R-81-388 - 5/14/1981Lake Georgetown Project Water Line Contract No. 4 •
WHEREAS, the City has duly advertised for bids for the
construction of Water Line Improvements, Contract No. 4 as
part of the project to acquire needed water from Lake George-
town, and
WHEREAS, Austin Engineering submitted the lowest and
best bid, said bid being in the amount of $175,230.00, and
WHEREAS, the Council wishes to accept the bid of Austin
Engineering, and to enter into a contract for the construc-
tion of said improvements, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS
That the bid of Austin Engineering is hereby accepted as
the lowest and best bid, and the Mayor is hereby authorized
and directed to execute on behalf of the City a contract with
Austin Engineering for the construction of the Water Line
Improvements, Contract No. 4.
RESOLVED this /'- - day of May, 1981.
ATTEST:
JO
NE LAND, City Secretary
RESOLUTION NO. s,11\
LARRY L. TONN, Mayor
City of Round Rock, Texas
To: City of Round Rock
214 East Main St.
APPROVAL
Form 1082
(2 -77)
Permit No. 12 -59 -81
Control 15 Section 9
Hwy. No. LH 35
Williamson County
Round Rock, Texas 78664 Date .Tune 25 1981
The State Department of Highways and Public Transportation offers no objection to the
location on the right -of -way of your proposed Water line as shown by
accompanying drawings and notice dated 3 -31 -81 except as
noted below.
Your attention is directed to governing laws, especially to Article 6674w -1, Vernon's
Annotated Civil Statutes of Texas, pertaining to Control of Access. Access for
servicing this installation shall be limited to access via (a) frontage roads where
provided (b) nearby or adjacent public roads or streets, or (c) trails along or near
the highway right -of -way lines, connecting only to an intersecting road; from any one
or all of which entry may be made to the outer portion of the highway right -of -way for
normal service and maintenance operations. The Utility Owner's rights of access to
the through- traffic roadways and ramps shall be subject to the same rules and regula-
tions as apply to the general public except, however, if an emergency situation occurs
and usual means of access for normal service operations will not permit the immediate
action required by the Utility Owner in making emergency repairs as required for the
safety and welfare of the public, the Utility Owner shall have a temporary right of
access to and from the through- traffic roadways and ramps as necessary to accomplish
the required emergency repairs, provided the State Department of Highways and Public
Transportation is immediately notified by the Utility Owner when such repairs are
initiated and adequate provision is made by the Utility Owner for convenience and
safety of highway traffic.
It is expressly understood that the State Department of Highways and Public Transporta-
tion does not purport, hereby, to grant any right, claim, title, or easement in or upon
this highway; and it is further understood that the State Department of Highways and
Public Transportation may require the owner to relocate this line, subject to provisions
of governing laws, by giving thirty (30) days written notice.
All work on the highway right -of -way shall be performed in accordance with State Depart-
ment of Highways and Public Transportation instructions. The installation shall not
damage any part of the highway and adequate provisions must be made to cause minimum
inconvenience to traffic and adjacent property owners. In the event the Owner fails
to comply with the requirements as set forth herein, the State may take such action as
it deems appropriate to compel compliance.
Please notify Luther Toungate 863 -2842 forty -eight (48) hours prior to starting
construction of the line in order that we may have a representative present.
By:
STATE DEPARTMENT OF HIGHWAYS
AND PUBLIC TRANSPORTATION
District Engineer Dist. 0. 14
TO THE STATE HIGHWAY AND PUBLIC TRANSPORTATION COMMISSION
c/o DISTRICT ENGINEER
STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION
Austin , TEXAS
NOTICE OF PROPOSED INSTALLATION
UTILITY LINE ON CONTROLLED ACCESS HIGHWAY
See Attached
Date 3 -31 -81
Fi City of Round Rock
sy Jack Harzke, P.E.
Title Director of Public Works
Address 214 East Main.St.
Round Rock, Texas 78664
Form 1082
(2 -77)
Formal notice is hereby given that City of Round Rock
WireaMproposes to place a 12" Water Line (A.C.)
line within the right- of-way of Interstate Highway No. 35
in Williamson County, Texas as follows:
(give location, length, general design, etc.)
The line will be constructed and maintained on the highway right - of-way as di-
rected by the State Department of Highways and Public Transportation in accor-
dance with governing laws.
Our Firm further understands that the State considers proper traffic control
measures as those complying with applicable portions of the Texas Manual of
Uniform Traffic Control Devices required for adoption by the "Uniform Act
Regulating Traffic on Highways" (V.C.S. 6701d).
The location and description of the proposed line and appurtenances is more ful-
ly shown b 1 copies of drawings attached to this notice.
Construction of this line will begin on or after the 1 day of
May , 19 81
Fir
Haynie & Kallrnan. Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rods, Texas 78884
(512) 255 -4564, 255 -7861
i
Mr. Jim Bifkley
Austin Engineering Company
P. 0. Box 3255
Austin, Texas 78764
DGC /cla
cc: Mr. Bill HugginsV
Texas Department of Highways
& Transportation, District 14
July 13, 1981
Re: City of Round Rock
Water Line Improvements
Contract No. 4
R.O.W. Permits
David G. Currington,
Project Manager
CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Timothy E. Haynie, P.E.
Steven D. Kaltman, P.E.
Dear Mr. Bickley:
This letter is to serve as notice that as a condition of the
right -of -way permits, the Highway Department is requiring that blasting
mats be used for all blasting performed within the highway right -of-
way. We will forward copies of the permits as soon as they are receiv-
ed. If you have any questions or comments, please call me.
Sincerely,
HAYNIE & KALLMAN, INC.
f
To: City of Round Rock
214 East Main St.
Round Rock, Texas 78664 Date June 25. 1981
The State Department of Highways and Public Transportation offers no objection to the
location on the right -of -way of your proposed Water line as shown by
accompanying drawings and notice dated 3 -31 -81 except as
noted below.
Your attention is directed to governing laws, especially to Article 6674w -1, Vernon's
Annotated Civil Statutes of Texas, pertaining to Control of Access. Access for
servicing this installation shall be limited to access via (a) frontage roads where
provided (b) nearby or adjacent public roads or streets, or (c) trails along or near
the highway right -of -way lines, connecting only to an intersecting road; from any one
or all of which entry may be made to the outer portion of the highway right -of -way for
normal service and maintenance operations. The Utility Owner's rights of access to
the through- traffic roadways and ramps shall be subject to the same rules and regula-
tions as apply to the general public except, however, if an emergency situation occurs
and usual means of access for normal service operations will not permit the immediate
action required by the Utility Owner in making emergency repairs as required for the
safety and welfare of the public, the Utility Owner shall have a temporary right of
access to and from the through- traffic roadways and ramps as necessary to accomplish
the required emergency repairs, provided the State Department of Highways and Public
Transportation is immediately notified by the Utility Owner when such repairs are
initiated and adequate provision is made by the Utility Owner for convenience and
safety of highway traffic.
It is expressly understood that the State Department of Highways and Public Transporta-
tion does not purport, hereby, to grant any right, claim, title, or easement in or upon
this highway; and it is further understood that the State Department of Highways and
Public Transportation may require the owner to relocate this line, subject to provisions
of governing laws, by giving thirty (30) days written notice.
All work on the highway right -of -way shall be performed in accordance with State Depart-
ment of Highways and Public Transportation instructions. The installation shall not
damage any part of the highway and adequate provisions must be made to cause minimum
inconvenience to traffic and adjacent property owners. In the event the Owner fails
to comply with the requirements as set forth herein, the State may take such action as
it deems appropriate to compel compliance.
Please notif Luther Touneate 863 -2842 forty -eight (48) hours prior to starting
construction of the line in order that we may have a representative present.
Form 1082
(2 -77)
APPROVAL
Permit No. 12 -58 -81
Control 15 Section 9
Hwy. No. IH 35
Williamson County
STATE DEPARTMENT OF HIGHWAYS
AND PUBLIC TRANSPORTATION
By: �
District Engineer DistenO 14
Le-0-07,&-AA
NOTICE OF PROPOSED INSTALLATION
UTILITY LINE ON CONTROLLED ACCESS HIGHWAY
TO THE STATE HIGHWAY AND PUBLIC TRANSPORTATION COMMISSION
c/o DISTRICT ENGINEER
STATp DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION
Austin , TEXAS
Date 3 -31 -81
F rural notice is hereby given that City of Round Rock
proposes to place a 18" Water Line (C.S.C. or D.I.)
line within the right - of of Interstate Highway No. 3r,
in Williamson County, Texas as follows:
(give location, length, general design, etc.)
See Attached
The line will be constructed and maintained on the highway right-of -way as di-
rected by the State Department of Highways and Public Transportation in accor-
dance with governing laws.
Our Firm further understands that the State considers proper traffic control
measures as those complying with applicable portions of the Texas Manual of
Uniform Traffic Control Devices required for adoption by the "Uniform Act
Regulating Traffic on Highways" (V.C.S. 6701d).
The location and description of the proposed line and appurtenances is more ful-
ly shown by 1 copies of drawings attached to this notice.
Construction of this line will begin on or after the 1 day of
May , 19 81
Firm
By
Title
Address
City of Round Rnrk
Jack Harzke. P.F
Director of Puhlir Wnrkc
214 East Main St
Round Rock. Tac 7R664
Form 1082
(2 -77)
Haynie & Kaltman Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 78864
(512) 255 -4564, 255 -7861
Mr. James Adams
H. L. Chapman Pipeline Construction, Inc.
P. 0. Box 848
Round ,pock, Texas 78664
Dear Mr. Adams:
July 13, 1981
This letter is to serve as notice that
right -of -way permits, the Highway Department
mats be used for all blasting performed with
way. We will forward copies of the permits
ed. If you have any questions or comments,
DGC /cla
cc: Mr. Bill Huggins V
Texas Department of Highways
& Transportation, District 14
Re: City of Round Rock
Water Line Improvements
Contract No. 3
R.O.W. Permits
Timothy E. Haynie, P.E.
Steven D. Kallman. P.E.
as a condition of the
is requiring that blasting
in the highway right -of-
as soon as they are receiv-
please call me
Sincerely,
HAYNIE & KALLMAN, INC.
David G. Currington,
Project Manager
CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
TEXAS WATER DEVELOPMENT BOARD
Louis A. Beecher', Jr., Chairman
John H. Garrett, Vice Chairman
George W. McCleskey
Glen E. Roney
W. O. Bankston
Lonnie A. "Bo" Pilgrim
The Honorable Larry L. Tonn
Mayor, City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
Dear Mayor Tonn:
Sincerely,
�in, P.E.
Director
Data and Engineering Services Division
TEXAS DEPARTMENT OF WATER RESOURCES
1700 N. Congress Avenue
Austin, Texas
Enclosure
cc: Acting Development Fund Manager
Steven D. Kallman
Harvey Davis
Executive Director
January 27, 1982
Re: Certificate of Approval, City of Round Rock
Water Line Improvements Contract No. 4
TEXAS WATER COMMISSION
Felix McDonald, Chairman
Dorsey B. Hardeman
Joe R. Carroll
Enclosed is a Certificate of Approval from the Texas Department of Water Re-
sources for the work covered by the contract between the City of Round Rock and
Austin Engineering Co., Inc. The Certificate is the City's authority to release the
ten percent retainage.
P.O. Box 13087 Capitol Station • Austin, Texas 78711 • Area Code 512/475 -3187
TEXAS WATER DEVELOPMENT BOARD
Louis A. Beecher!, Jr., Chairman
John H. Garrett, Vice Chairman
George W. McCloskey
Glen E. Roney
W. O. Bankston
Lonnie A. "Bo" Pilgrim
vey D
Executive irector
TEXAS DEPARTMENT OF WA'I'I'.R RESOURCES
1700 N. Congress Avenue
A istin, Texa.,
l larvoy Davis
ii.,ciMve Direct',
CERTIFICATE OF APPROVAL
As required by Section 17.135, Texas Water Code, the Executive Director of the
Texas Department of Water Resources hereby certifies that the work to be per-
formed under the contract entered into by the City of Round Rock and Austin
Engineering Company, Inc., dated June 22, 1981, has been completed and performed
in a satisfactory manner as provided in said contract and in accordance with sound
engineering principles and construction practices, said work being that of installing
an 18 -inch treated water transmission main as described in the contract.
TEXAS DEPARTMENT OF WATER RESOURCES
Date: January 27, 1982
P.O. Box 13087 Capitol Station • Austin, Texas 78711 • Area Code 513/475 -3187
TEXAS WATER COMMISSION
Felix McDonald, Chairman
Dorsey 11. Hardcman
Joe R. Carroll
Ix
Haynie & Kallman Inc.
CONSULTING ENGINEERS
CITY OF ROUND ROCK, TEXAS
WATER LINE IMPROVEMENTS - 1981
CONTRACT NOS. 1 TIIRU U
SPECIFICATIONS AND CONTRACT DOCUMENTS
Bids will be received on Contract Nos. 1 & 2, at City Hall,
214 E. Main Street, Round Rock, Texas 78664, at 10:00 o'clock
A.M., on April 23, 1981.
Bids will be received on Contract Nos. 3 & 4, at City Hall,
214 E. Main Street, Round Rock, Texas 78664, at 2 :00 o'clock
P.M., on April 23, 1981.
Specification No.
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock, Texas 78664
(512) 255.4564, 255 -7861
ADDENDUM NO. 2
April 24, 1981
WATER LINE IMPROVEMENTS - 1981
Addendum No. 2 to the Plans, Specifications and Contract
Documents for the "Water Line Improvements - 1981" project
for the City of Round Rock, Texas.
1. Reference Sheet 23 and 24 of the Plans. On Waterline
Contract No. 2 - Alternate "A" Route, from station
-0 +07.49 to station 51 +15, the assignment of the raw
water line shall be 6 feet from and South of the North
Highway 29 right -of -way line, rather than varying from a
6 foot assignment in several places as shown on Plan
Sheets 23 and 24.
Reference Note 2 on Sheet 23 of the Plans. The mainte-
nance foreman, Luther Tounqate, has notified our office
that the removal of any trees necessary for the installa-
tion of the raw water line on the 6 foot assignment along
Highway 29 will be approved by the Highway Department.
2. Each Bidder shall acknowledge receipt of this Addendum on
Page 2 of the "Proposal ".
ADDENDUM NO. 2 - 1/1
CIVIL ENGINEER NC; • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
Timothy E. Haynie, P.E.
Steven D. Kaltman, P.E.
I
1
Haynie & Kaliman. Inc.
CONSULTING ENGINEERS
2115 North Mays
Round Rock , Texas 78664
(512) 255 -4564, 255 - 7861
ADDENDUM NO. 1
April 16, 1981
WATERLINE IMPROVEMENTS - 1981
Timothy E. Haynie, P.E.
Steven D. Kaliman, P.E.
Addendum No. 1 to the Plans, Specifications and Contract
Documents for the "Waterline Improvements - 1981" project for
the City of Round Rock, Texas.
1. The bid opening date of Thursday, April 23, 1981, has
been changed to Thursday, April 30, 1981. The times dur-
ing the day for the bid openings on all contracts will
remain the same as shown in the "Notice to Contractors"
in the Contract Documents.
2. In the Bid Proposal for Contract No. 3, delete Alternate
Bid "E ", Pages 19, 20 and 21 of 30. Place X's across the
page on each of these pages which will acknowledge the
deletion of this Alternate Bid Item.
3. In the Bid Proposal for Contract No. 4 - Water Line "A ",
the bid item description for Bid Item -No. 1 (Page 4 of
26), No. 1 -A (Page 8 of 26), No. 1 -B (Page 11 of 26) and
No. 1 -C (Page 14 of 26) shall read as follows:
24" C.S.C. Pipe, A.W.W.A., C -301, Cl. 150,
24" C.S.C. Pipe, A.W.W.A., C -303, Cl. 150,
24" D.I. Pipe, C1. 50, or 24" A.C. Pipe, Cl. 150,
including two reducers, fittings, special outlets,
concrete blocking and concrete cap, complete in
place, per linear feet.
4. In the Bid Proposal for Contract No. 4 - Water Line "A ",
the bid item description for Bid Item No. 3 -A (Page 8 of
26) shall read as follows:
18" C.S.C. Pipe, A.W.W.A., C -303, Cl. 150,
including fittings, special outlets and
concrete blocking, complete in place, per
linear feet.
ADDENDUM NO. 1 - 1/13
CIVIL ENGINBLH:NG • LAM) PLANNING • MUNICIPAL CONSULTANTS • SURVEYING
1
1
1
1
1
1
1
1
1
1
1
5. In the Bid Proposal for Contract No. 4 - Water Line "A ",
the bid item description for Bid Items No. 2 (Page 4 of
26), No. 2 -A (Page 8 of 26), No. 2 -B (Page 11 of 26) and
No. 2 -C (Page 14 of 26) shall read as follows:
18" C.S.C. Pipe, A.W.W.A., C -301, Cl. 150,
18" C.S.C. Pipe, A.W.W.A., C -303, Cl. 150,
18" D.I. Pipe, Cl. 50, or 18" A.C. Pipe, Cl. 150,
including two reducers, fittings, special outlets,
concrete blocking and concrete cap, complete in
place, per linear feet.
6. In the Bid Proposal for Contract No. 3, the bid item
description for Bid Items No. 12 -C (Page 15 of 30) and
No. 12 -D (Page 18 of 30) shall read as follows:
30" Butterfly Valve, M.J., A.W.W.A., connected
to 30" X 27" reducers, including box and cover,
complete in place, per each.
7. In the Bid Proposal for Contract No. 1, the bid item
description for Bid Items No. 7 (Page 5 of 27), No. 7 -A
(Page 9 of 27), No. 7 -B (Page 13 of 27), No. 7 -C (Page 17
of 27), No. 7 -D (Page 21 of 27) and No. 7 -E (Page 25 of
27) shall read as follows:
Low Water Crossing #2 - Sta. 137 +90, including
2 - 12" CGMP culvert 14 Ga. (each 30' long),
roadway fill and excavation, 6" concrete rip -rap,
complete in place, per lump sum.
8. In the Bid Proposal for Contract No. 2 - Alternate "A"
Route, the bid item description for Bid Items No. 18
(Page 30 of 52), No. 18 -A (Page 34 of 52), No. 17 -B (Page
37 of 52), No. 18 -C (Page 43 of 52), No. 18 -D (Page 47 of
52), and No. 17 -E (Page 50 of 52) shall read as follows:
2" Water Pipe, P.V.C., SDR -26, installed in
shared trench with raw water pipe, including
2 wet connections, mylar marking tape, and
all required fittings, valves, and other
items, complete in place, per linear feet.
9. In the Bid Proposal for Contract No. 2 - Alternate "A"
Route, the unit and bid item description for Bid Items
No. 17 -D (Page 46 of 52) and No. 17 -E (Page 50 of 52)
shall read as follows:
2500 S.Y. Hydro - mulch, all- season mix, as
required by the Engineer, complete
in place, per square yard.
ADDENDUM NO. 1 - 2/13
10. In the Standard Details in the Specifications, delete
"Detail 17 - Pipe Access Port" and substitute with
Attachment "A" - Detail 17 - Pipe Access Port (Revised
4- 16 -81) which is enclosed in this addendum.
11. In the Measurement & Payment, delete Paragraph VIA -9.16
Pipe Access Ports (Page MP:4) and substitute with the
following:
VIA - 9.16 Pipe Access Ports
Pipe access ports on concrete steel cylinder
pipe and ductile iron pipe shall be paid for
at the unit price bid per each for each pipe
access port installation, and shall include
R..P. vault and cover, select crushed stone,
two coats of Bitumastic -50, pipe access
markers, and 24" outlet on C.S.C. pipe, or
C.I. Tee with 24" outlet on ductile iron
pipe, complete in place.
12. Delete the following pages from the Bid Proposal and
insert the enclosed attachment pages in the appropriate
location in the Bid Proposal as follows:
Contract No. 1
Delete Page 15 of 27;
Insert Attachment "B" - Page 15 of 27.
Delete Page 27 of 27;
Insert Attachment "C" - Page 27 of 27.
Contract No. 2 - Main Route
Delete Page 15 of 52;
Insert Attachment "D" - Page 15 of 52.
Delete Page 26 of 52;
Insert Attachment "E" - Page 26 of 52.
Contract No. 2 - Alternate "A" Route
Delete Page 38 of 52;
Insert Attachment "F" - Page 38 of 52.
Delete Page 51 of 52;
Insert Attachment "G" - Page 51 of 52.
ADDENDUM NO. 1 - 3/13
1
1
1
1;
1
1
1'
1 `.
1:
1',
1
1
1`
1:
1
Contract No. 3
Delete Page 12 of 30;
Insert Attachment "H" - Page 12 of 30.
Delete Page 30 of 30;
Insert Attachment "I" - Page 30 of 30.
To insert the attachment pages, staple it to the front
of the page that it is replacing. Also, draw an "X"
across the full page that is to be deleted.
13. In the Technical Specifications, delete Paragraph 4 on
Page TS:1 and substitute with the following revised
paragraph:
4. Butterfly valves for raw water and potable water
lines shall be A.W.W.A. C -504, latest revision, with
mechanical joint and rated for 150 psi service and
shall be Dresser Style 1450 for 30" and larger
valves and Dresser Style 450 for 24" and smaller
valves with indicators, or approved equal. Maximum
flow through 30" valves is 12,500 GPM, through 24"
valves is 8500 GPM, through 18" valves is 5000 GPM,
through 16" valves is 4000 GPM.
14. Each Bidder shall acknowledge receipt of this Addendum
on Page 2 of the "Proposal ".
ADDENDUM NO. 1 - 4/13
COAT ENTIRE TEE
a BLIND FLANGE
WITH 30 MILS
BITUMASTIC 50
I'MORTAR
COATING
ATTACHMENT "A"
NOTE + CONTRACTOR SHALL CUT R.C.P. TO PROPER LENGTH
TO ACHIEVE DIMENSIONS SHOWN AT NO ADDITIONAL
COST TO OWNER.
it INCLUDE COST OF 24" OUTLET OR TEE ON MAIN LINE
WATER PIPE IN COST OF "PIPE ACCESS PORT ".
* REVISED ITEMS ADDENDUM NO I -5/13
PRE -CAST CONCRETE LID
W /MANHOLE FRAME a COVER
48 "CLASS III R.CP
24" BLIND FLANGE
6 "LAYER CRUSHED LIMESTONE
PIPE BEDDING MATERIAL
24" FLANGED OUTLET
(MAIN LINE C.I. TEE W/24"
OUTLET FOR D.I. PIPE )
PIPE BEDDING MAT'L.
PIPE ACCESS PORT (REVISED 4-16-81)
DETAIL NO. 17
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
ADVERTISEMENT
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEETS (Separate Document for each
Contract)
CONTRACT NO. 1
CONTRACT NO. 2
CONTRACT NO. 3
CONTRACT NO. 4
AGREEMENT — (Separate Document for each Contract)
CONTRACT NO. 1
CONTRACT NO. 2
CONTRACT NO. 3
CONTRACT NO. 4
BID BOND --(Separate Document for each Contract)
CONTRACT NO. 1
CONTRACT NO. 2
CONTRACT NO. 3
CONTRACT NO. 4
TABLE OF CONTENTS
PERFORMANCE BOND
PAYMENT BOND
CERTIFICATE OF INSURANCE
INFORMATION REQUIRED OF LOW BIDDER
CONTRACTOR'S ACT OF ASSURANCE
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
BASIS OF MEASUREMENT AND PAYMENT
STANDARD DETAILS
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
WATER LINE IMPROVEMENTS - 1981
Sealed bids, in envelopes addressed to The City of Round
Rock, 214 East Main Street, Round Rock, Texas 78664, will be
received at the above mentioned address until 10:00 a.m.,
April 23, 1981 on Contract Nos. 1 & 2 and until 2:00 p.m.,
April 23, 1981 on Contract Nos. 3 & 4, and then publicly
opened and read, for furnishing all plant, labor, material
and equipment and performing all work required for the con-
struction of Water Line Improvements, located in Round Rock,
Williamson County, Texas.
Bids will be submitted in sealed envelopes for each Con-
tract on the proposal furnished, and marked in the upper left .
hand corner "Sid for Water Line Improvements - 1981 (Contract
No. 1)" and /or "Bid for Water Line Improvements - 1981 (Con-
tract No. 2)" to be opened at 10:00 a.m., April 23, 1981;
and /or "Bid for Water Line Improvements - 1981 (Contract No.
3)" and /or "Bid for Water Line Improvements - 1981 (Contract
No. 4)" to be opened at 2:00 p.m., April 23, 1981.
All proposals shall be accompanied by a cashier's certi-
fied check upon a national or state bank in the amount of
five (5) percent-of the total maximum bid price payable with-
out recourse to The City of Round Rock, or a bid bond in the
same amount from a reliable surety company, as a guarantee
that bidder will enter into a contract and execute perform-
ance bond within ten (10) days after notice of award of con-
tract to him. The notice of award of contract shall be given
by the Owner within thirty (30) days after the bid opening.
The bid security must be enclosed in the same envelope with
the bid. Bids without check or bid bond will not be consid-
ered. All bid securities will be returned to the respective
bidders within twenty -five (25) days after bids are opened,
except those which the Owner elects to hold until the suc-
cessful bidder has executed the contract. Thereafter all
remaining securities, including security of the successful
bidder, will be returned within sixty (60) days. The suc-
cessful bidder must furnish performance bond and payment bond
upon the forms which are available in the office of The City
of Round Rock in the amount of one hundred (100) percent of
the contract price from an approved surety company holding a
permit from the State of Texas to act as surety (and accept-
able according to the latest list of companies holding certi-
ficates of authority from the Secretary of the Treasury of
the United States) or other surety or sureties acceptable to
the Owner, with approval prior to bid opening.
Page 1 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The right is reserved, as the interest of the Owner may
require, to reject any and all bids, and to waive any infor-
mality in bids received.
Plans, specifications and bidding documents may be se-
cured from the office of the Engineer, Haynie & Kallman,
Inc., on deposit of one - hundred dollars ($100.00) per set,
which sum so deposited will be refunded provided: (1) All
documents are returned in good condition to the Engineer not
later than forty -eight (48) hours prior to the time for re-
ceiving bids; or (2) The Contractor submits a bid and all
documents are returned in good condition to the Engineer not
later than five (5) days after the time that bids are receiv-
ed.
Plans and specifications may be examined at the office
of the Engineer, Haynie & Kallman, Inc., 2115 North Mays,
Round Rock, Texas. Bidders should carefully examine the
Plans, Specifications and other documents, visit the site of
work, and fully inform themselves as to all conditions and
matters which can in any way effect the work or the cost
hereof. Should a bidder find discrepancies in, or omissions
from the Plans, Specifications or other documents, or should
be in doubt as to their meaning, he should notify the Engi-
neer, Haynie & Kallman, Inc. and obtain clarification prior
to submitting any bid. Prequalification Requirements: The
bidder is to submit information regarding his qualifications
with this bid in accordance with instructions contained in
the Bid Form. Minimum Wage Scale: As specified and regulat-
ed by the State of Texas and the Federal. Government.
The improvements shall be completed within the number of
calendar days bid on Page 3 of the Bid Proposal after notice
to proceed from the Owner.
Page 2 of 2
ADVERTISEMENT
PROJECT TITLE: City of Round Rock
Water Line Improvements - 1981
OWNER: The City of Round Rock
LOCATION: Round Rock, Texas
TYPE: Raw Water Transmission Line &
Treated Water Distribution Lines -
Four (4) Separate Contracts
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
PLANS AVAILABLE: March 26, 1981
Haynie & Kallman, Inc.
2115 N. Mays
Round Rock, Texas 78664
Telephone - (512) 255 -7861
OPENING TIME: Contract Nos. 1 & 2
10:00 A.M., Thursday, April 23, 1981
Contract Nos. 3 & 4
2:00 P.M., Thursday, April 23, 1981
OPENING PLACE: City Hall
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which
are included herein, and shall be enclosed in a sealed enve-
lope addressed to:
The City of Round Rock
c/o Haynie & Kallman, Inc.
2115 North Mays
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR WATER LINE IMPROVEMENTS -
be opened at 10:00 a.m., Thursday,
"BID FOR WATER LINE IMPROVEMENTS -
be opened at 10:00 a.m., Thursday,
"BID FOR WATER LINE IMPROVEMENTS -
"BID FOR WATER LINE IMPROVEMENTS -
1 of 3
1981 (CONTRACT NO. 1) to
April 23, 1981."
1981 (CONTRACT NO. 2) to
April 23, 1981."
1981 (CONTRACT NO. 3) to
be opened at 2:00 p.m., Thursday, April 23, 1981..
1981 (CONTRACT NO. 4) to
be opened at 2:00 p.m., Thursday, April 23, 1981."
A proposal will not be accepted unless prepared on the bid-
ding form provided. The sealed proposals will be publicly
opened and read at the time and place stated in the Notice
Inviting Bids. Bidders or their authorized agents are invit-
ed to be present. Unauthorized conditions, limitations or
provisions attached to a proposal will render it informal and
may cause its rejection. The complete proposal forms shall .
be without addition, alterations or erasures. Alternative
proposals will not be considered unless called for. No oral,
telegraphic or telephonic proposals or modifications will be
considered. The proposal may be withdrawn upon request by
the bidder without prejudice to himself prior to, but not
after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his
duly authorized representative, and is filed with the Owner.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership,
corporation or association under the same or different names,
will not be considered. Reasonable grounds for believing
that any bidder is interested in more than one proposal for
the work contemplated will cause the rejection of all propo-
sals in which such bidder is interested. If there is reason
for believing that collusion exists among bidders, all bids
will be rejected and none of the participants in such collu-
sion will be considered in future proposals.
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after an award of the Contract,
the Owner will return the proposal guarantees accompanying
each of the proposals as are not considered in making the
award. All other proposal guarantees will be held until the
Contract has been finally executed. They will then be re-
turned to the respective bidders whose proposals they accom-
pany.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will, be awarded to responsible bidders
whose proposals comply with all the requirements prescribed.
Awards, if made, will be made within thirty (30) calendar
days after the opening of the proposals. The Owner reserves
the right to reject any or all bid proposals, to accept the
lowest responsible bidder's proposal, and to waive any infor-
mality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written con-
tract with the Owner on the form of agreement provided.
Failure or refusal to enter into a contract as herein provid-
ed, or to conform to any of the stipulated requirements in
connection therewith shall be a just cause for the annulment
of the award.. If the successful bidder refuses or fails to
execute the Contract, the Owner may award the Contract to
second lowest responsible bidder. If the second lowest re-
sponsible bidder refuses or fails to execute the Contract,
the Owner may award the Contract to the third lowest respon-
sible bidder. On the failure or refusal of such second and
third lowest responsible bidder to execute the. Contract, the
work may be re- advertised.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cash-
ier's check or bid bond in the amount of not less than 5% of
the amount named in the proposal. Said check or bond shall
be made payable to the Owner and shall be given as a guaran-
tee that the bidder, if awarded the work, will enter into a
contract within ten (10) days after the award and will fur-
nish the necessary bonds as hereinafter provided. in case of
refusal or failure to enter into said contract, the check or
bond as the case may be, shall be forfeited to the Owner. No
bidder's bond will be accepted unless it conforms substan-
tially to the form furnished by the Owner, which is bound
herein, and is properly filled out and executed.
2 of 3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed
and his full name and his address shall be given; if it is
made by a firm it shall be signed with the co- partnership
name by a member of the firm, who shall sign his own name,
and the name and address of each member shall be given; and
if it is made by a corporation the name of the corporation
shall be signed by its duly authorized officer or officers
attested by the corporate seal, and the names and titles of
all officers of the corporation shall be given.
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration
will be given not only to the financial standing, but also to
the general competency of the bidder for the performance of .
the work covered by the proposal. To this end each proposal
shall be supported by a statement of the bidder's experience,
on the form entitle "Information Required of. Bidder ", bound
herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed
work and the Contract Documents therefore. It will be assum-
ed that the bidder has investigated and is satisfied as to
the conditions to be encountered; as to the character, qual-
ity and quantity of materials to be furnished and as to the
requirements of the Contract, Specifications and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of
the Plans or Specifications must make request for such infor-
mation in writing to Engineer, prior to 48 -hours before the
bid opening. Answers to all such requests will be given in
writing to all bidders, in Addendum form, and all Addenda
will be bound with, and made a part of, the Contract Docu-
ments. No other explanation or interpretation will be consi-
dered official or binding. Should a bidder find discrepan-
cies in, or omissions from the Plans, Specifications or other
Contract Documents, or should he be in doubt as to their
meaning, he should at once notify the Engineer in order that
a written Addendum may be sent to all bidders. Any Addenda
issued prior to twenty -four (24) hours of the opening of bids
will be mailed or delivered to each Contractor contemplating
the submission of a proposal on this work. The proposal as
submitted by the Contractor will be so constructed as to in-
clude any Addenda if such are issued by the Engineer prior to
twenty -four (24) hours of the opening of bids.
3 of 3
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
WATER LINE IMPROVEMENTS - 1981
CONTRACT NO. 4
IN ROUND ROCK, TEXAS
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those
named herein, that this proposal is made without collusion
with any other person, firm or corporation; that he has care-
fully examined the form of contract, Notice to Contractors,
inviting bids, conditions and classes of materials of the
proposed work; and agrees that he will provide all the neces-
sary labor, machinery tools, apparatus, and other items inci-
dental to construction, and will do all the work and furnish
all the materials called for in the contract and specifica-
tion in the manner prescribed therein and according to the
requirements of the Engineer as therein set forth.
It is understood that the following quantities of work to be
done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating bids.
It is further agreed that the quantities of work to be done
at unit prices and materials to be furnished may be increased
or diminished as may be considered necessary, in the opinion
of the Engineer, to complete the work fully as planned and
contemplated, and that all quantities of work, whether in-
creased or decreased are to be performed at the unit prices
set forth below except as provided for in the Specifica-
tions.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the Engineer; but not shown
on the plans or required by the Specifications, in accordance
with the provisions of the General Conditions. Similarly,
they may be decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed
within the time herein stated.
The undersigned bidder agrees to commence work within seven
(7) days after written notice to commence has been given.
Page 1 of 26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ACKNOWLEDGEMENT OF PAYMENT ITEMS
The undersigned acknowledges that the foregoing bid items are
the only items of payment under this contract and that his
bid price under these items reflects the complete charges for
furnishing all labor, material, and equipment to complete the
project as outlined in the plans, specifications, and con-
tract documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
The undersigned warrants that he has examined the location of
the proposed work, the plan drawings, specifications, and all
other parts of the Contract Documents, and is familiar with
the local conditions at the place where the work is to be
performed.
CONTRACT TIME
If awarded the Contract, the undersigned agrees to complete
the work in 270 calendar days.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reser-
ves the right to reject any or all Proposals or to waive any
informalities of technicalities in any proposal in the inter-
est of the Owner, except as specifically limited by the terms
of the Contract Documents or applicable Laws or Governmental
Regulations.
ADDENDA
The undersigned acknowledges receipt of the following adden-
da:
Addendum No. Dated
- �V- l
Page 2 of 26
1
1
1
1
1
1
1
1 (Seal if Bid is by a Corporation.)
ATTEST:
1
1
1
1
1
1
1
1
1
SUBMISSION. OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
Name of Contractor Date
/ /j( fl
Executed by (Signature)/ Title or Position
)
Business Address
City
State
Page 3 of 26
/.) � l .rY
Telephone Number
Zip
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PROPOSAL BIDDING SHEET
CONTRACT: WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 4)
JOB LOCATION: ROUND ROCK, TEXAS
OWNER: THE CITY OF ROUND ROCK
Gentlemen:
Pursuant to the foregoing Advertisement for Bids and Instructions to Bid-
ders, the undersigned bidder hereby proposes to do all the work, to furnish all
necessary superintendence, labor, machinery, equipment, tools, materials, insur-
ance and miscellaneous items, to complete all the work on which he bids as pro-
vided by the attached supplemental specifications, and as shown on the plans for
the construction of Water Line Improvements - 1981 (Contract No. 4), and binds
himself on acceptance of this proposal to execute a contract and bond for com-
pleting said project within the time stated, for the following prices, to wit:
This project is exempt from sales tax.
The following Base Bids and Alternate Bids "A" thru "C" are for different
sizes and types of potable water pipe as shown on the Plans for Water Line "A ".
Bid
Item Quantit nit
BASE BID - WATER LINE "A"
Item Description Unit
and Written Unit Price Price
1 461 L.F. 4" C.S.C. Pipe, A.W.W.A. C -301,
C . 150, or 24" D.I., Cl. 50,
inclu.' g two reducers, fittings,
special ..tlets, concrete block -
and concret- ap, complete in
place, per lin feet
for Dollars
and Cents $ 2 / / 71-' $ -7?, 770
2 60 L.F. 18" C.S.C. Pipe, .W.W.A. C -30
Cl. 150, or 1 D.I., Cl 50,
including tings, special out-
lets a concrete blocking, com-
ple in place, per linear feet
for Dollars _
and Cents $
Page 4 of 26
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 -
ALTERNATE BID "C" - WATER LINE "A" (TO REPLACE TOTAL BASE BID)
461 L.F. 24" C.S.C. Pipe, A.W.W.A., C -301,
Cl. 150, or 24" D.I., Cl. 50
including two reducers, fittings,
special outlets, concrete block-
ing and concrete cap, complete
in place, per linear feet
for
and
Page 14 of 26
Dollars , -7-76.'151
Cents $ / /�; $ :' :
2 -C 60 L.F. 18" C.S.C., A.W.W.A., C -301, Cl.
150, or 18" D.I., Cl. 50, includ-
ing fittings, special outlets
and concrete blocking, complete
in place, per linear feet
for � r , • r), 4 , � � , Dollars « ar
and 1 , Cents $ 7/� $ / / / /
3 -C 3,680 L.F. 18" D.I. Pipe, Cl. 50, including
C.I. fittings, C.S.C. to D.I.
adapters, special outlets, and
concrete blocking, complete in
place, per linear feet
for /,/, , , iii Dollars
and 1,- Cents $ . S (
) $ //( / /(Z
4 -C 3 Ea. 18" Butterfly Valves, A.W.W.A.,
including box and cover, complete
in place, per each
. . 7 . /7CG /.I_l 1
for -( e /,,,,,„(/ rte Dollars , �.,
and /2c Cents $ 7� /00 °% $ / w7 -�
5 -C 4 Ea. 5 -1/4" Fire Hydrant, including 6"
gate valve, and box and cover, 6"
D.I. lead piping, vertical exten-
sion, complete in place, per each
for • 4j, - i fj, / //i r'c/ Dollars o � / / . pe7
and (1e) Cents $ /,�j � $ -
6 -C .12 Ton Cast Iron Fittings (12" & smaller),
complete in place, per ton
for ! /�; �t. -!'�- u_�r�».' Dollars
and /20 Cents $_ dloo $
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
7 -C 3 Ea. 2" Automatic Air Release Valve,
including gate valve, fittings,
piping, and vault and cover, com-
plete in place per each
for - / - U.., /-7.,,,-/:-- Dollars o n U o
and ,ie Cents $ /2-1V $ 3
8 -C 255 L.F. Asphalt Driveway Replacement,
including 1 -1/2" H.M.A.C. pavement,
6" compacted flexible base, and
compacted flexible base trench
backfill, complete in place, per
linear feet
for -.-7 Dollars
and Cents $ $ _
9 -C 20 L.F. Open -cut Roads & Driveways,
including 1 -1/2" H.M.A.C. pavement,
and compacted flexible base trench
backfill, complete in place, per
linear feet
for Dollars ��
and /7C: Cents $ /(/
L $ ZOO
10 -C 67 L.F. Concrete Rip -Rap Replacement,
complete in place, per linear feet
for ��c'% 4' Dollars o�
and ,�, Cents $ ZU $/_39D
11 -C 1 L.S. 12" Wet Connection - Chandler Creek,
including approx. 25 L.F. of D.I.
pipe and 12" x 10" tapping sleeve
and valve & tap, not including
C.I. fittings, compTete in place,
per lump sum
for l /;art' - 7 /4/1(J' ',/1 Dollars �n o�
and i�c� Cents $ j(2G'D - $ - 3 0nt1
Page 15 of 26
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
12 -C 1 L.S. 12" Wet Connection - Chisholm Trail,
complete in place, per lump sum
for !J.+c° �auS( ,,,,/ Dollars 0 9 00
and /71 Cents $ /Lkl] $ /L_
13 -C 18 L.F. 6" Thick Concrete Encasement on
existing 6" wastewater line, com-
plete in plac e, per linear feet
for ' 7 / / 7/✓e Dollars
and /70 Cents $ . � $ L��U
14 -C 18 L.F. 6" Thick Concrete Encasement on
existing 8" wastewater line, com-
plete in place, pert linear feet
for %/ ,77 - ✓� Dollars
� u� // c�
and j ~ �, �.; Cents $ _ J $ (v30
15 -C 18 L.F. 6" Thick Concrete Encasement on
existing 15" wastewater line,
complete in place, per linear
feet
for f - -7 >- Dollars c0(.)
and Cents $
16 -C 2,000 L.F. 8 -mil Polyethylene Wrap on 18"
Ductile Iron Pipe, as required
by the Engineer, complete in
place, per linear feet
l
for /"J.t.% Dollars - pJ
and _i-c,, f -- r « Cents $ .e $ %-e)
TOTAL WATER LINE IMPROVEMENTS - 1981
CONTRACT NO. 4 (ALTERNATE BID "C" -
WATER LINE "A ")
Page 16 of 26
$ 1752 -
ALTERNATE BID "C" - WATER LINE "8" (TO REPLACE TOTAL BASE BID)
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 -C 9,427 L.F. 18" D.I. Pipe, Cl. 50, including
C.I. fittings, special outlets,
and concrete blocking, complete
in place, per linear feet
for �� „� . �/ Dollars
and /./ Cents $ J_-
2 -C 3 Ea. 5 -1/4” Fire Hydrants, including
6" gate valve and box and cover,
6" D.I. lead piping, vertical
extension, complete in place, per
each
ti,; / /?ou.S,iii i
for j , / Dollars
and /70 Cents $4411,200.
%
3 -C 4 Ea. 2" Automatic Air Release Valves,
including gate valve, fittings,
piping, and vault and cover, com-
plete in place, per each
/A:4
for m4,..6. //. / „ej, -r// Dollars
and !/r Cents $/;200 ° �
4 -C 35 L.F. Bore & Encasement of Westinghouse
Road, with minimum 36” encasement
pipe, not including 18" carrier
pipe, complete in place, per linear
feet
for /%7. Ato(//rP 5 ?ter:,i oflors o rJ U
and ,/lo ,/lo Cents $ /�f� - $ Oi g
5 -C 1 L.S. Wet Connection - Chandler Road,
including all fittings and piping,
not including 12" gate valve,
complete in place, per lump sum
for %«;:, / /.,•, Dollars
and /), -. Cents $ �Ooo $ Z T OC�
Page 23 of 26
1
1
1
1
11
1.
1
1
1
1
1
1
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
6 -C 1 L.S. Wet Connection - Westinghouse Road,
including 18" x 16" tapping sleeve
and valve & tap, and D.I. to C.S.C.
adapter, complete in place, per
lump sum
for /jvC .4(ae Dollars
and /2o Cents $ , 7 p(I oDi_'
7 -C 110 L.F. 6" Thick Concrete Cap of 18" D.I.
Pipe, complete in place, per linear
feet
for and /T4/ Dollars Or 0
r ,o, Cents $ $ (3
8 -C 50 L.F. Open -Cut Road and Driveway,
including 1 -1/2" H.M.A.C. pavement
and compacted flexible base trench
backfill, complete in place, per
linear feet
for / ,- Dollars o
and Cents $ /l) $ ,(pp
9 -C 1 Ea. 12" Gate Valve, including box and
cover, complete in place, per each
for /„ /,/ /h/-// . 5•1;o/ 4 Dollars / ��� �o
and .J ,t�, / Cents $cai/ $ Re)
10 -C 2,000 L.F. 8 -mil Polyethylene Wrap on 18"
Ductile Iron Pipe, as required by
the Engineer, complete in place,
per linear feet
for
and
TOTAL WATER LINE IMPROVEMENTS - 1981
CONTRACT NO. 4 (ALTERNATE BID "C" -
WATER LINE "B ")
Page 24 of 26
Dollars //J( OP
Cents $ . i $ Ike)
$ _3O-4;12-9 zo
me)." /) 9 �D
1
ALTERNATE BID "D" WATER LINE "B"
(This Item to Replace Bid Item Nos. 4, 4 -A, 4 -B, and 4 -C
1?� of Water Line "8" as is applicable.)
1 -D 24 L.F. Open -Cut and Encasement of Westing -
b� c;-r house Road with minimum 36" encase -
ment pipe, including pavement
1 replacement, complete in place,
1 per linear feet
for / %-- y��� Dollars o ,
- , <, C ents $ .52 $ /, 2w
and r
1
1 -,
1.
1
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
DEDUCT ITEM
(See Next Page)
Page 25 of 26
1 .
1 •
1.
1
I
Bid
Item Quantity Unit
Item Description
and Written Unit Price
CONTRACT AWARD DEDUCT
Bidder may or may not fill -in the following blanks, at his option.
Deduct $
(Bidder fill -in written unit prices)
($
(Bidder fill -in unit price in figures)
for the award of Water Line Improvements,
Contract Nos. 3 & 4
Page 26 of 26
Unit
Price
11''
Amount
of
AGREEMENT
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
That this Agreement made and entered into this
KNOW ALL MEN BY THESE PRESENTS
- day
, A.D., 1981, by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party,, hereinafter termed
t he OWNER, and /i &S9 /1.! e t j/A/ 1
of the City of Avs /K , County of - 6t.V /S
State of Texas, Second Party, hereinafter termed the CONTRAC-
TOR.
WITNESSETH: That for and in consideration of the pay-
ments 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 April 23,
1981, for certain improvements described as follows;
WATER LINE IMPROVEMENTS - 1981 (CONTRACT NO. 4)
The Contractor shall perform all work shown on the Plans
and described in the Specifications and shall meet all re-
quirements of this Agreement, the General and Special Condi-
tions 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 30 consecutive calendar days after award of
contract and shall cause work to progress in a manner satis-
factory to the Owner. Such work shall be completed in full
within 270 consecutive calendar days after award of con-
tract.
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 deduc-
tions, all as provided in the General Conditions of the
Agreement.
The following documents, together with this Agreement,
comprise the Contract, and they are as fully a part thereof
as if herein repeated in full:
Page 1 of 2
AGREEMENT (Continued)
IN WITNESS WHEREOF the Parties to these presents have
executed this Agreement in the year and day first above
written.
ATTEST:
By
Notice to Contractors
Instructions to Bidders
Proposal and Bidding Sheets
Performance & Payment Bonds
General Conditions of
Agreement
C i y Secret
ATTEST:
By ed;d y_T „ 9 4
By
Page 2 of 2
Special Conditions of
Agreement
Technical Specifications
Addenda
Change Orders
Plans
CITY OF ROUND ROCK, TEXAS,
OWNER
Austin Engineering Co., Inc.
CONTRACTOR
BY - Lcl '
.i
THE STATE OF TEXAS
COUNTY OF Williamson
PERFORMANCE BOND
PB -1
Bond #TX- 341515
KNOW ALL MEN BY THESE PRESENTS, THAT Austin Engineering Co., Inc.
of the City of Austin
County of Travis , and State of Texas
as principal, and Merchants Mutual Bonding Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto City of Round Rock (OWNER),
Four hundred seventy -nine thousand three hundred fifty -nine and 20/100
in the penal sum of Dollars
($ 479,359.20 ) for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner dated the _ day of
1981, to which contract is hereby referred to and made a part
hereof as fully and to the same extent as if copied at length
herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform said Con-
tract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said contract agreed and covenanted by
the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans
and Specifications thereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
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 14th day of May
1981.
AijGtip Fvrin +a ring_iro Try%
Principal
y/ (.
BY
Tit1eJ'(a
Address p n P x 375
PB -2
Merchants Mutual Bonding Company
Surety
By
Robert D. Cave
Title Attorney -in -Fact
Address, 6000 N. Lamar
u tin• Teaxas 7R764 Austin, Tx 76752
The name and address of the Resident Agent of Surety is:
Catto 6 Catto, 110 E. Crockett, San Antonio, Ti 78205
MERCHANTS MUTUAL BONDING COMPANY
Drs moINks. AvA
1<n( 111 Nlcii Be 1 sso • m o nood.••••■ • A.. ..s• ....ono...on doh. oiremled ...elm the dos., of
the 'stole ol Ion., and Irony ....Ion 1.5.1 ono,. In On 1 I Yes Monies. 1 m.o., oi 1 5 II,. 'Moe 11,1111 rr Ir- conslinord
apiyomicd, and does by tIrr ii 111 ikir,
Robert D . Cave
AtISt in on.. Nein; .•I Texas :,,illic And l.,I,11 Allorney •oel ny t, .....th lull power
a nd oulhonly hereby confeoed in 11, no., place and sleod 11r mrn, cx,,,,,, ,,,,,,lcdgc ...,1 deliver in its hely..1(.1s stnel •
Any On yl a l l bond:: r owl, r l al< ing,.; prov i dol I ha ( n, hood or under tak ing,
o. k• lit ....II undo r ti i :: ald. hoc i I y s1 0 .,,,, ,, 1 { 11 :1 1 110 `i,1/11 of FIVE
TIR)usAND (H,()(1,01r).0()) 1)01.1Ar8
nrl Inid the NIFIe( 11 \NIS \I 1.'5 I BONDING )\1I\' On, os rutty Ard ir Jr ..Inie extent as d such bond or
ssas s,,mcs1 ths• d o l y 1 1 1 1 - 1 , I , I i i 1 s1 1 R i l l , \ N I 11 I Al Ill ( ()APANY, and the aeks
•\ Room rIlIrI. t 11 ilir, iIIiiteiii ;21,C11. 1Yetel, ...
1111 11.iNer•Of i Arid i PIC 114M,, 11. 1 ass ...lorded by the Board o■
I)ini Inc MI1U 1N I \It ; 1 \I 1101`. DIN(' ( (111 \
\ I< 1 ICI I 2, NI CI 11 •N \ I de 0,, Iii,il Ii li. ,„ ,„, 0; I.ntnli
dm. ontholm, to ; wool... •\ i ll,' to 0111.... 1/c Orc... to IIICII hcholl ol 'he 1 omparo„ :Ind allmh c Si af
:Pc Core; on, Ihcielo. 11,1 iIiiiidii and IIti union, ohl.nolory 111
!Lome alereot."
\ 51, 11 110 \ I /INI. t \ \ m ; • , ,,„ ,„ •
!NC .1:111111d r y 11 !
11 10 II \ 1 14()NI/IN(il 151! \''i
(, z ,/ -
„ . ... . .
.• , 1
G . • . iP.
t
!DVJA
< jr 1 , 1 1, i11
.• dii„, 1 , 15 1,, }
lo,poyser of ...kn.., c• •
POWER 01' ATTORNEY
I 8 I
....... „
1-9
• er. •;!
.**-
..... '.*
• o
• • ..... • •
s1 I II 1 11 1 V••':\
CI N
15 111 1■■)1
S 1 i1
1, 11 ( I , • „ [0. !u. I. ../ 1 ...Ili ill Hkirlit I (
III I.,I,Ii1/011 WI,11111. NCI 1111 h,n,l 1151' It I 1111, .01 Ne .1 ( of I Yes \I...nes. 11/Wil day and year
,•1••ove ss mum.
• • ..... • * . I n 1 . 1 s I I I 5 ..y 1 5 . •51,0 de 511 111 1 ■N I ti 11' II 5! II. WIN. 1 )511•AIy..101,,,,t
I I r
5101 ( dyN:1 co• red 1, st. 51 I IIAV
h •••
NI 111111C, OIncc,i I hos, hm mem. ...Ls hon.' Ind Ilinlil he seal of Ihc I 5oursoly 11
I
11 ■ 8 I (V (A/....
,.; 1,,
1
1
THE STATE OF TEXAS 1
COUNTY OF Williamson
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, THAT Austin Engineering Co., Inc.
, of the City of Austin
County of Travis , and State of Texas
as principal, and Merchants Mutual Bonding Company
Bond #T%- 341515
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto City of Round Rock (OWNER),
Four hundred seventy -nine thousand three hundred fifty -nine and 20 /100
in the penal sum of Dollars
($ ) for the payment whereof, the said Principal
and Surety bind themselves and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner, dated the day of
1981, to which contract is hereby referred to and made a part
hereof as fully and to the same extent as if copied at length
herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying
labor and material to him or a subcontractor in the prosecu-
tion of the work provided for in said contract, then, this
obligation shall be void; otherwise to remain in full force
and effect;
PB -3
Provided, however, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the
terms of the contract, or to the work performed thereunder,
or the plans, specifications or drawings accompanying the
same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 14th day of May
1981.
pn5tin Frigineering_CO,,_ Tnc• Merchants Mutual Bonding Company
Principal Surety
�i
By , CZ�/�2 - / /C� (;' By
V o ert
Title Title Attorney-in -last
Address P. O. Box 3255 Address 6000 N. Lamar
Austin, Texas 78764
Austin, Tx 74752
The name and address of the Resident Agent of Surety is:
Catto 6 Catto, 110 E. Crockett, Ban Antonio, Tx 78205
PB -4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
MERCHANTS MUTUAL BONDING COMPANY
I)I:s moiNvs. \ V A
N1, Ili 1 1 rOt.' ot o o •••,1, • :1,tticr Oto ,t1
t1t Az.lic of Irotta, lLllllll Ittr ill, ot I I■■■■,+. , :c 1,Ilt
,i,11 And r 11,
12.ohe r t 11 . (:ave
o f Alf St_ 111 orttl 5Mot, ot Tole.:1 Af ;IN ,Ilri 1.,,o1 Allorney -111 I. ulth Mil power
.t1t1 AtiLltorri) hcrelty C ,Il ,.. 11,111C. p1.1,1 . ...ilki . ..11.,1 , 1, Ii■ NW, 1. ..tt ko, ill.:11 in Ir. hcholf .1 Arirolt.
Ali: and .:3 1 1 1101 or riirtit• 1 - L.,111 ilm,ti prt, 1.M ' 111 I Ho Itiotri or uncle rt• al( i r.,...
11 51 111 1 , 1 5 , - 111 ., . i o t hor i 1 y ,,11.1 1 1 crycood iii ;1,,,00ll. 1111 ,•:11111 of FFVF:
!It 1•1,Y;1.1) '1•11(11'SAND 1. ' ,OO11.1 1 i)(11.1.A1
ttor.1 lis Nil k1 1 1 '1A: 1 5 , 1 1 1 11 1 1 11r IN1 11Nli COA.11. AN\ 11.11, .11 11111, .I/11 moo: cm:to ;IA 11 511 h 1 or
or.rort,lking IA,. ',oz....1 1 11 doh .111 oltr ors 4 111. ‘11 111 1AA 1'. NIL 1 I. 'Al 11(1A: k !Art 1 011.11'ANY, ,rot :111 rho 1,1
pto 1:L1W c isc ,1.11hililI1 51Ii14iiSSil , .111. hert'FA 1,omot1 111,1 5,111,11,11
Povo,,,f .1111 ( 1 151 .111.1 1l .11116.11 11, 1 t.s .1,1,1,1 IA the 11,115.1 of
r , , , rot, of rho '11 Atli I AN I 5, All ; 1 11 15:1 11 tif ClIA1 1' ANY
11(1 A 2, 5F( 11 s'A 5 ' lire f 11.111,111 01 111e 11ti ■1i \ 51 kmorlool tt5 Accrel:try sil 1.1
,totr julh 111111 i.l ,1 1 1 1 5 'l il 1 1111111C,. 111 I, .111A 1, .lhIiilI . Moro to 1. or the I and ,t11.,11 1111 5 .1
1. 11 , 0 111 r5 1111 111,,111,, orkicrt.r( tog, recogroz.int,.. orrlornori■, and Olher ohligtoor)
tom, therco1.
1n» kr \ • :A 111 I 1 11 111 Vicc l,51,1 11,1 .'.■
111 t. :: ,.,, Ja111.1.1ry 1181 ••
■11 1 HAN! , 1 '111' 1 1."Al. BONDING • tA11'AAtY
• '' ; ''''
, I 5515451 1. NI 'C'1•:
pr,51 of :111orr:■, o, pot,
POWER OF ATTORNEY
At 1 A FL (.01 11 11.1'.'
l'( 11 l 111P(.11.1i ) ......
„ i i„.., 1 r; t ...1»1111 I 1' I ' r' 1 , ii '1 INC .1;)1 i$11, III
..
.•i, , `■...11 , Ill,' i III, 1111k ,,,,,, 1.,, ,, 1, 1 ■ ,o, VI., 11,,i,,,IN ,,..11..,,,,,, \ ,,1 C...
Arr•
11 1', 111 l' 1151, 1 , ,A1, ,,, , , •.,,; ' ,, ,,,,,,,,,,,,,, .1 ,1,11.. 1, ,,,,,,,,,, ',. t,',111,'",1,, 1 .41,11,111‘ , ...1 h olic ....111,,,, ■ , 11,, 1 •
lesmfotrot M
V•orcof, 1 1111,.....11,..a I in) 11.1114 :10,1 Afro:A 15" ',A .0 , 11," of 1 AlmorA, Itok,r Mry Aral ■car
th
- :
: iOviA : :
.ti FA 1 1 111 1. 1(1 1
.• ° 2 5.... •"' •. ,,'< , .. Cr k rA: 1 1 , M WI 151 I "
.... -I f?, 11 - .... . ...... •.
..• ...... . 1 11 1,', II: 1 41 i Pill,' All14.1 IAA, 1 1 Aft' 11 AI it r \ I Iff:( , (1)AllANNY. tIttItcrckt ioare•lot.' :Ind
1 1 . ' 1 1 /WI k 1 11- A I'D tk \ 1 1' ,,,,,,,,1 !A s.otl \l11)(
'V' ! 15.1:1115if i.( t4',..(1•NY.
..,..
o W
l I,111.71 , :11:1C1/1 L
I I, t 11,0,11 . ,r1 II, 11 A
.1/,. nti .r1roe
t,1 ilk. st..11 of ilto ( orrti,,, .. --
, Ai ,.--, -) ; r— 5 .-
.- '
- 0 , , t A/ .`
ith ..1 . 1'.1 (' ;) v 8 1 • '1
..,.., 1 .. °INC, ..• ..t. :
'.. ...............
•• ..... •'
• V � r 1s pr y... AT E y I S SUE D,„ ,,,, _ .. 5 JNFORMAT1011AN4Y q 'A#D4, ,
, F . S, Rp RGryll_pDNy E. CERTIIFICATE NdLDER. ^'x
COMPANY A
A
COMPANY B
-,,ND ADDRE Of INSURED /
/�
COMPANV ■ -
COP D
COMPANY E
is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition
contract or other document with respect to which this cerlificale may be issued o may pertain. the insurance afforded by the policies described herein is subject to all the
•. „ exclusions and conditions of such policies.
TYPE Of INSURANCE P
POLICY NUMBER 1
1 *P IRA DA1 E
Limits of Liability in Thousands (000)
EACH A
AGGREGATE
GENERAL LIABILITY
LA- 2953695 7
7/1/81
BODILY INJURY S
S 500 $
$ 500
BOOILY15)000 AND
1 s
s
PERSONAL INJURY
AUTOMOBILE LIABILITY 0
0 00IL PINJURY 1
1 2
L
1 >:
1
1
1
1
1
1
1
1
l
1
1
1
1
1
1
1
1
1
J. lti .,tit - .
t- k1aa'i:ert i.,
Austin Engineering Co., Inc.
constructors and engineers
6304 west bee cave road 15121 327 -1464
post office box 3255 austin, texas 78764
March 25, 1980
1. Company Name: Austin Engineering Co., Inc.
2. Office Location: 6304 W. Bee Caves Rd., Austin, Texas.
3. Austin Engineering Co. was organized in 1947.
4. Austin Engineering Co., Inc. was incorporated October 1, 1980, Austin,
Texas, Travis Co.
5. Austin Engineering Co., Inc. has engaged in contracting business since
the above date. Austin Engineering Co. has engaged in the contracting
business for 33 years.
6. Current Contracts:
(a). City of Kerrville - Ground Storage Tanks, $443,000.00, May, 1980.
(b). University of Texas - Drainage Improvements, $$384,000.00, April,
1980.
(c). City of Austin - Red River St. Relocation, $1,500,000.00, October,
1980.
(d). City of Austin - Suitmit= Substation Elect. Ductline, $58,000.00,
May, 1980.
7. Austin Engineering Co., Inc.'s principal type of work: Underground
Utilities, Water & Sewage Treatj«nt Plants, Pump Stations, Electric Duct Lines
& Foundations, and Excavation.
8. Austin Engineering Co. and Austin Engineering Co., Inc. has never failed
to complete work awarded.
9. Austin Engineering Co. and Austin Engineering Co., Inc. has never defaulted
on a contract.
10. Contracts Completed:
(a) Lost Creek Sec. 3 - Gas Line Installation, $81,900.00, Completed March,
1980 for Southern Union Gas Co.
(b) Bull Creek Lateral "A" - Wastewater Interceptor Phase II, $513,700.00,
Completed February, 1980, S. A. Garza Engineers.
(c) City of Temple, Water System Improvements, $595,000.00, Completed
March, 1980, URS/Forrest & Cotton, Inc.
Bidders Qualifications- Continued
11. Major Equipment Available: 3 -P&H 418 Backhoes, 2 -Allis Chalmers 816
Backhoes, 3-John Deere 310 Backhoes, 3-Caterpillar 225 Backhoes,
3- Chicago Pneumatic Air Tracks, 2- Gardner Denver Air Tracks, Euclid
End Dumps, 3-Caterpillar 977 Loaders, 2- Caterpillar 235 Backhoes,
3-Caterpillar 920 loaders.
12. Experience in construction work similar in importance has been listed
above in items 6 & 10.
13. Background and experience of principal members:
Paul W. Keller, P.E. - Professional Engineer 18 years experience
James K. Bickley, Estimator - 21 years experience
Don Schuch, Estimator - 5 yrs. experience
Joe D. Haralson, Estimator - 16 years experience
Edith Forgy, Accountant - 21 years experience
Richard Phillips, Foreman - 33 years experience
Ramiro Rosales, Foreman - 30 years experience
Axel Schiller, Foreman - 30 years experience
Glendon Barrow, Foreman - 11 years experience
Tommy Leach, Foreman - 11 years experience
Alton Box, Foreman - 10 years experience
Jose Coronel, Foreman - 15 years experience
Wayne Fant, Foreman - 11 years experience
14. Credit Available - $500,000.00
15. Austin Engineering Company and Co., Inc. banks at American Bank, Austin,
Texas. (Since 1946)
16. Austin Engineering Co., Inc. will upon request, fill out a detailed financial
statement.
Dated at
State of Texas X
County of TravisX
this
day of , 19_
Austin Engineering Co., Inc.
By:
Title:
being duly sworn deposes and says that he /she is
of Austin Engineering Co., Inc. and that the answers
to the foregoing questions and all statements herin contained are true and correct.
Subscribed and sworn to before me this day of , 19 .
r., mo,.aa
THE STATE OF TEXAS (
COUNTY OF
Public, duly commissioned and qualified, and and for the
County of Travis , State of Texas, came and
appeared Austin Engineering Company, Inc.
(herein represented by Paul W. Keller
its President , pursuant to and by virtue of the
provisions of a resolution adopted by the said Austin Engi-
neering Company, Inc. on the 1st day of February
1980, a duly certified copy of such resolution being annexed
hereto and made a part hereof,) .who declared that (in accor-
dance with the said resolution and pursuant thereto,) he, the
said
BEFORE ME,
CONTRACTOR'S ACT OF ASSURANCE
Edith Forgy , a Notary
Paul W. Keller has assured and does
hereby assure the Texas Water Development Board that the said
Austin Engineering Company, Inc. is autho-
rized and empowered to comply with certain required condi-
tions for the investment of Water Development Funds of the
State of Texas in the construction of an 18" water line
project at
Round Rock , Texas, which will provide
benefits to the City of Round Rock , the State of Texas,
the County of Williamson , other local interests and
property owners, and that said Austin Engineering Company,
Inc. will construct said project only in accordance with all
laws of the State of Texas, and all Rules, Regulations and
Policies of the Texas Water Development Board, which assur-
ances hereby made constitute material and substantial repre-
sentations upon the reliance of which the Texas Water Devel-
opment Board is expected to approve the award of contracts to
the said Austin Engineering Company, Inc. for the con-
struction of said project, and the said Austin Engineering
Company, Inc. hereby waives and agrees to waive any and all
claim to monies due the said Austin Engineering Company,
Inc. and retained by the Texas Department of Water Resources
and /or Local Sponsor of the project pursuant to the provi-
sions of Section 17.135, Texas Water Code, as may be further
provided pursuant to the contracts heretofore or hereafter
executed by and between (1) the said Austin Engineering
Company, Inc. and (2) City of Round Rock and /or the
Texas Department of Water Resources, upon a finding by the
Texas Water Development Board that the said Austin Engi-
neering Company, Inc. has either:
(1) Failed to construct the project according to the
engineering plans specifically approved by the
Texas Water Development Board, or
(2) Failed to obtain the prior approval of the Texas
Water Development Board for any and all subsequent
modifications, amendments, or changes to such engi-
neering plans, without regard to the nature, char-
acter or extent of such changes, or
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(3) Failed to construct the works in accordance with
sound engineering principles, or
(4) Failed to comply with any term or terms of the con-
struction contract.
PROVIDED HOWEVER, that such waiver of any and all claims
to monies due the said ^ Austin_Engineerinjq Company, Inc.
as described above shall extend only to that portion of the
monies retained as are reasonably necessary to correct con-
struction defects in the project resulting from the failure
of the said Austin Engineering Company, Inc.
as enumerated under Items 1 - above.
, 1981.
_Ay Fng7 ri Tnr•.
aY %t`l / � f "ll�� 3rsG „T
Sworn to and subscribed before me this the i3' day of
Notary P in and for
County, Texas
My commission expires yieWril
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
MINUTES OF SPECIAL MEETING
OF
THE BOARD OF DIRECTORS
OF
AUSTIN ENGINEERING CO., INC.
A special meeting of the Board of Directors of Austin
Engineering Co., Inc. was held at 6304 Bee Caves Road, Austin,
Texas, beginning at 1:00 o'clock p.m., on February I ,
1980.
The following directors, being all of the directors of
the corporation, were present in person:
Paul A. Keller
Mary R. Keller
Paul W. Keller
Edith Forgy, Secretary of the corporation, was in attendance
at the meeting by invitation.
Paul W. Keller, the President of the corporation, presided
at the meeting and Mrs. Forgy, acted as Secretary of the meeting.
The Secretary presented a written waiver of notice signed
by all of the directors of the corporation. The President
directed that the original of such waiver be placed in the minute
book of the corporation.
The President recommended that the directors adopt certain
resolutions in recordable form authorizing the President and
Executive Vice President to sign certain documents on behalf of
the corporation. After discussion, upon motion duly made and
seconded, and unanimously adopted, it was:
"RESOLVED by the Board of Directors of Austin Engineering
Co., Inc., that the President and Executive Vice President of
Austin Engineering Co., Inc., shall be, and each of them is hereby,
authorized and empowered for and in the name of the corporation
to do the following, which acts shall be fully binding upon the
corporation:
(1) To enter into any lawful contract (including, but
not limited to, building or construction contracts or subcontracts;
contracts for the sale, purchase, lease, exchange, or improvement
of property of any kind; oil, gas, and mining leases; and joint
venture agreements, general partnership agreements and limited
partnership agreements) as such officer may deem to be in the
best interest or advantage of the corporation, upon such terms
and conditions and for such consideration as to such officer may
seem proper or advisable;
(2) To grant, sell, convey, transfer, assign, lease,
mortgage or pledge property of any kind owned by the corporation
upon such terms and conditions and for such consideration as to
such officer may seem proper or advisable;
(3) To subdivide, develop, improve, and dedicate to
public use any real property belonging to the corporation, and
to make or vacate public plats with respect thereto and to
impose such restrictions or restrictive covenants thereon as such
officer may deem to be necessary or desirable; and,
(4) To make, execute, acknowledge, and deliver for and
in the name of the corporation and fully binding upon it, all
notes, deeds, leases, releases, transfers, mortgages, deeds of
trust, mechanic's lien contracts, building or construction
contracts or subcontracts, contracts of sale or purchase,
instruments of restriction and other instruments of writing
that may be deemed by such officer to be necessary or desirable.
BE IT FURTHER RESOLVED that the said President and Execu-
tive Vice President of Austin Engineering Co., Inc., shall be,
and each of them is hereby, authorized and empowered for and
in the name of the corporation and fully binding upon it, to
secure the repayment of any money borrowed by mortgage, mechanic's
lien, deed of trust, pledge, or other hypothecation of any or
all of the assets of the corporation, and to make, execute,
acknowledge, and deliver any and all notes, drafts, bonds, or other
negotiable or non - negotiable instruments or evidence of indebted-
ness, and any and all mortgages, mechanic's lien contracts, deeds
of trust, pledge agreements, or other instruments of writing
that he may deem to be either necessary or desirable.
BE IT FURTHER RESOLVED that the impression of the corporate
seal on any such instrument and the attestation of the Secretary
thereto be, and the same is hereby, waived.
"BE IT FURTHER RESOLVED that if the corporate seal is
required on any instrument executed by the President or Executive
Vice President, the Secretary or any Assistant Secretary shall
be, and each of them is hereby, authorized and directed to attest
such signature and impress the corporate seal thereon."
There being no further business, the meeting was there-
upon adjourned.
APP J VED:
Paul W. Ke ler, President
Edith F rgy, Secretary
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
1
2. GENERAL, PROVISIONS 3
2.01 Engineer's Status and Authority 3
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 4
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates . . . . 5
2.08 Royalties and Patents 5
2.09 Keeping of Plans and Specifications
Accessible 5
2.10 Discrepancies and Omissions . . . . . . . 5
2.11 Contractor's Understanding 5
2.12 Extra Work 6
2.13 Payment for Extra Work . . . . . . . . . 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 8
2.16 Owner's Status . . . . . .. • • • • • 8
2.17 Completed Portions of Work . . . . . . . . . 8
2.18 Materials 8
2.19 Receiving and Storage of Materials . • • • 8
2.20 "Or Equal" Clause 8
2.21 Completed Work 9
2.22 Materials Furnished by the Owner 9
2.23 Protection of Property 9
2.24 Shelters for Workmen and Materials 9
2.25 Sanitary Facilities 10
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . . 10
3.01 Labor, Equipment, Materials and
Construction Plant 10
3.02 Performance and Payment Bonds 10
3.03 Contractor's Ability to Perform 11.
3.04 Superintendence and Inspection 11
3.05 Character of Employees 11
3.06 Contractor's Duty to Protect Persons
and Property • • • . • . • . . . . . . . . 11
3.07 Safety Codes 12
3.08 Barricades 12
3.09 Minimum Wages 12
3.10 Unsuitable Work or Materials 12
3.11 No Waiver of Contractor's Obligation . • • 13
3.12 Site Clean Up 13
3.13 Guarantee 14
(CONTENTS CONTINUED) Page
4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14
4.01 Lines and Grades 14
4.02 Right of Entry 14
4.03 Owner's Inspectors 14
4.04 Collateral Work 15
4.05 Right -of -Way 15
4.06 Adequacy of Design , 15
5. SCHEDULING AND PROGRESS OF WORK 15
5.01 Order and Prosecution of the Work 15
5.02 Rate of Progress 16
5.03 Sunday, Holiday, and Night Work . . . .. . . 16
5.04 Hindrances and Delays 16
5.05 Extensions of Time 17
5.06 Liquidated Damages for Failure to
Complete on Time 17
6 . INDEMNITY ........................ 1
6.01 Contractor's IndemnityProvision 18
6.02 Workmen's Compensation Insurance 18
6.03 Comprehensive General Liability Insurance . 18
6.04 Owner's Protective Insurance 19
6.05 Comprehensive Automobile Liability,
Insurance 19
6.06 Insurance Certificate . . . . . . . . • • • 19
7 . TERMINATION OF CONTRACT . . . . . • • . . 20
7.01 Right of Owner to Terminate 20
7.02 Right of Contractor to Terminate 20
7.03 Removal of Equipment 20
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20
8.01 Notification of Contractor . . . . . 20
8.02 Retention of Contractor's Equipment
and Materials by Owner 21
8.03 Methods of Completing the Work . .. . . . . 21
8.04 Final Acceptance 22
8.05 Disposition of Contractor's Equipment . . . 22
9. MEASUREMENT AND PAYMENT 23
9.01 Character of Measurements 23
9.02 Estimated vs. Actual Quantities . . . . . . 23
9 .03 Payment .......... . . . . . . . . 24
9.04 Monthly Estimates and Payments . . . . . . . 24
9.05 Certificates of Completion . . . . . . . . 24
9.06 Final Estimate and Payment . . . . . . . . . 25
9.07 Notarized Affidavit 25
9.08 Release of Liability 25
9.09 Contractor's Obligation 26
9.10 Payments Withheld 26
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
1.01 Calendar Day. A calendar day shall be the 24 hour
period from one midnight to the next consecutive mid-
night.
1.02 Contract Documents. The Contract Documents shall con-
sist of the Invitation to Bidders; the Instructions to
Bidders; the Proposal; the Signed Agreement; the Per-
formance and Payment Bonds; the General Conditions of
the Agreement; the Special Conditions of the Agree-
ment; the Specifications; the Plans; the Standard
Drawings; Addenda; and duly authorized Change Orders.
The Contract Documents are complementary, and what is
called for by any one shall be as binding as if called
for by all. In case of conflict between any of the
Contract Documents, priority of interpretation shall
be in the following order: Signed Agreement, Perfor-
mance and Payment Bonds, Proposal, Special Conditions
of the Agreement, Invitation to Bidders, Specifica-
tions, Plans, and General Conditions of the Agree-
ment.
1.03 Contractor. "Contractor" shall mean the business or-
ganizationor individual named and designated in the
Contract Agreement as the "Party of the Second Part ",
who has entered into this contract for the performance
of the work covered thereby, and its, his, or their
duly authorized agents and other legal representa-
tives.
1.04 Engineer. "Engineer" shall mean the City Engineer of
the City of Round Rock, Texas, or such other engineer,
supervisor, or inspector who has been designated, ap-
pointed, or otherwise employed or delegated by the
Owner for this work, or their duly authorized agents,
such agents acting within the scope of the particular
duties entrusted to them in each case.
1.05 Extra Work. The term "extra work" as used in this
contract shall be understood to mean and include all
work that may be required by the Engineer or Owner to
be done by the Contractor to accomplish any change,
alteration, or addition to the work shown on the
Plans, or reasonably implied by the Specifications,
and not covered by the Contractor's Proposal, except
as provided under "Changes and Alterations ", herein.
-1-
1.06 Owner. "Owner" shall mean the City of Round Rock,
eZ" xas, named and designated in the Agreement as the
"Party of the First Part" acting through its duly
authorized officers and agents.
1.07 Plans. "Plans" shall mean and include (a) all draw-
ings prepared by the Owner as a basis for proposal,
(b) all supplementary drawings furnished by the Engi-
neer as and when required to clarify the intent and
meaning of the drawings submitted by the Owner to the
Contractor, and (c) drawings submitted by the Contrac-
tor to the Owner when and as approved by the Engi-
neer.
1.08 Specifications. "Specifications" shall mean (a) all
written descriptions, methods and instructions prepar-
ed by the Owner as a basis for proposals, (b) all sup-
plementary written material furnished by the Engineer
as and when required to clarify the intent or meaning
of all written descriptions, methods and instructions
submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to
the Owner when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer
only to a business organization or individual having a
direct contract with the Contractor for (a) performing
a portion of the Contract work, or (b) furnishing
material worked to a special design according to the
- Contract plans or specifications; it does not, how-
ever, include one who merely furnishes material not so
worked.
1.10 Substantially Completed. The term "substantially com-
pleted" shall mean that the structure or facility has
been made suitable for use is in condition to serve
its intended purpose, but still may require minor mis-
cellaneous work and adjustments..
1.11 Work. "Work" shall mean the work to be done and the
equipment, supplies, material, and services to be fur-
nished under the Contract unless some other meaning is
indicated by the context.
1.12 Working Day. A "working day" is defined as any day
not including Sundays or any legal holidays, in which
weather or other conditions, not under the control of
the Contractor, will permit construction of the prin-
cipal units of the work for a continuous period of not
less than seven (7) hours between 7:00 a.m. and 6:00
p.m.
-2-
1.13 Written Notice. "Written notice" shall be deemed to
have been duly served if delivered in person to the
individual or to a member of the firm or to an officer
of the corporation for whom it is intended, or if de-
livered at or sent by certified or registered mail to
the last business address known to him who gives the
notice.
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually
agreed by and between the parties to this Contract
that the Engineer shall have general supervision and
direction of the work included herein. In order to
prevent delays and disputes and to discourage litiga-
tion it is further agreed by and between the parties
of this Contract that the Engineer shall in all cases
determine the amounts and quantities of the several
kinds of work which are to be paid for under the Con-
tract; that he shall determine all questions in rela-
tion to said work and the construction thereof, that
he shall in all cases decide every question which may
arise relative to the execution of the Contract on the
part of the Contractor; that his decisions and find-
ings shall be the conditions precedent to the right of
the parties hereto to arbitration or to any action on
the Contract and to the rights of the Contractor to
receive any money under this Contract; provided, how-
ever, that should the Engineer render any decision or
give any direction which in the opinion of either
party hereto is not in accordance with the meaning and
intent of this Contract, either party may file with
the Engineer within 30 days a written objection to the
decision or direction so rendered. It is the intent
of this Agreement that there shall be no delay in the
execution of the work, and the decision or directions
of the Engineer as rendered shall be promptly carried
out.
2.02 Right of Engineer to Modify Methods and Equipment. If
at any time the methods or equipment used by the Con-
tractor are found to be unsafe or inadequate to secure
the quality of the work or the rate of progress re-
quired under this Contract, the Engineer may direct
the Contractor in writing to increase their safety or
improve their character and efficiency and to cease
operations under this Contract until such direction is
complied with. No claims shall be made against the
Owner for damages caused by any delay resulting from
such order.
-3-
2.03. Changes and Alterations. The Contractor agrees that
the Owner, through the Engineer, may make such changes
and alterations as the Owner may see fit in the line,
grade, form, dimensions, plans, or materials for the
work herein contemplated or any part thereof either
before or after the beginning of the construction
without affecting the validity of this Contract and
the accompanying bonds. If such changes or altera-
tions diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for
damages or anticipated profits on the work that may be
dispensed with. If they increase the amount of work
and the increased work can fairly be classified under
the specifications, such increase shall be paid for
according to the quantity actually done and at the
unit price established for such work under this Con-
tract; otherwise such work shall be paid for as pro-
vided under Section 2.12 "Extra Work ". In the event
the Owner shall make such changes or alterations which
will make useless any work already done or material
already furnished or used in said work, then the Owner
shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such
change, and for the actual expenses incurred in prepa-
ration for the work as originally planned:
2.04 Damages. The right of general supervision by the
Owner shall not make the Contractor an agent of the
Owner, and the liability of the Contractor for all
damages to persons, firms, and corporations arising
from the Contractor's execution of the work shall not
be lessened because of such general supervision. The
Contractor is an independent contractor in regard to
work under this Contract, and as such is solely liable
for all damages to any persons, firms, corporations,
or their property as a result of the prosecution of
the work.
2.05 Losses from Natural Causes. All loss or damage aris-
ing out of the nature of the work to be done or from
the action of the elements or from any unforeseen cir-
cumstances in the prosecution of the work or from unu-
sual obstructions or difficulties which may be encoun-
tered in the prosecution of the work shall be sustain-
ed and borne by the Contractor at his own cost and
expense.
2.06 Laws and Ordinances. The Contractor shall at all
times observe and comply with all Federal, State, and
local laws, ordinances, rules and regulations which
-4-
in any manner affect the Contract or the work and
shall indemnify and save harmless the Owner against
any claim arising from the violation of any such laws
and ordinances whether by the Contractor or his em-
ployees or his subcontractors and their employees.
2.07 Licenses, Permits and Certificates. Except as herein-
after stipulated, all licenses, permits, certificates,
etc. required for and in connection with the work to
be performed under the provisions of these Contract
Documents shall be secured by the Contractor at his
own expense. In the event a building permit is re-
quired such permit will be obtained by the Owner at no
cost to the Contractor.
2.08 Royalties and Patents. The Contractor shall protect
and save harmless the Owner from all and every demand
for damages, royalties, or fees on any patented inven-
tion used by him in connection with the work done or
material furnished under this Contract; provided, how-
ever, that if any patented material, machinery, appli-
ance, or invention is clearly specified in this Con-
tract, the cost of procuring the rights of use and the
legal release or indemnity shall be borne and paid by
the Owner direct unless such cost is determined and
directed to be included in the bid price at the time
the Proposal is submitted.
2.09 Keeping of Plans and Specifications Accessible. The
Engineer shall furnish the Contractor with three (3)
sets of executed Plans and Specifications without ex-
pense to him, and the Contractor shall keep one copy
of the same constantly accessible on the work, with
the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed
that it is the intent of this Contract that all work
must be done and all material must be furnished in ac-
cordance with the generally accepted practice, and in
the event of any discrepancies between the separate
contract documents, the priority of interpretation de-
fined under "Contract Documents" shall govern. In the
event that there is still any doubt as to the meaning
and intent of any portion of the Contract, Specifica-
tions or Drawings, the Engineer shall define which is
intended to apply to the work.
2.11 Contractor's Understanding. It is understood and
agreed that the Contractor has, by careful examina-
tion, satisfied himself as to the nature and location
-5-
of the work, the conformation of the ground, the char-
acter, quality and quantity of the materials to be en-
countered, the character of equipment and facilities
needed preliminary to and during the prosecution of
the work, the general and local conditions, and all
other matters which can in any way affect the work
under this Contract. No verbal agreement or conversa-
tion with any officer, agent, or employee of the Own-
er, either before or after the execution of this Con-
tract, shall affect or modify any of the terms or ob-
ligations herein contained.
2.12 Extra Work. The term "extra work" as used in this
Contract shall be understood to mean and include all
work that may be required by the Owner through the
Engineer to be done by the Contractor to accomplish
any change, alteration, or addition to the work shown
by the Plans or reasonably implied by the Specifica-
tions and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
It is agreed that the Contractor shall
perform all extra work under the direction of the
Engineer when presented with a written Change Order
signed by the Engineer.
No claim for extra work of any kind will
be allowed unless ordered in writing by the Engineer.
In case any orders or instructions, either oral or
written, appear to the Contractor to involve extra
work for which he should receive compensation, he
shall make a written request to the Engineer for a
written Change Order authorizing such extra work.
Should a difference of opinion arise as to what does
or does not constitute extra work or concerning the
payment therefor and the Engineer insists upon its
performance, the Contractor shall proceed with the
work after making a written request for a written
Change Order and shall keep an accurate account of the
"actual field cost" thereof as provided under Method
"C" below.
2.13 Payment for Extra Work. It is agreed that the compen-
sation to be paid the Contractor for performing extra
work shall be determined by one or more of the follow-
ing methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
-6-
Method "C" - If neither Method "A" or Method "B" can
be agreed upon before the extra work is
commenced, then the Contractor shall be
paid the "actual field cost" of the work
plus 15%.
Where extra work is performed under Method "C ", the
term "actual field cost" of such extra work is hereby
defined to be and shall include: (a) the payroll cost
for all workmen, such as foreman, mechanics, crafts-
men, and laborers; (b) the cost of all materials and
supplies not furnished by the Owner; (c) rental for
all power - driven equipment at agreed -upon rates for
the time actually employed or used in the performance
of the extra work; (d) transportation charges neces-
sarily incurred in connection with any equipment
authorized by the Engineer for use on said extra work
and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expens-
es; (f) all incidental expenses incurred as a direct
result of such extra work including sales or use taxes
on materials, payroll taxes, and the additional pre-
miums for construction bonds, workmen's compensation,
public liability and property damage, and other.insur-
ance required by the Contract where the premiums
therefor are based on payroll and material costs. The
Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also speci-
fy in writing before the work commences the method of
doing the work and the type and kind of machinery and
equipment to be used; otherwise these matters shall be
determined by the Contractor. Unless otherwise agreed
upon, the prices for the use of machinery and equip-
ment shall be incorporated in the written extra work
Change Order. The 15% of the "actual field cost" to
be paid the Contractor shall cover and compensate him
for his profit, overhead, and general superinten-
dence.
2.14 Assignment and Subletting. The Contractor shall not
assign or sublet the work or any part thereof without
the previous written consent of the Owner, nor shall
he assign, by power of attorney or otherwise, any of
the money payable under this Contract unless by and
with the consent of the Owner to be signified in like
manner. If the Contractor assigns all or any part of
any monies due or to become due under this Contract,
the instrument of assignment shall contain a clause
substantially to the effect that it is agreed that the
right of the assignee in and to any monies due or to
-7-
become due to the Contractor shall be subject to all
prior liens of all persons, firms, and corporations
for services rendered or materials supplied for the
performance of the work called for in this Contract.
2.15 Subcontractors. The Contractor shall be as fully re-
sponsible to the Owner for the acts and omissions of
his subcontractors and of persons either directly or
indirectly employed by them as he is for the acts and
omissions of persons directly employed by him. Should
any subcontractor fail to perform the work undertaken
by him in a satisfactory manner, his subcontract shall
be immediately terminated by the Contractor upon writ-
ten notice from the Owner.
2.16 Owner's Status. Nothing contained in this Contract
shall create any contractual relation between any sub-
contractor and the Owner.
2.17 Completed Portions of Work. The Owner shall have the
right to take possession of and to use any completed
or partially completed portions of the work prior to
completion of the entire work, but such use shall not
constitute an acceptance of any of the work not com-
pleted in accordance with the Contract Documents. If
the Engineer determines that taking possession of and
using partially completed work substantially increases
the cost of or delays construction, the Contractor
shall be entitled to extra compensation or extension
of time or both as determined by the Engineer.
2.18 Materials. All materials furnished by the Contractor
shall be as required by the Plans and Specifications
or as otherwise stipulated. The Contractor shall not
start delivery of materials which he is to furnish
until the Engineer has approved the source of supply
of such materials.
2.19 Receiving and Storage of Materials. The Contractor
shall make arrangements for receiving and storing
materials. The Owner will not sign for or receive
shipments of materials consigned to the Contractor.
The Owner will not furnish storage space for materials
except where the written permission of the Engineer is
given.
2.20 "Or Equal" Clause. Whenever a material, product, or
article is specified or shown on the Plans by using
the name of the proprietary product or of a particular
manufacturer or vendor and is followed by the term "or
equal" the Contractor may submit a written request to
-8-
the Engineer requesting approval of the use of a
material, product, or article he feels is truly equal
to the one specified. The Engineer will evaluate the
request to determine if the material, product, or
article is of equal substance and function and if it
will perform identically the duties imposed by the
general design. Written approval of an "or equal"
material, product, or article must be obtained from
the Engineer before it may be incorporated into the
work as a substitute for that specified in the Con-
tract Documents.
2.21 Completed Work. The Contractor shall maintain contin-
uous adequate safeguards to protect all completed work
from damage, loss, or the intrusion of foreign ele-
ments.
2.22 Materials Furnished by the Owner. The Contractor
shall assume responsibility for and safeguard any and
all materials supplied by the Owner against loss or
injury. This provision shall extend to the taking of
all necessary sanitary precautions to avoid contamina-
tion of such materials that must be maintained and in-
corporated into the work in a sanitary condition.
2.23 Protection of Property. The Contractor shall give
reasonable notice to the owner or owners of public or
private property and utilities when such property is
liable to injury or damage through the performance of
the work, and he shall make all necessary arrangements
with such owner or owners relative to the removal and
replacement or protection of such property or utili-
ties.
The Contractor shall satisfactorily shore, support,
and protect any and all structures, and all pipes,
sewers, drains, conduits, and other facilities belong-
ing to the Owner, and he shall be responsible for any
damage resulting thereto. The Contractor shall not be
entitled to any damages or extra pay as a result of
any postponement, interference, or delay caused by any
such structures and facilities being on the line of
the work whether they are shown on the Plans or not.
2.24 Shelters for Workmen and Materials. The building or
structures for housing men or the erection of tents or
other forms of protection for workmen or materials
will be permitted only as the Engineer shall authorize
or direct. The sanitary conditions of the grounds in
or about such structures shall at all times be main-
tained in a manner satisfactory to the Engineer.
-9-
2.25 Sanitary Facilities. Necessary sanitary toilet facil-
ities for the use of all employees on the work shall
be of a type complying with State and local sanitary
regulations and shall be properly secluded from public
observation. These facilities shall be constructed
and maintained by the Contractor in such manner and at
such points as shall be approved by the Engineer.
Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and Construction Plant.
The Contractor shall provide all labor, tools, equip-
ment, machinery, supplies, and materials necessary for
the prosecution and completion of this Contract where
it is not specifically provided that the Owner shall
furnish them. The Owner shall not be held responsible
for the care, preservation, conservation, or protec-
tion of any material, tools, or machinery on any part
of the work until it is finally completed and accept-
ed. The Contractor shall maintain on the job at all
times sufficient labor, material, and equipment to
adequately prosecute the work.
3.02 Performance and Payment Bonds. It is further agreed
by the Parties to this Contract that the Contractor
will execute separate performance and payment bonds,
each in the sum of 100% of the total Contract price in
standard forms for this purpose, guaranteeing faithful
performance of the work and the fulfillment of any
guarantees required and further guaranteeing payment
to all persons supplying labor and materials or fur-
nishing him any equipment in the execution of the Con-
tract. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are
furnished and approved by the Owner. The cost of the
premium for the performance and payment bonds shall be
included in the price bid by the Contractor for the
work under this Contract, and no extra payment for
such bonds will be made by the Owner.
The surety company or companies underwriting the per-
formance and payment bonds shall be acceptable accord-
ing to the latest list of companies holding certifi-
cates of authority from the Secretary of the Treasury
of the United States, shall be duly authorized to act
under the laws of the State of Texas as Surety, and
shall be approved by the Owner.
-10-
3.03 Contractor's Ability to Perform. Upon request by the
Owner the Contractor shall furnish sufficient evidence
of his ability to perform the work which is outlined
in this document. This shall include an equipment in-
ventory and records showing the satisfactory comple-
tion of projects of equal magnitude in the past. It
shall be the prerogative of the Owner to terminate the
Contract as outlined in Section 7 "Termination of Con-
tract", if job progress indicates that the Contractor
lacks either appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall
give personal attention to the faithful prosecution
and completion of the Contract and shall keep a compe-
tent superintendent and any necessary assistants, all
of whom are satisfactory to the Engineer, on the work
continuously during its progress. The superintendent
shall represent the Contractor in his absence, and all
directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superinten-
dent are both absent from the site of the work for
prolonged periods of time the Engineer may order any
or all work under this Contract to be stopped until
the Contractor provides continuous and proper supervi-
sion of the work. Such stoppage shall not constitute
a basis for any claim against the Owner for damages
caused by delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to em-
ploy only orderly, competent, and skillful persons to
do the work, and whenever the Engineer shall inform
him that the work being accomplished is of sub -stan-
dard character by reason of carelessness, incompe-
tence, or inexperience on the part of the workers the
installation of such work shall be immediately sus-
pended and shall not be resumed until the Engineer is
satisfied that the conditions causing such faulty work
have been corrected.
3.06 Contractor's Duty to Protect Persons and Property. In
the performance of this Contract, the Contractor shall
protect the public and the Owner fully by taking rea-
sonable precaution to safeguard persons from death or
bodily injury and to safeguard property of any nature
whatsoever from damage. Where any dangerous condition
or nuisance exists in and around construction sites,
equipment and supply storage areas, and other areas in
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
anyway connected with the performance of this Con-
tract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance
of any nature whatsoever in connection with the per-
formance of this Contract unless necessary to its per-
formance, and in that event the Contractor shall pro-
vide and maintain at all times reasonable means of
warning of any danger or nuisance created. The duties
of the Contractor in this paragraph shall be nondeleg-
able, and the Contractor's compliance with the speci-
fic recommendations and requirements of the Owner as
to the means of warning shall not excuse the Contrac-
tor from the faithful performance of these duties
should such recommendations and requirements not be
adequate or reasonable under the circumstances.
3.07 Safety Codes. The Contractor shall comply with all
applicable provisions of any Federal, State, and Muni-
cipal safety laws and building and construction codes.
All machinery, equipment, and other physical hazards
shall be guarded in accordance with the latest edition
of the "Manual of Accident Prevention in Construction"
of the Associated General Contractors of America ex-
cept where incompatible with Federal, State, or Muni-
cipal laws or regulations.
3.08 Barricades. When barricades are used to satisfy
safety requirements, such barricades shall be properly
identified with the Contractor's name prominently
stenciled on both sides of the barricades with letters
at least 2 inches high.
3.09 Minimum Wages. All employees directly employed on the
work shall be paid not less than the established pre-
vailing wage scale for work of a similar character in
this locality. A scale of prevailing wages is includ-
ed in the Special Conditions of these Contract Docu-
ments. The Contractor shall pay not less than the
general prevailing wages shown on said scale and shall
keep accurate wages records accessible in accordance
with Article 5159 of the Revised Civil Statutes of
Texas.
3.10 Unsuitable Work or Materials. It is understood and
agreed that if the work or any part thereof or any
material furnished by the Contractor for use in the
work or selected for the same shall be deemed by the
Engineer as unsuitable or not in conformity with the
specifications, the Contractor shall, after receipt of
written notice thereof from the Contracting Officer,
-12-
forthwith remove such material and replace, rebuild,
or otherwise remedy such work so that it shall be in
full accordance with this Contract.
Should the Contractor fail to initiate compliance with
the above provision within 72 hours or should he fail
to properly prosecute and complete correction of such
faulty work, the Engineer may direct that the work be
done by others and that the cost of the work be de-
ducted from monies due the Contractor.
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or inspector shall have no power to waive
the obligations of this Contract for the furnishing by
the Contractor of good material and of his performing
good work as herein described and in full accordance
with the plans and specifications. No failure or
omission of the Engineer, supervisor, or inspector to
condemn any defective work or material shall release
the Contractor from the obligation to at once tear
out, remove, and properly replace the same at any time
prior to final acceptance upon the discovery of said
defective work or material; provided, however that the
Engineer, supervisor, or inspector shall upon request
of the Contractor inspect and accept or reject any
material furnished, and once the material has been ac-
cepted by the Engineer, supervisor, or inspector such
acceptance shall be binding on the Owner unless it can
be clearly shown that such material furnished was not
as represented and does not meet the specifications
for the work. Any questioned work may be ordered
taken up or removed for re- examination by the Engineer
prior to final acceptance, and if found not in accor-
dance with the specifications for said work, all ex-
pense of removing, re- examination, and replacement
shall be borne by the Contractor; otherwise the ex-
pense thus incurred shall be allowed as "Extra Work"
and shall be paid for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the
site of the work to become littered with trash and
waste material, but shall maintain the site in a neat
and orderly condition throughout the construction per-
iod. The Engineer shall have the right to determine
what is waste material or rubbish and the manner and
place of disposal. On or before the completion of the
work the Contractor shall, without charge therefor,
carefully clean out all pits, pipes, chambers, or con-
duits, shall tear down and remove all temporary struc-
tures built by him, shall remove all rubbish of every
kind from the tracts or grounds which he has occupied,
and shall leave them in a condition satisfactory to
the Engineer.
3.13 Guarantee. During a period of 12 months from and
after the date of the final acceptance by the Owner of
the work embraced by this Contract, the Contractor
shall make all needed repairs arising out of defective
workmanship or materials, or both, which in the judg-
ment of the Owner shall become necessary during such
period. If within 10 days after the mailing of a
notice in writing to the Contractor or his agent the
said Contractor shall neglect to make or to undertake
with due diligence the aforesaid repairs, the Owner is
hereby authorized to make such repairs at the Contrac-
tor's expense; provided, however, that in case of an
emergency where, in the judgment of the Owner, delay
would cause serious loss or damage, repairs may be
made without notice being sent to the Contractor, and
the Contractor shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades
shall be furnished by the Engineer. Whenever neces-.
sary, work shall be suspended to permit performance of
this work, but such suspension will be as brief as
practicable, and the Contractor shall be allowed no
extra compensation therefor. The Contractor shall
give the Engineer ample notice of the time and place
where lines and grades will be needed. All stakes,
marks, etc. shall be carefully preserved by the Con-
tractor, and in case of careless destruction or remov-
al by him or his employees such stakes, marks, etc.
shall be replaced by the Engineer at the Contractor's
expense.
4.02 Right of Entry. The Owner reserves the right for its
personnel or its agents to enter the property or loca-
tion on which the work herein contracted are being
constructed or installed for the purpose of supervis-
ing and inspecting the work or for the purpose of con-
structing or installing such collateral work as the
Owner may desire.
4.03 Owner's Inspectors. It is agreed by the Contractor
that the Owner shall appoint such Engineer, supervi-
sors, or inspectors as the said Owner may deem neces-
sary to inspect the material furnished and the work
-14-
done under this Contract, to see that the said mater-
ial is furnished, and to see that said work is done in
accordance with the plans and specifications therefor.
The Contractor shall furnish all reasonable aid and
assistance required by the Engineer, supervisors, or
inspectors for the proper inspection and examination
of the work and all parts thereof. The Contractor
shall regard and comply with the directions and in-
structions of the Engineer, supervisors, or inspectors
so appointed when such directions and instructions are
consistent with the obligations of this Contract.
4.04 Collateral Work. The Owner reserves the right to pro-
vide all labor and material essential to the comple-
tion of work that is not included in this Contract
either by a separate contract or otherwise. Any col-
lateral work shall be prosecuted in such a manner that
it will not damage the Contractor nor delay the pro-
gress of the work being accomplished under this Con-
tract. The respective rights of and operations of the
various interests involved shall be established and
coordinated by the Engineer.
- 4.05 Right -of -Way. Easements across private property and
lands needed for construction under this Contract will .
be provided by the Owner.
4.06 Adequacy of Design. It is agreed that the Owner shall
be responsible for the adequacy of the design, suffi-
ciency of the Contract Documents, the safety of the
structure and practicability of the operations of the
completed project; provided the Contractor has com-
plied with the requirements of the said Contract Docu-
ments, all approved modifications thereof, and addi-
tions and alterations thereto approved in writing by
the Owner. The burden of proof of such compliance
shall be upon the Contractor to show that he has com-
plied with the said requirements of the Contract Docu-
ments, approved modifications thereof and all approved
additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning
and intent of this Contract, unless otherwise herein
specifically provided, that the Contractor shall be
allowed to prosecute his work at such times and sea-
sons in such order of precedence and in such manner as
shall be most conducive to economy of construction;
-15-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
provided however, that the order and time of prosecu-
tion shall be such that the work shall be substantial-
ly completed as a whole or in part in accordance with
this Contract within the time of completion hereafter
designated; provided also that the Engineer may direct
the time and manner of constructing any part or parts
of the work when in his opinion such should be given
priority to lessen the probability of danger to the
public or to anticipate seasonal hazards from the ele-
ments or to coordinate with other work being done for
or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engi-
neer full information in advance as to his plans for
carrying on any part of the work. If at any time
prior to the start or during the progress of the work
any part of the Contractor's plant or equipment or any
of his methods of executing the work appear to the
Engineer to be unsafe, inefficient, or inadequate to
insure the required quality or rate of progress of the
work, the Engineer may order the Contractor to in-
crease or improve his facilities or methods, and the
Contractor shall promptly comply with such orders; but
neither compliance with such orders nor failure of the
Engineer to issue such orders shall relieve the Con-
tractor from his obligation to secure the degree of
safety, the quality of work, and the rate of progress
required by this Contractor. The Contractor alone
shall be responsible for the safety, adequacy, and
efficiency of his plant, equipment, and methods.
5.03 Sunday, Holiday, and Night Work. Except in connection
with the care, maintenance, or protection of equipment
or of work already done, no work shall be done between
the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or
legal holidays without written consent of the Engi-
neer.
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any
cause during the progress of any portion of the work
embraced by this Contract except where the work is
stopped by order of the Owner. If the Owner stops the
work for just cause because the Contractor is not com-
plying with the plans and specifications or the intent
thereof, the Contractor shall have no claim for dam-
ages, hindrances, or delays. However, if the Owner
stops the work for any other reason, the Contractor
shall be entitled to reimbursement paid by the Owner
for such expenses actually incurred which in the judg-
ment of the Engineer occurred as a result of the work
stoppage.
-16-
Should delays repeatedly occur due to the Contractor's
failure to provide adequate plant, equipment, or per-
sonnel, or where the Engineer determines that unrea-
sonable inconvenience to the public is due to such
failure, the Contractor's operations shall be suspend-
ed until he shall have provided adequate plant, equip-
ment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed
in the final completion of the work by any act or neg-
lect of the Owner or Engineer, or of any employee of
either, or by any other contractor employed by the
Owner, or by strikes, fire or other cause or causes
outside of and beyond the control of the Contractor
and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay as deter-
mined by the Engineer shall be granted by the Owner;
provided, however, that the Contractor shall give the
Owner prompt notice in writing of the cause of delay
in each case. Extensions of time will not be granted
for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time.
The Contractor agrees that time is of the essence of
this Contract and that the definite value of damages
which would result from delay would be incapable of
ascertainment and uncertain, so that for each day of
delay beyond the number of days herein agreed upon for
the completion of the work herein specified and con-
tracted for, after due allowance for such extension of
time as is provided for under the provisions of the
preceding paragraph, the Owner may withhold permanent-
ly from the Contractor's total compensation, not as a
penalty but as liquidated damages, the sum per day
given in the following schedule:
Amount of Liquidated
.Amount of Contract Damages Per Day
Less than $ 5,000.00 $ 30.00
$ 5,001.00 to $ 15,000.00 35.00
15,001.00 to 25,000.00 40.00
25,001.00 to 50,000.00 50.00
50,001.00 to 100,000.00 70.00
100,001.00 to 500,000.00 200.00
500,001.00 to 1,000,000.00 300.00
1,000,001.00 to 2,000,000.00 400.00
2,000,001.00 to 5,000,000.00 500.00
-17-
6. INDEMNITY
6.01 Contractor's Indemnity Provision. To protect the
Owner from the Contractor's failure to perform any of
the foregoing duties or any of the terms of this Con-
tract, the Contractor shall indemnity and save harm-
less the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, and ex-
penses or costs of any nature whatsoever arising out
of or in anyway connected with any claims or actions
at law or in equity brought against the Owner and the
Owner's agents and employees for the death or injury
to persons or for damage to property caused, or alleg-
edly caused, by any willful acts, negligence, nui-
sance, or breach of any term or condition of this Con-
tract by the Contractor, his agents, servants, subcon-
tractors, or employees. The Contractor shall further-
more indemnify and save harmless the Owner and the
Owner's agents and employees from all demands of sub-
contractors, workers, material persons, or suppliers
of machinery and parts thereof, equipment, power
tools, and supplies incurred in connection with work
to be performed under this Contract. Property of any
description, including property of the Owner, which
shall be damaged in the performance of this Contract
by the Contractor, his agents, employees, subcontrac-
tors or their employees and subcontractors shall be
restored to its condition prior to damage by the Con-
tractor at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor
agrees to comply with the Workmen's Compensation Act
of the State of Texas, and to pay or cause to be paid
all compensation, medical or other benefits, which may
become due or payable thereunder, and to protect and
indemnify the Owner and the Owner's agents and employ-
ees from and against any and all liabilities by reason
of accidental injury, disease or death sustained by
subcontractor's employees. The Contractor shall fur-
nish the Owner with a certificate from the Industrial
Accident Board evidencing the Contractor's and subcon-
tractors' compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Con-
tractor shall provide and maintain during the life of
this Contract and until all work under said Contract
has been completed and accepted by the Owner, a Com-
prehensive General Liability insurance policy, said
policy and the issuing carrier approved by the Owner,
which specifically insures the contractual liability
-18-
of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The lia-
bility coverage under this policy shall cover Indepen-
dent Contractors. Liability limits for the Comprehen-
sive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall
provide and maintain during the life of this Contract
and until all work under said Contract has been com-
pleted and accepted by the Owner, an Owner's and Con-
tractor's Protective Policy which co- insures the Owner
and the Owner's agents and employees with the same
Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liabil-
ity Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The
Contractor shall provide and maintain during the life
of this Contract and until all work under said Con-
tract has been completed and accepted by the Owner, a
Comprehensive Automobile Liability insurance policy,
said policy and issuing carrier approved by the Owner,
covering the operation on or off the site of the work
of all motor vehicles licensed for highway use, whe-
,ther they are owned, non - owned, or hired by the Con-
tractor, in which shall specifically insure contrac-
tual liability of the Contractor assumed under the
above Paragraph 6.01 entitled "Contractor's Indemnity
Provision ". The liability limits for the Comprehen-
sive Automobile Liability insurance coverage shall not
be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insur-
ance coverage set out in sections 6.02, 6.03, 6.04,
and 6.05 above, the Contractor shall furnish the Owner
with a certificate verifying said insurance. Said
certificate shall state that the Owner shall be given
10 days advance written notice before any provisions
-19-
of the policies are changed or in the event said poli-
cies shall be cancelled. This Certificate of Insur-
ance shall be provided to the Owner prior to starting
any construction work in connection with this Con-
tract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the Contractor should
be guilty of substantial violation of the Contract or
any provision thereof, the Owner, upon certification
by the Engineer as to the nature and extent of such
violation, may without prejudice to any other resourc-
es or remedy give the Contractor written notice of
termination of the employment of the Contractor 10
days subsequent to such notice. Immediately following
such date the Owner may take possession of the site of
the work and all material, equipment, tools, and ap-
pliances thereon and may finish the work in accordance
with the provisions of Section 8 "Abandonment of Con-
tract by Contractor ", of these General Conditions.
7.02 Right of Contractor to Terminate. If work should be
stopped by order of any public authority or court
through no act or fault of the Contractor for a period
of three (3.) months or if the Owner should substan-
tially fail to perform the provisions of the Contract
with regard to Owner's obligations to the Contractor,
then the Contractor may, upon 10 days written notice
to the Owner, terminate this Contract and recover from
the Ownr payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract
should be terminated for any reason whatsoever, the
Owner may request the Contractor in writing to remove
any or all of his equipment, tools, and supplies, and
the Contractor shall comply with the request within 10
days after receipt of the notice. Should he fail to
do so within 10 days after receipt of such notice, the
Owner shall have the right to remove such equipment
and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at
the risk and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should
abandon and fail to refuse to resume work within 10
-20 -
days after written notification from the Owner or the
Engineer or if the Contractor fails to comply with the
orders of the Engineer when such orders are consistent
with this Contract or with the specifications hereto
attached, then the Contractor shall be deemed as hav-
ing abandoned the Contract. In such event the Surety
on the bond shall be notified in writing and directed
to complete the work, and a copy of said notice shall
be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by
Owner. After receiving said notice of abandonment the
Contractor shall not remove from the work any machin-
ery, equipment, tools, materials, or supplies then on
the job, but the same together with any materials and
equipment under contract for the work may be held for
use on the work by the Owner or the Surety on the per-
formance bond or another contractor in completion of
the work; and the Contractor shall not receive any
rental or credit therefor except when used in connec-
tion with extra work where credit shall be allowed as
provided for under Section 2.12 entitled "Extra Work ",
it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete
• the work and will be reflected in the final settle-
ment.
8.03 Methods of Completing the Work. If the Surety should
fail to commence compliance with the notice for com-
pletion hereinbefore provided within 10 days after
service of such notice, then the Owner may provide for
completion of the work in either of the following
elective manners:
a. The Owner may thereupon employ such force of work-
ers and use such machinery, equipment, tools, mat-
erials, and supplies as said Owner may deem neces-
sary to complete the work and charge the expense
of such labor, machinery, equipment, tools, mater-
ials, and supplies to said Contractor, and the ex-
pense so charged shall be deducted and paid by the
Owner out of such monies as may be due or that may
thereafter at any time become due to the Contrac-
tor under and by virtue of this Contract. In case
such expense is less than the sum which would have
been payable under this Contract if the same had
been completed by the Contractor, then said Con-
tractor shall receive the difference. In case
such expense is greater than the sum which would
have been payable under this Contract if the same
-21-
had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of
such excess to the Owner.
b. The Owner under sealed bids, after 14 days notice
published two or more times in a newspaper having
a general circulation in the county of location of
the work, may let the contract for the completion
of the work under substantially the same terms and
conditions which are provided in this Contract.
In case of any increase in cost to the Owner under
the new contract as compared to what would have
been the cost under this Contract such increase
shall be charged to the Contractor, and the Surety
shall be and remain bound therefor. However,
should the cost to complete any such new contract
prove to be less than what would have been the
cost to complete under this Contract, the Contrac-
tor or his Surety shall be credited therewith.
8.04 Final Acceptance. When the work has been completed
the Contractor and his Surety shall be so notified and
a Contract Completion Certificate as hereinafter pro-
vided shall be issued. A complete itemized statement
of the Contract accounts certified by the Engineer as
being correct shall then be prepared and delivered to
the Contractor and his Surety, whereupon, the Contrac-
tor, his Surety or the Owner, as the case may be,
shall pay the balance due as reflected by said state-
ment within 15 days after the date of such Contract
Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event
the statement of accounts shows that the cost to com-
plete the work is less than that which would have been
the cost to the Owner had the work been completed by
the Contractor under the terms of this Contract or
when the Contractor or his Surety pay the balance
shown to be due by them to the Owner, then all machin-
ery, equipment, tools, materials, or supplies left on
the site of the work shall be turned over to the Con-
tractor or his Surety. Should the cost to complete
the work exceed the contract price, and the Contractor
or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there re-
mains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof to-
gether with an itemized list of such equipment and
materials shall be mailed to the Contractor and his
Surety at the respective addresses designated in this
-22-
Contract; provided, however, that actual written
notice given in any manner will satisfy this condi-
tion. After mailing or other giving of such notice
such property shall be held by the Owner at the risk
of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect
such property. After 15 days from the date of said
notice the Owner may sell such machinery, equipment,
tools, materials, or supplies and apply the net sum
derived from such sale to the credit of the Contractor
and his Surety. Such sale may be made at either pub-
lic or private sale, with or without notice, as the
Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which
remain on the work and belong to persons other than
the Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary
measurements of any kind will be allowed, but the
actual length, area, solid contents, number, and
weight only shall be considered unless otherwise spe-
cifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimat-
ed quantities stipulated in the proposal form under
unit price items are approximate and are to be used
only (a') as a basis for estimating the probable cost
of the work and (b) for the purpose of comparing the
proposals submitted for the work. It is understood
and agreed that the actual amounts of work done and
materials furnished under unit price items may differ
from such estimated quantities and that the basis of •
payment for such work and materials shall be for the
actual amount of such work done and the actual quan-
tity of materials furnished.
The Contractor agrees that he will make no claim for
damages, anticipated profits, or otherwise on account
of any difference between the amounts of work actually
performed and materials actually furnished and the
amounts estimated therefor in the proposal or other
Contract Documents; provided, however, that if the
actual quantity of any item should become as much as
25 percent more than or 25 percent less than the esti-
mated or contemplated quantity for such items, then
either party to this Contract shall be entitled upon
demand to a revised consideration on the portion of
-23-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
the work above or below 25 percent of the estimated
quantity prior to initiating work or furnishing mater-
ials for the overrun or underrun quantities. Such re-
vised consideration shall be determined by agreement
between the parties or otherwise by the terms of this
Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all
the necessary labor, equipment, and material and the
completion of all work by the Contractor, and on the
completion of all work and the delivery of all mater-
ial embraced in this Contract in full conformity with
the specifications and stipulations contained herein,
the Owner agrees to pay the Contractor the amounts set
forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby
agrees to receive such amounts in full payment for
furnishing all material and all labor required for the
aforesaid work, for all expense incurred by him, and
for well and truly performing the same and the whole
thereof in the manner and according to this Contract,
the attached specifications, and requirements of the
Engineer.
9.04 Monthly Estimates and Payments. On or about the fifth
day of each month the Engineer will make an approxi-
mate estimate of the value of work done in conformity
with the plans and specifications during the previous
calendar month. The Contractor shall furnish to the
Engineer such detailed information as he may request
to aid him as a guide in the preparation of monthly
estimates. After each such estimate shall have been
approved by the Owner, the Owner shall pay to the Con-
tractor 90 percent of the amount of such estimated sum
on or before the 15th day of said month.
It is understood, however, that in case the whole work
is near to completion and some unexpected or unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may, upon written recommen-
dation of the Engineer, pay a reasonable and equitable
portion of the retained percentage to the Contractor.
9.05 Certificates of Completion. Within 10 days after the
Contractor has given the Engineer notice that the work
has been completed the Engineer shall inspect the work
and satisfy himself by examination and test that the
work has been finally and fully completed in accor-
dance with the plans, specifications and Contract. If
-24-
so, the Engineer shall issue a Contract Completion
Certificate to the Owner and the Contractor. Such
certificate when issued shall constitute final accep-
tance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Com-
pletion Certificate has been issued the Engineer shall
proceed to make final measurements and to prepare a
final estimate of the work done and materials furnish-
ed under this Contract and the value thereof. The
Engineer shall certify the Final Estimate and submit
it to the Owner within five (5) days from the date of
the Contract Completion Certificate.
The Owner shall pay the Contractor within 15 days from
the date of the Contract Completion Certificate the
entire sum shown due on the certified Final Estimate
prepared by the Engineer after deducting all amounts
to be kept and retained under any provision of this
Contract. However, it is to be specifically under-
stood that the final payment will not be paid by the
Owner to the Contractor under any circumstances until
the Notarized Affidavit required by Section 9.07 en-
titled "Notarized Affidavit ", has been submitted to
the Engineer.
All prior estimates and payments shall be subject to
correction in the final estimate and payment; but in
the absence of error or manifest mistake, it is agreed
that all estimates, when approved by the Owner, shall
be conclusive evidence of the work done and materials
furnished.
9.07 Notarized Affidavit. Before final payment for the
work by the Owner the Contractor shall submit to the
Engineer a notarized affidavit in duplicate stating
under oath that all subcontractors, vendors, and other
persons or firms who have furnished or performed labor
or furnished materials for the work have been fully
paid or satisfactorily secured. Such affidavit shall
bear or be accompanied by a statement, signed by the
Surety Company who provided the performance bond for
the work, to the effect that said Surety Company con-
sents to final payment to the Contractor being made by
the Owner.
9.08 Release of Liability. The acceptance by the Contrac-
tor of the last payment shall operate as and shall be
a release to the Owner and every officer and agent
thereof from all claims and liability hereunder for
anything done or furnished for or relating to the work
or for any act or neglect of the Owner or of any per-
son relating to or affecting the work.
-25-
9.09 Contractor's Obligation. Neither the Contract Comple-
tion Certificate nor the final payment nor any provi-
sion in the Contract Documents shall relieve the Con-
tractor of the obligation for fulfillment of any war-
ranty which may be required in the Contract Docu-
ments.
9.10 Payments Withheld. The Owner may, on account of sub-
sequently discovered evidence, withhold or nullify the
whole or part of any payment to such extent as may be
necessary to protect himself from loss on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating
probable filing of claims.
c. Failure of the Contractor to make payments proper-
ly to subcontractors or for material or labor.
d. Damage to another contractor.
When the above grounds are removed or the Contractor
provides a Surety Bond satisfactory to the Owner,
which will protect the Owner in the amount withheld,
payment shall be made for amounts withheld because of
them.
-26-
SECTION 01 - INFORMATION
01 -01 ENGINEER
01 -06 OWNER
SPECIAL CONDITIONS OF AGREEMENT
The word "Engineer" in these Specifications shall
be understood as referring to Haynie & Kallman,
Inc., 2115 N. Mays, Round Rock, Texas 78664. Engi-
neer of the Owner, or the Engineer's authorized
representative, supervision or inspector to act in
any particular position for the Owner.
01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
The Agreement will be prepared in not less than
five (5) counterpart (original signed) sets. Owner
will furnish Contractor three (3) sets of conform-
ing Contract Documents, Technical Specifications
and Plans free of charge, and additional sets will
be obtained from Engineer at commercial reproduc-
tion rates plus 15% for handling.
01 -03 GOVERNING CODES
All construction as provided for under these Plans
and Specifications shall be governed by any exist-
ing Resolutions, Codes and Ordinances, and any sub-
sequent amendments or revisions thereto as set
forth by the Owner.
01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
Refer to the General Conditions of Agreement,
Section 5.06, Page 17 for description.
01 -05 TIME OF COMPLETION
The work shall be completed within the number of
calendar days stated in the Proposal. The time
shall begin from the date of the Agreement, or the
date of the Notice to Proceed, whichever is
latest.
The "Owner" shall be the party of parties named in
the Notice to Contractor.
S -1
01 -07 LOCATION
The location of work shall be as mentioned in the
Notice to Contractor and as indicated on the
Plans.
SECTION 02 - SPECIAL CONSIDERATIONS
02 -01 CROSSING UTILITIES
Prior to commencing construction, it shall be the
Contractor's responsibility to make arrangements
with the Owners of such utility companies to uncov-
er their particular utility lines or otherwise con-
firm their location. Certain utility companies
perform such services at their own expense, how-
ever, where such is not the case, the Contractor
will cause such work to be done at his own ex-
pense.
02 -02 "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions
on all of his copies of the working drawings. Upon
completion of the Project and prior to final accep-
tance and payment, the Contractor shall deliver
this correctly marked set of drawings to the Engi-
neer.
02 -03 LANDS FOR WORK
The Owner is in the process of finalizing ease-
ments, permits and site acquisition for lands upon
which work is to be done. It is possible that con-
demnation of some of the property owner's lands for
easements will have to be enforced. In such cases,
the Owner plans to get court permission to work on
such condemned lands no later than during the month
of June, 1981. The Contractor shall schedule his
work on easements and right -of -ways that already
have been acquired while such condemnation proce-
dures are in progress.
No extra cost to Contractor shall be due by Owner
for any delays caused by condemnation, but Owner
may extend the calendar days of the contract, if
permission to enter lands is not acquired by June,
1981.
S- 2
Within private lands, a 30 -foot wide permanent
easement and an additional 50 -foot wide temporary
construction easement is provided for the Contrac-
tors use with conditions as follows:
30 -Foot Wide Permanent Easement - The Contractor
has full use of the 30 -foot wide permanent easement
for construction of the proposed improvements.
Trees with limbs hanging over the 30 -foot width but
not having their trunks within the 30 -foot width
shall be neatly trimmed with a chain -saw or a hand-
saw, if such limbs interfere with the construction
operations.
50 -Foot Wide Temporary Easement - The Contractor
has limited use within the 50 -foot wide temporary
construction easement. The temporary easement is
shown on the Plans either straddling both sides of
the permanent easement or along one side of the
permanent easement. In either case, a total 80-
foot width has been provided for construction oper-
ations. No clearing of existing trees is allowed
within the temporary easement or at any other loca-
tion on the private lands except within the 30 -foot
wide permanent easement. If the Contractor damages
or kills any trees within the 50 -foot temporary,
easement without express written permission from
the Engineer or Landowner, he shall purchase new
trees of the g type and size and re -plant them
in the same location. Clearing of brush and small
cedar trees may be allowed, if absolutely necessary
for the construction operations, but such clearing
shall be allowed only after written permission of
the Engineer or Landowner is given. The temporary
construction easement has been provided for tempo-
rary storage of construction materials, cleared
materials from the 30 -foot wide permanent easement
and excavated materials from trench excavation.
Clean -up shall be done on each tract of land as the
work progresses. For instance, after the pipe is
installed on one Landowner's tract, the Contractor
shall immediately begin clean -up operations on that
tract at the same time that work is beginning on
the next tract of land. All dead trees and brush
shall be removed from the 30 -foot wide permanent
easement and the 50 -foot temporary easement. All
rocks as stipulated by the "easement grading"
detail in the Specifications shall be removed from
the 30 -foot permanent easement. All excavated
S -3
materials from the trench, not acceptable for use
in trench backfill or low water crossings shall be
removed from the tract, unless the Contractor makes
other arrangements with the Landowner. All mater-
ials brought in by the Contractor shall be removed
from the tract. In essence, the areas affected by
the construction shall be left in a cleaner, neater
manner than prior to construction.
No burning of trash, dead trees, and brush or any
ocher materials shall be allowed.
The Contractor shall be liable to the Landowner for
any injuries to cattle or other stock caused by
animals falling in trenches or escaping through
gates or fences being left open or injured or lost
in any other way. The Contractor will make fair
and equitable settlement with the Landowner for
such damages prior to the 10% final retainage being
released.
The possession of firearms or other weapons on
Landowners property is strictly forbidden in order
to preserve the wildlife on the tract.
The Contractor shall provide portable toilets with-
in reasonable walking distance of the construction
operations to maintain sanitary conditions on the
job.
All fences damaged by the Contractor shall be re-
placed with new materials of the same type con-
struction or other types as approved by the Land-
owner. Allfences and gates shall remain intact
and closed to prevent the loss of ranch stock.
The 30 -foot wide permanent easement shall be used
for the Contractor's ingress and egress to the
tracts. All materials including pipe, appurte-
nances, bedding, concrete and other items shall be
brought in along the 30 -foot wide permanent ease-
ment unless other arrangements are made between the
Landowner and the Contractor.
A shaker bucket with 5" or smaller openings shall
be used to backfill trench above select bedding,
unless Owner's inspector deems such method unneces-
sary when backfill material is void of rocks larger
than 5" in its greatest dimension.
5 -4
For work within the highway right -of -way, the Con-
tractor shall contact Luther Toungate, Maintenance
Foreman, Phone 512 -863 -2842 in Georgetown, Texas,
and follow his requirements. No trees in the high-
way right -of -way shall be damaged or trimmed unless
express consent is granted by the Maintenance Fore-
man. The Maintenance Foreman shall designate areas
for use by the Contractor for temporary storage of
equipment and materials during construction. Such
storage area shall be cleaned up and hydro - mulched
with an all- season mixture on any areas that the
ground cover has been diminished. Within the high-
way right -of -way, any disturbed surface areas af-
fected by the pipeline operation along and includ-
ing the trench may be hydro - mulched with an all -
season mixture, as determined by the Engineer. All
hydro - mulching shall be watered as necessary during
dry weather periods as determined by the Engineer
until the seed has matured adequately to prevent
erosion.
02 -04 BLASTING FOR TRENCH EXCAVATION
The City of Austin Blasting Ordinance shall be en-
forced on this project. Copies of the ordinance
are available at no cost from the City of Austin
Engineering Department, Permits Section, 301 W. 2nd
Street, Austin, Texas.
There is a "NO BLASTING ZONE" shown on the Plans in
crossing over the "Inner Space Cavern" in Contract
No. 2 - Alternate "A" Route. Outside of the "NO
BLASTING ZONE" in Contract No. 2 - Alternate "A"
Route and within 1,000 feet of the "Inner Space
Cavern" entrance in all directions, limitations
shall be enforced for both Contract No. 2 - Main
Route and Contract No. 2 - Alternate "A" Route.
The limitations are:
1) Seizmographic monitoring by an independent
testing firm approved by the Engineer shall be
required at the Contractor's expense at the
cave entrance and at the blasting location.
2) No blasting shall be done while the "Inner
Space Cavern" is open for tours.
3) Notice of blasting schedule shall be given to
the operators of "Inner Space Cavern" 24 hours
prior to blasting & to the local speliological
society.
4) Staggering (relaying) the blast sequence is
required.
S -5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
If caverns are located during trench construction,
the trench bottom shall be bridged with concrete in
accordance with the Engineer's instructions and
paid for at the unit contract price bid.
02 -05 CITY OF AUSTIN STANDARD SPECIFICATIONS
The City of Austin Standard Construction Specifica-
tions for the Water & Wastewater Department are
incorporated into this project by reference and
they shall be applied to this project except as
modified in TS:1 Technical Specifications attached
herein and as modified on the Plans. TS:1
Technical Specifications hold priority of
interpretation over the City of Austin Standard
Specifications.
02 -06 STANDARD DETAILS
The Standard Details as attached herein shall be-
come a formal part of the Technical Specifications
do this project and shall have the same priority of
interpretation as TS:1 Technical Specifications.
02 -07 POLY WRAP ON DUCTILE IRON PIPE
The Cast Iron Pipe Research Institute is in the
process of analyzing the soil conditions along the
pipeline routes. The Engineer shall instruct the
Contractor where to use poly wrap on the ductile
iron pipe if it is required. Ductile iron pipe is
an alternate bid item to concrete steel cylinder
pipe on this project.
02 -08 DEDUCTS FOR TWO WATER LINE CONTRACTS
Bids on two of the four Water Line Contracts shall
be received at 10:00 a.m. on the bid date and bids
on the remaining two Water Line Contracts shall be
received at 2:00 p.m. on the same date. The Con-
tractor may or may not add a deduct amount for the
award of two contracts to him as shown in the Bid
Proposal at his option. The Owner shall reserve
the right to accept or reject such Deduct Items.
02 -09 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing
his own utility services during construction. No
additional payment will be made for this item.
S -6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
02 -10 GUARANTEES
Guarantee work, including equipment installed, to
be free from defects due to faulty workmanship or
materials for period of one year from date of issue
of Certificate of Acceptance. Upon notice from
Owner, repair defects in all construction which
develop during specified period at no cost to
Owner. Neither final acceptance nor final payment
nor any provision in Contract Documents relieves
Contractor of above guarantee. Notice of observed
defects will be given with reasonable promptness.
Failure to repair or replace defect upon notice
entitles Owner to repair or replace same and re-
cover reasonable cost thereof from Contractor.
02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on
Plans, present obstructions to grade and alignment
of pipe, immediately notify Engineer, who without
delay, will determine whenever existing improve-
ments are to be relocated, or grade and alignment
of pipe changed. Where necessary to move services,
poles, guy wires, pipelines, or other obstructions,
make arrangements with Owners of utilities. Owner
will not be liable for damages on account of delays
due to changes made by Owners of privately owned
utilities which hinder progress of work.
02 -12 MINIMUM WAGE SACLE
Wage rates paid for highway -heavy construction and
paving and utilities incidental to general building
construction in Zone 8 which includes Williamson
County, Texas, in accordance with the latest revi-
sions thereto.
02 -13 LIMITS OF FINANCIAL RESOURCES
The City of Round Rock has a limited amount of
financial resources committed to this project;
therefore, it shall be understood by all bidders
that the Owner may be required to change and /or
delete any items which he may feel is necessary to
accomplish all or part of the scope of work within
its limits of financial resources.
S -7
Contractor shall be entitled to no claim for damag-
es for anticipated profits on any portion of work
that may be omitted. At any time during the dura-
tion of this contract, the Owner reserves the right
to omit any work from this contract. Unit prices
for all items previously approved in this contract
shall be used to delete or add work per change
order.
02 -14 CONSTRUCTION INSPECTION
The Owner shall provide an inspector to review the
quality of materials and workmanship.
02 -15 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to
complete all work included in this contract, so
authorized by the Owner, as shown on the drawings
or described in the contract documents and techni-
cal specifications. All items of construction not
specifically paid for in the bid schedule shall be
included in the unit price bids. Any questions
arising as to the limits of work shall be left up
to the interpretation of the Engineer.
02 -16 EXCERPTS FROM TEXAS WATER CODE
The following excerpts from the Texas Water Code
are hereby made a part of this contract. In the
event there are any conflicts between these re-
quirements and requirements of these Specifica-
tions, these excerpts will govern.
Construction Contract Requirements:
The governing body of each political subdivision
receiving financial assistance from the board shall
require in all contracts for the construction of a
project:
(1) that payment be made in partial payments as
the work progesses;
(2) that each partial payment shall not exceed 90
percent of the amount due at the time of the
payment as shown by the Engineer of the pro-
ject; and
S -8
(3) that payment of the 10 percent remaining due
upon completion of the contract shall be made
only after:
(A) approval by the Engineer for the politi-
cal subdivision as required under the
bond proceedings; and
(B) certification by the board that the work
to be done under the contract has been
completed and performed in a satisfac-
tory manner and in accordance with sound
engieering principles and practices.
Filing Construction Contract:
The political subdivision shall file with the
department a certified copy of each construction
contract it enters into for the construction of all
or part of a project. Each contract shall contain
or have attached to it the specifications, plans
and details of all work included in the contract.
Inspection of Projects:
(a) The department may inspect the construction of
a project at any time to assure that:
(1) the Contractor is substantially complying
with the engineering plans of the project
as submitted when approval of the feasi-
bility of the project was sought; and
(2) the Contractor is constructing the pro-
ject in accordance with sound engineering
principles.
(b) Inspection of a project by the department does
not subject the state to any civil liability.
Alteration of Plans:
After board approval of engineering plans, a poli-
tical subdivision may not make any substantial or
material alteration in the plans unless the board
authorizes the alteration.
Certificate of Approval:
The board may consider the following as grounds for
refusal to give a certificate of approval for any
S -9
construction contract:
(1) failure to construct the project according to
the plans as the board approved them or alter-
ed with the board's approval;
(2) failure to construct the works in accordance
with sound engineering principles; or
(3) failure to comply with any term of the con-
tract.
SECTION 03 - INSURANCE
03 -01 Insurance policies must be obtained by the Contrac-
tor or separate endorsement obtained to his exist-
ing insurance policies on projects that involve
special hazards, such as blasting, excavation on
public properties, etc.
The principal types of insurance which will be
necessary are:
Blasting Insurance in accordance with the City of
Austin Blasting Ordinance is required on this pro-
ject. $1,000,000 coverage is required on Water
Line Contract No. 2. All other Water Line Con-
tracts shall have $300,000 coverage.
Public Liability and Property Damage to protect the
Contractor, any of his sub - contractors and the
Owner against claims arising from personal injury,
including accidental death, as well as claims for
property damage.
The amount for liability is $100,000/$300,000. The
amount of property damage will depend upon the mag-
nitude and nature of the project.
Automobile and Truck Public Liability and Property
Damage to protect the same individuals as indicated
under Public Liability and Property Damage above,
and in the same amounts for liability.
Worker's Compensation and Employer's Liability
Builder's Risk Insurance is necessary to cover loss
of or damage to the building materials while the
project is under construction.
S -10
The Contractor shall supply to the Owner a Certi-
ficate of Insurance, on a form furnished by the
insurance companies or a form similar to the
attached samples, prior to the start of work.
S -11
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
The current City of Austin Standard Construction Specifica-
tions of Water and Wastewater Department and Engineering
Department are incorporated into this project by reference
and they shall be applied to this project except as modified
in these Specifications and on the Plans. Wherever the term
"City of Austin" is used in the Austin Specifications, it
shall be construed to mean City of Round Rock.
WATER
1. Raw water mains shall be Concrete Steel Cylinder
(C -301) Class 150, Concrete Steel Cylinder (C -303) Class
150, or Ductile Iron Class 50, or other classes, as
shown on the Drawings and described in the Bid Propo-
sal.
2. Potable water mains shall be Asbestos Cement Class 200,
Ductile Iron Class 50, or Concrete Steel Cylinder
(C -301) Class 150, as shown on the Drawings and describ-
ed in the Bid Proposal.
3. Gate valves shall be A.W.W.A. iron -body with ends as
appropriate to installation on piping.
4. Butterfly valves for raw water lines shall be A.W.W.A.
C -504, latest revision, with mechanical joint and shall
be Dresser style 1450 or approved equal.
5. Service material shall be type "K" copper tubing or 160
psi polyethylene tubing conforming to ASTM D2737, SDR 9
with brass fittings.
6. Fire hydrants shall be 3 -way, 5 -1/4" Mueller, improved
AWWA type or approved equal, with pump nozzle for 4 -1/2"
fire hose. A 6" gate valve and valve box shall be pro-
vided on each fire hydrant lead. Threads shall be com-
patible with City of Round Rock fire - fighting equip-
ment.
7. All utility trenches underneath street paving shall be
compacted with a vibrating tamper in 6" lifts. Density
of backfill trenches under pavement shall be compacted
to 95% in accordance with test method TEX 113 -E and
shall be tested by an independent laboratory. Such
testing will be paid for by the Owner, and an authorized
representative of the City of Round Rock shall be pre-
sent when such tests are made.
TS:1
8. Detectable Mylar marking tape will be installed over all
non - metallic water lines. Care will be taken to ensure
that the buried marking tape is Mylar encased aluminum
foil.
9. All testing of pipe shall be done under the supervision
of the City, and the Contractor shall furnish all equip-
ment and material for the testing and shall perform such
tests as described as follows:
A. Duration
The duration of the hydrostatic test shall be a min-
imum of four (4) hours.
B. Pressure
The pipeline shall be tested so that the pressure at
the lowest point in the test section is at least
100%, but not greater than 120% of the pipe pressure
class of the pipe, and the minimum pressure at the
highest point in the test section is not less than
85% of the pipe pressure class of the pipe.
Ductile iron shall be tested as Class 150 pipe.
C. Allowable Leakage
The maximum allowable leakage for push -on joints is
the number of gallons per hour as determined by the
following formula:
where:
L = ND IT
3
L = Allowable leakage in gallons /per hour
N = Number of joints in the length of pipe tested
D = Nominal diameter of the pipe in inches
P = Average of the maximum and minimum pressures
within the test section in psi.
D. Filling Rates
Maximum filling rates in gallons per minute equiva-
lent to filling velocities of 1 foot per second, for
pipes flowing full.
TS:2
Nominal Size Flow Rate Q (gpm)
4 9.8
6 14.7
8 19.6
10 24.5
12 29.4
14 34.3
16 39.2
18 44.1
20 49.0
24 58.8
27 66.1
30 73.4
33 80.8
36 88.1
42 102.8
48 117.5
10. The City of Round Rock will provide water for raw water
pipe (Contracts No. 1, 2 and 3) testing from a fire
hydrant to be installed by the Booster Pump Station Con-
tractor at the Water Treatment Plant site. The Water
Line Contractor shall provide all equipment and mater-
ials to make the connections. Water shall be introduced
into the raw water line at the plant and flow consecu-
tively through the raw water lines installed on raw
water line Contracts No. 1, 2 and 3 toward the Raw Water
Intake System at Lake Georgetown. Each Contractor shall
anticipate possible delays in awaiting the completion of
all of the raw water pipeline contracts and the booster
pump station contract being installed for the fire
hydrant and for a continuous pipeline through which to
deliver the test water.
The City of Round Rock will provide water for potable
water testing (Contract No. 4) from an existing fire
hydrant located adjacent to the proposed pipelines. The
Water Line Contractor shall provide all equipment and
materials to make the connections.
11. Sterilization of raw water line will be done by others.
Sterilization of potable water mains shall be done under
the supervision of the City, and the Contractor shall
perform such sterilization and furnish all material and
equipment for same. The City will be responsible for
bacteriological tests. If such bacteriological tests
fail, the Contractor shall be responsible for re- steri-
lization of the mains. Final payment shall not be re-
leased until bateriological tests, as performed by Texas
Department of Health Resources, pass.
12. All pipe shall be installed in strict accordance with
the pipe manufacturer's recommendations. "Stabbing" in
the jointing procedure will not be allowed.
TS:3
13. At locations in corrosive soil as determined by the
Engineer, wrap ductile iron water pipe with 8 -mil mini-
mum polyethylene film. All edges and laps shall be
securely taped to provide a continuous wrap.
14. Reference is made to the City of Austin Standard Con-
struction Specifications of Water & Wastewater Depart-
ment, "Section VIA -4.2 Granular Pipe Bedding Envelope ".
Paragraph "d" of that section which allows material of
certain gradations from trench excavation to be utilized
for the granular pipe bedding envelope. Paragraph "d"
of that section shall be omitted from these specifica-
tions. All water pipe will have 6" below and 12" of
specified bedding above the greatest outside diameter of
the pipe.
15 The "Measurement and Payment" procedures shall be as
included in these Specifications.
16. The "Standard Details" shall be followed as included in
these Technical Specifications and as shown on the Draw-
ings.
The "Standard Details" shall hold priority of interpre-
tation over the Standard Details in the referenced City
of Austin Standard Construction Specifications.
TS:4
VIA -9. WATER
VIA -9.1 PIPE
BASIS OF MEASUREMENT AND PAYMENT - WATER
Unless stated otherwise in the contract documents,
it is understood that all payments made are for finished work
and include all labor, tools, materials, constructing and
completing the item on which payment is made.
When called for in the proposal, pipe shall be paid
for at the unit contract price bid per linear foot, for the
size and type of pipe specified, complete in place. The bid
price per linear foot shall include all mylar marking tape
for asbestos cement and other non - metallic pipelines, pipe-
line "caution" markers on metal posts or secured to fences,
testing, clearing, excavation, laying of pipe, backfilling
and clean up. Measurement for length shall be the horizontal
distance along the centerline of the pipe as surveyed by the
Engineer. Actual laying length (A.L.L.) shown on the Plans
is not a measurement for payment. Payment shall also repre-
sent compensation for replacement of curb, drainage struc-
tures, non - asphalt driveways and any other improvements
damaged during construction unless specifically itemized in
the Bid Proposal as a separate pay item. Concrete blocking
for supporting and reinforcing bends, and thrust blocks shall
be included in the cost for pipe.
No separate payment shall be made for welded
joints, or harnessed joints required for thrust restraint
which are scheduled or indicated on the drawings.
VIA -9.2 FITTINGS
Cast iron and ductile iron fittings for potable
water pipe (Water Line Improvements - Contract No. 4, 12"
pipe & smaller) furnished in accordance with these Specifica-
tions shall be paid for according to ANSI A21.10 (AWWA C110)
scheduled weights for fittings furnished. Class as applic-
able with class rating of water pipe. Short body fittings
are approved for use on this project.
Concrete steel cylinder and ductile iron pipe fit-
tings for raw water pipe (Water Line Improvements - Contract
Nos. 1, 2 & 3) and 14" & larger potable water pipe (Contract
No. 4) and special outlets such as for manways, flush valves,
air release valves and other outlets shall not be paid for
separately. The Contractor shall include these in his bid
for the laying of pipe.
MP:1
VIA -9.3 VALVES
Valves shall be paid for at the unit price bid,
including valve stem casing and cover, excavation, setting
and adjusting to proper grade, anchoring in place, and valve
markers.
VIA -9.4 AUTOMATIC COMBINATION AIR RELEASE &
VACUUM VALVE ASSEMBLIES
Installation of automatic combination air release
and vacuum valve assemblies shall be paid for at the unit
price bid per air valve installation and shall include valve
or corporation cock, pipe, fittings, box and cover, gate
valve if shown in detail, and air release valve marker, com-
plete in place.
VIA -9.5 FIRE HYDRANTS
Fire hydrants for potable water service shall be
paid for at the unit price bid per each and shall include
pipe, main line tee, fittings, and 6" gate valve, between the
main and the fire hydrant.
In cases where the bury of the fire hydrant is
greater than four (4') feet, a barrel extension shall be fur-
nished and installed by the Contractor at no extra cost to
Owner, including rod extensions, bolts and all other required
accessories. Include cost of extensions in unit price bid
for fire hydrant.
VIA -9.6 WET CONNECTIONS
When called for in the Proposal, wet connections
shall be paid for at the unit price bid per each, complete in
place, according to the size of the main that is in service
and shall be full compensation for the work except that cast
iron fittings and valves shall be paid for as separate items,
unless otherwise specified in the Bid Proposal.
VIA -9.7 BORING, JACKING AND TUNNELING
When called for in the proposal, boring, jacking
and tunneling shall be paid for at the unit contract price
bid per linear foot, including all excavation, all necessary
grouting, backfilling, cleanup, jacks, skids, other specified
items, and the specified pipe casing not including carrier
(water) pipe, complete in place.
MP:2
VIA -9.8 CONCRETE ENCASEMENT
When called for in the proposal, concrete encase-
ment shall be paid for at the unit contract price bid per
linear foot for the size of pipe specified, complete in
place.
VIA -9.9 OPEN CUT ROADWAY OR DRIVEWAY
Open cut roadway or driveway shall be paid for at
the unit price bid per linear foot, including all excavation,
compacted flexible base backfilling, pavement replacement,
clean -up, and the specified pipe casing (if required), not
including carrier (water) pipe, complete in place.
VIA -9.10 FLUSH VALVES
Flush valves shall be paid for at the unit price
bid per each and shall include all pipe, fittings, valves,
and flush valve marker, between the main line fitting and the
flush valve.
VIA -9.11 LOW WATER CROSSINGS
Low water crossings shall be paid for at the unit
price bid per lump sum, including all culvert pipe, fill,
compaction and reinforced concrete rip -rap, complete in
place.
VIA -9.12 CONCRETE RETARDS
Concrete retards shall be paid for at the unit con-
tract price bid per each for the size of pipe specified, com-
plete in place.
VIA -9.13 CONCRETE CAP
When called for in the proposal, concrete cap shall
be paid for at the unit contract price bid per linear foot
for the size of pipe specified, complete in place..
VIA -9.14 GATES
When called for in the proposal, gates shall be
paid for at the unit contract price bid per each for the
width of gate specified, complete in place, including all
gate and fence posts, fence repair, latches and all other
required accessories.
MP:3
VIA -9.15 ASPHALT DRIVEWAY REPLACEMENT
When specifically called for in the proposal at a
particular location, asphalt driveway replacement shall be
paid for at the unit contract price bid per square yard, com-
plete in place including H.M.A.C. pavement and compacted
flexible base material.
VIA -9.16 PIPE ACCESS PORTS
Pipe access ports on concrete steel cylinder pipe
shall be paid for at the unit price bid per each for each
pipe access port installation, and shall include R.C.P. vault
and cover, select crushed stone, two coats of Bitumastic -50,
and pipe access port markers complete in place.
VIA -9.17 POLY WRAP ON DUCTILE IRON PIPE
When called for in the Bid Proposal, 8 -mil minimum
polyethylene film on ductile iron pipe shall be paid for at
the unit price bid per linear foot complete in place.
VIA -9.18 OTHER PAYMENT ITEMS
When called for in the proposal, other items shall
be paid for at the unit contract price bid as indicated for
the item specified, complete in place.
MP:4
STANDARD DETAILS
1. PIPE BEDDING DETAIL
2. CONCRETE ENCASEMENT
3. HORIZONTAL BLOCKING DETAIL
4. BLOCKING DETAIL FOR VERTICAL BENDS
5. HIGHWAY BORE AND ENCASEMENT
6. RAILROAD BORE AND ENCASEMENT
7. STANDARD FIRE HYDRANT ASSEMBLY
8. FLUSH VALVE ASSEMBLY (C.S.C. PIPE)
9. AUTOMATIC AIR & VACUUM RELEASE VALVE &
COMBINATION AIR RELEASE VALVE (POTABLE
WATER)
10. AUTOMATIC AIR & VACUUM RELEASE VALVE
(RAW WATER)
11. MARKER DETAILS
12. TYPICAL GATE VALVE INSTALLATION
13. TYPICAL BUTTERFLY VALVE INSTALLATION
14. GATE INSTALLATION
15. CONCRETE RETARD
16. HOLD -DOWN JACK
17. PIPE ACCESS PORT
18. FLUSH VALVE ASSEMBLY (D.I. PIPE)
19. CONCRETE CAP
20. OPEN CUT DRIVEWAY CROSSING
21. TREE PRESERVATION & EASEMENT GRADING
AFTER CONSTRUCTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TAMP OR WATER
JET BACKFILL
1 41r - 111R •
- //7/7
II ._IAA
I EIII'►
.. O o
I. BACKFILL MAY BE EXCAVATED MATERIgL
EXCEPT FOR ROCKS GREATER THAN 5 IN
DIAMETER & IF MATERIALS ARE ESSENTIALLY
FREE OF VOIDS AFTER COMPACTION.
2. BEDDING MATERIAL MAY BE PIT RUN SAND
PEA I OR BLASTEDOTRENCHES}
SHALL BE BEDDED IN EITHER PEA GRAVEL
OR RUSHED CRUSHED TTONE STONE. SAND, OF AUSTIN STD.
SPECIFICATIONS FOR WATER &WASTEWATER
CONSTRUCTION.
PIPE BEDDING DETAIL
4" MOUND OVER PIPE
TRENCH TO ALLOW FOR
FUTURE SETTLING
SLOPE PERMISSIBLE
PROVIDED TRENCH WALL
IS MAINTAINED VERTICAL
TO A POINT 12 "ABOVE PIPE
1 DETAIL NO. I •
1
1
1
1
1
1
1
1
1
COMPACTED
BACKFILL
2500 P.S.I. CONCRETE,
POURED AGAINST
UNDISTURBED EARTH
1
1 sl CONCRETE ENCASEMENT
4" MOUND OVER PIPE
TRENCH TO ALLOW FOR
FUTURE SETTLING
PIPE SUPPORTS -MIN. 3 PER JOINT
ACCEPTABLE MATERIALS: W000. CONC.
BLOCK, OR RE -BAR CRADLES. PIPE
SHALL BE SUFFICIENTLY ANCHORED
TO PREVENT FLOATATION DURING
CONCRETE PLACEMENT.
1 DETAIL NO.2 1
4 ",6 ",8"
2.5
0.3
5.0
0.4
2.0
0.2
1.5
0.1
1.0
0.1
10 ", 12"
3.5
0.6
6.5
2.5
3.5
0.5
2.0
0.3
1.5
0.1
16 ", 18"
5.5
1.6
9.0
4.0
4.5
1.2
3.0
0.6
2.0
0.3
20"
6.0
1.9
10.0
4.5
5.5
1.5
3.5
0.7
2.0
0.4
24"
7.0
3.1-
14.5
'..5
8.0
2.5
4.0
1.0
3.0
0.5
30"
7.5
4.1
15.0
5.0
8.5
3.2
5.0
1.5
3.0
0.6
42"
10.5
11.0
21.0
17.8
11.5
8.1
7.0
3.9
4.5
1.5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Note: For angles other than
those shown, use the
next larger angle for
dimension and C.Y. of
concrete.
A
CLASS "C"
CONCRETE
(2500 P.S.I.)
Pipe
1.0.
PLUG
Note: Dimensions and volume of concrete blocking shown
in Table below is based on dirt excavation. When
excavating in rock, Owner's inspector or Engineer
may, at his option, reduce the volume 3T concrete
required.
TEE
CIE MIN. 12 "- EXCAVATE AS NECESSARY
TO OBTAIN SPECIFIED C.Y. OF CONC.
AND PLACE AGAINST UNDISTURBED
EARTH.
CLASS"C "CONCRETE
(2500 PSI)
-- BEND
Tees & P1ucs 90 Bends 45" Bends 22 -1/2 ° Bends 11 -1/4 ° Bends
Dim. A. C.Y. Dim. B. C.Y. Dim. C. C.Y. Dim. 0. C.Y. Dim. E. C.Y.
HORIZONTAL BLOCKING DETAIL
DETAIL NO.3
I
I4,68"
3.0
.5
4.0
1.0
6.0
1.3
6.0
1.8
9.0
2.3
9.0
2.5
1 il0", 12"
4.0
1.1
5.5
2.2
6.5
2.8
9.0
4.0
12.5
5.2
14.5
5.7
i16", 18"
5.0
2.5
7.5
4.9
8.5
6.4
12.0
9.0
15.0
11.8
19.0
12.7
120"
6.0
3.1
8.5
6.0
9.5
7.9
13.0
11.1
18.0
14.5
20.5
15.7
124"
6.5
4.4
9.5
8.7
10.5
11.3
14.5
16.0
19.5
20.9
22.0
22.6
i
130"
6.5
5.2
10.5
10.1
11.0
13.3
16.0
18.8
21.0
24.5
24.0
26.5
02"
8.5
10.1
12.0
19.9
14.0
26.0
19.0
36.7
26.0
48.0
30.0
52.0
1
1
1
1
1
1
1
1
1
1
1
1
1
Pipe
1.0.
*5 U-BAR
DEPTH VARIABLE
TO OBTAIN SPECIFIED
C.Y. OF CONCRETE.
TRENCH
BOTTOM
MIN. 1 cq, YD.
CLASS C CONC.
( 2500 P.S.I. )
I. CONCRETE BLOCKING SHALL
BE REQUIRED FOR ALL VERTICAL
BENDS OF 6° AND GREATER.
2. BLOCKING SHALL BE PLACED
ACROSS FULL WIDTH OF TRENCH.
3. BLOCKING SHALL BE SUBSIDIARY
TO PRICE BID PER FOOT OF PIPE.
CLASS"C"CONC.
(2500 PSI)
NOTES
11-1/4'Bend 22-1/2'Bend 30 Bend 45' Bend 67-1/2'Bend 90' Bend
Dim.A. C.Y. Dim.A. C.Y. Dim.A. C.Y. Dim.A. C.Y. Dim.A. C.Y. Dirn.A. C.
1 DETAIL NO.4
BLOCKING DETAIL FOR VERTICAL BENDS
s
V
VARIES
CARRIER PIPE
VARIES ( SEE PLAN a PROFILE )
W
m
0
MORTAR BEARING BANDS/ ,. 10 GA. C.G.M.P.,SMOOTH
FURNISHED ON PIPE, TWO FLEX- PROTEX" STEEL LINER OR GASKET
PER PIPE MIN. JOINT FILLER BY JOINT CL. IV R.C.P., AS SPECIFIED
MAR -MAC MFG. CO.
SHALL BE INSTALLED ON ALL CARRIER PIPE JOINTS
INSIDE THE CASING PIPE IN ACCORDANCE W/ THE MFGR.S
RECOMMENDATIONS. MORTAR THE INTERIOR JOINT OF THE
CARRIER PIPE AFTER COUPLING THE JOINT 8 CHECKING THE
GASKET W/A FEELER GAGE.
PRESSURE GROUT BETWEEN IQ GA. .G C.M.P. SMOOTH STEEL
CASING 8 SURROUNDING LINER OR GASKET JOINT CL. IV
EARTH �� R.C.P., AS SPECIFIED
HOLD -DOWN JACK (SEE DET'L. NQ I6)
CARRIER PIPE -- MORTAR BEARING BANOS
END VIEW
NOTE: I. ONE HOLD -DOWN JACK REQUIRED PER LENGTH OF PIPE .
2. THE BOTTOM BEARING SURFACE OF C.G.M.P. CASING PIPE SHALL BE PAVED W /CONC.
OR STL. SKIDS SHALL BE WELDED TO THE BOTTOM TO PROVIDE A SMOOTH
SURFACE UPON WHICH THE CARRIER PIPE WILL REST. •
HIGHWAY BORE a ENCASEMENT
DETAIL NO. 5
VARIES
BLOCK UP BOTH
ENDS OF CASING
PIPE W/ BRICK OR
TIMBER. INSTALL SO
CASING PIPE WILL DRAIN .
s
F-
F-
E
cj
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
tl
VARIES
VARIES ( SEE PLAN a PROFILE )
VARIES
G
Q
0
Cc
J
a
Cc
CARRIER PIPE
cc
F
END VIEW
BLOCK UP BOTH
ENDS OF CASING
PIPE W/ BRICK OR
TIMBER. INSTALL SO
CASING PIPE WILL DRAIN .
MORTAR BEARING BANDS 10 GA. C.G.M.P.,SMOOTH
FURNISHED ON PIPE, TWO "FLEX- PROTEX° STEEL LINER OR GASKET
PER PIPE MIN. JOINT FILLER BY JOINT CL. IV R.C.P., AS SPECIFIED
MAR -MAC MFG. CO.
SHALL BE INSTALLED ON ALL CARRIER PIPE JOINTS
INSIDE THE CASING PIPE IN ACCORDANCE W/ THE MFGR.S
RECOMMENDATIONS. MORTAR THE INTERIOR JOINT OF THE
CARRIER PIPE AFTER COUPLING THE JOINT a CHECKING THE
GASKET W/A FEELER GAGE.
PRESSURE GROUT BETWEEN 10 GA. C.G.M.P. SMOOTH STEEL
CASING a SURROUNDING LINER OR GASKET JOINT CL. IV
EARTH R.C.P., AS SPECIFIED
HOLD -DOWN JACK (SEE DET'L. NQ 16)
CARRIER PIPE MORTAR BEARING BANDS
NOTE: 1. ONE HOLD -DOWN JACK REQUIRED PER LENGTH OF PIPE
2. THE BOTTOM BEARING SURFACE OF C.G.M.P. CASING PIPE SHALL BE PAVED W /CONC.
OR STL. SKIDS SHALL BE WELDED TO THE BOTTOM TO PROVIDE A SMOOTH
SURFACE UPON WHICH THE CARRIER PIPE WILL REST.
RAILROAD BORE a ENCASEMENT
1 DETAIL NO.6
GRADE
6" CAST IRON
VARIES
STANDARD DETAIL 7
•
1=0" MIN. 2=0"
THRUST BLOCK SET ON
UNDISTURBED SOIL.
Z.- 2i" HOSE CONNECTION ON
EITHER SIDE OF FLUSH VALVE.
PUMPER CONNECTION
6MECH. JOINT INLET.
iiIi
ELEVATION
VALVE pox
5 5 7arraP v----------
,...,-562-S ADJ. VALVE BOX
W/ LOCK LID MARKED "WATER-
ROUND ROCK", FURN. ONE WRENCH
6 GATE VALVE
M.J.
TEE
WATER MAIN
THRUST BLOCK SET ON
UNDISTURBED SOIL.
NOTE: THIS DETAIL APPLIES TO "POTABLE" WATER LINES ONLY.
24" OR 30"
PIPE
6" TANGENTIAL
OUTLET (FLG.)
6 "GATE VALVE (FLG.)
NOTES
I. INCLUDE ALL VALVES, FITTINGS MARKERS
BID FOR FLUSH' VALVE ASSEMBL
2. SEE DETAIL NO.11 FOR FLUSH VALVE
MARKER DETAIL.
30" C.S.C.
fi"THICK CONC.
(SQUARE)
�Illu° Ill---�I
71111W-1
562 -S ADJUSTABLE
VALVE BOX
W /LOCK UD,MARKED
"WATER - ROUND ROCK"
FURNISH ONE WRENCH
ADJUSTABLE
VALVE BOX
DETAIL NO. 8
6" D.1. SPOOL
(FLG.)
BEGIN MEA9)JREMENT
8 PAYMENT FLUSH
VALVE ASSEMBLY'
6" C.I. 90°BEND, FLG.
FLUSH VALVE ASSEMBLY (C.S.C. PIPE)
6" 0.1. PIPE
(FLG.)
BLOCKING THRUST
(1 C.Y. MINIMUM)
6 "C.1.90 ° BEND, FLG.
2- 8" LONG BOLTS
BLIND FLANGE
18" MIN.
36 "SQ. x 12"
THICK
2500 P.S.I.CONC.
6" D.1. PIPE (FLG.)
SIZE
APCO MODEL
SIZE
APCO MODEL
1
143C
6"
150C
2
145C
8
151C
34
147C
10
155/200A
4"
149 C
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PATCH W/
GROUT
I 6 THICK
CONC.
(2500 PSJ:) l
'q
QUANTITIES LIST(APPROX.)
I. THREADED OUTLET.
2. HANDWHEEL GATE VALVE.
3. AUTOMATIC AIR a VACUUM RELEASE
VALVE OR COMBINATION AIR
RELEASE VALVE.
4. GALV.PIPE. LENGTH AS REQ'D.
5. G.I. ELBOW (MIN.4 REQ D )
6. STAINLESS STEEL CLAMP (4 REQ
SIZE AS REQ'D )
7 STAINLESS STEEL NO. 16 MESH SCREEN
COVERING.
8. 4" 0 PINTA -POST 5' LONG W/ A.A.V.R.V
MARKER MOUNTED AT TOP.
9. 36" R.C.P. LENGTH AS REQ'D.
10. 3/8" x 38" STL. PLATE.
II. WATER MAIN
12. LAYER OF CRUSHED LIMESTONE PIPE
BEDDING MATERIAL.
13. FLEXIBLE COUPLING.
NOTES: o.''•`
I. SIZES OF GATE VALVES FITTINGS a PIPING SHALL BE
SAME SIZE AS OPENINGS IN AIR RELEASE VALVE.
2. THIS ASSEMBLY IS INSTALLED ON POTABLE WATER LINES.
•;o
1)
LENGTH
VARIES -
SEE
PLANS
AUTOMATIC AIR a VACUUM RELEASE VALVE
a COMBINATION AIR RELEASE VALVE ( POTABLE WATER )
DETAIL NO. 9
In
142
6
153
2
144
8'
154
3ss
146
10"
155
4
152
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
4.
G.I. PIPE
STAIN LESS STL.
(N0.16) SCREEN
12"
MIN.
12"LAYER 0
PIPE BEDDIN
OVER PIPE.
NOTES:
A,A.R.V.
FLANGED OUTLET
OR BOSS FOR D.I.
PIPE.
G.I. PIPE SAME SIZE AS OUTLET
• STD. M.H. RING & COVER
WATER PIPE
DETAIL NO. 10
AIR RELEASE
VALVE MARKER
ALIGN
�I 12"
MIN.
CONC. LID
GATE VALVE
G.I. ELBOW
1 I @I0IIP 11 11 - 111 IC=1
111' 1011 , I ll l iI •-
SELECT BEDDING
48 RC.P. (LENGTH AS
READ)
6 LAYER OF CRUSHED LIMESTONE
PIPE BEDDING
MATERIAL
I. THIS ASSEMBLY IS INSTALLED ON RAW WATER PIPELINES.
2. SIZES OF ALL PIPING VALVES 9 FITTINGS FROM OUTLET ON MAIN TO SCREENED OUTLET
ON VALVE SHALL BE SAME DIAMETER AS AIR RELEASE VALVE SIZE NOTED ON PLANS
AUTOMATIC AIR 81 VACUUM RELEASE VALVE (RAW WATER)
1
1
1
1
NOTES
p 3. WATER LINE MARKERS MAYBE
CRIMPED TO EXISTING FENCE WIRE
OR ATTACHED TO A I'x I x
GALV. ANGLE POST.
4. SIGNS SHALL BE 20 GA. STEEL W/
BAKED ENAMEL FINISH.
VHITE
NOTE: USE"Q"
INSTEAD OF A
FOR PIPE ACCESS
PORT.
I. PLACE VALVE, AIR VALVE & ACCESS
PORT MARKERS AT LOCATION OF
EACH ITEM.
a PLACE WATER LINE MARKERS AT
EVERY FNCE a ROAD CROSSING
8 AT 500 INTERVALS ALONG THE
PIPELINE.
CAUTION :
UNDERGROUND
WATER MAIN
PHONE: CITY OF
ROUND ROCK
, 512 -255 -3612
FOR INFORMATION
VALVE MARKER AIR RELEASE
VALVE MARKER MARKER
MARKERS SHALL BE OBTAINED FROM: RURAL WATER SPECIALTY CO.
POST OFFICE BOX 927
TULSA, OKLAHOMA 74101
OR APPROVED EQUAL
MARKER DETAILS
DETAIL NO.II
WHITE LETTERS
ORANGE
8"
1/4 HOLES FOR
ATTACHING TO
10" POST OR TO FENCE
WATER LINE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
11
Note: All items shown included in
valve & box unit price, complete in
place.
m m
o e
Z R
O
Grade
VALVES IN YARDS OR
IN AREAS NOT
SUBJECT TO TRAFFIC
Gravel or
Graded Area
Grade
Valve Box & Cover
562 -S Adj. Valve Box with
Lock -Lid Marked "Water -
Round Rock"
Furnish 1 Wrench
Valve
Kx
O U
e U O
E = p
i.• u as
o ro :
m Ia
•.i a
.b
0 ; 0 CO
m
2' -0"
Water Line 1 1 • -i 1 —Water Line
VALVES WITIHIN ROADWAYS
OR OTIIER PAVED OR
SURFACED AREAS
TYPICAL GATE VALVE INSTALLATION
STANDARD DETAIL NO. 12
1
0
i
ni
1 1/2" Asphalt
Pavement
`Valve Box
& Cover
Per Spec's.
6" C.I. Pipe
Valve
It WATER MAIN
VALVE BOX & COVER
562 -S ADJUSTABLE
W /LOCK LID MARKED
"WATER -ROUND ROCK"
FURNISH ONE WRENCH
FOR WHOLE PROJECT.
C
0
0
DETAIL NO. 13
A.W.W. A. BUTTERFLY VALVE
( FLANGED OR J.)
2" OPERATING NUT
- SUPPORT GEARBOX
AGAINST UNDISTURBED
TRENCH BOTTOM W/
BRICKS OR CONCRETE
PAD.
NOTE: ALL ITEMS SHOWN INCLUDED IN VALVE & BOX UNIT PRICE,
COMPLETE IN PLACE , ACCORDING TO MFG. RECOMMENDATION.
TYPICAL BUTTERFLY VALVE INSTALLATION
NEW 6
CEDAR POST
, i
mIII
��
011 =
le' ` 2500 P.S.I.
CONCRETE(TYP.)
30
AS NOTED ON PLANS
MIN.
UTILIZE EXIST.
POST WHERE POSSIBLE
CHAIN &
PADLOCK
GATE INSTALLATION
DETAIL NO. 14
IIIVA INSTALL
BRACE PQST
�ASREQD
�II
14GA.GALV. STL.GATE
L_ I
NOTES
1. GATE SHALL BE INSTALLED
SUCH THAT IT CAN SWING
90° EITHER WAY FREELY.
2. FENCE WIRES WILL BE
STRETCHED 8 RE-ATTACHED
EQUAL TO OR BETTER
THAN ORIGINAL CONDITION.
3. GATE MANUFACTURER
SHALL SUBMIT SHOP
DRAWINGS TO ENGINEER
FOR APPROVAL.
1 I
1
1
1
1
1
1
1
1
1
1
1
1 '
is
1
I
1
1
TOP VIEW
NORMAL TRENCH
SEE DETAIL NO. I
END VIEW
CONCRETE RETARD
DETAIL NO. 15
#3 BARS (a 12"
O.C., EA. FACE
NATURAL
GROUND
12 MIN. - KEYED_
INTO TRENCH
WALLS
2500 P.S.1. CONC.
CONC. PLACED AGAINST
UNDISTURBED TRENCH
BOTTOM
f
HOLD- DOWN JACK
CARRIER PIPE IS TO
REST ON BOTTOM OF
ENCASEMENT PIPE
C- 21/2, DIA. STEEL WASHER
-- � 2"GALV. IRON PIPE
I 1/2' GALV. IRON PIPE PLUG
WELDED TO BASE PLATE
1/4 STEEL PLATE w/ 15 ° RADIUS
CONSTRUCTION DETAIL
END VIEW
HOLD -DOWN JACK
DETAIL NO. 16
2'x ° x4 "OAK BLOCK
I I /4 ° x 6 "STD. MACHINE BOLT
I /4 STD. NUT
ENCASEMENT PIPE
HOLD -DOWN JACK
CARRIER PIPE IS TO
REST ON BOTTOM OF
ENCASEMENT PIPE
I STD. NUT
21/2" DIA. STEEL WASHER
15r--- 2 "GALV. IRON PIPE
I 1/2 GALV. IRON PIPE PLUG
WELDED TO BASE PLATE
I/. STEEL PLATE w/ 15 "RADIUS
CONSTRUCTION DETAIL
END VIEW
DETAIL NO. 16
2"x4 ° x4 ° OAK BLOCK
T ....--- 1 "x 6 STD. MACHINE BOLT
ENCASEMENT PIPE
HOLD -DOWN JACK
D.I. PIPE
D.I. PIPE
6" FLG. BOSS
6'THICK CONC.
(SQUARE)
=pl��1ll�1
=11111
ADJUSTABLE `
VALVE BOX
6" Di. SPOOL
(FLG -)
6=90 °C.I.BEND(FLG.)
NOTES 6 "GATE VALVE (FLG.)
I. INCLUDE ALL VALVES, FITTINGS MARKERS,
BLOCKING PIPE, ETC. IN UNIT PF ICE
BID FOR FLUSH VALVE ASSEMBLY'.
2. SEE DETAIL N0.11 FOR FLUSH VALVE
MARKER DETAIL.
562 -S ADJUSTABLE
VALVE BOX
W /LOCK LID, MARKED
"WATER - ROUND ROCK"
6" D.I. SPOOL
(FLG.)
BEGIN MEA$IJREMENT
& PAYMENT FLUSH
VALVE ASSEMBLY'
/1
6'C.I.90 ° BEND, FLG.
6" D.I. PIPE
(FLG.)
CONC. THRUST
BLOCKING
(I C.Y. MINIMUM)
6"C.I.90 ° BEND, FLG.
2 -8 "LONG BOLTS
BLIND FLANGE
18" MIN.
\36 "SQ. x 12'' THICK
2500 P.S.I. CONC.
6 PIPE (FLG.)
FLUSH VALVE ASSEMBLY ( D. I. PIPE)
DETAIL NO. 18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TAMP OR WATER
JET BACKFILL
COMPACTE D
BACKFILL
(95% DENSITY
AS DETERMINED
BY TEX.113 -E )
(SEE DETAIL NO. 1)
minklimuo
II reff
P
IIIII
•
WIDTH OF TRENCH
2500 P.S.I. CONCRETE
POURED AGAINST
UNDISTURBED EARTH ,
;Oa
- 11111S1 4
III 17 110t
CONCRETE CAP
DETAIL NO. 19
l�l 11
Lu�ull�la
4 MOUND OVER PIPE
TRENCH TO ALLOW FOR
FUTURE SETTLING
VARIES -
SEE
PROFILE
ON PLANS
6 ° MIN.
ONE -HALF OF
GREATEST
OUTSIDE
DIAMETER OF
PIPE
BEDDING MAT'L
(SEE DETAIL NO. I )
'R
FLEA BASE COMPACTED
IN 6 LIFTS TO 100% MAX.
DENSITY PER TEX -I13•E
BEGIN BASE BACKFILL AT
SPRINGLINE OF ENCASEMENT
PIPE OR WATER PIPE.
ENCASEMENT PIPE
ON
)
SELECT BEDDING
LIMITS OF "ASPH. DRWY. REPLACEMENT "(SEE NOTE * I )
REPLACE PAVEMENT WITH 6" BASE
COMPACTED TO 100 "...MAX. DENSITY
PER TEX -113 -E 8 11/2 H.M.A.C., LIMITS
AS SHOWN ON PLANS.
LIMITS OF OPEN-CUT DRWY"
( SEE NOTE * I )
DETAIL NO. 20
�IIIItAI�
III= llh1
11111E
=mlir
OPEN "CUT DRIVEWAY CROSSING
6" MIN.
6 MIN.
HOLD-DOWN JACK -
(REQUIRED ONLY IF
ENCASEMENT PIPE
REQUIRED)
SEE DETAIL NO. 16
SEE PLANS FOR
FLOW LINE ELEV.
OF WATER PIPE.
6" MIN.
TOTES
1. Include cost of co ^meted flex. base trench backfill & 11/2" H.M.A.C.
pavement repair in unit hid for "OPEN-CUT DRIVEWAY" per linear foot.
2. Include cost of i 1/2" H.M :A.C., 6" compacted flex. base, & compacted
flex. base trench backfill in unit price bid for "ASPHALT DRIVEI•IAY
REPLACEMENT" per square yard.
3. Encasement.pine for water mains in open -cut driveway crossings shall
be paid for at the unit price bid for "OPEN -CUT DRIVEWAY CROSSING
INCLUDING ENCASEMENT PIPE" per linear foot.
W
Z
J
Q
z
0:
0
1-
s
W
a
0
CC
a
TEMPORARY CONST. ESMT.
CAUTION: NO OAK TREES SHALL BE
CUT DOWN NOR DAMAGED a NO OTHER
TYPES OF TREES WITH TRUNKbIA. OF
3 'OR GREATER SHALL BE CUT DOWN
NOR DAMAGED WITHIN TEMP. CONST
ESMT. (SEE PENALTY CLAUSE IN SPEC.
CONDITIONS.)
MOUND OVER TRENCH
(SEE DETAIL NO.I )
PERMANENT ESMT.
171/2'
7 I/2 j 7 1/2
0'
RAW WATER PIPE
FENCELINE
( TYP.)
NOTES: 1. Requests for clearing within the Temporary Construction
Easement will be made to the City of Round Rock Inspector
& he will then forword the request to the landowner for
special permission.
2. Existing cleared areas may be used for storage of materials
& other construction operations.
3. Where cutting through property not parallel to fence line,
the T.C.E. may straddle the centerline of the Permanent
Easement. In this case, the T.C.E. is 25' on either side
of the P.E. & above restrictions in T.C.E. apply.
4. Where possible, the contractor shall exercise reasonable
caution to preserve trees of 6" dia. at the base of trunk
& larger within the P.E. Tree trimming is recommended.
5. Contractor shall grade a 15' width of surface centered over
pipeline for a smooth driving lane. No rocks larger than 3" in
its greatest dimension shall be left within 30' P.E. without
express consent of the engineer.
TREE PRESERVATION
a EASEMENT GRADING AFTER CONSTRUCTION
DETAIL NO. 21
10". •
ENCASEMENT ....
............
O °10
....
...... ....
co
: . ...
...................
........... ...
CONTRACT N0.4
WATER LINE A
STA. 28 +00 TO STA. 40 + t 5
CITY OF ROUND ROCK, TEXAS
WATER LINE IMPROVEMENTS 1981
Haynie & Inc.
CONSULTING ENGINEERS
Round Rock, Texas
SCALE: I u = 100 H
O` V
DATE : FEB. 1981
CHECKED BY: D,+ . C. , S.D.K. PROJECT NO. 10 3 - 130
SHEET OF 22
STA.29t50-FIRE HYDRANT
t1-35 STA. 1 199+ ?8.50
20 L.F. & OPEN CUT a
STA.3I +lO.45 -22/2 ° BEND ASPHALT PVMT REPAIR
WATER LINE ES I IT.
LIMITS OF ISOLATION VALVE
VAULT ASSEMBLY- NOT THIS CONTRACT
STATIONING (DISCLUU I` - +26.61
�! [El �� It li ri ��
ALT. A 7 y & C- 2 -12 x 18 REDUCERS
AT ISO. VALVE SITE INCL. IN UNIT PRICE
STA. 33 +43 BID FOR 18" PIPE
90° BEND
P1. STA. 3T +86.53
STA. 32 +99.!1 I
E 90° BEND
LEON E. BE
HR NS PARAGON PROPERTIES
NORTHBOUND THRUWAY LANE
WEST FRONTAGE ROAD
R.O.W.
STA. 34+49.98 -22 BEND
SOUTHBOUND THRUWAY LANE
WET CONNECTION - CHISHOLM TRAIL
STA. 41 + ± - REMOVE EXIST. 12" PLUG a
CONNECT TO EXIST 12 "AC. PIPE
ALT. " "B' a"c"- 18, "REDUCER INCLUDED
�x.IST 12 "W
7.5
E '► IST. 12" PLUG
I- EXIST. I3 JT. A.C. PIPE
2-12" BATS VALVES
OO 00 3000 31 +QO 0 34 +OO 35 +00 36 +40 37 40 38 00 39+0 0 40 +COQ 4 +OC
18" WATER LINE
EXIST. 20' RUE!
sr�►� EXIST 12 MATER LINE(A.C.CL150)
LH. 35
WET CONNECTION - CHANDLER CK
±25 Li. 10 D.1. CL. 5O
1- 12"x10" TAPPING SLEEVE 8 VALVE
F BEN D PAID FOR AS A
C.I . FITTING
STA. +21 LINE A
l -I8 :: TEE
1 -18 UT. C.SC.OR DI.
I- 18" !DWG
G
I- 5 1/4 F.1""l . 84 VALVE
8 L.F. CONC. ENCASE-
MENT OF Ex1ST e W' LINE
- 24 1`x 18 "E REDUCER
1.18 x 10 TEE
-18 BUTTERFLY VALVE
:
1 , 4 "8 LARGER C. I FITTINGS ARE NOT A SEPARATE
PAY ITEM. INCLUDE COST IN UNIT PRICE BID FOR
WATER PI PE
DETAIL 'R'
SCALE: I _ 20
18 L.F. CONC. ENCASEMENT
OF EXIST. 15" W.W. L I N E
SOUTHBOUND THRUWAY LANE
WEST FRONTAGE ROAD
18 L.F. CONC.ENCASEMENT
OF EXIST 6 WAN. L'1 NE
PROP 24 C.S.C. WATER LINE
.X_
I- 121TEE
2 -12 GATE VALVE
I - I3' JT: I2 "A.C. W/ PLUG
1-12" 22 I /2° BEND
1- 12 "x 24" REDUCER
- 18TEE
2 -18 BUTTERFLY VALVES
1 -18 JT - I8 PIPE W /PLUG
1 -18" 22 './g° BEND
1 -18"x24' REDUCER
STA. 18+ 35- A.A.V. R.V. 2
25 L.F 10 0.1
NORTHBOUND THRUWAY LANE
STA. 4+ 86.67 - P
STA. 0 +00 it
WATER •
SEE DETAIL "A" THIS SI-IEET
EXIST 15 S'EW
28 B
M.H. �_ 8 SEWER TO
ROADSIDE PARK
ALT.` "C
CAUTION: NO BLASTING WITHIN 300
OF HIGHWAY BRIDGES
LEONARD DEADEAR
90 S.Y. DRIVEWAY
PVMT. REPLACEMENT
165 S.Y. DRIVEWAY
PVMT. REPLACEMENT
22+00
EON E. BEHRENS
ENCASE. 8" 15' $ EWER
LINES WITH :CONCRET . .
EITHER SIDE OF CCROSSIfN
NOTE
..I. • 8.1C..Is...FC1 . ?'. ` :..:......
PROFILE- GRADES ARE FOR .18. • •
C BSE :.EISD FOR
12" A.C. •1S AWARDED, CONTRACTOR
'W I :,, .. ROT E:. REQUIRED :T . LAY
PIPE- .TC.. GRADE. HOWEVER ; THE
FOLL0 1N : CON TRAI TS : WILL
BE MSI-
A. THERE :SHALL; : :A : MINIMUM : F
3G ' ' CODER OVER TOP OF PIPE ON
LESS r I .E.I .CON RET'E CAPP
B. TH ERE. SHALL BE A. M.I.N.t MUM . F
C .10 ' % t PWARD GRADE rT A
..... 0,10% • DOWNWARD r GRADE T
FLUSH: VALVE.
L :: G Ra U:ND
..............
CITY OF ROUND ROCK , TEXAS
WATER LINE IMPROVEMENTS 1981
CONSULTING ENGINEERS
Round Rock, Texas
SCALE : 1 00'H ,
DRAWN BY: F.S.S.
CHECKED BY: D.G.C. S.D.K. PROJECT NO 10
EASE - 35 L.F HIGHWAY BORE
ENCASE Wi 36"PIPE
30 L.F. CONC. CAP
NORTHBOUND THRUWAY LANE
STA. 95+55.00 — APPROXIMATE LOCATION
OF EXIST 18" C.S.C. WATER LINE. 18' x 16 E
TAPPING SLEEVE & VALVE INCLUDING TAP
a 18"x 'I 6" REDUCER.
STA. 90 +09.48
STA. 91+00 — FI RE HYDRANT
tt 1-35 STA. 10
NATURAL. :GQND
L. W?.. BORE
ENCASE OR. OPEN CUT
L.E. •C0Nc .CA
CONTRACT NO. 4
WATER LINE B
STA. 761-00 TO STA. 95 +55
I TY OF ROUND ROCK , TEXAS
WATER LINE IMPROVEMENTS 1981
Haynie & Kaliman Inc.
CONSULTING ENGINEERS
Round Rock, Texas
IOO , I iii iO'►
DRAWN BY: FS.S.
DATE • FEB. I98I
CHECKED BY: D.G.C. , S.D.K. PROJECT NO. I