Loading...
R-82-459 - 6/24/1982Ix Haynie & Kallman Inc. CONSULTING ENGINEERS CITY OF ROUND ROCK, TEXAS C.I.P. - 1982 WASTEWATER LINE IMPROVEMENTS SPECIFICATIONS, CONTRACT DOCUMENTS AND DRAWINGS Bids will be received at the City Hall of the City of Round Rock, 214 East Main Street, Round Rock, Texas 78664, at 2 :00 P.M., Monday, June 14, 1982. Specification No. Haynie & Kaltman Inc. I CONSULTING ENGINEERS 2115 North Mays Round Rock, Texas 78884 (512) 255 -4564, 255.7881 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS (ADVERTISEMENT) INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEET AGREEMENT BID BOND PERFORMANCE BOND PAYMENT BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS BASIS OF MEASUREMENT AND PAYMENT STANDARD DETAILS DRAWINGS NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 1982 C.I.P. WASTEWATER LINE IMPROVEMENTS 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 2:00 p.m., June 14, 1982, and then publicly opened and read, for fur- nishing all plant, labor, material and equipment and perform- ing all work required for the construction of a Wastewater 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 "Bid for 1982 C.I.P. Wastewater Line Improve- ments, to be opened at 2:00 p.m., June 14, 1982." 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 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 ten dollars ($10.00) 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 receiving 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 received. 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 2 of the Bid Proposal after notice to proceed from the Owner. Page 2 of 2 PROPOSAL INSTRUCTIONS TO BIDDERS The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed enve- lope addressed to: City of Round Rock c/o Haynie & Kallman, Inc. 2115 North Mays Round Rock, Texas 78664 and shall be identified as follows: "BID FOR 1982 C.I.P. WASTEWATER LINE IMPROVEMENTS, to be opened at 2:00 p.m., June 14, 1982." 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. 1 of 3 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 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 entitled "Information Required of Low Bidder ", bound herein. BIDDER'S EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefor. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality 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 ADVERTISEMENT PROJECT TITLE: 1982 C.I.P. Wastewater Line Improvements OWNER: City of Round Rock, Texas LOCATION: Round Rock, Texas TYPE: Wastewater Line Construction BID BOND: 5% PERFORMANCE BOND: 100% PAYMENT BOND: 100% PLANS AVAILABLE: OPENING TIME: 2:00 p.m., Monday, June 14, 1982 OPENING PLACE: City Hall City of Round Rock 214 E. Main Street Round Rock, Texas 78664 PLANS AVAILABLE: Haynie & Kallman, Inc. 2115 North Mays Round Rock, Texas 78664 Telephone - (512) 255 -7861 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF 1982 C.I.P. WASTEWATER LINE IMPROVEMENTS 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 ten (10) days after written Notice to Proceed has been given. Page 1 of 9 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 60 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 Page 2 of 9 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: /7 ��� CGt j Dame of Co9ttactbr i7 i t� 3 /L' -Lc • � fU�: Business Address 6- ATTEST: CO Ye?"' C4.J1" City (Seal if Bid is by a Corporation.) Page 3 of 9 State Date 6 '74 z. xecuted by (Signature) Title or Position %ZSS G'yz 2_. Telephone Number Zip Gentlemen: PROPOSAL BIDDING SHEET CONTRACT: 1982 C.I.P. WASTEWATER LINE IMPROVEMENTS JOB LOCATION: ROUND ROCK, TEXAS OWNER: CITY OF ROUND ROCK, TEXAS 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 Wastewater Line Improvements, and binds himself on accept- ance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1 50 L.F. 18" Sewer Line, P.V.C., SDR -35 or J -M Perma -Loc, all depths, com- plete in place, per linear foot for rrc 7s/ Do coo and �> Cen $ q �� $ ‘4%0( --� 2 1,125 L.F. 21" Sewer Line, P.V.C., SDR -35 or J -M Perma -Loc, all depths, com- plete in place, per linear foot �,/ & (7 for ! /C v � � " j� c/f Dollars r and - -0 Cents $ $ 334 s p fr- 3 803 L.F. 24" Sewer Line, P.V.C., SDR -35 or J -M Perma -Loc, all depths, com- plete in place, per linear foot for f Dollars EO pt7 and V 2- Cents $ -f& $ 32 (LC) — 4, „ 4 7 Ea. Standard Manhole, including Bolted Gasketed Cover, complete in place, per each for fi r: ,4t s >;yr r i Dollars e7p �C1 and �> Cents $ /ty,e, $ Page 4 of 9 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 6 100 L.F. Concrete Encasement of 24" Sewer Line at Creek Crossing, complete in place, per linear foot for } 77 ei / v .»ol l ors and Cents $ j' °��$ o49 7 1 Ea. Connect to Existing Wet Well, complete in place, per each for /5„,, 4/ Dollars �� �U and t , Cents $ , SpU, �" $ 5 8 5 25.5 V.F. Extra Depth for Manholes, complete in place, per vertical foot for /1'1,2e /{Ur.0.1 y -c'( Dollars ��� 1112 and �, ., Cents $ Jer, $ ;'S. S �4 . 1 Ea. Abandon Existing Manhole, Install New Manhole and Connect to Existing 18" Sewer Line, com- plete in place, per each for , Jl , Dollars (RV and _ Cents $ $ - S — `' $ ,C / � TOTAL BASE BID (Items 1 thru 8) Page 5 of 9 Bid Item Quantity Unit ALTERNATE BID "A" Item Description and Written Unit Price 1 -A 50 L.F. 18" Sewer Line, A.C., Class as required, all depths, complete in place, per linear foot for 7-4 / / / A Dollars E. �O and Cents $ o 2-A 1,125 L.F. 21" Sewer Line, A.C., Class as required, all depths, complete in place, per linear foot for 7% / 7 /7 ls- . Dollars �p and 1 ,Vc' Cents $,3j $ 3 7 (," 3 -A 803 L.F. 24" Sewer Line, A.C., Class as required, all depths, complete in place, per linear foot for 71 "� � sc' t `c,t/ Dollars oG' r and A/ s Cents $_57 $ `j ZZ7 /(-1- 4 -A 7 Ea. Standard Manhole, including Bolted Gasketed Cover, complete in place, per each for Clle /L.'et541F /e/ and /c 0 5 -A 25.5 V.F. Extra Depth for Manholes, complete in place, per vertical foot for 14{fi.=. c' Dollars et'.? and ,116` Cents $ %(i 0 $ 100 L.F. Concrete Encasement of 24" Sewer Line at Creek Crossing, complete in place, per linear foot for ,.e.,. j r/ t'e Dollars 00 and A) c Cents $ - 5 - Cents $ �. SGXU 7 -A 1 Ea. Connect to Existing Wet Well, complete in place, per each Do11ars Cents Unit Price Amount $ % co, $ 70Q0 •cam for ct 1 Dollar cam' oe, Ito, s N ur.7r; � and A/ Cents $ ,527'1? $ Page 6 of 9 Bid Item Quantity Unit for and Item Description and Written Unit Price 8 -A 1 Ea. Abandon Existing Manhole, Install New Manhole and Connect to Existing 18" Sewer Line, com- plete in place, per each TOTAL ALTERNATE BID "A" (Items 1 -A thru 8 -A . Dollars Cents Page 7 of 9 Unit Price $ $ 5 . ct $ S6 Amount o U 1-8 for ' /ire i 24, and and r 1,1 r ; ALTERNATE BID "B" Bid Item Description Item Quantity Unit and Written Unit Price 50 L.F. 18" Sewer Line, P.V.C., SDR -35; or J -M Perma -Loc; or A.C., Class as required, all depths, complete in place, per linear foot for ir ✓ i Dollars and A) c) Cents 2 -8 1,125 L.F. 24" Sewer Line, J -M Perma -Loc; A.C., Class as required; Ductile Iron, Class 50; Vitrified Clay; or R.C.P., Class III, complete in place, per linear foot 3 -B 803 L.F. 27" Sewer Line, J -M Perma -Loc; A.C., Class as required; Ductile Iron, Class 50; Vitrified Clay; or R.C.P., Class III, complete in place, per linear foot for ), 7 Dollars and - /c. Cents Page 8 of 9 Dollars Cents Dollars Cents Unit Price c51 ex? $ d �_ Amount e0 $ 36; GC $ $ 7 t7 5 /'G a' 4 -8 7 Ea. Standard Manhole, including Bolted Gasketed Cover, complete in place, per each for Dollars CG' OG and itV Cents $ /, —` $ 7 ) 5-B 25.5 V.F. Extra Depth for Manholes, complete in place, per vertical foot for 4. dtttv„ O 6 -B 100 L.F. Concrete Encasement of 27" Sewer Line at Creek Crossing, complete in place, per linear foot for rt47,,4 4zitf Dollars ‘7✓ and ( icV Cents $ 2,57 ALTERNATE BID "B" Bid Item Description Item Quantity Unit and Written Unit Price TOTAL ALTERNATE BID "8" (Items 1 -B thru 8 -8) NOTE: CONTRACT TIME IS SHOWN ON PAGE 2 OF BID PROPOSAL. Page 9 of 9 Unit Price 3o:4, Amount 7 -B 1 Ea. Connect to Existing Wet Well, complete in place, per each for r- i, �-! 1.4G> Dollars 6 pG> and �U' ; Ce $ . SQL $ j�a7 8 -8 1 Ea. Abandon Existing Manhole, Install New Manhole and Connect to Existing 18" Sewer Line, complete in place, per each for }=rue 710i.6/1-v(a Dollars Oz.?. 0 and Ai e Cents $ _SE 1C — $ _co e5, ----- Ov THE STATE OF TEXAS 1 KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON Z fJ That this Agreement made and entered into this / of end/ , A.D., 1982, by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the OWNER, and PARKER & ROGERS CONSTRUCTION COMPANY of the City of Georgetown , County of Williamson , State of Texas, Second Party, hereinafter termed the CONTRAC- TOR. AGREEMENT 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 June 14, 1982, for certain improvements described as follows; 1982 C.I.P. WASTEWATER LINE IMPROVEMENTS 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 10 consecutive calendar days after Notice to Proceed has been given and shall cause work to progress in a manner satisfactory to the Owner. Such work shall be com- pleted in full within 60 consecutive calendar days after award of contract. The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deduc- tions, all as provided in the General Conditions of the Agreement. Page 1 of 2 AGREEMENT (Continued) The following documents, together with this Agreement, comprise the Contract, and they are as fully a part hereof as if herein repeated in full: IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in the year and day first above written. ATTEST: By ATTEST: Notice to Contractors Instructions to Bidders Proposal and Bidding Sheets Performance & Payment Bonds General Conditions of Agreement CITY OF OWNER PARKER & ROGERS CONSTRUCTION COMPANY, CONTRACTOR By Page 2 of 2 Special Conditions of Agreement Technical Specifications Addenda Change Orders Plans RO,� , TEXAS, 1 ' i'Yr ",r4ARa lrIll�ii 1 KNOW ALL MEN BY THESE PRESENTS, that we, Parker & Ropers Construction Company Georgetown, Texas ' as Principal, hereinafter called the Principal, and Associated Indemnity Corporation I a corporation duly organized under the laws of the Slate of California as Surely, hereinafter called the Surety, are held and firmly bound unto The City .o4 Round Rock, Te Xaa 1 1 I for the payment of which sum well and truly to be made, the said Principal and the said Surely, bind ourselves, our heirs, executors, administrators. successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 1982 C.I.P. Waa-tewaten Line 1mpnovementa 1 ' Signed and sealed this 1 1 1 1 1 1 as Obligee, hereinafter called the Obligee, in the sum of Five (5 %) Pen Cent ob The Gnea.tea.t Amount Bid. Dollars cS 5% GAB ' NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contras with the Oblige in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sullicient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the even) of the failure of the Principal to enter such contract and give such bond or bonds. it the Principal shall pay to the Obligee the dillerence not to exceed the penalty hereof between the amount specified in said bid and I such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, her This obligation shall be null and void, otherwise to remain in lull force and effect. ,none 1 — 4 - 75 ✓L: iYa ! �_i_ 7 FIRCMAN'S FUND INSURANCE COMPANY rHE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOOI.E INSURANCE COMPANY. 14th (W ilness ) (Wimeus) BID BOND day of Parker & Rogers Construction Company (Ps;ncipou /t (Seal) June t e ) (Surely) Associated Indemnity Corporation (Seal) Attorney in fact Jeannie Van Bibber A.D. 19 82 GENERAL POWER OF ATTORNEY ASSOCIATED INDEMNITY CORPORATION KNOW ALL MEN BY THESE PRESENTS: That ASSOCIATED INDEMNITY CORPORATION, a Corporation duly organized and existing under the laws of the State of California. and having its principal office in the City and County of San Francisco, California, has made. constituted and appointed. and does by these presents make, constitute and appoint AUSTIN, TX its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name. place and stead, to execute. seal. acknowledge and deliver any and all bonds. undertakings, recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seat of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By -laws of ASSOCIATED INDEMNITY CORPORATION now in full force and effect. "Article VIII, Appointment and Authority Assistant secretaries, and .4 ttorneyin -Fact and Agents to accept Legal Process and Make Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice - President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice - President, may, from time to time, appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and net for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31, Authority. The Authority of such Resident Assistant Secretaries, Attorneys -in -Fact, and Agents shall be as prescribed in the instrument evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of ASSOCIATED INDEMNITY CORPORATION at a meeting duly called and held on the 16th day of September, 1966, and said Resolution has not been amended or repealed: "RESOLVED. that the signature of any Vice - President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and the seal of this Corporation may he affixed or printed on any power of attorney, on any revocation of any power of attorney. or on any certificate relating thereto. by facsimile. and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation. IN WITNESS WHEREOF. ASSOCIATED INDEMNITY CORPORATION has caused these presents 10 be signed by its Vice - President. 20th July 81 and its corporate seal to be hereunto affixed this day of 19 STATE OF CALIFORNIA. CITY AND COUNTY OF SAN FRANCISCO On this 20th day of Jul 19 81 before me personally came Richard Williams to me known, who, being by me duly sworn, did depose and say: that he is Vice - President of ASSOCIATED INDEMNITY CORPORATION, the Cor- poration described in and which executed the above instrument that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF. 1 have hereunto set my hand and affixed my official seal. the day and year herein first above written. HNHHHf1111NH11H aM OFFICIAL SEAL = SUSIE K. GILBERT g NOTARY PUBLK • CALIFORNIA on COUNTY OF SAN FRANCISCO My Commission Expires Nov. 17. 1984 • STATE OF CALIFORNIA, ss. CITY AND COUNTY OF SAN FRANCISCO I, the undersigned, Resident Assistant Secretary of ASSOCIATED INDEMNITY CORPORATION, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article Vlll, Sections 30 and 31 of the By -laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City and County of San Francisco. Dated the 14th day of June 1 9 82 360711 -AS -5-81 JEANNIE VAN BIBBER CERTIFICATE ASSOCIATED INDEMNITY CORPORATION Li skrAda 4 k•P,e.ideni mart Public 1 1 li W ALL MEN BY THESE PRESENTS: h Parker & Rogers Construction Company (Here insert lull name end address er legal mile of Contractor) s.incipal, hereinafter called Contractor, and Associated Indemnity Corporation (Here insert full nave and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto (Here Insert lull name end address or legal tine of Owner) c�S 9J gee, hereinafter called th ount of ty Six 'Thousand 'Three Hundred Sixty lour & UU /iUO� Dollars ($ � )r the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and s ns, jointly and severally, firmly by these presents. 11111REAS, Contractor has by written agreement dated atered into a contract with Owner for CIP Waste Water Line Improvements accordance with drawinos and specifications prepared by Haynie & Kaltman, 2115 N. Mays Round Rock, Texas 78664 (Here insert lull name and address or legal title e1 Architect) 'hi contract is by reference made a part hereof, and is hereinafter referred to as the Contract. OW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said ontracl, then this obligation shall be null and void; otherwise it shall remain in full force and effect. se�urety hereby waives notice of any alteration or extension of time made by the Owner. h ver Contractor shall be. and declared by Owner to be En default under the Contract, the Owner having performed Owner's sligations thereunder, the Surety may promptly remedy the default, cr shall promptly Complete the Contract in accordance with its terms and conditions, or mn a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety 1 lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest respon- d idder. arrange for a contract between such bidder and Owner, and make cva.)abte as Work progresses (even though there could be a default or a succession of defaults under the contract or contracts of completion arranged under this paagraph) sufficient ncc � to pay the cost of completion less the balance of the contract price; but not exceeding. including other costs and damages for 1 hi the Surety may be liable hereunder. the amount set forth in the trst paragraph hereof. The term 'balance of the contract price;' d in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments er , less the amount properly paid by Owner to Contractor. ny suit under this bond must be instituted before the expiration of two (2) years from the date on which find payment under the on cl falls due. o ht of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the it executors. administrators or successors of Owner. 1 1 1 1 Georgetown, Texas e City of Round Rock, Texas 1 igned and sealed this 1 60532 -6 -70 Parker & Rogers Construction Company (Pr' 16th day of (W tines) (wuness) FIREMANS FMB rNsIrnAram PERFORMANCE � OND Trrly (Title) Associated Indemnity Corporation (Sure(7) Jeannie Van Bibber AD 19 (Seal) (Se Attorney -in -Fan 1 ■ ■ ' LABOR & MATERIAL PAYMENT BOND LE F'�MAImSFlflm THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE Arm co MPANIES OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT W ALL MEN BY THESE PRESENTS: Parker & Rogers Construction Company (Here insert hull name and address or legal title of Contractor) Round Rock Texas r r incipal, hereinafter called Principal, and -_ ss_Qciated Indemnity Corporation (Here insert lull name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto IF The City of Round Rock,, Texas (Here insert full name and address or legal title of Owner) xstbligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of i ty Six Thousand Three Hundred Sixty Four & 00 /100, — Dollars ($ 86 364.Q0 ) (Here insert a sum equal to of least one -half of the contract price) o e payment 'whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and ns, jointly and severally, Sfirmly by these presents. Al REAS, Principal has by written agreement dated t -- n red into a contract with Owner for CIP Waste Water Line Improvements �- n accordance with drawings and specifications prepared by Haynie h Kalb 2115 N. Mays Round Rock Texas 78664 t (Here 10000 lull name and address or legal title of Architect) vIlh contract is by reference made a part hereof, and is hereinafter referred to as the Contract. IOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as to�ri after defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obli- ta ta n shall be void; otherwise tl shall remain m full force and effect, subject. however, to the following conditions: claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material. Jr both. used or reasonably required for use in the performance of the Contract, labor and material being construed to include that fart of water, gas, power, light, heat. oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. .e above named Principal and Surely hereby jointly and severally agree with the Owner that every claimant as herein defined. has not been paid in full before the expiration of a period of ninety (90) days alter the dale on which the last of such claimant's _ or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such :laimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The )wirer shall not be liable for the payment of any costs or expenses of any such suit. suit or action shall be commenced hereunder by any claimant: r) less claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the follow - ng: he Principal, the Owner, or the Surety above named, within ninety (90) days alter such claimant did or performed the last of the Bork or labor, or furnished the last of the materials for which said claim is made. stating with substantial accuracy the amount Claimed rnhe name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice h be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, • r or Surely, at any place where an office is regularly maintained for the transaction of business, or served in any manner in chic legal process may be served in the state in which the aforesaid project is located, save that such service need not be mode by a Dublic officer. ,) ter the expiration of one (I) year following the date on which Principal ceased Work on said Contract, it being understood, II so er, that it any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall >e emed to be amended so as to be equal to the minimum period of limitation permitted by such law. ..c) Other than in a slate court of competent jurisdiction in and for the county or other political subdivision of the stale in which the >ro et. or any part thereof, is situated, or in the United Stales District Court for the district in which the Project, or any part thereof, is it ed, and not elsewhere. I. a amount of this bond shall be reduced by and to the extent of any payment Cr payments made in good faith hereunder, in- du e of the payment by Surely of mechanics' liens which may be filed of record against sa:d improvement, whether or not claim or the amount of such lien be presented under and against this bond. Sued and sealed this 16th day of July 1 36133 -4.78 ( (Won ss ) Duplicoie of A.I.A. Form /1311 Feb. 1970 Ed,liov ction Com (Prinmi i (Seal) AD 19 Jeannie Van Bi:re (seal) Attorney -in -Fact GENERAL WER OF NOW ALL MEN BY THESE PRESENTS: That ASSOCIATED INDEMNITY CORPORATION, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the City and County of San Francisco. California. has made. constituted and appointed, •nd does by these presents make, constitute and appoint AUSTIN, TX true and lawful Attorneyls) -in -Fact. with full power and authority hereby conferred in its name, place and stead. to execute. seal. acknowledge and liver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof d to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the orporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant t0 Article VIII, Section 30 and 31 of By -laws of ASSOCIATED INDEMNITY CORPORATION now in full I rce and effect. Article VIII, Appointment and Authority Assistant secretaries, and Attorney -in -Fact and Agents to accept Legal Process and Make Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President. any Vice - President or any other person authorized by the Board of 1 n r rectors, the Chairman of the Board of Directors, the President or any Vice - President, may, from time to time, appoint Resident Assistant Secretaries d Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on half of the Corporation. Section 31, Authority. The Authority of such Resident Assistant Secretaries, Attorneys -in -Fact, and Agents shall be as prescribed in the instrument tdencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by ny person empowered to make such appointment." his power of attorney is signed and sealed under and by the authority of the following Resolution adapted by the Board of Directors of ASSOCIATED INDEMNITY CORPORATION at a meeting duly called and held on the 16th day of September, 1966, and said Resolution has not been amended or pealed: RESOLVED. that the signature of any Vice - President. Assistant Secretary. and Resident Assistant Secretary of this Corporation, and the seal of this orporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney. or on any certificate relating thereto, by facsimile. and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." I WITNESS WHEREOF. ASSOCIATED INDEMNITY CORPORATION has caused these presents to be signed by its Vice - President. 20th July 81 and its corporate seal to be hereunto affixed this day of 19 1 1 1 3711 -AS -5.81 I STATE OF CALIFORNIA, NINatImemaaaamaa OFFICIAL aN Una� SUSIE K. GILBERT E NOTARY PUBLIC • CALIFORNIA it C � � an i COUNIYOf SAN FIANUSCO 1 Expires My Commission lllll STATE OF CALIFORNIA. I ITY AND COUNTY OF SAN FRANCISCO ASSOCIATED INDEMNITY CORPORATION JEANNIE VAN BIBBER ss. By CERTIFICATE ASSOCIATED INDEMNITY CORPORATION &p,9, vs53mb— Vice - Resident CITY AND COUNTY OF SAN FRANCISCO 81 before me personally came R i chard Williams n this 20th day of Ju 1Y 19 o me known, who, being by me duly sworn, did depose and say: that he is Vice - President of ASSOCIATED INDEMNITY CORPORATION, the Cor- poration described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument 'J such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. WITNESS WHEREOF. 1 have hereunto set my hand and affixed my official seal. the day and year herein first above written. Notary Public the undersigned, Resident Assistant Secretary of ASSOCIATED INDEMNITY CORPORATION, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VIII, Sections 30 and 31 of the By -laws of the Corporation, and she Resolution f hoard of rectors, set forth in the Power of Attorney, are now in � rce. ned and sealed at the City and County of San Francisco. Dated the 0 day of 9- 19 Resident Assistant Secretary 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PAYMENT BOND THE STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS, THAT , of the City of , and State of County of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (OWNER), 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 19 , 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 day of , 1982. Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PH -4 -' ^- DIW 1:1 i[. ia; iF17 a t141( 311.1N/ 1114& II: AM E AND ADDRESS OF AGENCY Frank'Siddons Insurance PO Box 2125 Austin, Texas 78768 IRN •rji:11haE.177•1:11a..:1.1:1i+ 1.1 S_.11 AllI i:17 SC'; SW, aMMIlailabiadA COMPANIES AFFORDING COVERAGES COMPANY A Firemans Fund Insurance LETTER C OMPANY O L ETTER v NAME AND ADDRESS OF INSURED Parker & Rogers Constr.Co. 1603 Northwest Blvd. Georgetown, Texas 78626 COMPANY LETTER COMPANY D LFTTER COMPANY E LETTER his is to certify that policies of insurance listed below have been is ued to the insured named above and are in force at this time. MPANV ETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE Limits of Liability in Thousands (000) EACH OCCURRENCE AGGREGATE A GENERAL LIABILITY ® COMPREHENSIVE FORM ® PREMISES - OPERATIONS ® EXPLOSION AND COLLAPSE © HAZARD UNDERGROUND HAZARD © PRODUCTS/COMPLETED OPERATIONS HAZARD ® CONTRACTUAL INSURANCE ® BROAD FORM PROPERTY © DAMAGE INOCPENDEM CONTRACTORS ® PERSONAL INJURY I LP 271 7982 LP 271 7982 4 -1 -83 4 -1 -83 BODILY INJURY PROPERTY DAMAGE s 300 S 100 s 300 S 100 BODILY INJURY AND PROPERTY DAMAGE COMBINED S S 01 RSONAL IN BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) URY S 250 s 500 S _ .�. -. -` � - S nr...T0w A AUTOMOBILE LIABILITY ® COMPREHENSIVE FORM ® OWNED ® HIRED- ® NON-OWNED PROPERTY DAMAGE S 100 BODII Y INJURY AND PROPERTY DAMAGE COMBINED S EXCESS LIABILITY ❑ UMBRELLA FORM ❑ OTHER THAN UMBRELLA FORM BODILY INJURY AND PROPERTY DAMAGE COMBINED S 1 100 A WORKERS' COMPENSATION and EMPLOYERS' LIABILITY WP 253 3838 4 - 1 - 83 sT ATUTORY OTHER SCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES RE: Wastewater Line Improvements Cancellation: Should any of pany will endeavor mail such notice the above des5r ed policies be to mail days written cancelled notice to of any before the expiration date thereof, the issuing com- the below named certificate holder. but failure to kind upon the company. 7- 15-82 DATE ISSUED shall impose no obligation or liability AND NAME A ADDRESS DE CERTIFICATE HOLDER: City of Round Rock 214 East Maint Street Round Rock, Texas 78664 /� vi-`A iJ.,fj Frank Siddons Insure AUTHORIZED REPRESENTAT WI q '' y e "' i is ;te of1js ahce . . HIS ; CERTIFICATE &;ISSUED As R ATFEIOF ,IF ORMpTIDN - 'OrLLANDICDERS NO i , ICI '[IPOM� ELEATIFIC .Tt INFORMATION REQUIRED OF LOW BIDDER The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Name (2) Address (3) Phone Number (4) Type of firm: ( ) Individual, ( ) Partnership, ( ) Corporation (5) Corporation organized under the laws of the State of (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: (7) Number of years experience (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner (9) List the name and address of each subcontractor who will perform work in or about the work or improvement in ex- cess of one -half (1/2) of one percent (1 %) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name Address Work to be Performed Page 1 of 2 (10) Payment of taxes, in the State of Yes No (11) If requested by the Owner, the Low Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently compre- hensive to permit an appraisal of his current financial conditions. Page 2 of 2 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 18 6.01 Contractor's Indemnity Provision 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 2 0 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 2 3 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. DEFINITIONS GENERAL CONDITIONS OF THE AGREEMENT 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 Notice to Contractors; Advertisement; the Instructions to Bidders; the Proposal; the Signed Agreement; the Performance and Payment Bonds; the Gen- eral Conditions of the Agreement; the Special Condi- tions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complemen- tary, 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: Sign- ed Agreement, Performance and Payment Bonds, Addenda, Proposal, Special Conditions of the Agreement, Notice to Contractors, Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shall mean the business or- ganization or 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 Haynie & Kallman, Inc., or such other Engineer, supervisor, or inspector who has been designated, appointed, or otherwise em- ployed or delegated by the Owner for this work, or their duly authorized agents, such agents acting with- in 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.06 Owner. "Owner" shall mean the City of Round Rock, names 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 ahy 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 -13- 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Owner 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- 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-- SPECIAL CONDITIONS OF AGREEMENT 4. MINIMUM WAGE SCALE SPECIAL CONDITIONS OF THE AGREEMENT 1. CROSSING UTILITIES Every attempt has been made to locate existing utility lines. However, prior to commencing construction, it shall be the Contractor's responsibility to make ar- rangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies per- form such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 2. "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon com- pletion of the Project and prior to final acceptance and payment, the Contractor shall deliver this correct- ly marked set of drawings to the Engineer. 3. 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 improvements are to be re- located, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipe- lines, 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 pro- gress of work. Current wage rates paid for highway -heavy construction and paving and utilities incidental to general building construction in Zone 8 which includes Williamson Coun- ty. S -1 TECHNICAL SPECIFICATIONS SEWER TECHNICAL SPECIFICATIONS 1. Sewer pipe shall be P.V.C., SDR -35, Johns - Manville "Derma -Loc ", Asbestos Cement, Ductile Iron, Vitrified Clay or Reinforced Concrete Pipe, as shown in the Bid Proposal. 2. The type and size of pipe shall be as shown in the Bid Proposal. 3. The type of manhole shall be as shown in the Standard Detail attached herein. 4. All utility trenches underneath street paving shall be compacted with a vibrating tamper in 6" lifts. Density of backfilled trenches under pavement 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 present when such tests are made. 5. All testing of pipe shall be done under the supervision of the City, and the Contractor shall perform such tests as required and furnish all material and equip- ment for same. 6. The "Measurement and Payment" procedures shall be as included in these specifications. 7. The "Standard Details" shall be followed as included in these specifications. TS:1 SECTION 1 - POLYVINYL CHLORIDE GRAVITY SEWER PIPE 1.01 GENERAL This specification designates general require- ments for unplasticized polyvinyl chloride (PVC) Plastic Gra- vity Sewer Pipe with bell and spigot joints for the convey- ance of domestic sewage. Pipe shall conform to ASTM Specifi- cation D 3034 -72, SDR -35, for polyvinyl chloride sewer pipe. The pipe shall be manufactured by one of the following: Johns Manville, Certainteed, Gifford -Hill. 1.02 MATERIALS Pipe shall be made from clean, virgin, approved Class 12454 -B PVC compound conforming to ASTM Resin Specifi- cation D 178. Clean, reworked material generated from the manufacturer's own pipe production may be used. 1.03 PIPE All pipe shall be suitable for use as a gravity sewer conduit. Provisions must be made for contraction and expansion at each joint with a rubber ring. The rubber ring shall securely lock the bell and spigot together. Standard length shall be 20 feet and 12 -1/2 feet plus or minus 1 inch. 1.04 FITTINGS All fittings and accessories shall be as manufac- tured and furnished by the pipe supplier or approved equal and have bell and spigot configurations identical to that of the pipe. 1/1 SECTION 2 - CAST IRON PIPE AND FITTINGS 2.01 GENERAL The type of joint to be used will be indicated on the Drawings or in the Specifications. If not designated, the type of joint may be any of those listed below: Pipe classification shall be Class 150 unless otherwise indicated on the Drawings or in the Special Condi- tions. 2.02 CAST IRON FLANGED FITTINGS Cast iron flanged fittings shall be made in strict accordance with AWWA Specifications C110 -64, ASA Spec- ifications B16.1 4125 and Federal Specifications WW -P 42 lb. and shall conform to details and dimensions published there- in. Flanged joints shall be firmly and fully bolted with machine bolts of proper size. Approved gaskets shall be used at all flanged joints. 2.03 CAST IRON MECHANICAL JOINT FITTINGS Cast iron mechanical joint fittings shall be made in strict accordance with AWWA Specifications C110 -64, and Federal Specifications WW -P 42 lb. and shall conform to de- tails and dimensions published therein. The outside of the spigot and the inside of the pipe bell shall be thoroughly cleaned of foreign matter. The gland and gasket shall then be slipped on the spigot end of the pipe. The gasket shall be pressed evenly into the bell only after the spigot is seated in the bell. The gland shall be brought up evenly by tighten- ing alternately the nuts spaced 180 degrees apart. 2.04 CAST IRON FITTINGS Cast iron fittings when used with asbestos cement pipe shall confirm to the following: (a) All cast iron fittings shall conform with either AWWA C100 (Class D unless otherwise specified) or AWWA C110 latest revisions. Cast iron fittings specifically de- signed for use with asbestos cement pipe and having full AWWA wall thickness will be acceptable when approved by the Engi- neer. All cast iron pipe flanged fittings shall conform to ASA B16, 1 -1949 or latest revision. 2/1 (b) Rubber Ring Fittings: The rubber rings used shall be designed for the particular type groove in the fit- ting. All cast iron rubber ring fittings shall be provided with an approved reaction or thrust backing. 2.05 CEMENT LINING Cement mortar lining shall be prepared in strict accordance with ASA A21.4. The mortar shall be a thorough mixture of exact proportions of Portland cement, sand and water. The cement shall be applied by skilled craftsmen, and cured for 24 hours before tar coating. All castings shall be cured in a special area to assure even drying and density. 2/2 SECTION 3 - CONCRETE PIPE 3.01 REINFORCED CONCRETE PIPE Shall conform to the requirements of the current specification of the American Society for Testing Materials for reinforced concrete culvert, storm drain, and sewer pipe (ASTM C76). The minimum acceptable class shall be Class III. 3.02 JOINT MATERIAL FOR REINFORCED CONCRETE PIPE The joint material for concrete pipe shall con- form to the requirements of the current specification of the American Society for Testing and Materials for reinforced concrete low head pressure pipe (ASTM C361). Rubber gaskets shall be as follows: 3.04 BENDS Pipe (ID) Rubber Gasket* 12" & Larger Confined 0 Ring *(or approved equal) 3.03 PROTECTIVE COATING All concrete sewer pipe 15" and larger in inter- nal diameter shall be painted with three (3) coats of "Iner- tol", or an approved equal, by the pipe manufacturer in ac- cordance with the paint manufacturer's recommendations. Inertol shall not be applied until the pipe has been cured for at least seven (7) days. The first coat shall consist of five (5) parts of Inertol Standard and one (1) part of Iner- tol Thinner #1000. The second and third coats shall be Iner- tol Standard. Each coat shall be thoroughly dried for at least four (4) hours before the next coat is applied. Iner- tol containing pinholes, scratches, etc., shall be rejected or the Contractor shall, at his expense, repaint the area that is affected with three (3) coats of Inertol as described above. When horizontal or vertical angles in the align- ment of the pipe is noted on the plans, and a manhole or junction box is not required, a bend shall be constructed. The bend shall be prefabricated or field constructed. All bends shall be water tight, have a smooth flow line and be equal in strength to the adjacent pipe. 3/1 SECTION 4 - DUCTILE IRON PIPE 4.01 PIPE The pipe classification shall be Class 2 and shall be made in strict accordance with AWWA Specification C151 -71, or the latest revision, and shall conform to the details and dimensions published therein. 4.02 JOINTS The type of joint to be used will be push -on or mechanical joint made in strict accordance with AWWA Specifi- cation C111 -72, or the latest revision, and shall conform to the details and dimensions published therein. 4/1 SECTION 5 - ASBESTOS CEMENT PIPE 5.01 PIPE All asbestos cement pipe, couplings and fittings shall meet all requirements of AWWA Specification C400 -65, Class 2400 for depth up to 14' deep, Class 3300 for depths from 14' to 20'. All pipe will conform to the following requirements: ASTM D -1869, C -500, C -644, and C -428. 5/1 BASIS OF MEASUREMENT AND PAYMENT VIIA -7 WASTEWATER VIIA -7.1 PIPE BASIS OF MEASUREMENT AND PAYMENT WASTEWATER LINE IMPROVEMENTS Unless stated otherwise in the contract docu- ments, it is understood that all payments made are for finished work and include all labor, tools, materials, con- structing 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 at the depth specified, complete in place. The bid price per linear foot shall in- clude all excavation, bedding material, fittings, plugs, pipe coatings, connection to the existing system, backfilling, disposal of surplus materials, and clean up. Measurement for depths shall be from the existing ground surface or proposed street subgrade, whichever is less, over the centerline of the pipe to the flow line of the pipe. Measurement for length shall be the horizontal distance along the centerline of the pipe as surveyed by the Engineer. Payment will also represent compensation for replacement of pavement, curb, drainage structures, driveways and any other improvements damaged during construction. VIIA -7.2 STANDARD MANHOLES When called for in the proposal, standard man- holes shall be paid for at the unit contract price bid per each for such structures and backfilling, complete in place. The depth of such structures shall be understood to be the perpendicular distance from the top of the ring to the invert of the structure. No separate payment will be made for "eyes ". The cost of these should be included in bid items for manholes. VIIA -7.3 EXTRA DEPTH FOR MANHOLES When called for in the proposal, manholes with extra depth over eight feet (S') will be paid for at the unit con- tract price bid per vertical foot including all excavation, coatings and backfilling, complete in place. MP -1 VIIA -7.4 BOX MANHOLES When called for in the proposal, box manholes shall be paid for at the unit contract price bid per each regardless of depth, including all excavation, eyes, drop connections, coatings, ring and cover, and backfilling, com- plete in place. VIIA -7.5 CONCRETE ENCASEMENT OR CRADLE When called for in the proposal, concrete encase- ment or cradle shall be paid for at the unit contract price bid per linear foot for the size of pipe specified, complete in place. VIIA -7.6 CONCRETE RETARDS When called for in the proposal, concrete retards shall be paid for at the unit contract price bid per each, regardless of depth, including all excavation and backfill- ing, complete in place. VIIA -7.7 CONCRETE TRENCH CAP When called for in the proposal, concrete trench cap shall be paid for at the unit contract price bid per linear foot, complete in place. VIIA -7.8 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, clean -up, and the specified pipe cas- ing not including carrier pipe (wastewater), complete in place. VIIA -7.9 LIFT STATIONS When called for in the proposal, lift stations shall be paid for at the unit contract price bid per each for such structures, including all excavation, necessary blocking and support for piping, backfilling and clean -up, complete in place. VIIA -7.10 CONCRETE CAP AND ENCASEMENT Where the distance between the top of the pipe and the top of the rock is less than 36- inches the concrete cap and encasement will be poured as one unit and paid for under this bid item at the contract price bid per linear foot. MP -2 1 6" Min. — — "' c ::., \ = � PIPE SECTION BE UNIFORMLY `7 — ` ` �\— LENGOTHTEO ALONG ITS ENTIRE CJ C NARROW TRENCH BEDDING I PIPE BEDDING STANDARD DETAIL NO.I 1 1 1 1 1 1 1 1 1 6" M Min. Backfill compaction per 12" Min. P y \ � � �= B ALL UTILIT 6" � - \\ I 6" Min. — \ \— \ — — ' Min. A P PIP \ 12" Min. \ \ — 1- e1:; ; Ir m lir: - /∎• 6" Min. C •i V _\ / — C Carefully Compacted Backfill 6" Min. — // ,_� N Fine Granular Fill 4 � • 4 0( / _ __ B 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PIPE 0. D. PLACE CONCRETE FLUSH WITH CREEK BOTTOM 2500 PS.I. CONCRETE, POURED AGAINST UNDISTURBED EARTH 1 H PIPE SUPPORTS -MIN. 3 PER JOINT ACCEPTABLE MATERIALS: WOOD. CONC. BLOCK, OR RE -BAR CRADLES. PIPE SHALL BE SUFFICIENTLY ANCHORED TO PREVENT_ FLOATATION DURING CONCRETE PLACEMENT. CONCRETE ENCASEMENT DETAIL NO. 2 6" MIN. SEWER PIPE 6" MIN. MIN. 1 1 1 1 1 1 1 1 Il 1 1 1 1 1 1 1 1 STOP GATE AND WALL MOUNTED GUIDE FRAME SYBRON/LEOPOLD OR APPROVED EQUAL 1 "C" =18" 2 /Z FLUME WIDTH1J f , .- DIA. HOLES GUIDE FRAME 9 sewer 1111111110 A 18 "Eibergl ss Stop Gate B , Connect to Exist. 18' sewer Line PLAN VIEW BID ITEM N0.8 18" Sewer 18" Sewer Guide Frame "A ".(C•3 Pour 11.8. Floor 4" Below F of Pipe SANDWICH CONS'T. "1 -ZI N $T9P GATE 6 I.D. Manhole 12" Separation A Between Pipes Conc. Encasement 1" Above O.D. of Pipe W /1" Slope Towards Center of 8.H. 12 „ 1 „ GUIDE P -202 3 /8` STN. STL. AOLT a WASHER AND STEEL SELF - DRILLING SCREW ANCHOR 6" TO 9" 0.C. 2 I /2 GASKET OR MASTIC REO'D. SECTION B -B Grout to Lot' Pipe After Setting Guide Frame SECTION A '� — Guide frame Grout to match it in to E out w/ Straight grade 22" Grout Corners ATTEST: RESOLUTION NO. 3 WHEREAS, the City has duly advertised for bids for the construction of 1982 C.I.P. Brushy Creek Wastewater Line Improvements, and WHEREAS, Parker and Rogers Construction Company submitted the lowest and best bid, said bid being in the amount of $86,364.00, and WHEREAS, the Council wishes to accept the bid of Parker and Rogers Construction Company, and to enter into a contract for the construction of said improvements, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the bid of Parker and Rogers Construction Company 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 Parker and Rogers Construction Company for the construction of the 1982 C.I.P. Brushy Creek Wastewater Line Improvements. RESOLVED this 24th day of June, 1982. Y L. "0 , ayor City of Round Rock, Texas Haynie & Kaltman, Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock , Texas 78664 (512) 255 -4564, 255 -7861 Mr. Jack Harzke, P.E. Director of Public Works City of Round Rock 214 E. Main Street Round Rock, Texas 78664 Re: City of Round Rock Urban Services C.I.P. 1982 Brushy Creek Wastewater Improvements Dear Mr. Harzke: We have reviewed the bids taken on the Brushy Creek Wastewater Inter- ceptor on Monday, June 14, 1982. We set up the project to receive a Base Bid and Alternate Bids "A" and "8 ". The Base Bid was for 21" and 24" PVC wastewater lines. Alternate Bid "A" was for 21" and 24" asbestos cement lines. Alternate Bid "B" was for 24" and 27" lines of various types. The calendar days were fixed at 60 for the project. The lowest three Base Bids in order of low bidding are listed as fol- lows: 1. Community Engineering, Inc. Austin, Texas 2. Parker & Rogers Construction Co. Georgetown, Texas 3. Robert Hurst Company, Inc. Austin, Texas The lowest three bids for Alternate Bid "A" in order of low bidding are listed as follows: 1. Community Engineering, Inc. Austin, Texas 2. Parker & Rogers Construction Co. Georgetown, Texas 3. Underground Utilities Co. Del Valle, Texas June 22, 1982 Letter of Recommendation on Bid Award CIVIL ENGINEERING • LAND PLANNING • MUNICIPAL CONSULTANTS • SURVEYING Timothy E. Haynie, P.E. Steven D. Kaltman, P.E. $ 80,734.50 $ 89,920.00 $101,802.50 $ 82,712.50 $ 86,286.00 $ 91,120.00 Page 2 Mr. Jack Harzke, P.E. City of Round Rock June 22, 1982 The lowest three bids for Alternate Bid "B" in order of low bidding are listed as follows: 1. Parker & Rogers Construction Co. Georgetown, Texas 2. Community Engineering, Inc. Austin, Texas 3. Robert Hurst Company Austin, Texas An itemized Bid Tabulation is enclosed for your use. $ 86,364.00 $ 92,382.50 $100,587.00 We recommend that this project be awarded to Parker & Rogers Construc- tion Company in the Alternate "B" Bid amount of $86,364.00 for 24" and 27" pipe. The difference in the low Base Bid and low Alternate "B" Bid amounts to $5,629.50. We feel that the extra capacity of 500 gpm for the extra cost is well worth the expense. Parker & Rogers has done excellent work of this type in the past few years. The total project funding is as follows: Construction Cost (rounded off) $ 86,500.00 Engineering Easements Contingency TOTAL PROJECT COST No fiscal or legal fees are included. Should you have any questions or desire additional information, please feel free to contact me. 14,200.00 4,000.00 4,300.00 $109,000.00 Cordially, HAYNIE & KALLMAN, INC. Steven 0. Kallman, P.E., R.P.S. Page 3 Mr. Jack Harzke, P.E. City of Round Rock June 22, 1982 SDK /cla Enclosure cc: Mr. Bob Bennett Mr. Sam Huey Mr. Paul Gambrel W. Joe Vining Mr. Tim Haynie Mr. David Currington Mr. James Domel Haynie & Kaltman Inc. CONSULTING ENGINEERS 2115 North Mays Round Rock. Texas 78881 L: (512) 255 -4564, 255 -7861 BID TABULATIONS BIDS EXTENDED AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 1 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. COMMUNITY ENGINEERING, INC. PARKER & ROGERS CONSTRUCTION CO. ROBERT HURST COMPANY, INC. UNDERGROUND UTILITIES CO. LOCATION ROUND ROCK, TEXAS DESCRIPTION 1982 C.I.P. WASIEWAIER LINE IMP. ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST BID BOND ENCLOSED? Yes Yes Yes Yes BASE BID: 1. 18" Sewer Line, P.V.C. SDR -35, or J -M Perma -Loc L.F. 50 $ 25.00,$ 1,250 OC $ 40.00 $ 2,000 OC $ 35.00 1,750 00 $ 38.00 $ 1,900 00 2. 21" Sewer Line, P.V.C. SDR -35, or J -M Perma -Loc L.F. 1,125 29.00 32,625 OC - 34.00 38,25C OC 40.50 45,562 50 44.20 49,725 00 3. 24" Sewer Line, P.V.C. SDR -35, 4/.30 37,981 90 or J -M Perma -Loc L.F. 803 36.50 29,309 5C 40.00 32,12L OC 50.MJ8 40,150 00 4. Standard Manhole Ea. 7 1,000.00 7,000 OC 1,000.00 -,00C OC 900.00 6,300 00 1,200.00 8,400 00 5. Extra Depth for Manholes V.F. 25.5 I00.0C 2,550 OC 100.00 2,5 OC 80.00 2,040 00 NC NC 6. Concrete Encasement of 24" Sewer j 00 18.00 1,800 00 Line at Creek Crossing L.F. 100 40.00 4, or 25:OC 00 30.00 3,0 7. Connect to Existing et Well Ea. 1 2,000.00 2,00 OC 300.00 50 00 1,000.00 1,00 00 1,500.00 1,500 00 8. Abandon Existing Manhole, Install New Manhole & Connect to Existing 18" Sewer Line Ea. 1 2,000.00 2,000l 00 5,000.012 , 00' 2,000.00 2,000) 06 2800.00 2,800 00 TOTAL BASE BID $ 80,73450 $ 89,920 00 $101,80230 $ 104,106 90 BID TABULATIONS BIDS EXIENDLD AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 2 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. COMMUNITY ENGINEERING, INC. PARKER & ROGERS CONSTRUCTION CO. ROBERT HURST COMPANY, INC. UNDERGROUND UTILITIES CO. LOCATION ROUND ROCK, TEXAS DESCRIP 1' . . "' m. ' 1 ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST ALTERNATE BID "A ": I -A 18" Sewer Line, A.C., Class as ' et 11 „ II ,,, „ �� II' 11 2 -A 21" Sewer Line, A.C. Class as require. . . , I II Ili' 11 11' 1' 1 11 1 11 3 - A 24" Sewer Line, A.T., Class as ��� 11' {1 II'IIIIIIIEy.Af'11 PI requires . . :1 IMIIIFIAEHIIIMiIAUY. 11I1)rfllrl 11 IIAMLI�:Llf -' an • ar. 'an o e a . 1111111Mk1I1 1 MIMMIRIIIII 1 lEI/D1UIlIMM:ilI :I 11 /: I fili 11'rMIII)M ' 1 1 11 onca 0 oe 'an o es y II It til 11 It Ilii 6 - A Concrete Encasement for 24 ewer ine a ree rossin . . 11 1.11 111 1/ ,11 11 11' 1,11 ,III 11 :.I'I ,:11' 11 7 -A Connect to Existin Wet Well Ea. 1 2,000..1 111 11 500.11 II 1 1,000.01 1,111' 01 1,500.01 1,501 0/ 8 -A Abandon Existing Manhole, Install New Manhole & Connect o xis ing ewer ine a. , 111.11 , III 11 , 111,11 , III 11 III II , 111 If , :11.11' ,:11' 11 TOTAL ALTERNATL BI "A" $ 82,7TZ 1 $ 83,256 11 $ 97,543 1 $ 91,120 00 BID TABULATIONS BIDS EXTENDED AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 3 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. COMMUNITY ENGINEERING, INC. PARKER & ROGERS CONSTRUCTION CO. ROBERT HURST COMPANY, INC. UNDERGROUND UTILITIES CO. LOCATION ROUND ROCK, TEXAS DESCRIPIIUN 1982 C.I.P. WASitWATER LINE IMP. ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIi PRICE COST UNIT PRICE COST ALIERNAfE BID "B ": 1 -B 18" Sewer Line, P.V.C. SDR -35; or J -M Perma -Loc; or A.C., Class as require• 2 -B 24" Sewer Line, J -M Perma -Loc; A.C., Class as required; Ductile Iron, Class 50; Vitrified Clay; or R.L.P., Class III L.F. 1,725 36.50 4T,�.. 32.0 36,111 0� 4(1.11' 45,00 �� 38.0 42,750 00 3 -B 27" Sewer Line, J -M Perma -toc; A.C., Class as required; Ductile Iron, Class 50; Vitrified Clay; or R.C.P., Class III L.F. 803 40.00 32,12 ��' :.11' �, �t •.tt�' �� 11 11 4 -B Standard Manhole Ea. 7 1,000.00 7, 00 5 -B Extra Depth for Manholes V.F. 25.5 100.00 2, t •s 100.0 2,5 �' 0� 80.0' 2,04 �1 NC NC 6 -B Concrete Encasement of 27" ewer ine a ree rossing 7 -B - Connect to Existing Wet WelT Ea. 1 2,000.00 2,11' 11 500.11 �� 0� 1,000.0 1,00 .0 1,500.01 1,50 00 8 -B Abandon Existing Manhole, Install New Manhole & Connect o xis ing ewer ine a. ,���.�� ,III 00 ,•10.01 ,���' �� ,111,11' ,���' ir' , :��.�t , :�� �� TOIAL ALIERNAIE BID "B" $ 92 ,382 1 $ 86 ,364 1. $ 100,587 01 $ 104,971 00 BID TABULATIONS BIDS EXTENDED AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 4 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. H. L. CHAPMAN PIPELINE CONSTRUCTION, INC. BAY MAINTENANCE CO., INC. P. A. STARK CONSTRUCTION, INC. AUSTIN ENGINEERING CO., INC. LOCATION ROUND ROCK, TEXAS DESCRIPTION 1982 C.I.P. WASTEWATER LINE IMP. ITEM UNIT . . QUANTITY PRICE COST PRICE COST PRICE COST PRICE COST BID BOND ENCLOSED? Yes Yes Yes Yes BASE BID: 1. 18 Sewer Line, P.V.C. SDR -35, or oc P.V.C. : 11' , 'll 11 . AA II 11' 11 ' 11' i 1' 11' ,. 11 Ili 17 2 21 Sewer Line, SDR -35, 11 /i 1f 11 1 If Ili 1f of 3. 24 Sewer P.V.C. SDR -35, illmiammatimminumlatiiiimminurialummiumumgamiragaigwgzim ingsommogemiump 11 11'i[I)A.11I1: 1mmII)gI1iCuIIII1; //mII)R1I1; : m If or - ' erma- oc . . A. tan. dr. 'an o e a. x ra lep or 'an o es ' . . 11.11: , 1 11 ' ' 11 If If 11 1.11' 11 6. Concrete Encasement of 24" - Sewer 11 11' � of Line at Creek Crossing L . F . 100 40.11 4 , 1 , 1 1 1 50.11 1 1 11 If �4 If If 70.Il 7,001 onnec o xis ing "e "e a. A 111 11 • 111 11 111 If 111 11' 111 1 1' 111 11 111 11 1 f 8. Abandon Ne Ming leno � � I nstalll l New w Manholg & Connect to xis ing ewer ine a. ,:11. , :11 11 , 111 . 11 , 111 If , 111.11 , 11f of , , 111.1/' ' IOTAL BASE BID 1 T12,531 of $ T21,52g 01 $ 139,290 11 $ 151,070 11 BID TABULATIONS BIDS EXIENDLU AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 5 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. H. L. CHAPMAN PIPELINE CONSTRUCTION, INC. BAY MAINTENANCE CO., INC. P. A. STARK CONSTRUCTION, INC. AUSTIN ENGINEERING CO., INC. LOCATION ROUND ROCK, TEXAS DESCRIPTION 1982 C.I.P. WASIEWAIER LINE IMP. ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST ALTERNATE BID "A ": 1 -A 18 Sewer Line, A.C., Class as required L.F. 50 $ 40.01 $ 2,00 01 $ 4 $ 2,000 10 29.00 $ 1,450 00 $ 45.00 $ 2,250 00 2 -A 21" Sewer Line, A.C., Class as required L.F. 1,125 45.01 50,62 01 43.0C 48,3/5 00 35.00 39,3/5 00 48.00 54,000 00 3 -A 24" Sewer Line, A.C., Class as required L.F. 803 54.01 43,36 48.00 38,544 00 75.00 60,225 00 69.00 55,407 00 4-A Standard Manhole Ea. 7 1,200.11 8, 01 1,500.00 T0,500 00 2,000.00 14,000 00 1,200.00 8,400 00 5 -A Extra Depth for Manholes V.F. 25.5 100.11 2,5 0' NC NC 200.00 5,100 00 70.00 1,785 00 6 -A Concrete Encasement for 24" 7,000 00 Sewer Line at Creek Crossing L.F. 100 40.11 4,00 1f 50.1C 5,000 00 45.00 4,500 00 - 70.00 7 -A Connect to Existing Wet ige11 Ea. 1 4,000.04 4,0 11' 5,000AT 5,000k150 2,000.00 2,000 00 14,000.00 14,000 00 8 -A Abandon Existing Manhole, Install New Manhole & Connect to Existing 18" Sewer Line Ea. 1 3,800.11 3, 01 5,000.00 5,1500 00 3,000.00 3,000 00 4,000.00 4,000 00 - 3 - T29,650 - 00 - $ 146842 00 TOIAL ALTERNATE BID "A" $ TT8,73T ss' $ 114,419 OtT 1 BID TABULATIONS BIDS EXTENDED AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 6 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. H. L. CHAPMAN PIPELINE CONSTRUCTION, INC. BAY MAINTENANCE CO., INC. P. A. STARK CONSTRUCTION, INC. AUSTIN ENGINEERING CO., INC. LOCATION ROUND ROCK, TEXAS DESCRIPIION 1982 C.I.P. WASIEWAIER LINE IMP. ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST ALTERNATE BID "B ": I -8 18" Sewer Line, P.V.C. SDR -35; or J -M Perma -Loc; or A.C., Clas as require. . . III i el 2 -B 24" Sewer Line, J -M Perma -Loc; A.C., Class as required; Ductil: • i ii i Iron, Class 50; Vitrified Clay; or • ass �Line, , :.oi ,is 11 1.1� , 1 1i .1i , " 11 .•s .1, �L 11 3 -B 27 Sewer J -M Perma -Loc; A.C., Class as required; Ductil Iron, Class 50; Vitrified Clay; 68,25 00 or R.C.P., Class III 803 56.0 44,9.: 11 65.0' 5Z, '" 01 75.01 60,22 1 . 85.01 ' -. tan.ar. 'an o e a. IIIIMIN_NIRIdl i M EiILElM iIIIERIME i i>♦ M 10 x cr yep or an o es es se slii ell ei e1 o el es 6 -8 Concrete Encasement of � 111 ii ewer ine a ree rossing greg 1m 11inu1 ➢I1: 11 a niu7mui gi umi !ti ui 11 ' onnec o xis in Me 'e a . , , III . I I , , I I I I i , III I i , III 11 III II Iii 11 , TILT: , III' Ii 8 -B Abandon Existing Manhole, Install New Manhole & Connect to Existing 18" Sewer Line Fa. T 3,800..' 3,S0t 11 5,000.11' - 5, 3,000.01 3,i'i of 4,000.01 4,000 00, TOTAL ALTERNATE BID "8" $ 123,718' 0s $ 136,1745' 0s $ 129,650' On $ 168,040 00 BID TABULATIONS BIDS EXTENDED AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 7 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. PANHANDLE CONSTRUCTION CO. BLAND CONSTRUCTION CO. LOCATION ROUND ROCK, TEXAS DESCRIPTION 1982 C.I.P. WASTEWATER LINE IMP. ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST BID BOND ENCLOSED? Yes Yes BASE BID: 1. 18" Sewer Line, P.V.C. SDR -35, or S 'rrL . 1 .: 11 1/ 11 11 2. 21" Sewer Line, P.U.C. SDR -35, , or S 'rrLan oc 1 1 11 3. 24" Sewer wer Line, P.V.C. SDR -35, 1111111111 or - •erma- oc Rai : 1 `11111W'i1 W, :i: 11_1 11 ' . an. ar. 'an o e . x ra Pep or an o es a. . • . , 11 1.11 X 11 , :4 11llOWAII1 11 11.11 1111 : 11 I 1 11, , 1 11 6. Concrete Encasement of 24" Sewe Line at Creek Crossing 1.F: 100 36.01 3,.11 01 100.11 10,001 00 onnec o xis in "e "e 11 11 11 11 111 11 . 111 11 6. Abandon Existing Manhole, Install New Manhole & Connect t. xis ing ewer ine a. , 1.11 , 1 11 : : 11 TOTAL BASE BID $ - 162,788 ` 7" $ 112,521 50 BID TABULATIONS BIDS EXTENDED AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 8 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. PANHANDLE CONSTRUCTION CO. BLAND CONSTRUCTION CO. LOCATION ROUND ROCK, TEXAS DESCRIP 1 . " " ' 1 ITEM UNIT APPROX. QUANTITY UNIT PRICE COST - UNIT PRICE COST UNIF PRICE COST UNIT PRICE COST AL1ERNA1E BID "A ": 1 -A 18" Sewer Line, A.C., Class as required L.F. 50 $ 66.25 $ 3,312'50 $ 64.01 $ 3,20 OC 2 -A 21" Sewer Line, A.C., Class as required L.F. 1,125 68.00 76,515C 71.01 79 - 87 00 3 -A 24" Sewer Line, A.C., Class as required L.F. 803 73.75 59,221 25 84.01 6/,45 00 4 -A Standard Manhole Ea. 7 1,200.00 8,400 00 1,300:00 9,10 0 5 -A Extra Depth for Manholes V 1=. 25.5 70 1,78300 100.01 2,55 OC 6 -A Concrete Encasement for 24" Sewer Line at Creek Crossing L.F. 100 36. 3,61)L[00 700.01 TO 06 7 -A Connect to Existing Wet WeT1 1:a. 1 500.60 50 00 6,000.11 6,0 OC 8 -A Abandon Existing Manhole, - Manhole Install New & Connect to Existing 18" Sewer Line Ea. 7 1,/50.0 T, 00 8,000.11 8,00 00 TOTAL ALTERNAIL ISID "A" $ 155,068 $ 186,1// 00 BID TABULATIONS BIDS TXIENDED AND CHECKED By: Date: Sheet: LCB, DGC, CLA 6 -15 -82 9 of 9 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -163 BID DATE 6 -14 -82 TIME 2:00 P.M. PANHANDLE CONSTRUCTION CO. BLAND CONSTRUCTION CO. LOCATION ROUND ROCK, TEXAS DESCRIPTION 1982 C.I.P. WASTEWAIER LINt IMP. ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST ALTERNAtE 8ID "B ": 1 -B 18 Sewer Line, P.V.C. SDR -35; or J -M Perma -Loc; or A.C., Clas as require. . . : 11 "'III .° "1111111111111 2 -B 24" Sewer Line, J -M Perma -Loc; A.C., Class as required; Ductil= Iron, Class 50; Vitrified Clay; or .'., ass :1 :j 11' "Ill 3 -B 27" Sewer Line, J-M Perma -Loc; A.C., Class as required; Ductil ME 111 Iron, Class 50; Vitrified Clay; or ' .'. ass tusimmic_ �rmiislfi'1.. if • e�'�k_�_ �i Be:fa 1TF.Tal ima, . - 0EIIIIgnim_ilp11I1x1IC 11I liiima , :� 11iw:11I1 11' mat 11.11 11 , 1' / 1 11 -: xtra Pep or 'an o es 6 -B Concrete Encasement of 27' Sewer Line at Creek Crossin. TOO : It 3,:11 Or 100.1 10,111' 01' onnect to tin ing "et "e a. II It II II • II 1 11i II 8 -B Abandon Existing hfanhoT - e, InstaTT New Manhole & connect o xis 1ng : ewer ine a. 1 11 1 It : 111 It : 111' If 1 , '„ : 1 .1 ' 1 1. It I NMI mm mm-mm l uj at uj fsz PAM z jv gL �,. c ,DC7X25 -505 22L Ire 7 I WWI • r -. L1 x Tra q i . A7 0A.1°S LOT LI MINE 11=1110 o I x x X T f C45. 5L. Cal I145RRIL A C07W LOT 5 LLJ - - _ LU liiiiiiiiiijim mill 1 1:11 11 111111 11111111 ommmmmom alwmmow Rawamommom .� UL CL VFI 77� C(5 M LU— -- ------ - -- — - ------ '....E. -- ! -� 710 v � r la iz;i 70i5 4E Vz ------------- a Z, - - --- -- -- - -- V y —1— 3 5 - - -- 'tram E r O 1 710kA a g ah ° i NIN HY E. HAYN19 ELEAS D- r OF milg! Mill 11,211111111M MIME Raw -