$8.86
ea.
$141.76
14
Holly, Nellie Stevens
35
$8.23
cf.
$288.05
15
Hydromulch and Preparation
52560
$0.04
sq. ft.
$2,207.52
16
Mondo Grass
40
$3.16
sq. ft.
$126.40
17
Mulch
4482
$2.48
sq. ft.
511,115.36
18
Oleander, Red
14
$8.86
sq. ft.
$124.04
19
Oleander, White
99
$8.86
sq. ft.
$877.14
20
Salvia, Fumians Red
54
$10.12
ea.
$546.48
21
Seasonal Color
295
$5.15
ea.
$1,519.25
22
Texas Sage
60
$11.01
sq. ft
$660.60
23
Wood Fern
622
$2.53
sq. R
$1,573.66
24
Steel Edging
1200
$1.75
1f.
$2,100.00
25
Mexican Feather Grass
840
$10.12
SF
$8,500.80
PLANTING
$56,428.28
IRRIGATION
$31,496.96
TOTAL
$87,925.24
48
QTY
COST
PER UNIT
EXTENSIO
IRRIGATION
1
4" Popup spray sprinkler with nozzles
117
$16.50
ea.
$1,930.50
2
6" Popup spray sprinkler with nozzles
254
$22.00
ea.
55,588.00
3
Hunter 1 -20 4" popup rotor spray or equal
23
$66.00
ea.
51,518.00
4
Hunter 1 -25 4" popup rotor spray or equal
10
$88.00
ea.
$880.00
5
Controllers/wiring/connection, etc.
1
$880.00
ea.
$880,00
6
Drinking fountain line and connection
3
$137.50
If
5412.50
7
Electrical Valves I"
6
$66.00
ea.
$396.00
8
Electrical Valves 1 -1/2"
14
$93.50
ea.
$1,309.00
9
Gate Valves, 3"
4
$165.00
ea
$660.00
10
Mainline
1900
$2.20
If
$4,180.00
11
Quick Couplers, 1"
5
582.50
If
$412.50
IRRIGATION
$18,166.50
PLANTING
1
Crape Myrtle
16
171.28
ea
$1,140.48
2
Cycad
1
$63.18
as
$63.18
3
Windmill Palms
3
$92.03
ea.
$276.09
4
Acuba, Variegated
3
$19,23
ca.
$57.69
5
Asian Jasmine
8841
$3.89
ea.
$34,391.49
6
Bamboo Muhly
1
$13.52
ea
$13.52
7
Blue Lily Turf
428
$2.52
ea
11,078.56
8
Dwarf Oleander, Red
30
$5.98
ea
$179.40
9
Dwarf Oleander, White
15
$5.98
ea
$89.70
10
Dwarf Ruellia
2632
$3.20
ea
$8,422.40
11
Eleagnus
141
$4.86
ea.
$685.26
12
Green Cloud Sage
150
55.68
ea.
$852.00
13
Gulf Coast Muhly
16
$4.85
ea.
$77.60
14
Holly, Nellie Stevens
25
$4.02
of
$100.50
15
Hydromulch and Preparation
54315
$0.038
sq. ft.
$2,063.97
16
Mondo Grass
42
$3.76
sq. ft.
$157.92
17
Mulch
4503
$2.15
sq. tt
$9,681.45
18
Oleander, Red
14
$5.19
sq. ft.
$72.66
19
Oleander, White
29
$4.67
sq. ft.
1135.43
20
Salvia, Furman Red
54
$5.56
ea.
$300.24
21
Seasonal Color
259
$6.98
ea.
$1,807.82
22
Texas Sage
60
$7.86
sq. ft.
$471.60
23
Wood Fem
882
$2.09
sq. ft.
$1,843.38
24
Steel Edging
1600
$1.73
10
$2,768.00
25
Mexican Feather Grass
1060
$5.49
SF
$5,819.40
PLANTING
$72,549.74
IRRIGATION
$18,166.50
TOTAL
$90,716.24
RECOMMENDED LOW BID
20- Jan -00
2
3
4
7
9
10
11
4
6
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
IRRIGATION
4" Popup spray sprinkler with nozzles
6" Popup spray sprinkler with nozzles
Hunter 1 -20 4" popup rotor spray or equal
Hunter 1.25 4" popup rotor spray or equal
Controllers/wiring/connection, etc.
Electrical Valves 1"
Electrical Valves 1 -1/2"
Gate Valves, 3"
Main line
Quick Couplers, F"
PLANTING
1T
Aruba, Variegated
Bamboo Muhly
Blue Lily Turf
Dwarf Oleander, Red
Dwarf Oleander, White
Dwarf Ruellia
Eleagnus
Green Cloud Sage
Gulf Coast Muhly
Holly, Nellie Stevens
Hydromulch and Preparation
Mondo Grass
Mulch
Oleander, Red
Oleander, White
Salvia, Furmaus Red
Seasonal Color
Texas Sage
Wood Fern
Steel Edging
QTY COST
$66.00
130 $16.50
274 $22.00
25 $66.00
10 $88.00
$880.00
15
$93.50
6 $165.00
1810 $2.20
$82.50
3
340
23
11
190
141
113
16
35
56218
28
987
9
62
54
184
60
553
1248
................
............. .
$19.23
$13.52
$2.52
$5.98
$5.98
$3.20
$4.86
$5.68
$4.85
$4.02
$0.038
$3.76
$2.15
$5.19
$4.67
$5.56
$6.98
$7.86
$2.09
$1.73
PER UNIT
If.
if
IRRIGATION
ea.
cf.
s ft .
sq. ft.
sq. ft.
sq. ft.
sq. 11
ea.
sq. ft.
sq. 18.
10
PLANTING
IRRIGATION
TOTAL
EXTENSION
$2,145.00
$6,028.00
$1,650.00
$880.00
$88 0.00
$528.00
$1,402.50
$990.00
$3,982.00
$412.50
$18,898.00
$57.69
Maki
$13.52
$856.80
$137.54
$65.78
$608.00
$685.26
$641.84
$77.60
$140.70
$2,136.28
$105.28
$2,122.05
$46.71
$289.54
$300.24
$1,284.32
$471.60
$1,155.77
$2,159.04
$13,355.56
$18,898.00
$32,253.56
DATE: January 21, 2000
SUBJECT: City Council Meeting — January 27, 2000
ITEM: 13.B.1. Consider a resolution authorizing the Mayor to execute an
Irrigation and Landscaping agreement with Robco Landscaping,
Inc. for the Clay Madsen Recreation Center. Four bids were
received and opened on January 11, 2000. Staff recommends that
the bid be awarded to Robco Landscaping, Inc. in the amount of
$32,253.56. Staff Resource Person: Sharon Prete, Parks and
Recreation Director.
1
1
1
1
1
1
APPROVED FtNEY
CITY
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
CLAY MADSEN RECREATION CENTER.
PLANTING AND IRRIGAION
C 60r).1.2.„.J.1
2A T- 55
LoviA"fc. ct irt,e-&t
TABLE OF CONTENTS
Section Description Page
1.0 Notice to Bidders NB -1
2.0 Bid Documents BD -1
Instructions to Bidders
Bid Sheet
3.0 Post Bid Documents PBD -1
Contract
4.0 Specifications & Conditions Page 1
5.0 Plans P -1
6.0 Addendum A -1
t b1.doc
1.0 NOTICE TO BIDDERS
NOTICE TO BIDDERS
NOTICE TO BIDDERS: Sealed bids addressed to the Purchasing Agent, City of Round Rock 221
East Main Street, Round Rock, Texas, 78664, for furnishing all labor, material and equipment and
performing all work required the project titled "CLAY MADSEN RECREATION CENTER
PLANTING AND IRRIGATION" will be received until 3:00 p.m., JANUARY 11, 2000 then
publicly opened an read aloud at the City Hall Council Chambers at the same address, Bid envelopes
should state "CLAY MADSEN RECREATION CENTER PLANTING AND IRRIGATION ".
Bids must be submitted on City of Round Rock bid forms. Plans, Bid Forms, Specifications and
Instruction to Bidders may be obtained from the City of Round Rock Parks and Recreation
Department, 605 Palm Valley Blvd, Round Rock, Texas 78644. Beginning December 20, 1999
for a non - refundable charge of $25.00. In case of ambiguity, duplication or obscurity in the bids,
the City of Round Rock reserves the right to construe the meaning thereof.
Publish Dates:
Austin American Statesman:
December 20, 1999
December 27, 1999
notice.doc
NB -1
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 Landscape Architect 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. 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.
7. 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.
8. 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.
9. 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. Submit the bonds to the CITY for
review.
BD -1
10. Failure to execute the construction contract within ten (10) days of written notification of
award or failure to furnish the Bond(s) as required above, shall be just cause for the
annulment of the award.
11. 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.
12. 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.
13. 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. The basis of the Bid shall be entire project as shown on the plans and
specifications. The city reserves the right to reduce quantities from the Bid for budget
purposes. Omissions of quantities or items noted on the plans and specifications but not
reflected on the Bid sheet shall be construed as a part of the Bid. There shall be no
increase in the Bid after the Bid date.
14. No Texas sales tax shall be included in the prices bid for work under this contract. This
contract is issued by an organization which is qualified for exemption pursuant to the
provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act. The
Contractor performing this contract may purchase, rent or lease all materials, supplies,
equipment used or consumed in the performance of this contract by issuing to his supplier
an exemption certificate complying with State Comptroller's ruling #95 -0.07. Any such
exemption certificate issued by the contractor in lieu of the tax shall be subject to the
provisions of the State Comptroller's ruling #95 -0.09 as amended to be effective July 1,
1979.
15. No conditional bids will be accepted.
biddoo.doc
BD -2
1
L SHALL ARRIVE IN THE OFFICE OF THE
CITY PURCHASER AT THE ADDRESS SHOWN
REIN BY 3:00 P.M. ON : JANUARY 11 2000
INVOICE TO:
1
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 786845299
BID F.O,B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
City of Round Rock
CLAY MADSEN RECREATION CENTER
1600 GATTIS SCHOOL ROAD
Round Rock TX 78684
der agrees to comply with all conditions below and on
rse side of this IFB
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664 -5299
PAGE 1 OF 2_ PAGES
Return Original and One Copy of Bid
FACSIMILE RESPONSES BIDDER SHALL SIGN BELOW
SHALL NOT BE ACCEPTED
SHOW BID OPENING DATE E
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED BID
ENVELOPE& SHOW RETURN Authorized Signature
ADDRESS OF BIDDING FIRM.
BID OPENING DATE 3:00 P.M..JANUARY 11, 2000
Bid Number: 00 -005
Failure to sign shall disqualify bid
Printed Name
Date
SEE 1.6 ON BACK FOR INSTRUCTIONS:
TAX ID NO.:
LEGAL BUSINESS NAME:
ADDRESS:
ADDRESS:
CONTACT:
TELEPHONE NO.:
BUSINESS ENTITY TYPE:
ITEM # DESCRIPTION
COST
1
2
' 3
4
1
6
7
8
I 9
10
11
1
1
IRRIGATION INSTALLED
ITEMS 1 -4: Excluding main One
Installed Item costs shall Include: trenching, piping, connectors, fittings, backfilling, warranty, overhead and profit etc.
1 6" Popup spray sprinkler with nozzles ea.
4" Popup spray sprinkler with nozzles
Hunter 1 -20 4" popup relay spray or equal
Hunter 1 -25 4" popup relay spray or equal
Electrical Valves 1 -1/2°
Gate Valves, 3"
Quick Couplers, 1"
Controllers/wiring /connection, etc.
Main line
Drinking fountain line and connection
IRRIGATION SUBTOTAL
ALL ITEMS SHALL BE BID AND SUPPLIED IN ACCORDANCE
WITH SPECIFICATION FOR CLAY MADSEN RECREATION
CENTER LANDSCAPE AND IRRIGATION
CONTRACTOR SHALL DETERMINE QUANTITIES
FROM PLANS
ITEMS 5 -11: Installed item cost for the following:
Shall Include: trenching, piping, connectors, fittings, widng,backfilling and hook -up, warranty,overhead and profit etc.
5 Electrical Valves 1" ea.
PER UNIT
QUANTITY
ON PLANS
ea.
ea.
ea.
ea.
ea.
ea.
ea.
If.
If.
EXTENSION
the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such
ity has violated the antitrust laws of this State, codified In Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business."
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. BIDDING REQUIREMENTS:
1.1 Bidding requires pricing per unit sham and extensions. If trade discount is shown on bid, it should be deducted and net line e:denslons shown. Bidders guarantees
product offered wit meal or exceed specifications identified In this Invitation For Bid (IFB).
1.2 Bids should be sudniled on this form. Each bid shall be placed in a separate envelope completely and properly Identified See instructions on reverse side. Bids must be
in the office efthe City Purchasing Agent before the hour and dale epecllled on the reverse site of this IFB.
1.3 Late bide properly Identified will be returned to bidder unopened. Late bids will not be considered.
1.4 Bid F.O.B. destination, freight, prepaid, & allowed unless otherwise speclllod on the IFB. If otherwise, show exact cast to deliver.
1.5 Bid unit price on quantity and unit of measure specified, extend and show total. In case of errors In extension, unit prices shall govem. Bids subjed to unlimited price
Increase will not be considered.
1.6 Bid prices shall be firm for acceptance 30 days from bid opening date. 'Discount from List" bids are not acceptance unless requested. Cash discount will not be
corhsidensd in detemdning the low bid. All cash discounts offered will be taken Beamed.
1.7 Bide shag give Tax Identification Number, full name and address of bidder. Failure to sign wig disqualify bid. Person signing bid shall show tittle and authority to bind
signatories fum In a contract. Firm name should appear on each page in the block provided in the upper right corner. Business Entity shall be one (1) of the following:
Individual, Partnership, Sole Proprietorship. Estateffnst, Corporation, Governmental,. Nonprofit, all others shag be sperdfed. INDIVIDUAL: Lint name and number as
shown on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business name and Social Security Number. ALL OTHERS; Lint legal name
of entity and Tax Identification Number (1 in).
1.8 Bid cannot be altered or amended after opening lime. Any Alterations made before opening time shall be Initialed by bidder or an authorized agent. No bid ran be
withdrawn after opening time without approval of the CITY based on a wrdlen acceptable reason.
19 The City is exempt from State Sales Tax and Federal Excise Tax Do not Include tax in bid.
1.10 The City reserves the right to acceptor reject all or any part of bid, waive minor technicalities and award the bid to best serve the interests of the City, Spld awards may be
made at the sole discretion of the City.
1.11 Consistent and continued tie bids could cause rejection of bids by the City and/or investigation for antitrust violations.
1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB.
1.13 CAUTION: Bid invitation allows sufficient lime for receipt of the preferred mail response. The City shall not be responsible for bids received late. Segible, Incomplete, or
otherwise non- responsive
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturers reference used in IFB Is descriptive only (not restrictive), and is used to Indicate type and quaBy desired, Bids on brands of like
nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code, 0 other titan brand(s) specified is
offered. Illushatorne and complete description. of product offered are requested to be made a part of the bid. 11 bidder takes no exceptions to specifications or reference
data M bid, bidder will be required to furnish brand names, numbers, etc, as specified in the IFB.
2.2 All items bid shall be new, in fast class condition, Including containers suitable for shipment and storage, unless olherwise indicated In IFB. Verbal agreements to the
contrary will not be recognized.
2.3 Samples, when requested, must be funtIshed free of expense to the City. If not destroyed in examination, they w8 be returned to the bidder, on request, at bidder expense.
Each example should be marked with bidders' name and address, city bid number and code. Do not enclose In or attach to bid.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB.
2.5 Manufacturer's standard warranty shall apply unless otherwise slated in the IFB.
3. TIE BIDS: In case of fie bids, the award will be made in accordance with Section 271.901 of the Texas Local Government Code.
4. DEUVERY:
4.1 Bid should show number of days required to place material In City's designated location under moral conditions. Failure to state deliver lime obligates bidder to complete
delivery In fourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises
without void reason may cause removal from bid list. (See 42 following.)
4.2 If delay is foreseen, contractor shag give written notice to the City. The City has the fight to extend delivery date if reasons appear void. Contractor must keep the City
advised at all times of status of order. Default In promised delivery (without acceptable reasons) or failure to meet spedfications, authorizes the Clty to purchase supplies
elsewhere and charge fug Increase, if any, In cost and handling to defaulting contractor.
43 No substitutions or cancellations pemhNed withoutwrthen approval of the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless chemise specified in the IFB.
6. INSPECTION AND TESTS: At goods will be subject to inspection and test by the City to the extent practicable at ea limes and places. Authorized City personnel shag have
access to any suppliers place of business for the purpose of Inspecting merchandise. Tests may be performed on samples submitted with the bid or on samples token from
regular shipments lithe products tested fail to meet or exceed ell condition and requirements of the specifications, the cost of the sample used and the cost of the testing shag
be bone by the supplier. Goods which have been delivered and rejected in whole or in part may, at the City's option, be returned to the Vendor or held for disposition at Vendors
risk and expense. Latent defects may result In revocation of acceptance.
6. AWARD OF CONTRACT: A response to an IFB is an offer to contract with the City based upon the terms, conditions, and specifications contained In the IFB Bas do not become
contracts unless and until they are accepted by the City through Its designates and a purchase order is Issued. The contract shall be governed, construed, and Interpreted under
the Charter 07 the City and the laws of State of Texas. PJI contracts are subject to the approval of the City Council.
7. PAYMENT: Vendor shag submit three (3) copies of an invoice showing the purchase order number on all copies.
8. PATENTS AND COPYRIGHTS: The contractor agrees to pried the City tram claims involving infringements of patents or copyrights.
9. VENDOR ASSIGHNMB1TS: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract, which arise under the antitrust laws of the State
of Texas. Tx. Bus. And Comm. Code Ann. Sec. 15.01. et seq. (1967).
10. BIDDER AFFIRMATION:
10.1 Signing this bid with a false statement is a material breach of contract and shall void the submitted bid or any resulting contracts, and the bidder shall be removed from all
bid fists. By signature hereon affixed, the bidder hereby certifies that:
10.2 The bidder has not given, offered to give, nor Intends to give any time hereafter any economic oppndunlly, future employment, gift, loan, gratuity, special discount, tip, favor,
or service to a publio servant in connection with the submitted bid.
10.3 The bidder is not currently delinquent In the payment of any debt awed time pry.
10.4 Neither the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acting for such firm, corporation, or entity has violated the
antitrust laws of this Stale codified in Section 15.01 et Seq. Texas Business and Commercial Code, or the Federal Antitrust Laws, nor communicated directly or Indirectly
the bid made to any competitor. or any other person engaged in such lined business
10.5 The bidder has net received compensation for participation In the preparation of the speolgoation for this IFB.
11. NOTE TO BIDDERS: Any terms and conditions attached to bid wM not be considered Wass the bidder epedfically references them on the from of this bidtam. WARNING:Such
tams and conditions may result in dequall0cation of the bid (e.g. bids with the laws of e state other than Texas requirements for prepayment. Limitations on remedies. etc) The
Cty of Round Rock can only accept bids which contain eti the terns and condelone of cis formal IPB; in particular, all bidders aftrm:tons and certifications must be included.
Submission of bids on forma other than City bid form may result In disquat0caton of your bit.
12. INQUIRIES: inquiries pertaining to hid Invitations must aloe bid number, codes, and opening dale.
1
Crape Myrtle
ea.
C.11 a
Cycad
ea.
Fen Palms
ea.
Eleagnus
ea.
5
Holy, Nellie Stevens
ea.
I 6
Oleander, Red
ea.
7
Oleander, White
ea.
8
Green Cloud Sage
ea.
9
Acuba, Variegated
ea.
Texas Sage
ea.
• 10
11
Salvia, Furmans Red
ea.
12
Dwarf Oleander, Red
ea.
13
Dwarf Oleander, White
ea.
14
Mulch
cf.
Wood Fem
sq. R
• 15
16
Dwarf Ruellia
sq. R
17
Asian Jasmine
sq. R
' 18
Mondo Grass
sq.ft.
19
Blue Lily Turf
sq. R
20
I 21
Gulf Coast Muhly
ea.
Bamboo Muhly
ea.
22
Hydromulch and Preparation
sq. ft.
Seasonal Color
sq. ft.
I 23
24 Steel Edging
If.
1
1
ITEMS 11-24: Installed Item cost shall include: Purchase, delivery, Installation, warranty, overhea
1
1
1
1
1
M # DESCRIPTION
LANDSCAPE INSTALLED
LANDSCAPE SUBTOTAL
TOTAL BID
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664 -5299
Bid Opening Date 3 P.M.:
BId Number 00 - 005
CONTINUATION
PAGE _ 2_ OF _2_ PAGES
Bidder must fill in Bidder Name:
COST PER UNIT QUANTITY EXTENSION
ON PLANS
Definitions: ea. = each, sq.ft. = square foot, cf. = cubic foot, If. = linear feet, sy. = square yard, cy. = cubic yards, Is. = lump sum
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. BIDDING REQUIREMENTS:
1.1 Biddmg requires pricing per unit shown and extensions. If trade &count Is shown on bid, it should be deducted and net line extensions shown. Bidders guarantees
product offered wB meet or exceed specifications identified In this Invitation For Bid (IFB).
1.2 Bids should be submitted on this form. Each bid shall be placed Inc separate envelope completely and properly Identified. See instructions on reverse side. Bids must he
in the office of the City Purchasing Agent before the hour and dale specified on the reverse side of this IFB.
1.3 Labs bids properly identified will be returned 10 bidder unopened, Late bids will not be considered.
1.4 Bid F.O.B. destination, freight. prepaid, & allowed unless otherwise specified on the IFB. If otherwise, show exact cost to deliver.
1.5 Bid unit price on quantity and unit of measure spelled, extend and show total. In case of errors In extension, unit pines shall govem. Bids subject to unlimited pdee
increase will not be considered.
1.6 Bid prices shall be firm for acceptanoe 30 days from bid opening date. "Discount from Ust" bids are not acceptance unless requested. Cash discount wrll not be
considered In determining the low bid. Al cash discounts offered will be taken teamed.
1.7 Bids shall give Tax Ident6cetlon Number, full name and address of bidder. Failure to sign will disqualify bid. Person signing bid shall show tittle and authority to bind
signatories Pon in a contract. Firm name should appear on each page in the block provided In One upper right comer. Business Entity shall be one (1) of the following:
Individual, Partnership, Sole Proprietorship, Estateffmst, Corporation, Governmental,. Non - profit, al others shall he specified. INDIVIDUAL: Usl name and number as
shown on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business name and Social Security Number. ALL OTHERS; List legal name
of entity and Tax Identification Number (Tin).
1.8 Bid cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by bidder or an authorized agent. No bid can be
withdrawn after opening lime without approval of the CITY based on a written acceptable reason.
1.9 The City Is exempt born State Saloo Tax and Federal Excise Tax. Do not Include six In bid.
1.10 The City reserves the right t0 accept or reject at or any part of bid, waive minor technk:allties and award the bid 10 best serve the interests of the City, Split awards may be
made at the sole discretion of the City.
1.11 Consistent and continued tie bids could cause rejection of bids by the City andlor Investigation for antitrust violations.
1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB.
1.13 CAUTION: Bid invitation allows sufficient time for receipt at the preferred mail response. The City shall nol be responsible for bids received Ise, itlegible, Incomplete. or
otherwise non - responsive
2. SPECIFICATION:
2.1 Any catalog, brand name a manufacturer's reference used in IFB Is descriptive only (not reahictive), and Is used to indicate hoe and quality desired. Bids on brands of We
nature and quality will be considered unless adverted under the provisions of Section 252.022 of the Texas Local Government Code. H other than brand(s) specified is
offered, Illustrations and complete descriptions of product offered are requested to be made a part of the bid. ff bidder lakes no exceptions to spedfiwtons or reference
data In bid, bidder will be required to furnish brand names, numbers. etc, as specified in the IFB.
2.2 All Items bid shall be new, in first class nonillion, Including containers suitable for shipment and storage, unless otherwise indicated In IFB. Verbal agreements to the
contrary edit not be recognized.
2.3 Samples, when requested, must be furnished free of expense to the City. If not destroyed lo examination, they will be returned to the bidder, on request, at bidder expense.
Each example should be marked with bidders' name and address, City bid number and code. Do not enclose in a attach to bid.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB.
2.5 Manufacturer's standard warranty shall apply unless athemise stated in the IFB.
3. TIE BIDS: In cased tie bids, the award will be made in accordance with Section 271.901 of the Texas Local Govemmed Code.
4. DELIVERY:
4.1 Bid should show number of days required lo place material in City's designated location under normal conditions. Failure to sate deliver time obligates bidder to complete
delivery In fourteen (14) calendar days. Unrealistically short or long delivery promisee may cause bid to be disregarded. Consistent failure to meet delivery promises
without valid reason may cause removal from bid list. (See 42 following.)
4.2 If delay Is foreseen, contractor shall give written notice to the Csy. The (Sty has the fight to extend delivery date t reasons appear wild, Contractor must keep the City
advised at all times of status of order. Default In promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City to purchase supptes
elsewhere and charge full Increase, tany, In cost and handling to defaulting contractor.
4.3 No substitutions or cancellations permitted without widen approval of the CSy.
4.4 Delivery shag be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless othemiso specified in the IFB.
5. INSPECTION AND TESTS: All goods will be subject lo Inspection and lest by the Cdy to the extent practicable al al times and places. Authorized City personnel shall have
access to any supplier's place d business for the purpose of Inspecting manhandles. Tests may be performed on samples submitted wall the bid 01 on samples taken from
regular shipments. If the products lased fag to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and the cost of the ( tng shag
be borne by the supplier. Goods which have been delivered and rejected in whole or in pad may, at the Citys option. be returned to the Vendor or held for disposition at Vendor's
risk and expense. Latent defects may result In revocation olamentamce.
6. AWARD OF CONTRACT: A response to IFB Is an offer to contract with the City based upon the tens, conditions, and speoificatlona contained In the IFB Bids do not become
contracts unless and until they are accepted by the City through its designates and a purchase order is Issued. The contract shag be governed. conotmed, and Interpreted under
the Chador of the Cty and the laws of Slate of Texas. All contracts are subject to the approval of the Clty Council.
7. PAYMENT: Venda shall submit three (3) copies can Invoice showing the purchase order number on at copies.
8. PATENTS AND COPYRIGHTS: The contractor agrees to protect the City from dads involving infringements of patents or copyrights,
9. VENDOR ASSIGHNMENTS: Venda hereby easlgns to purchaser any and all claims for overcharges associated with this contract, which arise under the antrus laws of the State
of Texas. Tx, Bus. And Comm. Code Ann. Sec. 15.01. et seq. (1967).
10. BIDDER AFFIRMATION:
10.1 Signing this bid with a false statement Is a material breach of contract and shat void the submitted Lid or any resulting contracts, and the bidder shall be removed from all
bid loss. By signature hereon affixed, the bidder hereby certifies that:
10.2 The bidder has not given, offered to give, nor intends to give any lime hereafter any economic opportunity, future employment, gilt, lean, gratuity, special discount, tip, favor,
or service to a puble servant In connection with me submitted bid.
10.3 The bidder is not currently delinquent In the payment of any debt owed the City.
10.4 Neither the bidder no the tine corporation, partnership, or any entity represented by the bidder, or anyone acting for such firm, corporation, or entity has violated the
antitrust laws of this Stale codified in Section 15.01 et, Seq. Texas Business and Commercial Code, or the Federal Anglrust Laws, nor communicated directly or indirectly
the bid made r'0 any competitor, or any other person engaged in such line of business.
10.5 The bidder has not received compensation for partc'pation in the preparation of the speolficafion for this IFB.
11. NOTE TO BIDDERS: Any terms and mnditfane attached to bid Minot be considered unless the bidder specifically referencas them on the front of this bid form. WARNING: Such
toms and conditions may result in dsqual9wton of the bid (e.g. bids wit the taws of stale other than Texas requirements for prepayment Limitations on remedies, etc) The
City of Round Rock can only accept bids which contain at the teens and conditions of Its formal IFB; in particular, all bidders affirmations and effacegons must be included.
Submission of bids on fauns other than City bid form may result in disqualification of your bid.
12. INQUIRIES: Inquiries pertaining to bid invitations must give bid number, codes. and opening rate.
3.0 POST BID DOCUMENTS
•
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
}� aUUO
THIS AGREEMENT, made and entered into this �o day oflf tJ� u.J4A.D. i9 by and
between the CITY OF ROUND ROCK, TEXAS acting through its Mayor, arty of the First Part,
h�r einaftggr termed the OWNER, and RObCD (.(l.flr S . i l (L' ,IItLof the City of
KC�UtYI Roc,ic , County of t; l I Gl11'1SO") , Sfate`cf — T - -e XC1 S
Party of the Second Part, hereinafter termed Contractor.
postbid.doo
CONTRACT
PBD -1
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by said First Party (Owner), the said Second
Party (Contractor), hereby agrees with the first Party to commence and complete the construction
of certain improvements at the prices set forth in the Contractor's Proposal dated Tuesday.
January 11, 1999 for certain improvements described as follows:
CLAY MADSEN RECREATION CENTER PLANTING AND IRRIGATION
The Contractor shall perform all work shown on the Plans and described in the Contract
and shall meet all requirements of this Agreement, the General and Special Conditions of the
Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the
above named parties to this Agreement.
The Contractor hereby agrees to commence work under this contract within 10
consecutive calendar days after that date of the Notice to Proceed and shall cause work to
progress in a manner satisfactory to the Owner. Such work shall be completed in full within 60
calendar days after the date of the written Notice to Proceed. Time is of the essence to this
contract.
The Owner agrees to pay the Contractor in current funds, and to make payments on
account, for the performance of the work in accordance with the Contract, at the prices set forth
in the Contractor's Proposal, subject to additions and deductions, all as provided in the General
Conditions of the Agreement.
CONTRACT - continued
The following documents together with this Agreement, comprise the Contract, and they
are fully a part thereof as if herein repeated in full:
The Notice to Bidders
The Instruction to Bidders
The Bid Sheets
The Specifications & Conditions
The Certificate of Insurance
The Plans
Addenda
IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in
multiple originals in the year and day first above written.
ATTE T:
By:
ASSY City Secretary
By:
postbid.doc
Sec t'¢ ary, if Contractor
is Corporation or
otherwise registered with
the Secretary of the State
PBD -2
alb
he Firs Part (Owne
Mayor - City of Round Rock
By: 71 `�..
Party of the Second Part
(Contractor)
4
THE STATE OF TEXAS
COUNTY OF WILLL4MSON
PAYMENT BOND
Bond #TX499146900
KNOW ALL MEN BY THESE PRESENTS: That Robco Landscaping, Inc. , of the
City of Round Rork Conny of will i amaon , and State of
Texas as Principal, and i `nIT -0a sursdliihor zed 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 Thirty -Two Thousand Two Hundred Fifty -Three
& 56/100 Dollars (S 37,251 Sh ) 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 1lth day of _Febrnpry , 200 , 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:
Pla nti n e & Trriaatinn for the C1av Madsan RPrraatinn fPntPr
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and
suppliers, all monies to them owing by said Principals for subcontracts, work, labor,
equipment, supplies and materials done and furnished for the construction of the
improvements of said Contract, then this obligation shall be and become null and void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter
2253, Texas Government code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said Chapter 2253 to the same extent as if
it were copied at length herein.
*Mailing Address: City of Round Rock, Parks & Recreation Dept., 605 Palm
Valley BLVD, Round Rock,TX 78664
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 it's obligation on
this bond, and it does hereby waive notice of airy such change, extension of tithe, alteration
or addition to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WEIREOF, the said Principal and Surety have signed and sealed this
Instrument this 11th day of February , 20 Sa.
Robco Landscaping. Tnc.
Principal
B 71/46
Rest i. (1
Title Title
3581 Rocking J RD
7S„mmit 0lobgl Part ^ar^ ,f T ^r ^s, Inc.
Address Address
Round Rock. TX 78664
Resident Agent of Surety:
James O. Schnell
Printed Name
%Summit Glnhal Pori of
Address Texas, Inc.
PO Box 2291
Austin. Tg78768
City, State & Zip Code
IInivarcal 6,roty of
Surety
By
I mes 0. Schnell
Attorney -in -Fact
PO Bop 2 Au tin, TX 7876C
PERFORMANCE BOND
THE STATE OF TEXAS Bond #TX499146900
COUNTY OF WILLIAMSON
KNOW ALL MENBYTHESEPRESENTS: That Robco Landscaping, Inc. of the
City Of Rn„nrl Rnrk County of 1e17 11 i amGnn , and State of
Texas
, as Principal, and glniixrviarla authorized under the law
of the State of Texas to act as surety on bonds for principals, are held and firmly bound tmto
THE CITY OF ROUND ROCK TEXAS, (Owner), in the penal sum of Thirty -Two Thousand
Two Hitnrlrerl Fifty —Three F s /1nodo11ars ($ 32.253.56 ) 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 11 rh day of February 20_ao_ 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 o£:
Planting & Trrigrinn for the Clay MaAcan Recreation Center
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 fall
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.
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 llrh day of February
2000 .
Robco Landscaping. Inc.
Principal
Title
3581 Rocking .T RD
Address
Round Rock, TX 78664
Resident Agent of Surety:
Jampq 0 Srhnall
Printed Name
%Summit Global Partners of Texas, Inc.
Address
PO Box 2291
Austin, TX 78768
City, State & Zip Code
Siattatlare
Surety
By:
Title
mes 0. Schnell
A r * o xnry— in —Fac t
%Summit (ilnhal Parrnprc of Tpv=s,Inc
Address
PO Box 9991 A„cti, TX 78768
UNIVERSAL SURETY OF AMERICA
P.O. BOX 1068 - Houston, Texas 77251 -1068
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
Agency mr atim
8005180
Summit Global Partners of Texas,Inc
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of
the State of Texas, and having its pricipal office in Houston, Texas, does by these presents make, constitute and appoint
Emily Mikeska
William H. Pitts, Jr.
Rose Marie Boriskie
Glenn Richards
Norman P. Rolling
TX 4991469 00
John W. Wagner
James 0. Schnell
Roberta Jones
of Temple and State of Texas its true and lawful Attomey(s) -in -Fact, with full power and authotty hereby
conferred in its name, place and stead, to execute, acknowledge and deliver
Bonds not to exceed 51,000,000.00 unless such is accompanied by letter of
authority signed by the President, Secretary or Executive Vice President
of Universal Surety of America.
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s) -in -Fact may do within the stated
limitations, and such authority is to continue in force until 3/31/2001 . Said appointment is made render and by authority of the
following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the l Ith day of July, 1984.
"Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitable persons as Attomey(s) -in -Fact to represent and act for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any
power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation."
In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, Jack McReynolds and Es
corporate seal to be hereto affixed this 2nd day of January, A.D., 1998.
UNIVERSAL SURETY OF AMERIC
Jack McReynolds - President
State of Texas
ss:
County of Harris
On this 2nd day of January, in the year 1998, before me, Estela Leila, a notary public, personally appeared Jack McReynolds,
personally known to me to be the person who executed the within instrument as President , on behalf of the corporation herein named
and acknowledged to me that the corporation executed it
I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the
Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect
GIVEN under my hand and the seal of said company, at Houston, Texas, this //. day of 1 192.fro ?
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may telephone (713) 722-4600.
- Assistant Secretary
1451- 1475/025
FED 11 '00 14: b FR( S111911t GLUWiL 512 451 Y557 iu z77x�
-2- I 11-:-.'exa FRGM
02/10/00 09:20 FAX 512 216 5546 PARR
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Summit Global Partners of TX
PO Box 2291
Austin, TX 78768 -2291
512- 451 -7555
cg)rI1PICAT trO1DIDt: 90.211 E. ciloadad Rook
.Main Saws
Rand Rat. now 78664
um: lomw Land
ccn ,a
no mo :S
COMPANIES AFFORDING COVERAGE
A Transportation Ins Co
8
Continental Casualty Co.
Fremont Industrial Indemnity
Data: 02/10/00
INSURED
Robco Landscaping, Inc.
3581 Rocking J Rd. Round Rock, TX 78 664 es list
eN ;(hye$peottothebusiness
THIS IS TO CBR11FY THAT the Insured naiad above is insured by the Compani
operations bereilnfta described, for the types of iawmce and in aceordaoce with the provisions of the standard polices used by
the companies, and t asth s heieinaflrr described. Exceptions m the policies are noted below.
CO TYPE EFFECTIVE IMPERATION 12dI1'B
O TYPE OF E�151)RANCl; NUMBER DATE DATE
LTR
GptIPStMLACCasse'rs $2,000,000.
g ylgAnt 72A1111rrr Y& USGOMY)pp Aeo. $2000,000.
A C1075139469 12/30/99 12/30/00 21615021ALkADV RIMY s1,000,000.
tamacccumumm $1,000,000.
PMEtmMuGEuwseaae) 5 100,000.
pan pxin,$11(Any em peso,) 5 10,000.
OOlda¢ebS3rm shoat 5 1,000,000.
AU1S1N01111ll
3 C163058923 12/30/99 12/30/00 eonp2IImr1R2(f'ek ° wot0 5
1101)11.2 EVERY (Per =4 -Wm') 1
a 0 rXER CE 51,000,000.
PxcFSS1.uEttlrY
B C163071655 12/30/99 12/30/00 AGGREGATE 61,000,000.
67AT07 MOTS XX
wOp1�lS• cpypBTSATION AND 11$,F311Y1'lI5" 1� &m 6 500,000.
C 3Y5311711 11/01/99 11 /01 /00 dice Acaparr
DRCA$L•POLS=TLET $ 500,000.
DzseAsE.Excismartorn s 500,000.
IV
1)1 Ir OF OP[6A _ O CATION CMS
Clay Madsen Recreation Center Planting and Irrigation /Certificate Holder 1s Additional
Insured with respect to the General Liability 5 Auto Liability policies. The General*
wad;tl$ )bar, std 0AFlory Liabi11q. ear
o
'o'f ills of ad Rasp u n es b b5 as eena or i e s an5 m� o P� + Wi t. a�n i eoiws �F'a' win tna9 lathy p6) days wriae1 w'ka
f sc „Awe deaetaod planes by dlW u hed
Co Me cahifaoas bolder exam below.
E OF AU77a0» '
rs
51GN
William H. Pitts, Jr.
Talc President
*Liability, Automobile Liability and Workers' Compensation policies include a WAiver of
Subrogation in favor of the Certificate Holder. Coverage is primary and non - contributing.
30 -Day Notice of Cancellation and /or Material Change required.
512 *255 +3255 PAGE.11
** TOTAL PRGE.02 **
4.0 SPECIFICATIONS & CONDITIONS
Page 1 of 27
Landscape and Irrigation Construction for Clay Madsen Recreation Center
1. PURPOSE: The City seeks to contract services for landscape and irrigation construction. See attached
plans for locations.
2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification
and bid document:
2.1. As -Built — Drawings that accurately reflect post construction location of improvements and
conditions.
2.2. City — Identifies the City of Round Rock, Williamson County, Texas.
2.3. Contract — A mutually binding legal document obligating the Contractor to furnish the goods,
equipment or services, and obligating the City to pay for same.
2.4. Contractor — A person or business enterprise providing goods, equipment, labor and/or services
to the City as fulfillment of obligations arising from a contract.
2.5. General Contractor — Identifies the contractor for the recreation center construction — RJ King
Construction Co.
2.6. Landscape Architect — Identifies the City representative for providing project design or project
management.
2.7. Punchlist — Is a list of construction related items that will be reviewed as a part of the inspection
of work.
2.8. Subcontractor - Any person or business enterprise providing goods, equipment, labor, and/or
services to a Contractor if such goods, equipment, labor, and/or services are procured or used in
fulfillment of the Contractor's obligations arising from a contract with the City.
2.9. Turnover — Identifies the action of the City assuming ownership and maintenance of constructed
items set forth from this specification.
Page 2 of 27
4. ABANDONMENT OR DEFAULT:
PART I
LANDSCAPE GENERAL TERMS AND CONDITIONS
1. The Contractor shall provide all labor and equipment necessary to perform the service. The Contractor
shall comply with all requirements set forth by the United States Department of Labor. In addition all
employees of the Contractor shall be experienced in the type of work to be performed.
2. The Contractor shall be responsible for damage to the City's equipment and/or property, the workplace
and its contents by its work, negligence in work, its personnel and equipment. The Contractor shall be
responsible and liable for the safety, injury and health of its personnel while its employees are performing
service work.
3. The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or being
under the influence of alcohol or controlled substances by Contractor, Contractor's employees,
subcontractor(s) or subcontractor (s') employees while in the performance of the service is prohibited.
Violation of this requirement shall constitute grounds for termination of the service.
4.1. A Contractor who abandons or defaults the work on the contract and causes the City to purchase
the services elsewhere will not be considered in the re- advertisement of the service and may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
4.2. The contract is void if sold or assigned to another service company without written approval of
the City. Written notification of changes to company name, address, telephone number, etc.,
should be provided to the City as soon as possible but not later than 30 days from date of change.
5. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local
laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative
bodies or tribunals in any matter affecting the performance of the contract, including without limitation,
workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and
licensing laws and regulations. When requested, the Contractor shall furnish the City with satisfactory
proof of its compliance.
6. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents,
servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands,
damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of
this contract and arising out of a willful or negligent act or omission of the Contractor, its officers, agents,
servants and employees.
7. INSURANCE: The successful bidder shall procure and maintain at its sole cost and expense for the duration of
the contract or purchase order resulting from a response to this bid/Specification insurance against claims for
injuries to persons or damages to property which may arise from or in connection with the performance of the
work as a result of this bid by the successful bidder, its agents, representatives, volunteers, employees or
subcontractors.
7.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City
before work commences.
7.2. The following standard insurance policies shall be required:
Page 3 of 27
7.2.1. General Liability Policy
7.2.2. Automobile Liability Policy
7.2.3. Worker's Compensation Policy
7.3. The following general requirements are applicable to all policies:
7.3.1. Only insurance companies licensed and admitted to do business in the State of Texas
shall be accepted.
7.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a
per occurrence basis for property damage only.
7.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance.
7.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City
7.4. Policies shall include, but not limited to, the following minimum limits:
7.4.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence.
7.4.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence.
7.4.3. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with
minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 for each
occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence.
7.4.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers
Liability Insurance.
7.4.5. Coverage shall be maintained for two years minimum after the termination of the
Contract
7.5. The City shall be entitled, upon request, and without expense to receive copies of insurance
policies and all endorsements thereto and may make reasonable request for deletion, revision, or
modification of particular policy terms, conditions, limitations, or exclusions (except where
policy provisions are established by law or regulation binding either of the parties hereto or the
underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise
reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof.
All insurance and bonds shall meet the requirements of the purchase specification and the
insurance endorsements stated below:
7.6. Contractor agrees that with respect to the required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment,
the following provisions:
7.6.1. Provide for an additional insurance endorsement clause declaring the Contractor's
insurance as primary.
7.6.2. Name the City and its officers, employees, and elected officials as additional insureds,
(as the interest of each insured may appear) as to all applicable coverage.
7.6.3. Provide thirty days notice to the City of cancellation, non - renewal, or material
changes.
7.6.3.1. Remove all language on the certificate of insurance indicating:
7.6.3.1.1. That the insurance company or agent/broker shall endeavor to
notify the City; and,
Page 4 of 27
7.6.3.1.2. Failure to do so shall impose no obligation of liability of any kind
upon the company, its agents, or representatives.
7.6.4. Provide for notice to the City at the addresses listed below by registered mail.
Contractor agrees to waive subrogation against the City, its officers, employees, and
elected officials for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance.
7.6.5. Provide that all provisions of this contract concerning liability, duty, and standard of
care together with the indemnification provision, shall be underwritten by
contractual liability coverage sufficient to include such obligations within applicable
policies.
7.6.6. All copies of the Certificate of Insurance shall reference the project name, bid
number or purchase order timber for which the insurance is being supplied.
7.6.7. Contractor shall notify the City in the event of any change in coverage and shall
give such notices not less than thirty days prior notice to the change, which notice
shall be accomplished by a replacement Certificate of Insurance.
7.6.8. All notices shall be mailed to the City at the following addresses:
Assistant City Manager
City of Round Rock
221 East Main Street
Round Rock, TX 78664 -5299
City Attorney
City of Round Rock
309 East Main Street
Round Rock, TX 78664
7.6.9. Approval, disapproval, or failure to act by the City regarding any insurance supplied
by the Contractor shall not relieve the Contractor of full responsibility or liability
for damages and accidents as set forth in the these requirements. Neither shall
bankruptcy, insolvency, or denial of liability by the insurance company relieve the
Contractor from liability.
7.6.10. If the Contractor employs, contracts with or otherwise permits any other individual
or entity to perform any of the obligations of the Contractor, then any and all of
these individual or entities shall be bound by the same insurance requirements as
the successful bidder.
8. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098 requires workers'
compensation insurance coverage for all persons providing services on building or construction projects for a
governmental entity
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 City.
Page 5 of 27
Persons providing services on the project ("subcontractor") in Section 406.096 - includes all persons or entities
performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless
of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has
employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor
carriers, The City-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.
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
The CONTRACTOR shall provide a certificate of coverage to The City 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 shall, prior to the end of the coverage period, file a new certificate of
coverage with The City showing that coverage has been extended.
The CONTRACTOR shall obtain from each person providing services on a project, and provide to The City:
A. a certificate of coverage, prior to that person beginning work on the project, so The City will have on file
certificates of coverage showing coverage for all persons providing services on the project; and
B. no later than seven 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 City 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 a
project, to:
A. 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 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
a project, for the duration of the project;
Page 6 of 27
C. 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
1) a certificate of coverage, prior to the other person beginning work on the project; and
2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage
period, if the coverage period shown on the current certificate of coverage ends during the
duration of the project
E. retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
F. notify The City in writing by certified mail or personal delivery, within 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
contractually require each person with whom it contracts, to perform as required by paragraphs
(A thru G), with the certificates of coverage to be provided to the person for whom they are
providing services.
13. The CONTRACTOR's failure to comply with any of these provisions is a breach of contract by
the CONTRACTOR that entitles THE CITY to declare the contract void if the CONTRACTOR
does not remedy the breach within ten calendar days after receipt of notice of breach from THE
CITY.
9. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all liens
and encumbrances for all labor, good and services which may be provided under the City's request by
Contractor or subcontractors and if the City requests, a proper release of all liens or satisfactory evidence
of freedom from liens shall be delivered to the City.
10. VENUE: Both the City and the Contractor agree that performance of this contract shall be in
Williamson County and venue for any litigation arising from this contract shall lie in Williamson
County.
11. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be
considered an employee of the City. The Contractor shall not be within protection or coverage of the
City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance
that the City from time to time may have in force and effect.
Page 7 of 27
PART II
GENERAL SPECIFICATIONS
1. SCOPE: This specification describes a service to professionally construct and provide as built drawings
of a planting and irrigation operations for a recreation center owned by the City.
2. INTENT: It is the intent of the City to establish a one time contract with a responsible bidder to provide
engineering and construction services as specified.
3. LIMIT OF FINANCIAL RESOURCES: The City has a limited amount of financial resources
committed to this Project; therefore, it shall be understood by all bidders that the City 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 on any
portion of work that may be omitted. At any time during the duration of this contract, the City 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.
4. SUBSTITUTIONS: Submit bids on the basis of furnishing the materials exactly as specified. Substitute
equipment or materials may bo"furnished provided it is equal or better than the quality specified in all
respects. Submit descriptive data and calculations demonstrating equivalence of performance of all
proposed substitutions of material and equipment to the CITY'S Representative for approval.
Acceptance or rejections of any such requests for substitutions will be furnished to the bidder.
5. WORK LOCATION /SITE: See cover sheet of drawings.
6. SITE VISIT: Each bidder shall make a site inspection of the site prior to bidding to fully acquaint
him/herself with the site conditions as they exist for full comprehension of the facilities, difficulties and/or
restrictions attending the proposed work.
7. SITE RESRICTIONS:
7.1. Parking: Parking is allowed on construction site when conditions permit.
7.2. City Equipment: City equipment cannot be utilized on this project without authorization.
8. BIDDER OUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of
such bidder as qualified and responsible. The City reserves the right to determine the lowest responsible
bidder from information submitted with the bid. All bidders shall furnish the following information at a
minimum:
8.1. References: Provide the name, address, telephone number and point of contract of at least three
firms for which the bidders has preformed similar service within the past five years. References
may be checked prior to award. Any negative responses received may result in disqualification of
bid.
8.2. identify any subcontractors to be used for this service. Experience, qualifications and references
of the subcontractors shall be submitted. The City shall approve all subcontractors prior to any
work being performed.
Page 8 of 27
8.3. Poor performance, A bidder with poor performance history on past or current projects with the
city, including, but not limited to, workmanship and warranty may be disqualifed from award of
this project.
8.4. Plan of Operation: Successful bidder shall provide a projected schedule showing the days of
operations, projected tasks with associated sub- contractors and timelines. The schedule shall be
available to the CITY'S REPRESENTATIVE upon request for review and continent.
9. ORIENTATION OF CONTRACTOR: The Contractor shall coordinate all landscape and irrigation
construction with the general contractor for the recreation center construction. R.I. King Construction
(218) 218-4960.
9.1. The City will provide an initial orientation to the Contractor within five days after contract
effective date to identify all policies and operating procedures of the construction site. During
this meeting, the Contractor shall provide the City with their recommendations for operation,
best locations to install or place Contractor's equipment and a start date for which the Contractor
shall have ready for operation. NOTE: It shall be the responsible of the Contractor to
familiarize its personnel with the site, site restrictions, and each job assignment.
9.2. A pre- construction meeting is to be conducted between CONTRACTOR and CITY'S
representative prior to construction. Such meeting is to be conducted no more than 7 working
days before work begins. it is the responsibility of the CONTRACTOR to arrange the pre-
construction meeting.
10. RELATED DOCUMENTS: The specifications indicate and specify a complete landscape. Items not
specified, but found necessary for a complete landscape shall be furnished under this Contract.
10.1. Concerns and discrepancies with drawings, details, or plan notes shall be resolved according to
the ranking of priority (highest to lowest):
10.1.1. Plan Drawings
10.1.2. Plan Notes
10.1.3. Plan Details
10.1.4. Specifications
11. CONTRACTOR RESPONSIBILITIES: The Contractor shall provide, but not be limited to the services
defined below:
11.1.
Construction of planting and irrigation improvements at Clay Madsen Recreation Center.A Texas
Licensed Irrigator in good standing, approved by The City or his agent, and who is regularly
engaged in installing irrigation and has a minimum of 3 years experience will be required for this
work
11.2. A Texas Licensed Landscape Contractor in good standing, approved by The City or his agent,
and who is regularly engaged in installing landscape and has a minimum of 3 years experience
will be required for this work
11.3. The CONTRACTOR shall obtain necessary permits and pay any related fees and taxes required
by governing agencies as a part of the base bid. City of Round Rock fees shall be waived.
11.4. All landscape materials and sprinkler equipment shall be new and unused and should meet all
standards specified.
Page 9 of 27
11.5. Staff the site with as many employees as is necessary to construct contracted items.
11.6. Assign a primary contact person with the operations management to serve as a contact to both
City staff and City residents for the duration of the contract periods.
11.7. Maintain all vehicles and equipment in proper operating condition. Vehicles and/or equipment
with oil, hydraulic or other fluid or substance leaks, or vehicles and/or equipment that present an
unhygienic or unsafe appearance will not be permitted on City property. Any environmental
cleanup shall be at the expense of the Contractor.
11.8. Take any and all steps necessary to ensure all areas construction site remain in a neat and litter -
free condition.
11.9. COPIES OF PLANS AND SPECIFICATIONS FURNISHED: The Contract shall be prepared in
not less than five (5) counterpart (original signed) sets. The City 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.
11.10. CONTRACTOR shall determine all existing site conditions (i.e. utilities, structures, obstruction,
CONTRACTOR acknowledges that he/she has satisfied himself/herself as to the nature of the
work and to the quality of surface and subsurface materials or obstacles insofar as this data is
'reasonably ascertainable from an inspection of the site. Any failure by the CONTRACTOR to
acquaint himself/herself with the available information will not relieve himself/herself from
responsibility for estimating properly the difficulty or cost of successfully performing the work. It
is the responsibility of the CONTRACTOR to locate all utilities. Neither The City nor The CityS
REPRESENTATIVE have located any over head or under ground utilities.
11.11. 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 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.
11.12. CROSSING UTILITIES: There has been no prior locating of utilities. Prior to commencing the
work associated with this contract, it shall be the Contractor's responsibility to make
arrangements with The owner 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. Any utilities noted on plans are estimate locations and should be verified prior
to construction by the above described method. The City assumes no responsibility for damage to
utilities.
Page 10 of 27
11.13. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES: Whenever existing utilities
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 City of the utility to be moved and have it moved. The costs of any utility
relocations will be at the Contractor's sole expense. The City will not be liable for relocations
costs or damages on account of delays due to changes made by The Citys of privately owned
utilities which hinder progress of the work.
12. PROJECT RECORD DOCUMENTS: Prepare and maintain record documents for the project to
accurately reflect the construction as built. As -built documents shall be submitted on reproducible Mylar
or vellum as a condition of Final Acceptance.
12.1. Project Manager Shall maintain on the job site at all times one copy of:
12.1.1. Specifications
12.1.2. All Addenda
12.1.3. Change orders and field orders
12.1.4. Field test reports and submittal reports
12.13. Correspondence
12.2. Submittals:
12.2.1. At project completion, deliver record documents to the CITY or the CITY'S Representative.
Place all letter -sized materials in a three -ring binder neatly indexed. Bind related drawings
in rolls of convenient sizes for ease of handling.
12.2.2. Accompany the submittal with a transmittal letter in duplicate containing:
Date, Project title, CONTRACTOR'S name and address, Certification that each document
as submitted is complete and accurate, Signature of CONTRACTOR on transmittal.
13. QUALITY ASSURANCE AND WARRANTY
13.1. Underground work shall be inspected and approved by The City or THE CITY'S Representative for
correctness and completeness before bacldilling. Failure of the CONTRACTOR to notify The City or
THE CITY'S Representative of the progress of the work may result in the CONTRACTOR having to
excavate work for inspection.
13.2. If non - specified product(s) are found to be apart of the construction. The City's Representative will
require the Contractor to immediately remove them and replace them with the specified part as called
for in this document. All associated costs shall be paid by the Contractor.
13.3. Verify all finish grades within the work area in order to ensure the proper soil coverage (as specified) of
the sprinkler system pipes.
13.4. The contractor shall warranty installed materials/equipment against defects in materials/equipment and
workmanship from their respective manufacturers a period of one year after the system is accepted by
THE CITY. As a part of the one year warranty, the contractor shall immediately repair or replace
without cost to The City all material and equipment found to be defective due to faulty material or
workmanship. The Contractor will order and replace the warranty item at not cost to The City.
Page 11 of 27
14. DAMAGE TO PROPERTY
14.1. Repair or replace any property damage inflicted in the course of the construction without additional
charge and before final payment Included are damages to building, paving, structures, equipment,
piping, pipe covering, utilities, sewers, walls, signs, fencing, sidewalks and landscaping.
14.2. The Landscape installer is responsible for damage to the system or property caused by others if it is
detemrined to be a result of neglect of professional duty by the CONTRACTOR
Page 12 of 27
1.0 - GENERAL
PART HI
LANDSCAPE IRRIGATION SPECIFICATION
A. Scope: The City seeks purchase construction services for a permanent automatic underground irrigation system
for Clay Madsen Rec. Center. See attached plans and details. NOTE: Slecving for irrigation has been
completed by general contraction of project. Sleeving shown on plans shows the approximate location of
sleeves. Sleeve depths vary.
B. The work of this section includes but is not limited to the following:
Products.
Operations
2.0 PRODUCTS — Contractor shall wus products as listed below. Contractor shall use same type, class,
and quality equipment or City approved equal.
2.1 PIPE AND TUBE
2.1.1 PVC PIPE: All polyvinyl chloride (PVC) pipe shall be continuously and permanently
marked with the following information: manufacturer's name, production control
number, class of schedule number, type and grade of material and pipe size
2.1.2 PRESSURE MAINS: 3/4 inch through 4 inch PVC is to be Schedule 200 PVC or Class
40 PVC. Tubing or piping exposed to sunlight is to be Brownline UVR/PVC or
approved equal.
2.1.3 LATERALS: Class 200 PVC with integral solvent weld bell end, solvent weld
coupling.
2.1.4 UV RESISTANT PIPING: Brownline UVR/PVC.
2.1.5 THREADED NIPPLES AND RISERS: Schedule 80 PVC
2.1.6 PVC CEMENT: as recommended by the manufacturer.
2.1.7 BURIED SLEEVES: 2 inch and smaller: schedule 200 PVC. Larger than 2 inches:
Class 40 PVC.
2.1.8 CONDUIT schedule 200 PVC.
2.1.9 GATE VALVES: Only valves that are suitable for dirty water applications are to be
used. Gate Valves, as manufactured by Nibco, Matco- Norca, or approved equal.
2.1.10 VALVE BOXES: Plastic Box with locking lid. AMETEK, Brooks, Carson, Hefco,
DFW Plastics or approved equal. Rectangular for remote control valves and back flow.
Round for gate valves.
2.1.11 CLAMPS: Stainless steel screw clamps sized to fit purpose.
2.1.12 CONTROL WIRE: Specifically designed for direct burial use, Type OF with copper
conductor, size as necessary to provide for valve and solenoid performance.
Use white jacket for common and different color -coded wires (as available) for
individual control lines. Size of conductor shall meet requirements of installation
instructions of manufacturer of valves and controllers
2.1.13 WIRE CONNECTORS: Spears Dry-Splice, Penlite, and King Technology Model
King -6 or equal.
2.1.14 THRUST BLOCKS: 2,500 -psi/ 28 -day concrete. Quickcrete concrete mix or equal.
2.1.15 PVC FITTINGS: Use molded PVC fittings of the same material and pressure rating or
schedule as the adjoining PVC pipe. Use fittings suitable for solvent weld, slip joint
ring connections or screwed connections as required to properly join PVC pipe.
Page 13 of 27
3.0 OPERATIONS
All fittings not shown on details or plans but are necessary in the proper function of the
irrigation system shall be apart of the bid and contract.
2.1.16 SWING JOINTS: 12 inch PVC double swing joints with appropriately sized openings
shall be manufactured by Lasco, KB!, or approved equal.
2.1.17 REMOTE CONTROLL VALVES: Automatic remote control valves shall be
manufactured for dirty water use and shall be Hunter HBV series, Weathermatic 8000,
Buckner VB series, or approved equal.
2.1.18 OTHER VALVES:
Quick coupling valves: one inch 470 series by Toro, Hunter HV- 144 -RL (using HK -100
key), Buckner Bronze 25000 series, or approved equal. Provide one key per quick
coupler.
2.1.19 IRRIGATION HEADS
Spray heads are to be as shown on plans or approved equal.
2.1.20 AUTOMATIC CONTROLLER: Irritrol, Rainbird, Wcathermatic, Hunter or approved
equal. Size as needed to accommodate all required stations plus at least twelve open
stations. Up to two controllers can be provided. Controller shall run on a 24 -hour clock
with a seven -day calendar. All stations shall be able to run continuously for 30 to 45
minutes.
2.1.21 BACKFLOW PREVENTION DEVICE: Flowmatic or Zuni/Wilkins brand or
approved equal size as necessary to minimize psi loss.
2.1.22 GRAVEL: The gravel is to be Yz inch to % inch in diameter, clean washed and without
the presence of foreign materials.
2.1.23 RAIN SENSOR: Rainbird, Hunter, Irritrol, Weathermatic of approved equal with
wiring to connect to controller(s).
3.1 INSTALLATION
3.1.1 WATER SUPPLY: installer /contractor is to get a written statement of water pressure
from the City of Round Rock prior to beginning design. Contractor is to verify water
pressure prior to beginning construction. Contractor shall connect to the existing water
loop within the park.
3.1.2 STANDARD INSTALLATION: The installer /contractor shall perform all work and
provide material in accordance with the Local codes and ordinances in force at the job
site.
3.1.3 UTILITIES: The installer /contractor is responsible for locating all underground
utilities, noting them on the design, and avoiding them during construction. The city
assumes no responsibility for damage to utilities
3.2 EXCAVATION
3.2.1 TRENCHES: Provide trenches of sufficient depth to provide a minimum cover above
the top of the pipe as follows. Over Main Lines: 18 inches, Over Lateral Lines: 15
inches. Dig trenches no wider or deeper than is necessary to lay pipe, provide free
working space around work installed, and provide ample room for backfilling and
compacting. Compact trench bottoms to provide a uniform bearing surface the full
length of the line. Backfill and hand tamp any over -excavation prior to installing the
pipe. Keep trenches free of debris that would damage pipe such as rocks, roots and dirt
clods. Clearly and visibly, flag all open trenches, holes, and depressions until
adequately filled or repaired. Rather than cut roots larger than 3 inches, work piping
around them. Hand trench in trench areas under the dripline of existing trees. All cuts
to existing roots shall be smoothly made using a clean saw. When needed, incorporate
Page 14 of 27
3.3 PIPE FITTING AND ASSEMBLY
3.3.1 Clearances: Maintain the following clearances between lines. Shared trenches are
unacceptable for mainlines and laterals with out proper clearances.
3.3.1.1 Pipe 2 inches and smaller: 4 inches.
3.3.1.2 Other Services: 12 inches minimum.
3.3.1.3 Maintain minimum 2 -inch vertical clearance between lines that cross.
all trench safety requirements for trenches over 4 feet in depth.
3.1.1 VALVE TRENCH: Dig valve trenches to the size necessary to provide free working
space. Excavate to the depth necessary to contain the valve box, valve and six inches of
gravel below the bottom of valve or backtlow preventor. Compact trench bottoms to
provide a uniform bearing surface the full length of the line. Top surface of valve box is
to be level with immediate surrounding soil or surface.
3.4 PIPING CONSTRUCTION:
3.4.1 GENERAL: The Contractor shall be responsible for being insuring the inataller is
familiar with any and all trade methods of assemblage, joining and installation of
various types of pipe to be used. Adhere in strict accordance with the manufacturer's
recommendation.
3.4.2 POLYVINYL CHLORIDE (PVC) PIPE: Exercise care in handling, loading,
unloading and storing plastic pipefittings. Snake pipe in trench from side to side to
allow for expansion and contraction of it. Do not lay pipe when there is water in trench
or when temperature is 32 °F or lower. Make all changes in direction of pipe with
fittings, bending pipe is unacceptable.
3.4.3 SOLVENT JOINTS: Make sure pipe is cut square and all connecting surfaces shall be
properly clean and dry. Apply an even coat of solvent to the outside of the fitting.
Insert the pipe quickly into the fitting and turn pipe approximately V. turn to distribute
the solvent and remove air bubbles. Hold the joint for approximately 15 seconds so the
fitting does not push off the pipe. Using a clean rag, wipe off all excessive solvent to
prevent weakening at joint. Exercise care in going to the next joint so that the pipe is
not twisted, thereby distributing the last completed joint. Allow at least 15 minutes set-
up time for each solvent welded joint before moving. Or as per solvent manufacturers
directions.
3,4,4 THRUST BLOCKS: One cubic foot of redi -mix concrete or minimum one cubic foot or
thrust block.
3.4.5 SWING JOINTS: All quick coupler valves and irrigation heads shall receive one
double swing joint assemblies. The assembly shall not exceed a 45- degree angle from
the lateral pipe.
3.5 CONTROL WIRING
3.4.4 WIRING Lay wiring from the remote control valves to the controller along the supply
mains whenever possible. Install wire with slack to allow for thermal expansion and
contraction. Splice wire with mechanical connectors encased in a self -curing epoxy
resin, which provides a permanent watertight connection. All wiring under pavement
shall be installed in PVC sleeves.
Page 15 of 27
3.5 VALVES
3.5.4 ELECTRIC AND GATE VALVES: Install valves (Gate and Electric) in a plumb
position with sufficient clearance for service and operation. Install remote control
valves plumb to within 1/8 of an inch. Size as necessary to minimize PSI loss through
valve or match connecting mainline or lateral pipe size or as shown on plans. Install
valves so that the top of the valve assembly is no more than 12 inches below the top of
the valve box. Adjust normal installation in accordance with standard practices as
needed. Size box to allow for total containment of the valve within the box and for 6" of
gravel base. Top of valve should be no less than 12" below bottom of lid. Provide and
place gravel to a depth of 6 inches beneath each valve and contained within valve boxes.
Install manual, electric and gate valves in adequately sized valve boxes. Valve box lids
are to be installed flush with proposed grades and level.
3.5.5 BACKFLOW PREVENTION DEVICES: Install the backflow device in an adequately
sized valve box separate from the water meter. The valve is to be level, six inches below
the lid and placed resting on a six -inch deep gravel bed. Install one double check valve
backflow preventor size as necessary to provide less than 4 -psi loss through double
check valve when one station is open.
3.5.6 QUICK COUPLING VALVES: Install valves plumb to within 1/8 of an inch. Locate
valves as per irrigation drawings or as directed by THE CITY or The City'S
REPRESENTATIVE. Valve shall be contained singly within a round valve box. Top of
valve shall be at least 4" below the valve box lid. Prior to installing irrigation heads, the
contractor is to flush laterals and mains to remove rocks, dirt and debris.
3.6 SPRINKLER HEADS
3.6.4 Location of heads shall be in accordance with the construction drawings. Adjustment
to the location of heads shall be approved by The City or THE CITYS REP. Installation
shall utilize common trade techniques.
3.6.5 Install heads plumb to within 1/8 of an inch. In turf areas where grass has not yet been
established, CONTRACTOR shall be responsible for adjusting heads to their permanent
positions flush with final grades after sod or turf is established. Set heads adjacent to
roads or walks 6 inches from pavement edge and use swing joint assemblies in these
areas. Clean all sprinkler heads before placing system in operation. Adjust direction of
throw where necessary to provide coverage required and to minimize aver spray onto
sidewallcs and paving. Throttle flow on heads to avoid throwing excessive amounts of
water on buildings and other structures. Change nozzles as necessary to adapt to site
conditions, or as directed by THE CITY or The City's Representative. Install all emitter
and tubing above ground and under planting bed mulch. Prior to installing irrigation
heads, the contractor shall flush laterals and mains to remove rocks, dirt and debris.
3.7 AUTOMATIC CONTROLLER:
3.7.4 INSTALLATION: according to manufacturer's specifications. Location of controllers
and power requirements are to be reviewed with The City'S REPRESENTATIVE prior
to installation. All electrical connections, from within the site, to the controller shall be
apart of the contract. Of the twelve open stations, run eight wires from controller to
station A -12, bundle, waterproof and label. Run two wires from controller to station A-
20 and run two wires from controller to station A -3 bundle waterproof and label.
3.7.5 LOCATION: Mount controller /s in utility room near pool. Height of controller shall
comply with ADA guidelines.
Page 16 of 27
3.8 MISC.
3.8.4 SLEEVES: Provide new sleeves for all locations where new sleeves are needed as
directed by THE CITY or The City'S REPRESENTATIVE and as shown on the plans.
Install new sleeves prior to pavement or wall installations.
3.83 ASHPALT /CONCRETE CUTTING AND PATCHING: Asphalt cuts to create
trenches for placement of sleeves shall have width of at least 2 inches wider than outside
dimension of sleeve pipe. Sleeving shall backlilled with washed, fill sand at a depth
sufficient to permit specified asphalt patching to occur. The thickness of asphalt
patching shall be 2 inches in depth. Compaction of sub - surface shall be 95 %. Testing
shall be done by THE CONTRACTOR.
3.9 INSPECTION, TESTING:
3.9.4 GENERAL: Do not enclose or cover any work until it has been inspected tested and
approved by The City or the City's Representative.
3.9.5 Hydrostatic Piping Test: In the presence of The City or The CITY'S
REPRESENTATIVE, hydrostatically test the main line to 100 PSI before backftlling.
Test period shall not be less than (1) hour and shall be witnessed by THE CITY'S
REPRESENTATIVE. Test is acceptable if no leakage occurs during test period or as
determined by THE CITY'S REPRESENTATIVE. Repair all leaks and retest system
for another hour. Continue this procedure until leaks are repaired.
3.9.6 Operation Test:
After sprinkler heads are installed, test the system for coverage in the presence of THE
CITY or CITY'S REPRESENTATIVE. Test is acceptable if system operates
satisfactorily, with uniform coverage in all irrigated areas. Make minor modifications to
the system without charge. Such modifications shall include adjustment of spray
direction, resetting height of heads, change -out of arc and radii nozzles, and minor head
relocations (less than 12 inches in any direction) to avoid obstructions, change out of
pop -up heights and installation of risers when necessary to avoid plant blocking.
3.10 CLEANUP& BACKFILL: Maintain a clean work area at all times during the progress of the work
within reasonable limits of the installation area. At the end of the workday, immediately remove all
rubbish, chemicals, debris, etc., from work site and properly dispose of off property. Upon
completion of the work, remove all construction and installation equipment from the premises.
Backfill irrigation trenches with soil that has been stockpiled from the excavation_ Remove excess
roots, rubbish and rocks or stone. Bacldtll enough soil to accommodate settling and allow a level
surface with surrounding soil level. Immediately replace and thoroughly hand water any plant
material and ground cover, which may be displaced during installation.
3.11 Irrigation Maintenance:
Maintenance shall begin immediately upon the conunencement of installation of irrigation materials.
Irrigation material shall be protected and maintained until, inspection has been made and irrigation
is turned over exclusive of the warranty. Maintenance shall include adjustments, trench filling,
tightening and repairing irrigation items, removal and replacement of irrigation items, grounds
repair and other necessary operations.
Page 17 of27
1.0 GENERAL
A. Scope: Furnish all materials, tools, equipment and labor necessary for the installation of all plant
materials and accessories shown on applicable Drawings in accordance with all requirements specified
herein. Contractor shall provide and pay for all City required traffic/ pedestrian control devices.
B. The work of this section includes but is not limited to the following:
3.0 Materials:
1. Clearing and grubbing.
2. Site leveling and grading (loam)
3. Pre - planting weed control.
4. Soil preparation
5. Fine grading
6. Planting operations
7. Maintenance
3.1. Plant materials:
PART IV
LANDSCAPE PLANTING SPECIFIFATIONS
2.0 Inspection Notification: Notify The City'S REPRESENTATIVE 24 hours in advance of site inspections
for: 1) inspection of plant beds, prepared soil, plant materials, layout and planting, 2) Layout
configuration of plant beds and staking tree locations; 3) substantial and final completion inspections.
2.1. Existing Conditions: Contractor shall verify existing and proposed locations of all site utilities
(including gas, electric, sanitary and storm sewers, water and telephone,) prior to any trenching
or laying of pipe, and be solely responsible for the repair and/or cost to repair utilities to prior
condition.
2.1.1 Coordinate Landscape work with that of all other sitework trades and contractors, as
applicable.
3.1.1 General . Description: Plant materials shall mean trees shrubs, vines and plants of all
descriptions required to be furnished for the project in accordance with the plant
schedules.
3.1.2 Selection: Notify City prior to selection of materials. At this time the City may exercise
the right to select materials, otherwise selection shall be done by the contractor to the
specifications and subject to inspection at the job site.
3.1.3 Quality; Provide plants typical of their species or variety, with normal, densely
developed branches and vigorous, fibrous root systems. Provide only sound, healthy,
vigorous plants free from defects, disfiguring knots, sunscald injuries, frost cracks,
abrasion of the bark, diseases, insect eggs, borers, and all forms of infestation. All
plants shall have a fully developed form without voids or open spaces.
3.1.4 Standards: Plant names indicated comply with "Standard Plant Names" as adopted by
the latest edition of the American Joint Committee of Horticultural Nomenclature.
Names of varieties not listed conform generally with names accepted by the nursery
trade. Provide stock true to botanical name and legibly tagged. Plants shall comply
with the sizing and grading standards of the latest edition of "American Standards for
Nursery Stock."
Page 18 of 27
3.1.4.1 All plants shall be nursery grown under climatic conditions similar to those in
the project locale. Field collected material shall not be acceptable unless noted
on the Drawings.
3.1.4.2 Stock furnished shall be at least the minimum size indicated. Larger stock is
acceptable, at no additional cost, and providing that the larger plants shall not
be cut back to size indicated.
3.1.5 Balled & Burlap B &B) Plants -Trees & Shrubs: Shall have firm, natural balls of
earth properly bound with wire or twine and of sufficient diameter and depth to
encompass fibrous and feeding root systems necessary for full recovery of the plant.
Provide ball sizes complying with the latest edition of the "American Standard for
Nursery Stock." Cracked or mushroomed balls are not acceptable.
3.1.6 Root balls of trees shall be 9" in diameter for each 1 inch of trunk diameter as measured
6 inches above ball.
3.1.7 Tree trunk caliper size shall be measured according to the following American
Association of Nurserymen's formula; For 4" caliper and smaller the size is determined
at a height of 6 inches above the ground; for trees greater than 4" but less than 8" the
size is determined at a height of 12" above ground
3.1.8 Tree trunk caliper for multi -trunk or multi -cane trees shall be determined by adding the
largest existing trunk diameter, plus Yi of the diameter of each of the next three largest
trunks only. Trunks to be measured 6" above the root ball.
3.1.9 Container Grown Stock: Plants shall have been grown in a nursery container for
sufficient length of time for the root system to have developed to hold its soil together.
No plants shall be loose in containers and no container stock shall be root bound.
3.1.10 Plants planted in rows shall be matched in form.
3.1.11 The height of trees, measured from the crown of the roots to the top branch, shall not be
less than minimum size designated in the plant list.
3.1.12 Any pruning wounds present shall show vigorous bark on all edges.
3.1.13 Shrubs and small plants shall meet the requirements for container size, spread and
height indicated in the plant list. The measurements for height shall be taken from the
ground level to the average height of the top of the plant and nor the longest branch.
Side branches shall be generous, well - twigged and the plant as a whole well brushed to
the ground. Single stemmed or thin plants shall not be accepted.
3.1.14 Plants shall be in a moist, vigorous condition, free from dead wood, bruises or other root
or branch injuries.
3.1.15 Review: All plants to be supplied by the Contractor shall be inspected for approval by
the Landscape Architect prior to their installation. Initial review of plant materials
shall be made by submitting a photograph of each type of plant to be used, to
determine if plant materials generally appear acceptable. Photograph shall be of
representative size and shall include some means to determine scale; i.e. Yardstick,
person, etc. Second review shall be made at the site prior to planting to determine if
plant materials meet specification and are free of infestations and disease. Alternate
Page 19 of 27
sources for plant materials may be submitted on bid proposal form accompanied with
representative color photograph.
3.1.16 Plant List: See drawings and detail sheets.
3.2. Soil Preparation Materials:
3.2.1 Imported Brown Loam Topsoil: Fertile, friable natural topsoil of coarse sandy loam or
sandy loam character without admixture of subsoil material, obtained from a well
drained arable site, collected free from clay, lumps, coarse sands, stones, plant roots,
sticks, toxic substances, and any other foreign materials which might be harmful to
plant growth or hinder planting operations: between pH of more than 6.0 nd less than
7.0 Topsoil shall not be delivered in muddy condition. To be used only for soilmix and
plant bed areas.
3.2.1.1 Coarse Sandy Loam: It shall consist of 25% or more very coarse and coarse
sand, and less than 50% any other single grade of sand.
3.2.1.2 Sandy Loam: It shall contain 30% or more very coarse, coarse, and medium
sand (but less than 25% very coarse and coarse sand), and less than 30% either
fine sand or very fine sand.
3.2.2 Soil Conditioner: "Back to Earth" composted cotton burr soil conditioner
(cotton burr shall be from plants which have not been chemically defoliated), as
produced by Back to Earth Resources, Inc., Dallas, Texas, or equal.
3.2.3 Fertilizer: Commercial granular slow - release type, having an analysis of 15 -15 -15 with
chelated iron added.
3.2.4 Water: The General Contractor will be provided water which shall be available on site.
Through the existing water meter. Landscape Contractor shall provide necessary hoses
and watering equipment required to maintain and complete the work. Automatic
irrigation system shall be installed simultaneously with the landscape planting. Refer to
irrigation drawings for the extent of the system.
3.3. Miscellaneous Materials:
3.3.1 Mulch: Shall be premium grade shredded cypress bark mulch. Sample to be approved.
3.3.2 Steel Edging: Col -Met professional steel edging, 14 gauge, 4" x 16', factory painted
dark green and manufactured by Collier Metal Specialties, Garland, Texas, or approved
equal, such as Ryerson Landscaping Edging.
3.3.3 Tree Staking Material: Stakes — 6' long metal "T" fence post, painted flat black: Hose
— %s X 6" long black polyethylene tubing: Wire — galvanized multi -strand 12 gauge wire.
3.3.4 Weed Control: For plant beds, shall be 5% Dacthal granules, a weed control which
kills weed seeds as they germinate, or equal.
Page 20 of 27
3.3.5 Submittals: Submit following material samples, in a one quart plastic zip -loc bag, along
with label from the manufacturer's package (if applicable), to The Citys Rep. For
approval prior to construction:
1. Back to Earth Soil Conditioner
(Composted Cotton Burr)
2. Fertilizer
3. Shredded Cypress Mulch
These samples, if approved by the Landscape Architect, shall be used as the standard by
which other materials shall be judged. Any bulk material that, in the judgement of the
Landscape Architect, is below the quality of the approved samples may be tested in
accordance with the specifications set forth herein at the contractors expense. Rejected
material shall be removed from the site at Contractor's expense. Payment for testing
shall be the Contractor's responsibility.
3.4 Delivery. Storage & Handling:
3.4.1 Sub- contractors shall coordinate all delivery and installation activities with General
Contractor.
3.4.2 Deliver fertilizer materials in original, unopened and undamaged containers showing
weight, analysis and name of manufacturer. Store in mariner to prevent wetting and
deterioration.
3.4.3 Cover plants transported on open vehicles with a protective covering to prevent
windburn. Plants transported uncovered shall be rejected.
3.4.4 Topsoil specified herein for planting bed mix shall be delivered and kept dry and loose.
4.0 Procedures:
4.1 Planting Operations:
4.1.1 All planting shall be done when weather and soil ground conditions are suitable. When
conditions are such, by reason of drought, high winds, excessive moisture, frozen
ground, or other unsuitable factors, that satisfactory results are not likely to be obtained,
work shall be halted. It shall not be resumed until desired results can be obtained or
alternative or corrective measures and procedures can be used.
4.1.2 All proper precautions so as not to disturb or damage subsurface improvements shall be
observed. It shall be the Contractor's responsibility to locate all underground utilities
and systems that aught possibly be encountered. If underground obstructions should be
encountered in the excavation of plant pits, alternate locations may be selected; verify
locations of plants with The City.
4.1.3 The Contractor shall at all times take adequate precautions to protect the existing
improvements during the course of the project. Any damage incurred shall be corrected
to original condition at CONTRACTOR expense.
Page 21 of 27
4.2 Soil Preparations, Excavation and Backfill:
4.3 Planting:
4.2.1 Existing Conditions: Contractor shall examine the proposed planting areas and
conditions of installation prior to construction. CONTRACTOR shall not start planting
work until unsatisfactory conditions are corrected. Contractor shall remove soil that is
unsuitable for plant growth, and replace with the backfill mix outlined in these
specifications.
4.2.2 The Contractor is responsible for building all shrub/ groundcover beds to finish grade with
prepared soil mix, including the excavation of bed areas as needed to accommodate specified
depth or amount of prepared soil. Excavated topsoil, if it is clean, maybe spread over
designated lawn areas, provided it does not impair or modify drainage patterns, or cover
sprinkler heads.
4.2.3 Layout: Locations for plants and outlines of bed areas shall be clearly marked on the
ground in conformance with the drawings. Tree locations shall be staked. The
Landscape Architect shall review and approve layout prior to excavation.
4.2.4 Qualifications: Planting shall be performed only by experienced workmen familiar
with planting procedure under the supervision of a qualified supervisor.
4.2.5 Plant Pit Excavation: Contractor shall provide each plant a plant pit as outlined on the
drawings. Contractor shall remove all excavated base materials and remove from site.
4.2.6 Back Fill Soil Operations: Backfill all tree and shrubs with existing soil with added
fertilizer and remove all rocks.
4.3.1 Locate plants as indicated or as approved in the field by the Landscape Architect. If
obstructions are encountered that are not shown on the drawings, do not proceed with
planting operations until alternate plant locations have been selected and approved by
Landscape Architect or THE CITYS REP.
4.3.2 Plant pits for trees and shrubs shall be excavated with vertical sides and flat bottoms per
details on the drawings.
4.3.3 Place and compact sufficient prepared soil in planting pit to allow the plant materials to
be set to proper grade and alignment. Set plants upright, plumb and faced to give the
best appearance or relationship to each other or adjacent structure. Set plant material
level with finish grade. No filling shall be permitted around trunks or stems. Finish
back - filling the pit with backfill mixture. Do not use muddy mixtures for back filling.
4.3.4 After plants are set, muddle planting soil mixture around bases of balls to eliminate air
pockets and fill all voids. In the case of balled and burlap plants, remove all burlap,
ropes and wires from the top of balls.
4.3.5 Space groundcover plants in accordance with indicated dimensions shon on plans.
Adjust spacing as necessary to evenly fill- planting bed with indicated quantity of plants.
Page 22 of 27
4.4 Clean Un:
6.0 Plant Material Maintenance:
Plant shrubs no closer than 18 inches to tree trunks and no closer to 12 inches of edge of
bed.
4.3.6 Weed Control: Shall be done by applying Dacthal to all shrub/ groundcover beds as
per manufacturer recommendations.
4.3.7 Mulching: Mulch groundcover and shrub beds with required mulching materials 3"
deep immediately after planting and application of granular weed control Thoroughly
water mulched areas. After watering, rake mulch to provide a uniform, finished surface.
4.3.8 Tree Staking/Mulching: Immediately stake all trees after installation. Trees shall be
staked and mulched in accordance with the details on the drawings. Trees shall stand
plumb prior to staking.
4.3.9 Pruning: Pruning shall retain the form typical of the plant. It shall include the removal
of all dead, injured or broken twigs and branches and shall be done according to
standard horticultural practices.
4.3.10 Edging: Install steel edging per manufacturer's recommendations in the locations
shown on the drawings and wherever lawn areas border plant beds. Set top of edging 2"
above finish grade. Install edging plumb and without kinks, securing with steel stakes,
provided with edging. Cut steel edging sharp and square at all points where a change of
direction occurs. Edging may be bent at corners, but this shall only be acceptable if
finished corner radius does not exceed one inch.
4.4.1 During work, keep the premises neat and orderly, including organization of storage
areas. Sweep road pavements thoroughly at the end of each day.
4.4.2 Reprove trash from the site daily as work progresses, including debris, and waste
material generated from excavating beds or planting plants.
4.4.3 Keep walks and parking areas clean of soil and landscape debris by sweeping or hosing.
5.0 Inspections:
5.1 Progress inspections shall be made by the Landscape Architect at regular intervals during the
execution of work on the project.
5.2 The contractor shall maintain planted areas until final inspections and acceptance of the project.
5.3 A substantial completion inspection shall be made at the request of the Contractor. Planted areas
shall be reviewed for acceptance provided all requirements have been complied with and plant
materials are alive and in a healthy, vigorous condition.
Maintenance shall begin immediately upon the commencement of installation of plant materials .
Plant material shall be protected and maintained until installation of planting in complete,
inspection has been made and planting is accepted exclusive of the warranty. Maintenance shall include
watering, weeding, cultivating, mulching, tightening and repairing tree staking, removal and replacement or
dead material, resetting plants to proper grade or upright positions, restoration of the planting saucers and
other necessary operations.
Page 23 of 27
PART V
WARRANTY
1.0 Planting and Irrigation Warranty And Replacement:
1.1.1 Warranty: Constructed and installed items shall be warranted for 12 months from the
date of turnover.
1.1.2 Planting Final Inspection: Near the end of the warranty period, inspection shall be
made by The City upon written notice requesting such inspection submitted by the
Contractor at least ten days before the anticipated expiration date. Any plants required
under this contract that are dead or, as determined by The City, are in unhealthy or
unsightly condition, and have list their natural shape due to dead branches, or other
causes due to the Contractor's negligence, shall be replaced in accordance with
drawings and specifications. Replacement planting shall be accomplished immediately.
Costs associated with replacement shall be paid for by the Contractor as a part of this
warranty.
1.1.3 Irrigation Final Inspection Near the end of the warranty period, inspection shall be
made by The City upon written notice requesting such inspection submitted by the
Contractor at least ten days before the anticipated expiration date. Any items required
under this contract that are broken or, as determined by The City, are in poor condition,
and are out of adjustment, shall be replaced or adjusted in accordance with drawings
and specifications. Replacement shall be immediately or, as soon as weather conditions
permit. Costs associated with replacement shall be paid for by the Contractor.
1.1.4 Warranty shall not include damage or loss of trees, shrubs or groundcovers caused by
drought, floods, freezing rain, lightning storms, winds over 75 m.p.h., insect infestation
or plant diseases manifesting themselves after turnover, winter kill caused by extreme
cold and sever winter conditions not typical of project area, acts of vandalism or
negligence on the part of The City. Contractor is encouraged to monitor plant material
during warranty period.
Page 24 of 27
1. MEASUREMENT AND PAYMENT
PART VI
MEASUREMENT AND PAYMENT
1.1. Quantities and Measurements: Actual measured and/or computed length, area, solid contents,
number and weight only shall be considered, unless otherwise specifically requested by THE
CITY.
1.2. Estimated Quantities: This agreement, including the specifications, plans and estimate, is
intended to show clearly all work to be done and material to be famished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be
furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing the proposals offered for the work. It
is understood and agreed that the actual amount of work to be done and material to be furnished
under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of
such work done and material furnished.
1.3. Where payment is based on the unit price method, the Contractor agrees that he will make no
claim for damages, anticipated profits or otherwise on account of any differences which may be
found between the quantities of work actually done, the material actually furnished under this
contract and the estimated quantities contemplated and contained in the proposal; provided,
however, that in case the actual quantity of any major item should become as much as 20% more
than, or 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 20% of the estimated quantity.
1.4. 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 (5) percent of the total contract cost, computed on the
basis of the proposal quantities and the contract unit prices.
1.5. Any revised consideration is to be determined by agreement between the parties, otherwise by the
terms of this Agreement, as provided under "Extra Work ".
1.6. Price of Work: In consideration of the furnishing of all the necessary labor, equipment and
material, and the completion of all work by the Contractor, and on the completion of all work and
on the delivery of all material embraced in this Contract in full conformity with the specifications
and stipulations herein contained, The City 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.
1.7. Monthly Payments: On or before the 25`" day of each month, the Contractor shall submit to the
Landscape Architect a statement showing the total value of the work performed up to and
including the 25th day of the 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 Landscape Architect
is acceptable. The Landscape Architect shall examine and approve or modify and approve such
statement
Page 25 of 27
1.8. The City shall then pay the Contractor after Council Approval the next month the total amount
of the approved statement, less 10 percent of the amount thereof, which 10 percent shall be
retained until final payment, and further less all previous payments and all further sums that may
by retained by The City 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, and The City may - upon written
recommendation of the Landscape Architect - pay a reasonable and equitable portion of the
retained percentage to the Contractor; or the Contractor at The City'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". If pay estimates from the Contractor are not received by the Landscape Architect on
or before the time specified in this section of the specifications, then the pay estimate will not be
processed and will be returned to Contractor.
1.9. Use of Completed Portions: The City 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 the Landscape Architect
may determine. The Contractor shall notify the Landscape Architect when, in the Contractor's
opinion, the contract is "substantially completed" and when so notifying the Landscape Architect,
the Contractor shall furnish to the Landscape Architect in writing a detailed list of unfinished
work. The Landscape Architect 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.
1.10. Final Completion and Acceptance: Within ten (10) days after the Contractor has given the
Landscape Architect written notice that the work has been completed, or substantially completed,
the Landscape Architect and The City shall inspect the work and within said time, if the work be
found to be completed in accordance with the Contact Documents, the Landscape Architect shall
issue to The City and the Contractor his Certificate of Completion, and thereupon it shall be the
duty of The City to issue a Certificate of Acceptance of the work to the Contractor or to advise the
Contractor in writing of the reason for non - acceptance
Final Payment: Upon the issuance of the Certificate of Completion, the Landscape Architect
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 City, who shall pay to the Contractor on or before the 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.
1.12. Payments Withheld: The City 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: When the following grounds are removed or the Contractor
provides a Surety Bond satisfactory to the City, which will protect the City in the amount
withheld, payment shall be made for amounts withheld because of them.
Page 26 of 27
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 City 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.
1.13. Delayed Payments: Should The City fail to make payment to the Contractor of the sum named
in any partial or final statement, when payment is due, then The City shall pay to the Contractor,
in addition to the sum shown as due by such statement, interest thereon at the rate of 6% 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. It is expressly agreed that delay by The City in making payment to the
Contractor of the sum named in any partial or final statement shall not constitute a breach of this
contract on the part of the City 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.
1.14. INVOICING: Contractor shall submit one original and one copy of each invoice to the
following address:
City of Round Rock
Finance Department
221 East Main Street
Round Rock, TX78664 -5299
Page 27 of 27
6.0 PLANS
1.0 GENERAL DESCRIPTION
PLANS
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
the CLAY MADSEN RECREATION CENTER PLANTING AND IRRIGATION
complete in accordance with the Plans, and subject to the terms and conditions of the
Contract Documents.
2.0 PLANS
The construction drawings listed below form a part of the Contract Documents:
plans.doc
Sheet No. Description Sheet Index
1 COVER SHEET 1
2 IRRIGATION PLAN NORTH 2
3 IRRIGATION PLAN SOUTH 3
4 PLANTING PLAN 4
5 DETAILS AND NOTES 5
P -1
7.0 ADDENDUM
7.01 ADDENDUM January 3, 2000
7.01.1 Bid sheet with title ADDENDUM 1/3/00 shall be official bid sheet for these plans and
specifications.
7.01.2 Note the alterations on bid sheet and include in bid.
7.02 ADDENDUM January 10, 2000
7.02.1 Bid sheet with title ADDENDUM 1/10/00 shall be official bid sheet for these plans and
specifications. Bidding terms and conditions noted on the back of the pink bid sheets located in
the front of the specification book are hereby made apart of the bid sheets titled ADDENDUM
1 /10 /00.
7.02.2 The correct scale on the irrigation drawings is 1" = 20'. Disregard the scale shown on the
plans.
7.02.3 Disregard item 4.2.2 on page 22 of 27 of the Technical Specifications section of the
Specification book. The bidder is not required to estimate the amount of soil needed to establish
finish grade in planting beds.
7.02.4 Disregard item 4.13 on page 22 of 27 of the Technical Specifications section of the
Specification book. The addition of backfill mix (compost) in backfill is to be disregarded in all
aspects of the planting.
7.02.5 Mulch depth for plant/groundcover beds is 2 ".
7.02.6 CLARIFICATIONS:
7.02.6.1 Bidder is not required to provide a post construction maintenance period.
7.02.6.2 The double check valve/vault for the irrigation is existing. Bidder is not required
the provide a double check valve.
7.03 ADDENDUM February 1, 2000
7.03.1 Bidder shall provide items shown on the Awarded Items materials/quantities /cost sheet.
Awarded Items sheet with title ADDENDUM 2/1/00 shall be official awarded item sheet
for these plans and specifications.
7.03.2 Bidding tenns and conditions noted on the back of the pink bid sheets located in the front
of the specification book along with all specifications outlined in this book are hereby
made apart of the bid sheets titled ADDENDUM 2/1/00.
Addendum Feburary 1, 2000
Items Awarded
METaiiiiNMEEPRZMNISLargraNikiftiM ERE,
3
4
9
8
9
I0
11
4
6
7
10
11
12
■
15
16
17
18
19
22
23
24
IRRIGATION
4" Popup spray sprinkler with nozzles
6" Popup spray s, inkier with nozzles
Hunter 1 -20 4" popup rotor spray or -.tie]
Hunter 1.25 4" popup rotor spray or equal
Controllers/wiring/connection, etc.
Electrical Valves 1"
Electrical Valves 1.1/2"
Gate Valves, 3"
Main line
Quids Couplers, I"
PLANTING
Acuba, Variegated
Bamboo Muhly
Blue Lil Turf
Dwarf Oleander, Red
Dwarf Oleander, White
Dwarf Ruellia
Eleagnus
Green Cloud Sage
Gulf Coast Muhly
Holly, Nellie Stevens
Hydromulch and Preparation
Mondo Grass
Mulch
Oleander, Red
Oleander, White
Salvia, Furmaas Red
Seasonal Color
Texas Sage
Wood Fem
Steel Edy ng
130
®EIKECIIM■IN
25
10
15
6
1810
3
340
23
11
190
14
113
35
56218
987
9
62
MEM
184
553
1248
$ 16.50
$ 66.00
3
$ 880.00
$ 66.00
$ 93.50
$ 165.00
2.20
S 82.50
$ 19.23
ammarimmtanzassumbreatzmamnseremBigelaszea
$ 13.52
$
2.52
MEI
5.98
3.20
$
4.86
S
4.85
4.02
$0.038
3.76
$
2.15
EMU
5.56
6.98
7.86
$
2.09
1.73
ea
ea.
ea.
ea
R.
If.
IRRIGATION
ea.
en
ea.
ea
d
sq. 0.
sq. ft.
N. R
sq.R
N. 0.
ea.
sq. R
If.
PLANTING
IRRIGATION
TOTAL
$ 2,145.00
6,028.00
1,650.00
880.00
$
880.00
$
528.00
$
1,402.50
990.00
$ 3,982.00
$
412.50
$ 18,898.00
57.69
13.52
$ 856.80
137.54
65.78
608.00
685.26
641.84
77.60
140.70
$ 2,136.28
$
105.28
2,122.05
46.71
289.54
300.24
1,284.32
$
471.60
1,155.77
$ 2,159.04
$ 13,355.56
$ 18,898.00
$ 32,253.56
7.01 ADDENDUM January 3, 2000
7.01.1 Bid sheet with title ADDENDUM 1 /3 /00 shall be official bid sheet for these plans and
specifications.
7.01.2 Note the alterations on bid sheet and include in bid.
7.02 ADDENDUM January 10, 2000
7.02.1 Bid sheet with title ADDENDUM 1 /10 /00 shall be official bid sheet for these plans and
specifications. Bidding terms and conditions noted on the back of the pink bid sheets located in
the front of the specification book are hereby made apart of the bid sheets titled ADDENDUM
1/10100.
7.02.2 The correct scale on the irrigation drawings is 1" = 20'. Disregard the scale shown on the
plans.
7.02.3 Disregard item 4.2.2 on page 22 of 27 of the Technical Specifications section of the
Specification book. The bidder is not required to estimate the amount of soil needed to establish
finish grade in planting beds.
7.02.4 Disregard item 4.3.3 on page 22 of 27 of the Technical Specifications section of the
Specification book. The addition of backfill mix (compost) in backfill is to be disregarded in all
aspects of the planting.
7.02.5 Mulch depth for plant/groundcover beds is 2 ".
7.02.6 CLARIFICATIONS:
7.02.6.1 Bidder is not required to provide a post construction maintenance period.
7.02.6.2 The double check valve/vault for the irrigation is existing. Bidder is not required
the provide a double check valve.
1- "
fdendum 1/10100
1
1
1
1
1
1
1
4
7
1 17
1 25
DESCRIPTION
LANDSCAPE INSTALLED ON PLANS
ITEMS 11 -24: Installed Item cost shall Include: Purchase, delivery, Installation, warranty, overhead and profit etc.
Crape Myrtle
Cycad
Windmill Palms
Acuba, Variegated
Asian Jasmine
Bamboo Muhly
Blue Lily Turf
Dwarf Oleander, Red
Dwarf Oleander, White
Dwarf Rueilia
Eleagnus
Green Cloud Sage
Gutf Coast Muhly
Holly, Nellie Stevens
Hydromulch and Preparation
Monde Grass
Mulch
Oleander, Red
Oleander, White
Salvia, Funnans Red
Seasonal Color
Texas Sage
Wood Fern
Steel Edging
Mexican Feather Grass
Bidder must fill in Bidder Name:
COST PER UNIT QUANTITY EXTENSION
Bid Number 00 - 005
ea.
ea.
ea.
ea.
sq. ft.
ea.
sq. ft.
ea.
ea.
sq. ft.
ea.
ea.
ea.
ea.
sq. 6.
sq. ft.
cf.
ea.
ea.
ea.
sq. ft.
sq. fL
if.
sq. ft.
1
1
1
1
1
1
2
3
5
6
8
9
10
11
12
13
14
15
16
18
19
20
21
122
23
24
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664 -5299
LANDSCAPE SUBTOTAL.
IRRIGATION SUBTOTAL (CARRY OVER FROM SHEET ONE)
CONTINUATION
PAGE _2_ OF _2_ PAGES
BID OPENING DATE 3:00 P.M.. JANUARY 11 2000
TOTAL BID $
Definitions: ea. = eath, sq.ft. = square foot, cf. = cubic foot, If.. = linear feet, sy. = square yard, cy. = cubic yards, Is. = lump sum
1 S DESCRIPTION
COST
PER UNIT
QUANTITY
ON PLANS
EXTENSION
'
1
IRRIGATION INSTALLED
ITEMS 1-4: Excluding main line
Installed Item costs shall Include: trenching. piping, connectors,
4' Popup spray sprinkler with nozzles
fittings, backftlling,
warranty,
ea.
overhead and
profit etc.
2
6' Popup spray sprinkler with nozzles
ea.
3
Hunter 1 -20 4" popup rotor spray or equal
ea.
4
Hunter 1 -25 4" popup rotor spray or equal
ea.
I
5
ITEMS 5 -11: Installed Item cost for the following:
Shall Include: trenching, piping, connectors, fittings, wiring, backfilling
Controllers/wiring/connection, etc.
and
hook -up, warranty,
ea.
overhead and
profit etc.
6
1
Drinking fountain line and connection
9.
7
Electrical Valves 1"
ea.
Electrical Valves 1 -1/2"
ea.
' 8
9
Gate Valves, 3"
ea.
10
Main line
If
1 11
Quick Couplers, 1"
ea.
l
1
IRRIGATION SUBTOTAL
ALL ITEMS SHALL BE BID AND SUPPLIED IN ACCORDANCE
WITH SPECIFICATION FOR CLAY MADSEN RECREATION
CENTER LANDSCAPE AND IRRIGATION
CONTRACTOR SHALL DETERMINE QUANTITIES
FROM PLANS
$
ildendum 1110100
1
BIDS SHALL ARRIVE IN THE OFFICE OF THE
PURCHASER AT THE ADDRESS SHOWN
EIN BY 3:00 P.M. ON : JANUARY 11. 2000
INVOICE TO:
1
1
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 78664-5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
City of Round Rock
CLAY MADSEN RECREATION CENTER
1600 GATTIS SCHOOL ROAD
Round Rock TX 78664
1
B er agrees to comply with all conditions below and on
nse side of this IFB
1
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664-5299
PAGE 1 OF _2_ PAGES
Return Original and One Copy of Bid
FACSIMILE RESPONSES BIDDER SHALL SIGN BELOW
SHALL NOT BE ACCEPTED
SHOW BID OPENING DATE &
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED BID
ENVELOPE & SHOW RETURN
ADDRESS OF BIDDING FIRM.
BID OPENING DATE 3:00 P.M.. JANUARY 11. 2000
)aid Number : 00 -005
Failure to sign shall disqualify bid
Authorized Signature Date
Printed Name
SEE 1.6 ON BACK FOR INSTRUCTIONS:
TAX ID NO.:
LEGAL BUSINESS NAME:
ADDRESS:
ADDRESS:
CONTACT:
TELEPHONE NO.:
BUSINESS ENTITY TYPE.
e s ign a t ure h ereon affixe the bidder hereby certifies that neither the bidder nor the entity represented by the bldder, or anyone acting for such
nifty has violated the antitrust laws of this State, Coded in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust
. nor communicated directly or indirectly, the bid made to any competitor o any other person engaged In such line of business."