Loading...
R-85-725 - 5/23/1985ATTEST: T9CITYE RESOLUTION NO. 7as2 MIKE ROBINSON, Mayor City of Round Rock c WHEREAS, the City has duly advertised for bids for the construction of 1984 Water and Wastewater Improvements, and WHEREAS, Bay Maintenance Company, Inc., submitted the lowest and best bid, and WHEREAS, the Council wishes to accept the bid of Bay Maintenance Company, Inc., and to authorize the construction of said utility improvements, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the bid of Bay Maintenance Company, Inc., is hereby accepted as the lowest and best bid, and the Mayor is authorized and directed to execute on behalf of the City a contract with Bay Maintenance Company, Inc. for the construction of said 1984 Water and Wastewater Improvements. RESOLVED this day of ' 12 - 20-V, , 1985. 1 I r CITY OF ROUND ROCK, TEXAS 1984 C.I.P. WATER & WASTEWATER IMPROVEMENTS CONTRACT DOCUMENTS AND SPECIFICATIONS Bids will be received at the Round Rock City Hall located at 214 East Main Street, Round Rock, Texas 78664, at 2:00 p.m., Tuesday, May 14, 1985. Specification No. Haynie & Kaltman, Inc. CONSULTING ENGINEERS 1106 South Mays • Round Rock, Texas 78664 • (512) 255-7861/12212 Technology Blvd., Suite H • Austin, Texas 78727 (512) 250 -8611 May 8, 1985 ADDENDUM NO. 1 1984 C.I.P. - WATER AND WASTEWATER IMPROVEMENTS Addendum No. 1 to the Plans, Specifications and Contract Documents for the 1984 C.I.P. - Water and Wastewater Improve- ments for the City of Round Rock. 1. All reinforced concrete pipe used in the wastewater interceptor(s) shall have a minimum calcium carbonate equiva- lency of 65 %. 2. Precast manholes shown in the attached detail are approved alternates. 3. The only poly- wrapped sections of water line shall be at thrust blocks. 4. Replace Sheets 10, 12, 14, 15, 17, and 20 of the Proposal with the attached Revised Sheets. 5. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2 of 25 of the Proposal. ADDENDUM NO. 1 - 1/1 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING Haynie & Kallman, Inc CONSULTING ENGINEERS 1106 South Mays • Round Rock, Texas 78664 • (512) 255- 7861/12212 Technology Blvd., Suite 11 • Austin, Texas 78727 (512) 250.8611 May 10, 1985 ADDENDUM NO. 2 1984 C.I.P. - WATER AND WASTEWATER IMPROVEMENTS Addendum No. 2 to the Plans, Specifications and Contract Documents for the 1984 C.I.P. - Water and Wastewater Improve- ments for the City of Round Rock. 1. Replace Pages 2 of 25 and 16 of 25 of the Proposal with the attached revised pages. 2. All Bidders shall acknowledge receipt of Addendum No. 2 on Page 2 of 25 of the Proposal. ADDENDUM NO. 2 - 1/1 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING RING AND COVER. A MAXIUM OF 4 GRADE RINGS WILL BE ALLOWED 10 RAISE THE MANHOLE COVER RECESSED O ASTM 443 PRECAST BASE MANUFACTURED BY MOOR -TEX CONCRETE PRODUCTS OR APPROVED EQUAL. PRECAST SECTIONS —� PER ASTM C478 A 4" 4 18" 4e' I.D. INVERT IS FORMED IN THE FIELD BY CONTRACTOR.. NOT TO SCALE _ GROUT ANNULAR SPACE 0 L JTHE MANHOLE BASE SHALL BE BEDDED' ON 18" OF 2 SACK PER YARD CEMENT STABILIZED SAND. THE CONTRACTOR SHALL LEVEL AND PLUMB THE BASE PRIOR TO SETTING THE PRECAST MANHOLE RISER SECTIONS ON THE PRESENT CONCRETE BASE.. PRECAST MANHOLE ON PRECAST BASE FOR PIPE SIZES 30" AND LARGER RESILIENT GASKET CONNECTI REDUCER s ' 1 1 a 1 1 1 1 1 1 1 1 1 1 1 1 FINLAND OTT Of AUSTIN aw5 AND COVER. A MAMINUM OF 0 MADE MISS WILL SE MEOWED TO RAISE THE WARIOL' coVER. ( REF. SECT. w1A'6I..PS7 0 RING (REF. SECT. VII A- 15b, RSS 1 PRECAST RASE W/ STEEL REINFORCEMENT PER ASTM C-4711 82A "DT- TO SCALE - PRECAST SECTIONS PER AVM C -62-A I2' THRU 24' WASTEWATER MAIN THE MANHOLE BASE SHALL BE BEDDED ON IB ° OF 2 SACK PER YARD CEMENT STABILIZED SAND. THE CONTRACTOR SHALL LEVEL AND PLUMB THE BASE PRIOR TO SETTING THE PRECAST MANHOLE RISER SECTIONS ON THE PRESENT CONCRETE BASE. STANDARD PRECAST MANHOLE= ON PRECAST BASE FOR PIPE SIZES 12" THRU 24" He . Kaftan, Inc. Al OOH 6 aY05AE1"_ RwM R sk Tyr 1 4 'an NM , 111111 MO 1111111 ME ME . 11110 UM Ft.bittiLE "BOOT tr NOT TO SCALE TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS SPECIAL 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 NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 1984 C.I.P. WATER & WASTEWATER 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., Tuesday, May 14, 1985, and then publicly opened and read, for furnishing all plant, labor, material and equipment and per- forming all work required for the construction of Water and Wastewater Line Improvements, located in Round Rock, William- son 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 1984 C.I.P. Water & Wastewater Improve- ments, to be opened at 2:00 p.m., Tuesday, May 14, 1985." 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 & Kaltman, Inc., beginning April 22, 1985, on deposit of fifty dollars ($50.00) 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 & Kaliman, Inc., 1106 South 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 missions from the Plans, Specifications or other documents, or should be in doubt as to their meaning, he should notify the Engi- neer, Haynie & Kaltman, 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 330 calendar days after Notice to Proceed from the Owner. Page 2 of 2 RETURN PROPOSAL GUARANTEES INSTRUCTIONS TO BIDDERS PROPOSAL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed enve- lope addressed to: City of Round Rock 214 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: "BID FOR 1984 C.I.P. - WATER AND WASTEWATER IMPROVEMENTS, to be opened at 2:00 p.m., Tuesday, May 14, 1985." 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 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 returned to the respective bidders whose proposals they accompany. 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 sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the low- est responsible bidder's proposal, and to waive any informal- ity 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. 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 2 of 3 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 PIPE SPECIAL INSTRUCTIONS TO BIDDERS All pipe shall conform to the City of Austin Standard Con- struction Specifications, for the intended use and service, as a minimum unless otherwise noted. EASEMENTS Bidders shall pay special attention to the Special Conditions of Agreement, Section 02 -03 - Lands for Work. 1 of 1 1 1 4 1 1 1 1 1 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF 1984 C.I.P. WATER & WASTEWATER 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 25 • 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 within 330 calendar days after Notice to Proceed from Owner. *If awarded the Contract, the undersigned also agrees to com- plete the Downtown Water Line - Line "A ", Downtown Water Line - Line "B ", and the Onion Creek Interceptor portions of the work within the first 180 calendar days after Notice to Pro- ceed from the Owner. 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 #1 May 8, 1985 #2 May 10, 1985 Page 2 of 25 *Revised per Addendum No. 2 e 1 i SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: BAY MAINTENANCE COMPANY, INC. 5/14/65 Name of Contractor Date Original Bid Proposal (in file) Executed by Frank Dan King Executed by (Signature) Box 8859 (512) 598 -2535 Business Address Telephone Number Horseshoe Bay City (Seal if Bid is by a Corporation.) ATTEST: Original Bid Proposal (in file) Attested by Patsy Frasier Llano Texas County State Page 3 of 25 President Title or Position 78654 Z ip ' PROPOSAL BIDDING SHEET 4 I' CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: DOWNTOWN WATER LINE - LINE "A" r, JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK 11 Gentlemen: I Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous II items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to i wit: i Bid Item Description Unit 7 Item Quantity Unit and Written Unit Price Price 1 Amount 1 615 L.F. 16" D.I. Water Line, complete in place, per linear foot for Thirty -Four Dollars and No Cents $ 34.00 $ 20,910.00 2 1 L.S. Wet Connection, including All Fittings, Piping, Adaptors, 12" Tapping Sleeve and Valve, not including Reducer, complete in place, per lump sum for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 3 2 Ea. 16" Butterfly Valve, including Box and Cover, Valve Marker Sign and Post, com- plete in place, per each for Two Thousand Dollars and No Cents $ 2,000.00 $ 4,000.00 4 2,520 L.F. 12" D.I. Water Line, complete in place, per linear foot for Twenty -Nine Dollars and No _ Cents $ 29.00 $ 73,080.00 Page 4 of 25 cr1 IF I Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount II 5 3 Ea. 12" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 2,400.00 6 2 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each 1 for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 700.00 II 7 2 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings 1 and 6" Gate VOTE, complete in place, per each for Eight Hundred Dollars I and No Cents $ 800.00 $ 1,600.00 8 60 L.F. Bore and Pressure Grout - M.P.R.R. for II 12" D.I. Water Line, complete in place, per linear foot for Two Hundred Dollars ii and No Cents $ 200.00 $ 12,000.00 9 40 L.F. Bore and Encasement - Hwy. 620 for 12" I D.I. Water Line, complete in place, per linear foot il for Two Hundred Dollars and No Cents $ 200.00 $ 8,000.00 10 1 Ea. 2" Automatic Air Release Valve, includ- il All Fittings, Piping, Vault and Cover, — and Air Release Valve Marker Sign and Post, complete in place, per each il for Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 I 11 1 L.S. Wet Connection, including All Fittings, Piping, Adaptors, 12" Tapping Sleeve and Valve, not including Reducer, complete II in place at Hwy. 620, Sta. 30 +82.25, per lump sum II for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 Page 5 of 25 1 1 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 12 7.05 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 17,625.00 13 7,000 S.Y. Revegetation, per square yard 14 18 L.F. Concrete Encasement of 12" D.I. Water Line, complete in place, per linear foot BIDDER TO FILL -IN THE FOLLOWING: for No Dollars and Fifty Cents $ .50 $ 3,500.00 for Twenty -Five Dollars and No Cents $ 25.00 $ 450.00 TOTAL - DOWNTOWN WATER LINE - LINE "A" $ 150,065.00 (Items 1 thru 14) If 16" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 1 above If 12" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 4 above If 12" C -900 P.U.C. Water Line is allowed, Deduct $ Zero per linear foot on Bid Item No. 4 above Page 6 of 25 I, C1 : d q 1 CONTRACT: 1984 C.I.P. - WATER b WASTEWATER IMPROVEMENTS JOB NAME: DOWNTOWN WATER LINE - LINE "B" JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Quantity Unit PROPOSAL BIDDING SHEET Item Description and Written Unit Price 15 4,808 L.F. 16" D.I. Water Line, complete in place, per linear foot for Thirty -Four Dollars and No Cents $ 34.00 $ 163,472.00 16 1 Ea. 16" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Two Thousand Dollars and No Cents $ 2,000.00 $ 2,000.00 17 1 Ea. 10" Clayton Altitude Valve Model #2106 -01 or Approved Equivalent, including Flange Adaptor Couplings, Piping, Pressure Send- ing Line, Vault and Cover, and Altitude Valve Marker Sign and Post, complete in place, per each for Nine Thousand Dollars and No Cents $ 9,000.00 $ 9,000.00 Page 7 of 25 Unit Price Amount g Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 18 1 L.S. 16" Tank Tap Assembly, including 16" II Cast Iron Inlet and 16" Gate Valve, com- plete in place, per lump sum C' for Seven Thousand Dollars and No Cents $ 7,000.00 $ 7,000.00 19 3 Ea. 10" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each ill for Six Hundred Dollars and No Cents $ 600.00 $ 1,800.00 II 20 13 L.F. 10" D.I. Water Line, complete in place, per linear foot C for Twenty Dollars and No Cents $ 20.00 $ 260.00 21 80 L.F. Bore and Encasement - Gattis School Road for 16" D.I. Water Line, complete in place, per linear foot [' for Three Hundred Dollars and No Cents $ 300.00 $ 24,000.00 F 22 50 L.F. Bore and Encasement - Driveway and Trees for 16" D.I. Water Line, complete in place, per linear foot 1 for Two Hundred Twenty Dollars and No Cents $ 220.00 $ 11,000.00 III 23 2 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 700.00 [11 24 2 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings and 6" Gate Valve, complete in place, per ' each for Eight Hundred Dollars and No Cents $ 800.00 $ 1,600.00 Page 8 of 25 L ; Bid Item Quantity Unit Item Description and Written Unit Price 25 64 L.F. Bore and Encasement - Hwy. 81 for 16" D.I. Water Line, complete in place, per linear foot for Two Hundred Fifty Dollars and No Cents $ 250.00 $ 16,000.00 26 4 Ea. 16" Butterfly Valve, including Box and Cover, Valve Marker Sign and Post, com- plete in place, per each 27 60 L.F. Concrete Encasement of 16" D.I. Water Line, complete in place, per linear foot 28 4.5 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton Unit Price Amount for Two Thousand Dollars and No . Cents $ 2,000.00 $ 8,000.00 for Twenty -Five Dollars and No Cents $ 25.00 $ 1,500.00 for Four Thousand Dollars and No Cents $ 4,000.00 $ 18,000.00 29 10,700 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 5,350.00 30 1 Ea. Flushing Valve Assembly, including All Valves, Fittings, Pipes, Blocking, Marker Sign and Post, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 31 40 L.F. Concrete Cap of 16" D.I. Water Line, complete in place, per linear foot for Fifteen Dollars and No Cents $ 15.00 $ 600.00 TOTAL - DOWNTOWN WATER LINE - LINE "B" (Items 15 thru 31) Page 9 of 25 $ 271,282.00 BIDDER TO FILL -IN THE FOLLOWING: *If 16" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 15 above Page 10 of 25 *Revised per Addendum No. 1 PROPOSAL BIDDING SHEET CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: McNEIL ROAD WATER LINE JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: ill Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- 4 tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater ' 11 Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 32 2,205 L.F. 12" D.I. Water Line, complete in place, per linear foot for Thirty No Dollars and Cents $ 30.00 $ 66,150.00 33 1 L.S. Wet Connection - IH -35, including All Fittings, Piping, Adaptors, 10" Tapp ng Sleeve and Valve, not including Reducer, complete in place, per lump sum for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 2.500.00 ' 34 1 L.S. Wet Connection - Sta. 0 +20, including All Fittings, Piping, Adaptors, 12" !-• Wiping Sleeve and Valve, not including Reducer, complete in place, per lump sum for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 [.1 [' Page 11 of 25 1 • [1 [1 11 Bid Item Quantity Unit 35 0.49 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 1,225.00 36 4,900 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents S .50 $ 2,450.00 BIDDER TO FILL -IN THE FOLLOWING: Item Description and Written Unit Price TOTAL - McNEIL ROAD WATER LINE $ 74,825.00 (Items 32 thru 36) *If 12" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 32 above *If 12" C -900 P.V.C. Water Line is allowed, Deduct $ Zero per linear foot on Bid Item No. 32 above Page 12 of 25 *Revised per Addendum No. 1 Unit Price Amount PROPOSAL BIDDING SHEET CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS t JOB NAME: W. ANDERSON AVENUE WATER LINE E . JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK ° , Gentlemen: I Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous F ' items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and ^ . bond for completing said project within the time stated, for the following prices, to 1 wit: Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount tt e' 37 365 L.F. 12" D.I. Water Line, complete in place, per linear foot for Thirty -Five Dollars III and No Cents $ 35.00 $ 12,775.00 38 1 L.S. Wet Connection - Sta. 3 +64.8, including _' p ni g All Fittings, Piping, Adaptors, 6" Tap- Sleeve and Valve, not including Reducer, complete in place, per lump sum Li for Two Thousand Dollars and No Cents $ 2,000.00 $ 2,000.00 II 39 1 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each f. 11 for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 350.00 (1 40 1 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings or 6" Gate Valve, complete in place, per [1 each and No Cents $ 800.00 $ 800.00 Page 13 of 25 1 for Eight Hundred -Dollars 11 11 1 11 11 Bid Item Quantity Unit 41 .35 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton and No Cents $ 2,500.00 $ 875.00 42 800 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 400.00 TOTAL - W. ANDERSON AVENUE WATER LINE $ 17,200.00 (Items 37 thru 42) BIDDER TO FILL -IN THE FOLLOWING: for Twenty -Five Hundred Dollars *If 12" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 37 above *If 12" C -900 P.V.C. Water Line is allowed, Deduct $ Zero per linear foot on Bid Item No. 37 above Item Description and Written Unit Price Page 14 of 25 *Revised per Addendum No. 1 Unit Price Amount '1 1 11 Gentlemen: Bid Item Quantity Unit PROPOSAL BIDDING SHEET CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: CHISHOLM VALLEY WATER LINE JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Item Description and Written Unit Price 43 3,430 L.F. 16" D.I. Water Line, complete in place, per linear foot for Twenty -Eight Dollars and No Cents $ 28.00 $ 96,040.00 44 140 L.F. Hwy. Bore and Encasement for 16" Water Line, complete in place, per linear foot for Two Hundred Dollars and No Cents $ 200.00 $ 28,000.00 *45 1 L.S. Wet Connection - Sta. 19 +20, including All Fittings, Piping, Adaptors, 12" Tap- ping Sleeve and Valve, not including the Tee or Reducer, complete place, per lump sum for Twenty -Five Hundred Dollars Unit Price Amount and No Cents $ 2,500.00 $ 2,500.00 46 1 L.S. Tank Tap Assembly, including 16" Cast Iron Inlet and 16" Gate Valve, complete in place, per lump sum • for Sii Thousand - Dollars and No Cents $ 6,000.00 $ 6.000.00 Page 15 of 25 *Revised per Addendum No. 1 i L1 Bid Item Quantity Unit Item Description and Written Unit Price 47 4 Ea. 16" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Two Thousand Dollars 49 1 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings or 6" Gate Valve, complete in place, per each Unit Price Amount and No Cents $ 2,000.00 $ 8,000.00 *48 10 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 3,500.00 for Eight Hundred Dollars and No Cents $ 800.00 $ • 800.00 50 1 Ea. 5 -1/4" Flushing Valve Assembly, including All Valves, Fittings, Marker Sign and Post, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 51 1 Ea. 2" Automatic Air Release Valve, including All Fittings, Piping, Vault and Cover, ana Air Release Valve Marker Sign and Post, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 52 2.03 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Five Thousand Dollars and No Cents $ 5,000.00 $ 10,150.00 53 7,600 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 3,800.00 • TOTAL - CHISHOLM VALLEY WATER LINE $ 160,590.00 (Items 43 thru 53) Page 16 of 25 *Revised per Addendum No. 2 Bid Item Description Unit • Item Quantity Unit and Written Unit Price Price BIDDER TO FILL -IN THE FOLLOWING: 11 1 11 m [1 11 1 11 11 1 11 11 *If 16" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 43 above Page 17 of 25 *Revised per Addendum No. 1 Amount CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: ONION CREEK INTERCEPTOR JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Description Item Quantity Unit and Written Unit Price 54 4,231 L.F. 24" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J.M. Permaloc; or Spirolite, All Depths, complete in place, per linear foot for Fifty -Five Dollars and No Cents $ 55.00 $ 232,705.00 55 100 L.F. Hwy. Bore and Encasement for 24" D.I. Cl. 50 with Thin Wall Steel Casing, com- plete in place, per linear foot for Three Hundred Twenty Dollars and No Cents $ 320.00 $ 32,000.00 56 70 L.F. Concrete Cap of 24" Sewer Line, complete in place, per linear foot for Fifteen Dollars and No Cents $ 15.00 $ 1,050.00 57 6 Ea. Standard Manhole, including Bolted Gasketed Cover, complete in place, per each for One Thousand and No PROPOSAL BIDDING SHEET Page 18 of 25 Unit Price Amount Dollars Cents $ 1,000.00 $ 6,000.00 4 11 58 C1 q I,1 Bid Item Description Item Quantity Unit and Written Unit Price 2 Ea. Standard Manhole, including Bolted Gas - keted Cover, without Check Valve, com- plete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 2,000.00 59 1 Ea. Standard Manhole, including Bolted Gasketed Cover and Vent, complete in place, per each for Fourteen Hundred Dollars and No Cents $ 1,400.00 $ 1,400.00 60 28 V.F. Extra Depth for Manholes, complete in place, per vertical foot for One Hundred Dollars for One Thousand Dollars Unit Price Amount and No Cents $ 100.00 $ 2,800.00 61 1 Ea. Manhole Built Around Existing 21" Sewer Line, including Bolted Gasketed Cover, complete in place, per each and No Cents $ 1,000.00 $ 1,000.00 62 2 Ea. Standard Manhole, including Bolted Gas - keted Cover and Vent, without Check Valve, complete in place, per each for Fourteen Hundred Dollars and No Cents $ 1,400.00 $ 2,800.00 63 9,400 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 4,700.00 TOTAL - ONION CREEK INTERCEPTOR $ 286,455.00 (Items 54 thru 63) Page 19 of 25 PROPOSAL BIDDING SHEET `' CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: CHISHOLM VALLEY INTERCEPTOR - LINE "A" C, JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: 11 Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- T, tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and } bond for completing said project within the time stated, for the following prices, to wit: Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 111 64 130 L.F. 12" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J -M Permaloc; or Spirolite, All Depths, complete in place, per linear foot for Fifty Dollars di and No Cents $ 50.00 $ 6,500.00 *65 130 L.F. Concrete Cap of 12" Sewer Line, complete I in place, per linear foot for Fifteen Dollars and No Cents $ 15.00 $ 1,950.00 66 1 Ea. Standard Manhole, including Bolted Gasketed Cover, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 67 1 Ea. Connection to Existing Manhole, complete in place, per each for Two Hundred Fifty Dollars and No Cents $ 250.00 $ 250.00 Page 20 of 25 *Revised per Addendum No. 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price 68 6 S.Y. Remove and Restore Reinforced Concrete Rip -Rap, complete in place, per square yard r, 11 E1 Amount for One Hundred Dollars and No Cents $ 100.00 $ 600.00 69 290 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 145.00 TOTAL - CHISHOLM VALLEY INTERCEPTOR - LINE "A" $ 10,445.00 (Items 64 thru 69) Page 21 of 25 1 1 1 11 I 1 PROPOSAL BIDDING SHEET CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS ' JOB NAME: CHISHOLM VALLEY INTERCEPTOR JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Quantity Unit Item Description and Written Unit Price 70 2,481 L.F. 15" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J -M Permaloc; or Spirolite, All Depths, complete in place, per linear foot for Thirty -Eight Dollars and No Cents $ 38.00 $ 94,278.00 71 686 L.F. 18" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J-M Permaloc; or Spirolite, All Depths, complete in place, per linear foot for Forty -Two Dollars and No Cents $ 42.00 $ 28,812.00 72 420 L.F. Hwy. Bore and Encasement, 18" D.I., Cl. 50 with 24" Steel Casing, complete in place, per linear foot for Three Hundred Dollars and No Cents $ 300.00 $ 126,000.00 Page 22 of 25 Unit Price Amount rl Bid Item Quantity Unit 1, t. 1 11 Item Description and Written Unit Price 73 40 L.F. Bore and Encasement of 15" Sewer Line, complete in place, per linear foot for Two Hundred Dollars and No Cents $ 200.00 $ 8,000.00 74 120 L.F. Concrete Cap of 15" Sewer Line, complete in place, per linear foot for Fifteen Dollars and No Cents $ 15.00 $ 1,800.00 75 1 Ea. Standard Manhole with Standard Cover, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 76 6 Ea. Standard Manhole, including Bolted, Gasketed Cover, complete in place, per each for Eleven Hundred Dollars and No Cents $ 1,100.00 $ 6,600.00 77 2 Ea. Standard Manhole, including Bolted, Gasketed Cover and Vent, complete in place, per each Unit Price Amount for Fifteen Hundred Dollars and No Cents $ 1,500.00 $ 3,000.00 78 2 Ea. Connection to Existing Manholes, complete il l in place, per each for Five Hundred Dollars and No Cents $ 500.00 $ 1,000.00 11 79 30 V.F. Extra Depth for Manholes, complete in place, per vertical foot for One Hundred Dollars and No Cents $ 100.00 $ 3,000.00 Page 23 of 25 4 y E l Bid Item Quantity Unit 80 5,500 S.Y. Revegetation, per square yard Item Description: and Written Unit Price for No Dollars and Fifty Cents $ TOTAL - CHISHOLM VALLEY INTERCEPTOR $ 276,240.00 (Items 70 thru 80) Page 24 of 25 Unit Price Amount .50 $ 2,750.00 DOWNTOWN WATER LINE - LINE "A" DOWNTOWN WATER LINE - LINE "B" McNEIL ROAD WATER LINE W. ANDERSON AVENUE WATER LINE CHISHOLM VALLEY WATER LINE ONION CREEK INTERCEPTOR CHISHOLM VALLEY INTERCEPTOR - LINE CHISHOLM VALLEY INTERCEPTOR TOTAL - 1984 C.I.P. WATER AND WASTEWATER IMPROVEMENTS BID SUMMARY Page 25 of 25 BASE BIDS $ 150,065.00 $ 271,282.00 $ 74,825.00 S 17,200.00 $ 160,590.00 $ 286,455.00 $ 10,445.00 $ 276,240.00 $ 1,247,102.00 AGREEMENT THE STATE OF TEXAS [ KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON j THAT THIS AGREEMENT is hereby made and entered into this =3 day of /`7/9j , A.D., 1985, by and between THE CITY OF ROUND ROCK, TEXAS, its Mayor, Party of the First Part, hereinafter termed OWNER, and BAY MAINTENANCE COMPANY, INC., of the City of Horseshoe Bay, County of Llano, and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and perform- ed by the Party of the First Part (OWNER), and under the con- ditions expressed in the bond bearing even date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as fol- lows: 1984 C.I.P. WATER & WASTEWATER IMPROVEMENTS further described as the work covered by this specification consists of furnishing all labor, equipment, appliances, and materials, and performing all operations in connection with the excavation, installation of pipe lines and appurtenances, backfilling and compaction of trenches complete in accordance with the Plans, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessor- ies and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE & RALLMAN, INC., 1106 South Mays, Round Rock, Texas 78664, herein entitled the ENGINEER, each of `which had been identified by the CONTRACTOR'S written propo- sal, the General Conditions of the Agreement, and the Per- formance and - Payment hereof and collectively evidence and constitute the entire contract. Page 1 of 3 The CONTRACTOR hereby agrees to commence work within seven (7) days after the date written notice to do so shall have been given to him, and to substantially complete the same within 330 calendar days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The CONTRACTOR also agrees to complete the Downtown Water Line - Line "A ", Downtown Water Line - Line "B ", and the Onion Creek Interceptor portions of the work within the first 180 calendar days after Notice to Proceed from the Owner. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have exe- cuted this Agreement in the year and day first above writ- ten. CITY OF ROUND ROCK, TEXAS Party of the First Part (OWNER) BY: ATTEST: M ike Robinson, Mayor BY: Page 2 of 3 BAY MAINTENANCE COMPANY, INC. Party of the Second Part (CONTRACTOR) Ui� E /�iPSS.o�s'7 TTEST: (The following to be executed if the Contractor is a Corpora- tion.) , certify that I am the Secretary of the Corporation named as Contractor here- in; that , who signed this Contract on behalf of the Contractor was then V ice_ 74esidei✓f (official title) of said "Corporation, that said Contract was duly signed for and in behalf of said Cor- poration by authority of its governing body, and is within the scope of its corporate powers. Corporate Seal Page 3 of 3 1 BID BOND ttna, ETNA INSURANCE COMPANY HAR TFORD, CON NECTIC U T The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW AL(. MEN BY THESE PRESENTS, that we BAY MAINTENANCE COMPANY, INC. Horseshoe Bay, Box 8859, Marble Falls, TX 78654 as Principal, hereinafter called the Principal. and AETNA INSURANCE COMPANY, Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto The City of Round Rock as Obligee, hereinafter called the Obligee, to the sum of Five Percent Maximum Amount Bid Bond No, Dollars (S 5% GAB ), for the payment of which .sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, adminis- trators, successors and assigns, jointly and severally, firmly by these presents. !WHEREAS, the Principal has submitted a bid for 1984 C.I.P. Water and Wastewater Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter Into a Contract with the Obligee in accord- a nce with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient s urety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the dif- ference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14th day of May Revised to February, 1970 SR 57145 X Printed in U.S.A. (witness) BAY MAI ENANCE COMPANY, INC. mtw) Attorney —in —Fact 19 85. (SW) (Sun GontleC`icul hagmg ingziL THERESA its ituo and lawful attorney dee cCRANIE; j•POWER O _ � �, f � • TNA iN$URANCE �✓� /\/\1\/ w Y'tif'� � � '\/\ . r . OR CO�tVECT40UT '\ C \% i �j• ../ � u�\/W/4\\ \•�:\.l jam. i , ��;. \-z. /\ % \ %> \3%�i \ \f �1 ��\ •. • r, \ ^� \rte �% � %'`,\f � `;�: ^%ii �' � � r�� ;,✓\ . r!; -may,. .3•, . 1HartY a . � eq `• Jr CHARL'ES ,F- 1.6-- .1.;O 7GH. W •' rAP% 7 dt : A ` B F)RBAHA 4,40 'E' � ^. a Stilt ower uthont r � � /- Is act d, sublet[ t\1 - \\ -"' condn herernalter set font), b up, tags as Wb,b - s; ` f .� \l /," : % R �iI %N JX.s. An az all y \ � d . ' findert /^ Tfa S / ''\,,." \ r,_> -\• %/- ' �` !/ \' ' "' Y \ jt aTfin of surer Qs C. \� �\ '• \ \v! I{ESEPRESENT •Jhat,AETN � ( jMP AN Y a'YO IIo b(� bog yr�der bs (4.1,c--...-;.4., ws ke r 1, f \� opal office inl� t T 4 ,does �/�yoo ma :. \;*/, � ln� ✓ ` n %ad Y P1 " all of t • :�yg t�4 Da ' o'fi a* . %� ` Y� R P a�rMa y ne eby conl so e xec to e s reto the seal of t�to pmlwn as S r d \ / 1 fact, -- • s *. I to bind AETNA • I. �SUR>}N E•,e tttRANY thereby;ABill to the seetie. . nt as if t ttb / bbnd a e signed by t he dul4''�k l d ized officers of AETNA r INSURANCE COMPANY, andy�lt�.he�cis of said altout stop iRddul, my hererkg'o ' are hd`r oahlryd andr,ontrtrpdd. •r, , •.,•,. • -. Out power 01 attorney is•gta and by the aul yr,tyAhlhelOtl lyys appl,cabl6{tatudiaphs a1f1,7lcfEZ of the company. , %': ^^ , The president or Vice president/4'0y execute fidelity an¢ sufgt$T3on sand other bontl0 r,grltracts of 008ry "t " e supulalrons, undertak• a rngs, receipts. releases, deeds, leases of mortgages. con reuaL1`s!egreenierlls, policies. notices of appearance, ,f/a'ivere 1 cnatton and consents to moddrea- .--, tuns of connects as may be required in the ordinary course of busmess or by vote of the directors, and such execution may be attested where necessary or desirable and the seal of the company where necessary or desirable may be al fixed to the specdre Instrument by a secretary or an assistant secretary. The president or a vice president may wdh the concurrence of a secretary or an assistant secretary appoml and authorize an attorney . m -fact or any other ",, • person to execute on behalf of the company any such instruments and undertakings and to affix the seal of the company thereto where necessary or ' . desirable - The altos eysvn.fact under the preceding paragraphs of Ws article are authorized and empowered to certify to a copy of any of the bylaws of the corn- ' parry or any retolubons adapted by the directors or to the financial statement of the condltron of the company and to allot the seal of the company thereto , where necessary or desirable Thu power of attorneys signed and sealed by facsimile under and by the aulhonty of the following Resolution adopted by the Board of Directors of the " AETNA INSURANCE COMPANY at a meeting duty called and held on the 11th day of February, 1966 - RESOLVED THAT, in the execmron. attestation and sealing of any instrument or undertaking authorized by Article 11 of the Bylaws, - the signatures of the of liters and the facsimile seal of the Company affixed thereto shall be valid and binding upon the Company . . , IN WITNESS WHEREOF, AETNA INSURANCE COMPANY has caused These presents to be signed by Its Vice President and Its Secretary , ^�'' ,, corporate hereunto . , day\ ' - August • , •. 83 • . . Attest: •...^ , i ' ,- s. ENNSYLV COUNTY, OFD • � A RE / ?% /'. J' u � j�'s : 'r ; . ` \.� •: �'.r\ /G;` \'q:`:'! n'� r�' �• - . •_ \ \`r , y /\�• .•r /v.�/.'\\ /f\ �/ `,,, C% 1�, \,; .,_.. •y \•,,ti r � /\ .; , �' ✓/ . f1.7t y! ; �\ a s :v.,,, 4,\.. ti%� 83 b `,'\ 'AN LOUGHRAN .y,� ,,�, .' \ \ '• u de r Sign � � Y .� /: / . , f � � M / ✓ \ sue@ � \ \. � ..; • 1he; \•,; \, � `� s 9 dgffc ' � , , on ap / ✓. .' d` CR T , JR. .ncJr 'S � \�i `�'::. \ ✓� , , - �. ,7r, %\�r ,- \ I \i =v` j ? -•,� //�\. •r 1 ,, ;'� ; : , a wo �// ,. •/ ,� est g9d•Iher�i�lves to be 'g Ic Pre '�d t and ecre �E IN E CO y. c cv( t ✓ that 660,PMs stic(1 ! .\ �i \,i cep+esi d enl6gC•Aggr4Jyry bejn�,i7�o �o,do. executod• ( \� • 't qf� to go rti marl! tAe pu�posas ttugre aarta byslgni \, glues Pies! tent and Se Cme 4 td Se ryorrlxed.th seol offtje coipofo e fore sfru ed1,: \V �V v \ / .�\� \• \/ v • yi- v, O ,�: \u \4r.. // \\',i Yi, 3 / / ti u% r \%� i; ri /�\/\f\ U ;,',,:' „ ` ��J'\U /�.rr / ✓ /.�� \ \'. `A. (✓� y \ . /. �\/\ /�"•i '`�i• ` , � j l \l,f1`ri/• A \/Vii_'\ Jjj �\� '7'\'rV U r\ J/\ ,. �/•• _• �' .� i s * f : / \ 1 'i � /r` n • N %�/\. �� .-/\\ \ ,, A lf • ,., � ``hi�liWesz�er�s�tmy and al ✓��� \'�� ��y \ % . � ”' ✓��J! \ / `�� /j\\// /j'!^ i i % r / / % " ` ''' �_ � i ✓ ^ ` : x ' \,,,, l ✓ / �i ' \" v im, ` /� \� ' \ /\ f • 4%•;:,x,,\11 .f ■.r /,a \/ ./\'' f`a ✓l`, ^ \ /� % fD . , .. li• / yy,, \/ . %'`� \\/ \• `.,/' \\��/� / ` \ ,/r\�/ ,, 1;2 . � � .r� ` 3.-4_,/,."‘„:, ,..,,,,,,,./.„, 'n\ \/ . ,�� i�\ � v n \•(:',. ^\!�, � ,GERTIFI TE "•,44 . -V4Ya � / \\�� :\,�/n\,/ _ f'\\.. _ er33l'lddnEa.�SQQooLCta4'.bf.ihe AETNA M @ANCE"CC3(YIPAt�11''v C fQ C�IFY�f1r5 Alle27tzztve o 1�'�^\.' � "dpt t[ ` }�D - w�ro BOipey gy S7 l a tore lgnd;tws•nbl d` 1 \/� \ �,�yL. W, ,{"��ii foip9. 11) PO r from taree, W'M � \; :" \• n'' V; N.� ` / ,L^ /\,I /i �/! V'�/ /V7V ` \' \% \ / ` \ V r/ `�j'4Vt v \�'\. •%` ✓, k n '•� � r /` /%� /r1h %`\ \✓,ti. �` T \/;/.�\,. , s \\.� � \r/\\/� \ / / \✓ / \�`�� ✓r \ ,/UA L4rSea7eclof \ -'9 Y � \' \ / \: i�:b ,,\ �: �'A..,N Of d ' .� i . ' 7 %� % \ $' 'r \ ' �� \v: /`: \://\�' S' i s/,\:a \,�'•r,,C\/ Just, ,, ... ?, �, J f \ ./ �6�•. // , ,r?r � -• " . � % i \\� ✓ \��/ ` \! ` \ � : \/ �� �% % E � r SNP � j �/\ ✓ . / \ , \/ \. c i : /\,/,, ,•x ? „, ;. V. , " \ \,/ �. old'.a 5�, /r• • /• \,...!\ � r, n \/ ^V' ✓\/i`. ^ /^ 9 i \u� «��/\\ /\ n\ ice;! /'�r��'/ii\ /.\ lwi\� ✓ ✓�' \/ /w�� ..`' i /� ✓ %/`i/\;n` �; ✓:\\/,ate /�\/� �. �\ 4'�� - a r,�w�n �r , �\ 1 1 1 1 1 1 PERFORMANCE BOND PB-1 KO 29 52 43 9 THE STATE OF TEXAS I COUNTY OF`J�`,,,,w rte✓ / I KNOW ALL MEN BY THESE PRESENTS, THAT FJ ,07/�/j „,, /-7 /.r /lo� gi9/n� ?4 1,4P./ of the City of�R� -- /,�,/ %2 of County - 06{,0_,,-&-7” , and State of k/J -5 . as principal, and / 4 1 E1 - WA __) e6J,J�,�.,, y authorized under the laws of the'State of Texas to act as 1 surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK (OWNER)., in the penal sum of U.-I f-1 zf.✓r)x /2 TLl ,4r/7) 0 Dollars 0,/,../7/04 ew)) for the payment whereof, the said Principal I / - : y .:r_ y :v - and Surety bind themselves, and their heirs, ad executors, successors and assigns, jointly and severally, by 1 these presents: 1 WHEREAS, the Principal has entered into a certain written contract with the Owner dated the 2-3 day of /'7797" 1 19 0, to which contract is hereby referred to and made a 1 part hereof as fully and to the same extent as if copied at •length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully.perform.Said Con- ' tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; 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 term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNBSS WHEREOF, the said Princi al and Suret have signed and sealed this instrument this 3 day of ` /7/f» 19 f?S . /sue PB -2 Surety By 25;4 / V fI�T Add ress /j/i :F /7 - e f � 1 / � /LZD nC1,-= ��P�44 - �'%i1 ~s5 cs) 224.'5 06 The name and address of the Resident Agent of Surety is: p / 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF 11 /i / /F9i7? Sr.i PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, THAT 23,41 62/22A/6/ /A , of the City ofgH.P 4id County of e / , and State of cJs/ 3 , Rs principal, and ��9;�/1 �iyp�21� ��Ei�l�.i✓/ authori2ed under the laws of Ehe State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK (OWNER - , in the penal sum of Or/4 " /a1+4 e one 7 -b //'/./ D,2.ED T04-r- -6 T „h7 pF /t I�c� ✓DEED 7 , ' -/7 ,_ Dollars ($/ , /7 /,,7, ) 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 23 day of , 19 f, 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 KO 29 52 43 9 . 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 PrinCi al'and Su have signed and sealed this instrument this day of '/`> /9Y 19 g . Address i ?PS a hAPC 4 3 A 7 -ov /7f�/Y/l r7LJ�l%l7/C?� eflw ,1 Surety i1' • irc/z Ti tle • Address p// / y,� g,a .S 4 an 3 - 7 -- ;, , "? X , 73-.2 C,Z The name and address of the Resident Agent of Surety is: PB -4 A II ,� LL EXCESS LIABILITY La UMBRELLA FORM OTHER THAN UMBRELLA FORM TBD 5 -1 -86 BODILY INJURY AND PROPERTY DAMAGE COMBINED $ 1, 000, 3.,000, AUTOMOBILE LIABILITY A ® COMPREHENSIVE FORM CA0064894 OWNED HIRED NON -OWNED A D 25 (1.79) WORKERS' COMPENSATION and EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES WC0064892 NAME AND ADDRESS OF CERTIFICATE HOLDER City of Round Rock 214 East Main Round Rock, TX 78664 Attn: Insurance Dept. 4 -11 -86 4 -11 -86 . ® OM FJ. . Pl ERT7f � '#,J , h51 , r � 1T LS > ' fJREMO, ' NAME AND ADDRESS OF AGENCY CIMARRON INS. AGENCY, INC. 7700 SAN FELIPE, SUITE 8480 HOUSTON, TEXAS 77063 PHONE (713) 783 -4095 NAME AND ADDRESS OF INSURED ' Bay Maintenance Co., Inc. Horseshoe Bay Development Co., Inc. and Frank Dan King Horseshoe Bay Box 8859 Marble Falls, TX 78654 This is to certify that policies of insurance lis ed below have been issued to the insured named above and are In force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued o may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. . OMPANY LETTER A TYPE OF INSURANCE at GENERAL LIABILITY L I- a E COMPREHENSIVE FORM PREMISES— OPERATIONS ® EXPLOSION AND COLLAPSE E', HAZARD LX UNDERGROUND HAZARD ▪ PRODUCTS /COMPLETED OPERATIONS HAZARD LX CONTRACTUAL INSURANCE [2 BROAD FORM PROPERTY r _, DAMAGE Li{ INDEPENDENT CONTRACTORS 41 PERSONAL INJURY POLICY NUMBER TMP0064893 I W LO E LO. " COMPANIES AFFORDING COVERAGES LETTERNY A Northbrook Insurance Company COMP B LETTER COMPANY C LETTER COMP ETTEANY R COMPANY E LETTER POLICY EXPIRATION DATE 4 -11 -86 Limits of Liability in Thousands (000) IN BODILY JURY PROPERTY DAMAGE BODILY INJURY AND PROPERTYOAMAGE $ COMBINED PERSONAL INJURY BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) PROPERTY DAMAGE EACH OCCURRENCE $500, $100, $500, $100, $500, : $250, $500, AGGREGATE 800117 1NJURY AND PROPERTY DAMAGE STATUTORY $ 100, tiyk Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail ..10— days written notice to the below named certificate holder, but failure to mail such notice shall Impose no obligation or liability of any kind upon the company. MACH ACC.NTI DATE ISSUED `L• AUTHORIZED REHHkaLN■ AiirA Cimarron Insurance Agency, Inc Ronald L. Wininger, President n 5 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (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 1 POWER OF ATTORNEY Knout all men by these presents: That AETNA INSURANCE COMPANY a gorporatron of the State of Connecticut, having Its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the of Directors of the said Company on December 5, 1983, to wit RESOLVED rhSt pursuant to Article tO-ot the By -lawn, the following Ryles shalt govern the 85.000on for the Company of bonds, undertakings, recognuences, contracts and other wruinps n the nature thereof That a Presr4em, ens Senior Vxe President env Dice President any e President or Attorney in Teel may execute for end On behalf of the Company any end all bonds undertakings recegmeances, contracts end other wirings rn the nature thereof. Me same to 1110000151000811051000500000055541 attested by he 000000, a Secretary. or any ...stem ...stem Corporate Secretary end, the seal of the Company affixed thereto, end that the Preeid501 any Senor Vice 015014ent,any 3ice Plesid0nl or env Assetant Vice President may appoint and authorve any other Orr. lalaclad or appomtadl 01 the Company and Attorneys-m R4dt to so execute or attest 10 Me execution of alt such wnsiogs an behalf of the Company and to affix the seal of the Company ihereio 121 Any such wrung aaecutedmaccotdtnbew1M these Rues shall hens binding upon the Company many cases. though sgnedby the President and ettastedip be the Corpora% 5eueary al The sigrmtury of the Preerden1 or a Senior Site Pree,dent, or a Vice President or an Aesglant Vice Preagen, and the 04, 41 the Company nay 5003(004 by lawn.. on 50y power of at torney granted pure.anr tg inn Aeaghotpn and me sgnao of a 0.0Il0ing Officer and the seer of the Comp4nymey be afhaed by facsimile to env 0Ntlh0Ote of any such power, era any each power or certificate beard,' su0h laeaimae signature end Seals shall OsoOl3 and binding on the Company 141 Such Omer Officers of the Company, end Attorneys -in -Fact ala0 have authority 10 cerniy OF verify copies et this 5450100011, the ay -Laws of the Company end any article. or record of the Company necessary to the discharge of their dorms 151 ThepaRege of this Resolutiondoesnot revoke any what authority Tamed by Resolutions of the Board of Ovecto does hereby nominate, Constitute and appoint DANIEL R. JAMESON, CHARLES F. McCULLOUGH, ALLEN W. CRISS, JOANNE A. WALTER, and GERRY WATTNER, all of the City of Dallas, State of Texas — ��r , each individually 5 there be more than one named, its true and lawful attorney -in -fact, to make, execute, seal and deliver on Its behalf, and as its act and deed any and all bonds, under- takings, recognlzances, contracts and other writings in the nature thereof And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as If they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office IN WITNESS WHEREOF, the said H F McCranie, Jr , Vice - President, has hereunto subscribed his name and affixed the cor- porate seal o( the said AETNA INSURANCE COMPANY this 20th day of MARCH 19 AL- (SEAL) POWE SEAL) COMMONWEALTH OF PENNSYLVANIA COUNTY OF PHILADELPHIA as, On this 70th day of MARCH A b io , before me, a Notary Public of the Commonwealth of Pennsylvania in and for the County of Philadelphia came H F McCranie, Jr , Vice - President of the AETNA INSURANCE COMPANY tome personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same, and that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said Corporate seal and his Signature were duly affixed by the authority and direction of the said c tio15 / i hat Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is no 0. ik . ar v.Q ssbove watt OF Y EREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia the day and MARIA et. TRIVAREU1 • Nattily Pattie Phihdelpbis - Phdedclphie Nulty. PA My Cetatmsated Expires Felten, 28. 1889 MARIA -N. UV r LI J\ '' ;\1' j �G - - �t � d, Secretary of AETNA INSURANCE do hereby certify that the original - T1) Y, of which the foregoing ma full, true and correct copy, ism futtfOrce ark* effect In witness whereof, I have hereunto subscribed my name as Secretary. and $tftxAd the porjrorate seal of the Corporation, day of this RS 220974 Pill tit 15.30 A - Aetna Insurance company a CIGNA compares E=1 vice- President r Notary Public R,J Tfcteu Secretary 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS OF AGREEMENT Page 1. DEFINITIONS 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 GENERAL CONDITIONS OF THE AGREEMENT CONTENTS (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 20 7.01 Right of Owner to Terminate 20 7.02 Right of Contractor to Terminate 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment and Materials by Owner 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance 22 8.05 Disposition of Contractor's Equipment . . . 22 9. MEASUREMENT AND PAYMENT 23 9.01 Character of Measurements 23 9.02 Estimated vs. Actual Quantities 23 9.03 Payment 24 9.04 Monthly Estimates and Payments 24 9.05 Certificates of Completion 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit 25 9.08 Release of Liability 25 9.09 Contractor's Obligation 26 9.10 Payments Withheld 26 GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive mid- night. 1.02 Contract Documents. The Contract Documents shall con- sist of the 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 & Rallman, 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. GC -1 1.06 Owner. "Owner" shall mean The City of Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all draw- ings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engi- neer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contrac- tor to the Owner when and as approved by the Engi- neer. 1.08 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepar- ed by the Owner as a basis for proposals, (b) all sup- plementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, how- ever, include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term "substantially com- pleted" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous 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• GC -2 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if de- livered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litiga- tion it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Con- tract; that he shall determine all questions in rela- tion to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and find- ings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, how- ever, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the Con- tractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress re- quired under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. GC -3 2.03 Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or altera- tions diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Con- tract; otherwise such work shall be paid for as pro- vided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in prepa- ration for the work as originally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage aris- ing out of the nature of the work to be done or from the action of the elements or from any unforeseen cir- cumstances in the prosecution of the work or from unu- sual obstructions or difficulties which may be encoun- tered in the prosecution of the work shall be sustain- ed and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which GC -4 in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his em- ployees or his subcontractors and their employees. 2.07 Licenses Permits and Certificates. Except as herein- after stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is re- quired such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented inven- tion used by him in connection with the work done or material furnished under this Contract; provided, how- ever, that if any patented material, machinery, appli- ance, or invention is clearly specified in this Con- tract, the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Keeping of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with three (3) sets of executed Plans and Specifications without ex- pense to him, and the Contractor shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in ac- cordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation de- fined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifica- tions or Drawings, the Engineer shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examina- - tion, satisfied himself as to the nature and location GC -5 of the work, the conformation of the ground, the char- acter, quality and quantity of the materials to be en- countered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversa- tion with any officer, agent, or employee of the Own- er, either before or after the execution of this Con- tract, shall affect or modify any of the terms or ob- ligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifica- tions and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. 2.13 Payment for Extra Work. It is agreed that the compen- sation to be paid the Contractor for performing extra work shall be determined by one or more of the follow- ing methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or GC -6 Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, crafts- men, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power- driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges neces- sarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expens- es; (f) all incidental expenses incurred as a direct result of such extra work •including sales or use taxes on materials, payroll taxes, and the additional pre- miums for construction bonds, workmen's compensation, public liability and property damage, and other insur- ance required by the Contract where the premiums therefor are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also speci- fy in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equip- ment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superinten- dence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to GC -7 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 GC -8 r 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. GC -9 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. GC -10 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment in- ventory and records showing the satisfactory comple- tion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of Con- tract", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a compe- tent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superinten- dent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervi- sion of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to em- ploy only order y, 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 GC -11 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, GC -12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 GC -13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 sha be furnished by the Engineer. Whenever neces- sary, shall be suspended to anc of 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 p 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 agrded 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 GC -14 done under this Contract, to see that the said mater- ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under, this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right-of-Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and sea- sons in such order of precedence and in such manner as shall be most conducive to economy of construction; GC -15 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. GC -16 Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or per- sonnel, or where the Engineer determines that unrea- sonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspend- ed until he shall have provided adequate plant, equip- ment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neg- lect of the Owner or Engineer, or of any employee of either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as deter- mined by the Engineer shall be granted by the Owner; provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and con- tracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanent- ly from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 5,001.00 to $ 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,000.00 2,000,001.00 to 5,000,000.00 GC -17 $ 30.00 35.00 40.00 50.00 70.00 200.00 300.00 400.00 500.00 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 GC -18 of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The lia- bility coverage under this policy shall cover Indepen- dent Contractors. Liability limits for the Comprehen- sive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 25,000 each accident $ 50,000 aggregate 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been com- pleted and accepted by the Owner, an Owner's and Con- tractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liabil- ity Insurance ". 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Con- tract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work of all motor vehicles licensed for highway use, whe- ther they are owned, non - owned, or hired by the Con- tractor, in which shall specifically insure contrac- tual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehen- sive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insur- ance coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions GC -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 GC -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 GC -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 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 GC -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 GC -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 GC -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. GC -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. GC -26 SPECIAL CONDITIONS OF AGREEMENT 01 -06 OWNER SPECIAL CONDITIONS OF AGREEMENT SECTION 01 INFORMATION 01 - ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Haynie & Kallman, Inc., 1106 S. Mays, Round Rock, Texas 78664. Engi- neer of the Owner, or the Engineer's authorized representative, supervision or inspector to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor three (3) sets of conform- ing Contract Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from Engineer at commercial reproduc- tion rates plus 15% for handling. 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any exist- ing Resolutions, Codes and Ordinances, and any sub- sequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME Refer to the General Conditions of Agreement, Sec- tion 5.06, Page 17 for description. 01 -05 TIME OF COMPLETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Notice to Proceed. The "Owner" shall be the party of parties named in the Notice to Contractor. SC -1 01 -07 LOCATION The location of work shall be as mentioned in the Notice to Contractor and as indicated on the Plans. SECTION 02 - SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing construction, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncov- er their particular utility lines or otherwise con- firm their location. Certain utility companies perform such services at their own expense, how- ever, where such is not the case, the Contractor will cause such work to be done at his own ex- pense. 02 -02 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the Project and prior to final accep- tance and payment, the Contractor shall deliver this correctly marked set of drawings to the Engi- neer. 02 -03 LANDS FOR WORK The Owner is in the process of finalizing ease- ments, permits and site acquisition for lands upon which work is to be done. It is possible that delays on acquisition of some of the property owner's lands for easements may occur. In such cases, the Contractor shall schedule his work on easements and right -of -ways that already have been acquired while such easement acquisition procedures are in progress. No extra cost to Contractor shall be due by Owner for any delays caused by easement acquisition, but Owner may extend the calendar days of the contract, if delays occur. Within private lands, a 15 -foot or 20 -foot wide permanent easement and an additional temporary con- struction easement is provided for the Contractors use with conditions as follows: SC -2 15 -Foot or 20 -Foot Wide Permanent Easement - The Contractor has full use of the permanent easement for construction of the proposed improvements ex- cept for preservation of 8" diameter and larger trees. Trees to be saved with limbs in the way of construction shall be neatly trimmed with a chain - saw or a handsaw, if such limbs interfere with the construction operations. Temporary Easement (Varying width as shown on Plans) - The Contractor has limited use within the temporary construction easement. The temporary easement is shown on the Plans either straddling both sides of the permanent easement or along one side of the permanent easement. In either case, the temporary easement has been provided for con- struction operations. No clearing of existing trees is allowed within the temporary easement or at any other location on the private lands without express written permission from the Engineer or Landowner. If the Contractor damages or kills any trees within the temporary easement without express written permission from the Engineer or Landowner, he shall purchase new trees of the same type and size and re -plant them in the same location. Clearing of brush and small cedar trees may be allowed, if absolutely necessary for the construc- tion operations, but such clearing shall be allowed only after written permission of the Engineer or Landowner is given. The temporary construction easement has been provided for temporary storage of construction materials, cleared materials from the permanent easement and excavated materials from trench excavation. Clean -up shall be done on each tract of land as the work progresses. For instance, after the pipe is installed on one Landowner's tract, the Contractor shall immediately begin clean -up operations on that tract at the same time that work is beginning on the next tract of land. All dead trees and brush shall be removed from the permanent easement and the temporary easement. All excavated materials from the trench, not acceptable for use in trench backfill shall be removed from the tract, unless the Contractor makes other arrangements with the Landowner. All materials brought in by the Con- tractor shall be removed from the tract. In essence, the areas affected by the construction shall be left in a cleaner, neater manner than prior to construction. SC -3 No burning of trash, dead trees, and brush or any other materials shall be allowed. • The Contractor shall be liable to the Landowner for any injuries to cattle or other stock caused by animals falling in trenches or escaping through gates or fences being left open or injured or lost in any other way. The Contractor will make fair and equitable settlement with the Landowner for such damages prior to the 10% final retainage being released. The possession of firearms or other weapons on Landowners property is strictly forbidden in order to preserve the wildlife on the tract. The Contractor shall provide portable toilets with- in reasonable walking distance of the construction operations to maintain sanitary conditions on the job. All fences damaged by the Contractor shall be re- placed at the Contractor's expense with new mater- ials of the same type construction or other types as approved by the Landowner. All fences and gates shall remain intact and closed to prevent the loss of ranch stock. The permanent easement shall be used for the Con- tractor's ingress and egress to the tracts. All materials including pipe, appurtenances, bedding, concrete and other items shall be brought in along the permanent easement unless other arrangements are made between the Landowner and the Contractor. A shaker bucket with 8" or smaller openings shall be used to backfill trench above select bedding, unless Owner's inspector deems such method unneces- sary when backfill material is void of rocks larger than 8" in its greatest dimension. For work within the highway right -of -way, the Con- tractor shall contact Luther Toungate, Maintenance Foreman, Phone 512 - 863 -2842 in Georgetown, Texas, and follow his requirements. 02 -04 BLASTING FOR TRENCH EXCAVATION The City of Austin Blasting Ordinance shall be en- forced on this project. Copies of the ordinance SC -4 are available at no cost from the City of Austin Engineering Department, Permits Section, 301 W. 2nd Street, Austin, Texas. When the use or storage of explosives or other hazardous materials or equip- ment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervi- sion of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly flammable materials, shall conform to Federal, State and Local Laws and Ordinances. The following is a list of requirements in addition to Federal, State and Local Laws and Ordinances: 1. The Contractor shall furnish the Owner with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty -four (24) hours prior to using explo- sives. If blasting is covered under the Con- tractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The Contractor shall notify the City of Round Rock, Public Works Department, 255 -3612, at least twenty -four (24) hours prior to the use of explosives. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineer. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the Inspector, the permit, or by safe blasting practices. 5. The Engineer or his representative shall have the right to limit the use of explosives and /or blasting methods which in his opinion are dan- gerous to the public or nearby property of any kind. SC -5 6. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. (The Contractor is fully responsible for all claims resulting from his blasting operations.) 7. Monitoring by an independent testing laboratory is required when blasting within 500 feet of any structures. All slabs within 500 feet shall be inspected by the Contractor and test- ing laboratory representative before and after the blasting occurs. The cost of the testing labs services shall be borne by the Contrac- tor. All damage or loss to any property referred to in this article caused in whole or in part by the Con- tractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty Draw- ings or Specifications or solely to the acts or omissions of the Owner or Engineer or anyone em- ployed by either of them, and not attributable in any degree to the fault or negligence of the Con- tractor. 02 - 05 CITY OF AUSTIN STANDARD SPECIFICATIONS The City of Austin Standard Construction Specifica- tions for the Water & Wastewater Department are incorporated into this project by reference and they shall be applied to this project except as modified in TS:1 Technical Specifications attached herein and as modified on the Plans. TS:1 Techni- cal Specifications hold priority of interpretation over the City of Austin Standard Specifications. 02 - STANDARD DETAILS The Standard Details as shown on the Plans shall become a formal part of the Technical Specifica- tions on this project and shall have the same priority of interpretation as TS:1 Technical Speci- fications. 02 -07 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. SC -6 02 -08 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and re- cover reasonable cost thereof from Contractor. 02 -09 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improve- ments are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder progress of work. 02 -10 MINIMUM WAGE SCALE Wage rates paid for highway -heavy construction and paving and utilities incidental to general building construction in Zone 8 which includes Williamson County, Texas, in accordance with the latest revi- sions thereto; or the Associated Building Contrac- tors' wage rates. 02 -11 CONSTRUCTION INSPECTION The Owner shall provide an inspector to review the quality of materials and workmanship. 02 -12 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this contract, so authorized by the Owner, as shown on the drawings or described in the contract documents and techni- cal specifications. All items of construction not specifically paid for in the bid schedule shall be included in the unit price bids. Any questions arising as to the limits of work shall be left up to the interpretation of the Engineer. SC -7 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS MISCELLANEOUS The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1. Alignment shown on Plans shall be achieved by deflection in pipe and pipe joints not to exceed manufacturer's recommended maximum deflection, except where specific fittings are called for on Plans. There will be no additional pay for fittings used for deflection purpos- es, except for those specifically authorized by the Engineer. 2. It is the Contractor's responsibility to locate and pro- tect all existing utilities such as gas meters, water meters, valve boxes, fire hydrants, structures and other appurtenances that lie within the construction easement. It shall be the responsibility of the Contractor to repair, at his expense, all utilities, driveways, pave- ment, curb and gutter, sidewalk and any other items damaged during construction, regardless of whether all items are shown on the Plans. Take precautions when excavating, as shallow, live utility lines may be found within the construction easement. The location of existing overhead and underground utilities is approxi- mate. In addition to normal precautions when excavating for utility line construction, take extra precautions when excavating within 25 feet of any utilities shown on the Plans. 3. All pipe and fittings, at thrust blocks, shall be wrap- ped with 8 -mil (minimum) polyethylene film meeting ANSI - AWWAC105- current, with all edges and laps taped securely to provide a continuous and watertight wrap. 6. See Standard Details on the Plans for pipe bedding, valves, fire hydrants, and other items. 7. Dust control measures provided by Contractor at the dis- cretion of the City Inspector._ 8. No blasting will be allowed. A wheel -cut trench or other method as approved by the Engineer is required. TS -1 9. Trees in Permanent and Temporary Construction Easements: Careful clearing shall be done under the direction of the Engineer in the easements so as to save all trees of 8" diameter and larger. No trees of 8" diameter or larger and no ornamental trees or shrubs shall be damag- ed or removed without written consent of the Engineer. 10. When approaching existing water, sewer, or any other underground utilities, the Contractor shall excavate and verify exact elevations, locations and sizes prior to construction. The Contractor shall make grade adjust- ments in the proposed lines as required to pass under all existing utility lines, at no extra cost to the Owner. 11. 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 testing 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. 12. 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 equipment for same. 13. The "Measurement and Payment" procedures shall be as included in these Specifications. Bid items in the Pro- posal are for specific items noted on the Plans. Any items shown on the Plans but not included as a separate pay item in the Proposal shall be considered a subsid- iary item and no additional payment shall be made for such work. 14. All areas exposed during construction shall be revege- tated as directed by the Engineer. Revegetation of all exposed areas shall consist of sodding, seeding or hydromulching, at Contractor's option. Acceptability shall consist of a minimum 1 -1/2" growth over 85% of the area, with individual exposed areas not to exceed 10 square feet. 15. All debris, trash, tree stumps, broken concrete, as- phalt, etc. shall become the property of the Contractor and shall not be disposed of on the jobsite. "' TS -2 TECHNICAL SPECIFICATIONS WATER The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1. Water mains shall be Asbestos Cement Pipe, Class 200, PVC, Class 150, conforming to AWWA C -900, or Ductile Iron, Class 50, Poly- wrapped, 8 -mil minimum as shown on the Plans. 2. Valves shall be Mueller iron -body as appropriate to installation on by Engineer. 3. Service material shall be type "K" psi polyethylene tubing conforming with brass fittings. gate valve with ends piping, or as approved copper tubing or 160 to ASTM D2737, SDR 9 4. Fire hydrants shall be 3 -way Mueller, improved AWWA type, with pump nozzle for 4 -1/2" fire hose, or as approved by Engineer. A 6" gate valve and valve box shall be provided on each fire hydrant lead. 5. Sterilization of mains shall be done under the supervi- sion of the City, and the Contractor shall perform such sterilization and furnish additional flushing valves and test connections as necessary to perform tests and ster- ilization. The City will be responsible for bacteriolo- gical tests. If such bacteriological tests fail, the Contractor shall be responsible for re- sterilization of the mains. 6. Minimum cover over the top of water line shall be 36" unless otherwise specified on the Plans. 7. Forty -eight (48) hours prior to connection to the exist- ing water lines, contact the City of Round Rock, Direc- tor of Public Works, Jack Harzke, P.E., 255 -3612, and follow his requirements. 8. All water mains shall include water line, valve and air release valve markers per the Standard Details shown on the Plans. TS -3 9. The exact location of gate valves, fire hydrants, etc. shall be located in the field by the Contractor, at the direction of the Engineer. TS -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TECHNICAL SPECIFICATIONS WASTEWATER The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1. Sewer pipe shall be Vitrified Clay (ASTM C700); Asbestos Cement (Class 2400, Type II); J -M Permaloc (ASTM D1784, 12454C, 13364C); Spirolite (ASTM 1248, Type III, Class c, Category 5, Grade P34); P.V.C. (SDR -35); Ductile Iron Pipe (Class 50); or R.C.P. (Class III with 0-ring gasket and calcaveous aggregate, polygard lining is not requir- ed). 2. The size of the pipe shall be as shown on the Plans and in the Bid Proposal. 3. The type of manholes shall be as shown on the Plans. TS -5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BASIS OF MEASUREMENT AND PAYMENT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BASIS OF MEASUREMENT AND PAYMENT WATER VIA -9 WATER Unless stated otherwise in the contract documents, it is understood that all payments made are for finished work and include all labor, tools, mater- ials, constructing and completing the item on which payment is made. VIA -9.1 PIPE When called for in the proposal, pipe shall be paid for at the unit contract price bid per linear foot, for the size and type of pipe specified, complete in place. The bid price per linear foot shall in- clude all clearing, excavation, laying of pipe, backfilling and clean up. Measurement for length shall be the horizontal distance along the center- line of the pipe as surveyed by the Engineer. Pay- ment will also represent compensation for replace- ment of pavement, curb, drainage structures, drive- ways and any other improvements damaged during con- struction. Concrete blocking for supporting and reinforcing bends, concrete retards and thrust blocks shall be included in the cost for pipe. No separate payment will be made for welded joints, or harnessed joints required for thrust restraint which are scheduled or indicated on the drawings. VIA -9.2 FITTINGS Cast iron and ductile iron fittings furnished in accordance with these Specifications will be paid for according to ANSI A21.10 (AWWA C110) scheduled weights for mechanical joint fittings furnished. Class to be as specified in the contract documents. Short body fittings are approved. Steel cylinder concrete pipe fittings will not be paid for separately. The Contractor shall include these in his bid for the laying of pipe. VIA -9.3 VALVES Valves will be paid for at the unit price bid, in- cluding valve stem casing and cover, excavation, setting and adjusting to proper grade, and anchor- ing in place. MP -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VIA -9.4 AUTOMATIC AIR RELEASE VALVE ASSEMBLIES Installation of automatic air release valve assem- blies shall be paid for at the unit price bid per air valve installation and shall include threaded valve or corporation cock, pipe, fittings, box and cover, complete in place. VIA - 9.5 FIRE HYDRANTS Fire hydrants will be paid for at the unit price bid per each and shall include all pipe and fit- tings except valves between the main line fitting and the fire hydrant. The main line fitting is paid for under "fittings" unless otherwise shown on the plans or Bid Proposal. VIA - 9.6 FIRE HYDRANT BARREL EXTENSIONS in cases where the bury of the fire hydrant is greater than four (4') feet, barrel extension will be paid for by the vertical foot complete in place including rod extensions, bolts and all other re- quired accessories. VIA -9.7 WET CONNECTIONS Wet connections shall be paid for at the unit price bid per each, complete in place, according to the size of the main that is in service and shall be full compensation for the work except that cast iron fittings and valves shall be paid for as a separate item, unless otherwise specified in the Bid Proposal. VIA - 9.8 BORING, JACKING AND TUNNELING When called for in the proposal, boring, jacking and tunneling shall be paid for at the unit con- tract price bid per linear foot, including all excavation, all necessary grouting, backfilling, cleanup, and the specified pipe casing not includ- ing carrier (water) pipe, complete in place. VIA - 9.9 CONCRETE ENCASEMENT When called for in the proposal, concrete encase- ment shall be paid for at the unit contract price bid per linear foot for the size of pipe specified, complete in place. MP -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VIA -9.10 CONCRETE RETARDS When called for in the proposal, concrete retards shall be paid for at the unit contract price bid per each for the size of pipe specified, complete in place. MP -3 VIIA -7 WASTEWATER Unless stated otherwise in the contract documents, it is understood that all payments made are for finished work and include all labor, tools, mater- ials, constructing and completing the item on which payment is made. VIIA -7.1 PIPE BASIS OF MEASUREMENT AND PAYMENT WASTEWATER 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 include all excava- tion, bedding material, fittings, plugs, pipe coatings, connection to the existing system, back - filling, disposal of surplus materials, and clean up. Measurement for depths shall be from the existing ground surface or proposed street sub - grade, whichever is less, over the centerline of the pipe to the flow line of the pipe. Measure- ment for length shall be the horizontal distance along the centerline of the pipe as surveyed by the Engineer. Payment will also represent compen- sation 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 manholes shall be paid for at the unit contract price bid per each for such structures and backfilling, com- plete in place. The depth of such structures shall be understood to be the perpendicular dis- tance 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 (8') will be paid for at the unit contract price bid per vertical foot including all excavation, coatings and backfill- ing, complete in place. MP -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 exca- vation, eyes, drop connections, coatings, ring and cover, and backfilling, complete 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 con- tract 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 exca- vation and backfilling, 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 con- tract price bid per linear foot, including all excavation, all necessary grouting, backfilling, cleanup, and the specified pipe casing not includ- ing carrier pipe (wastewater), complete 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 exca- vation, necessary blocking and support for piping, backfilling and cleanup, complete in place. VIIA -7.10 CONCRETE ANCHORAGE BULKHEADS When called for in the proposal, concrete anchor- age bulkheads shall be paid for at the unit con- tract price bid per each for the size of pipe specified, complete in place. MP -5 VIIA -7.11 REINFORCED CONCRETE PIERS When called for in the proposal, reinforced con- crete piers shall be paid for at the unit contract price bid per each, complete in place. MP -6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF ROUND ROCK, TEXAS 1984 C.I.P. WATER & WASTEWATER IMPROVEMENTS CONTRACT DOCUMENTS AND SPECIFICATIONS Bids will be received at the Round Rock City Hall located at 214 East Main Street, Round Rock, Texas 78664, at 2:00 p.m., Tuesday, May 14, 1985. Specification No. Haynie & Kaltman, Inc. CONSULTING ENGINEERS 1106 South Mays • Round Rock, Texas 78664 • (512) 255-7861/12212 Technology Blvd., Suite H • Austin, Texas 78727 (512) 250-8611 May 8, 1985 ADDENDUM NO. 1 1984 C.I.P. - WATER AND WASTEWATER IMPROVEMENTS Addendum No. 1 to the Plans, Specifications and Contract Documents for the 1984 C.I.P. - Water and Wastewater Improve- ments for the City of Round Rock. 1. All reinforced concrete pipe used in the wastewater interceptor(s) shall have a minimum calcium carbonate equiva- lency of 65%. 2. Precast manholes shown in the attached detail are approved alternates. 3. The only poly- wrapped sections of water line shall be at thrust blocks. 4. Replace Sheets 10, 12, 14, 15, 17, and 20 of the Proposal with the attached Revised Sheets. 5. All Bidders shall acknowledge receipt of Addendum No. 1 on Page 2 of 25 of the Proposal. ADDENDUM NO. 1 - 1/1 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING Haynie & Hallman, Inc. CONSULTING ENGINEERS 1106 South Mays • Round Rock, Texas 78664 • (512) 255- 7861/12212 Technology Blvd., Suite N • Austin, Texas 78727 (512) 250.8611 May 10, 1985 ADDENDUM NO. 2 1984 C.I.P. - WATER AND WASTEWATER IMPROVEMENTS Addendum No. 2 to the Plans, Specifications and Contract Documents for the 1984 C.I.P. - Water and Wastewater Improve- ments for the City of Round Rock. 1. Replace Pages 2 of 25 and 16 of 25 of the Proposal with the attached revised pages. 2. All Bidders shall acknowledge receipt of Addendum No. 2 on Page 2 of 25 of the Proposal. ADDENDUM NO. 2 - 1/1 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RING AND COVER. A MAXIUM OF 4 GRADE RINGS WILL BE ALLOWED TD RAISE THE MANHOLE COVER RECESSED O-RING ASTM 443 PRECAST SECTIONS PER ASTM CATS A PRECAST BASE MANUFACTURED BY MOOR -TEX CONCRETE PRODUCTS OR APPROVED EQUAL. 4" 4E I.D. INVERT IS FORMED IN THE FIELD BY CONTRACTOR. - 10 HE MANHOLE BASE SHALL BE BEDDED ON IB OF 2 SACK PER YARD CEMENT STABILIZED SAND. THE CONTRACTOR SHALL LEVEL AND PLUMB THE BASE PRIOR TO SETTING THE PRECAST MANHOLE RISER SECTIONS ON THE PRESENT CONCRETE SASE.. PRECAST MANHOLE ON PRECAST BASE FOR PIPE SIZES 30" AND LARGER NOT TO SCALE GROUT ANNULAR 0 RESILIENT GASKET CONNECT.. REDUCER t ' 1 1 1 J 1 1TANOARD CITY OF AUSTIN RIMS AND COVER. A MAriIMUN OF • WADE MOO WILL RE ALLOWED TO RAIK THE MMNMOLE COVER. I RIF SECT. VII A 0 RING (REF. SECT. VII A 3S►, PSG ) PRECAST RASE IN STEEL REINFORCEMENT IWO OWN C'as-S2A PRECAST SECTIONS PER ATTM C — 82 — A 12* TNRU 2e WASTEWATER MAIN THE MANHOLE BASE SHALL BE BEDDED ON 18" OF 2 SACK PER YARD CEMENT — STABILIZED SAND. THE CONTRACTOR SHALL LEVEL AND PLUMB THE BASE RI TO SETTING SECTIONS ON P MANHOLE RESENT CONCRETE BASE. STANDARD PRECAST MANHOLE ON PRECAST BASE FOR PIPE SIZES 12" THRU 24" • . ' MOT TO sou Haynie & Kamen, lac. LIE OMOULTON l G*(O13 RwM Rar T wr • 1 1 11.0 NE an MN Eli IMO MN IMMI . 1.0 ME ME MM 011.. NO TO SCALE FLiitiii:E "BOOT, TYPE 'COOMECTOR • • , TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS SPECIAL 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 NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 1984 C.I.P. WATER & WASTEWATER 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., Tuesday, May 14, 1985, and then publicly opened and read, for furnishing all plant, labor, material and equipment and per- forming all work required for the construction of Water and Wastewater Line Improvements, located in Round Rock, William- son 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 1984 C.I.P. Water & Wastewater Improve- ments, to be opened at 2:00 p.m., Tuesday, May 14, 1985." 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., beginning April 22, 1985, on deposit of fifty dollars ($50.00) 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., 1106 South 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 330 calendar days after Notice to Proceed from the Owner. Page 2 of 2 INSTRUCTIONS TO BIDDERS PROPOSAL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed enve- lope addressed to: City of Round Rock 214 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: "BID FOR 1984 C.I.P. - WATER AND WASTEWATER IMPROVEMENTS, to be opened at 2:00 p.m., Tuesday, May 14, 1985." A proposal will not be accepted unless prepared on the bid- ding form provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invit- ed to be present. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and is filed with the Owner. DISQUALIFICATION OF BIDDERS More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all propo- sals in which such bidder is interested. If there is reason for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collu- sion will be considered in future proposals. RETURN OF PROPOSAL GUARANTEES Within twenty -five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying 1 of 3 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 returned to the respective bidders whose proposals they accompany. 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 sixty (60) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the low- est responsible bidder's proposal, and to waive any informal- ity in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made s tract with the Owner on the form Failure or refusal to enter into ed, or to conform to any of the connection therewith shall be a of the award. If the successful execute the Contract, the Owner second lowest responsible bidder sponsible bidder refuses or fail the Owner may award the Contract sible bidder. On the failure or third lowest responsible bidder work may be re- advertised. hall execute a written con - of agreement provided. a contract as herein provid- stipulated requirements in just cause for the annulment bidder refuses or fails to may award the Contract to If the second lowest re- s to execute the Contract, to the third lowest respon- refusal of such second and to execute the Contract, the 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. PROPOSAL SIGNATURE 2 of 3 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 PIPE SPECIAL INSTRUCTIONS TO BIDDERS All pipe shall conform to the City of Austin Standard Con- struction Specifications, for the intended use and service, as a minimum unless otherwise noted. EASEMENTS Bidders shall pay special attention to the Special Conditions of Agreement, Section 02 -03 - Lands for Work. 1 of 1 4 4 a 4 r PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF 1984 C.I.P. WATER & WASTEWATER 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 25 1 4 4 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 within 330 calendar days after Notice to Proceed from Owner. *If awarded the Contract, the undersigned also agrees to com- plete the Downtown Water Line - Line "A", Downtown Water Line - Line "B", and the Onion Creek Interceptor portions of the work within the first 180 calendar days after Notice to Pro- ceed from the Owner. 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. # 1 #2 Dated May 8, 1985 May 10, 1985 Page 2 of 25 *Revised per Addendum No. 2 1 I' 1 l' 4 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: BAY MAINTENANCE COMPANY, INC. 5/14/85 Name of Contractor Date Original Bid Proposal (in file) Executed by Frank Dan King Executed by (Signature) Box 8859 Business Address Horseshoe Bay City (Seal if Sid is by a Corporation.) ATTEST: Original Bid Proposal (in file) Attested by Patsy Frasier Llano Texas County State Page 3 of 25 President Title or Position (512) 598 -2535 Telephone Number 78654 Zip FR 1 PROPOSAL BIDDING SHEET I CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: DOWNTOWN WATER LINE - LINE "A" E' JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: 9 Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items: to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1 615 L.F. 16" D.I. Water Line, complete in place, per linear foot for Thirty -Four Dollars and No Cents $ 34.00 $ 20 2 1 L.S. Wet Connection, including All Fittings, Piping, Adaptors, 12" Tapping Sleeve and Valve, not including Reducer, complete in place, per lump sum for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 3 2 Ea. 16" Butterfly Valve, including Box and Cover, Valve Marker Sign and Post, com- plete in place, per each for Two Thousand Dollars and No Cents $ 2 $ 4,000.00 4 2,520 L.F. 12" D.I. Water Line, complete in place, per linear foot for Twenty -Nine and No Page 4 of 25 Dollars Cents $ _ 29.00 $ 73,080.00 q a y 11 1 Bid Item Quantity Unit 5 6 Item Description and Written Unit Price 3 Ea. 12" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 2,400.00 2 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 700.00 7 2 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings and 6" Gate Valve, complete in place, per each Unit Price Amount for Eight Hundred Dollars and No Cents $ 800.00 $ 1,600.00 8 60 L.F. Bore and Pressure Grout - M.P.R.R. for 12" D.I. Water Line, complete in place, per linear foot for Two Hundred Dollars and No Cents $ 200.00 $ 12 9 40 L.F. Bore and Encasement - Hwy. 620 for 12" D.I. Water Line, complete in place, per linear foot El for Two Hundred Dollars and No Cents $ 200.00 $ 8,000.00 10 1 Ea. 2" Automatic Air Release Valve, includ- 4 ing All Fittings, Piping, Vault and Cover, and Air Release Valve Marker Sign f z, and Post, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 4 11 1 L.S. Wet Connection, including All Fittings, Piping, Adaptors, 12" Tapping Sleeve and Valve, not including Reducer, complete in place at Hwy. 620, Sta. 30 +82.25, per lump sum il for Twenty -Five Hundred " Dollars 500.00 and No Cents $ 2,500.00 $ 2, Page 5 of 25 4 4 E� 4 4 4 Bid _ Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 12 7.05 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 17,625.00 13 7,000 S.Y. Revegetation, per square yard 14 18 L.F. Concrete Encasement of 12" D.I. Water Line, complete in place, per linear foot BIDDER TO FILL -IN THE FOLLOWING: for No Dollars and Fifty Cents $ .50 $ 3,500.00 for Twenty -Five Dollars and No Cents $ 25.00 $ 450.00 TOTAL - DOWNTOWN WATER LINE - LINE "A" $ 150,065.00 (Items 1 thru 14) If 16" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 1 above If 12" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 4 above If 12" C - 900 P.V.C. Water Line is allowed, Deduct $ Zero per linear foot on Bid Item No. 4 above Page 6 of 25 1. F; Gentlemen: PROPOSAL BIDDING SHEET CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: DOWNTOWN WATER LINE - LINE "B" JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: t, Bid Item Quantity Unit Item Description and Written Unit Price Unit Price Amount 15 4,808 L.F. 16" D.I. Water Line, complete in place, per linear foot for Thirty -Four Dollars and No Cents $ 34.00 $ 163,472.00 16 1 Ea. 16" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each II for Two Thousand Dollars and No Cents $ 2,000.00 $ 2,000.00 (' 17 1 Ea. 10" Clayton Altitude Valve Model #2106 -01 HH or Approved Equivalent, including Flange Adaptor Couplings, Piping, Pressure Send- ing Line, Vault and Cover, and Altitude Valve Marker Sign and Post, complete in place, per each r' for Nine Thousand Dollars and No Cents $ 9,000.00 $ 9,000.00 1 Page 7 of 25 1' 19 1 Bid Item Quantity Unit Item Description and Written Unit Price 18 1 L.S. 16" Tank Tap Assembly, including 16" Cast Iron Inlet and 16" Gate Valve, com- plete in place, per lump sum for Seven Thousand Dollars and No Cents $ 7,000.00 $ 7,000.00 3 Ea. 10" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each Amount Unit Price for Six Hundred Dollars and No Cents $ 600.00 $ 1,800.00 20 13 L.F. 10" D.I. Water Line, complete in place, per linear foot for Twenty Dollars and No Cents $ 20.00 $ 260.00 21 80 L.F. Bore and Encasement - Gattis School Road for 16" D.I. Water Line, complete in place, per linear foot for Three Hundred Dollars and No Cents $ 300.00 $ 24,000.00 22 50 L.F. Bore and Encasement - Driveway and Trees for 16" D.I. Water Line, complete in place, per linear foot for Two Hundred Twenty Dollars and No Cents $ 220.00 $ 11,000.00 23 2 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 700.00 24 2 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings and 6" Gate VaTve, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 1,600.00 Page 8 of 25 Bid Item Description Item Quantity Unit and Written Unit Price 25 64 L.F. Bore and Encasement - Hwy. 81 for 16" D.I. Water Line, complete in place, per linear foot Unit Price Amount for Two Hundred Fifty Dollars and No Cents $ 250.00 $ 16,000.00 26 4 Ea. 16" Butterfly Valve, including Box and Cover, Valve Marker Sign and Post, com- plete in place, per each for Two Thousand Dollars and No Cents $ 2,000.00 $ 8,000.00 27 60 L.F. Concrete Encasement of 16" D.I. Water Line, complete in place, per linear foot for Twenty -Five Dollars and No Cents $ 25.00 $ 1,500.00 28 4.5 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Four Thousand Dollars and No Cents $ 4,000.00 $ 18,000.00 29 10,700 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 5,350.00 30 1 Ea. Flushing Valve Assembly, including All Valves, Fittings, Pipes, Blocking, Marker Sign and Post, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 31 40 L.F. Concrete Cap of 16" D.I. Water Line, complete in place, per linear foot for Fifteen Dollars and No Cents $ 15.00 $ 600.00 TOTAL - DOWNTOWN WATER LINE - LINE "B" $ 271,282.00 (Items 15 thru 31) Page 9 of 25 BIDDER TO FILL -IN THE FOLLOWING: *If 16" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 15 above Page 10 of 25 *Revised per Addendum No. 1 11 11 11 11 1 CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: McNEIL ROAD WATER LINE JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: PROPOSAL BIDDING SHEET Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Description Item Quantity Unit and Written Unit Price 32 2,205 L.F. 12" D.I. Water Line, complete in place, per linear foot 33 1 L.S. Wet Connection - IH -35, including All Fittings, Piping, Adaptors, 10" Tapping Sleeve and Valve, not including Reducer, complete in place, per lump sum for Twenty -Five Hundred Dollars Page 11 of 25 Unit Price Amount for Thirty Dollars and No Cents $ 30.00 $ 66,150.00 and No Cents $ 2,500.00 $ 2,500.00 34 1 L.S. Wet Connection - Sta. 0 +20, including All Fittings, Piping, Adaptors, 12" upping Sleeve and Valve, not including Reducer, complete in place, per lump sum for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 1 1 4 i Bid Item Quantity Unit 35 0.49 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 1,225.00 36 4,900 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 2,450.00 BIDDER TO FILL -IN THE FOLLOWING: Item Description and Written Unit Price TOTAL - McNEIL ROAD WATER LINE $ 74,825.00 (Items 32 thru 36) *If 12" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 32 above *If 12" C -900 P.V.C. Water Line is allowed, Deduct $ Zero per linear foot on Bid Item No. 32 above Page 12 of 25 *Revised per Addendum No. 1 Unit Price Amount PROPOSAL BIDDING SHEET CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS II JOB NAME: W. ANDERSON AVENUE WATER LINE 11 JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: I Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous F items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and ^ bond for completing said project within the time stated, for the following prices, to ' wit: 11 11 1 11 11 4 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 37 365 L.F. 12" D.I. Water Line, complete in place, per linear foot for Thirty -Five Dollars and No Cents $ 35.00 $ 12,775.00 38 1 L.S. Wet Connection - Sta. 3 +64.8, including All Fittings, Piping, Adaptors, 6" Tap- ping Sleeve and Valve, not including Reducer, complete in place, per lump sum for Two Thousand Dollars and No Cents $ 2,000.00 $ 2,000.00 39 1 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 350.00 40 1 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings or 6" Gate Valve, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 Page 13 of 25 s Bid Item Quantity Unit BIDDER TO FILL -IN THE FOLLOWING: item Description and Written Unit Price 41 .35 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 875.00 42 800 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 400.00 TOTAL - W. ANDERSON AVENUE WATER LINE $ 17,200.00 (Items 37 thru 42) *If 12" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 3/ above *If 12" C -900 P.V.C. Water Line is allowed, Deduct $ Zero per linear foot on Bid Item No. 37 above Page 14 of 25 *Revised per Addendum No. 1 Unit Price Amount- [1 11 11 PROPOSAL BIDDING SHEET CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: CHISHOLM VALLEY WATER LINE JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Quantity Unit Item Description and Written Unit Price 43 3,430 L.F. 16" D.I. Water Line, complete in place, per linear foot for Twenty -Eight Dollars and No Cents $ 28.00 $ 96,040.00 ' 44 140 L.F. Hwy. Bore and Encasement for 16" Water Line, complete in place, per linear foot for Two Hundred Dollars and No Cents $ 200.00 $ 28,000.00 *45 1 L.S. Wet Connection - Sta. 19 +20, including All Fittings, Piping, Adaptors, 12" Tap- ping Sleeve and Valve, not including the Tee or Reducer, complete In place, per lump sun for Twenty -Five Hundred Dollars and No Cents $ 2,500.00 $ 2,500.00 46 1 L.S. Tank Tap Assembly, including 16" Cast Iron Inlet and 16" Gate Valve, complete in place, per lump sum =for Six Thousand and No Page 15 of 25 *Revised per Addendum No. 1 Unit Price Amount Dollars Cents $ 6,000.00 $ 6,000.00 Bid Item Quantity Unit Item Description and Written Unit Price 47 4 Ea. 16" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Two Thousand Dollars and No Cents $ 2,000.00 $ 8,000.00 *48 10 Ea. 6" Gate Valve, including Box and Cover, Valve Marker Sign and Post, complete in place, per each for Three Hundred Fifty Dollars and No Cents $ 350.00 $ 3,500.00 49 1 Ea. 5 -1/4" Fire Hydrant Assembly, including 6" D.I. Lead, not including C.I. Fittings • or 6" Gate Valve, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 50 1 Ea. 5 -1/4" Flushing Valve Assembly, including All Valves, Fittings, Marker Sign and Post, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 51 1 Ea. 2" Automatic Air Release Valve, including All Fittings, Piping, Vault and Cover, a� Air Release Valve Marker Sign and Post, complete in place, per each for Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 52 2.03 Ton Cast Iron Fittings, including Concrete Blocking, complete in place, per ton for Five Thousand Dollars and No Cents $ 5,000.00 $ 10,150.00 53 7,600 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ .50 $ 3 • TOTAL - CHISHOLM VALLEY WATER LINE _ $ 160,590.00 (Items 43 thru 53) Page 16 of 25 *Revised per Addendum No. 2 Unit Price Amount 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price 11 BIDDER TO FILL -IN THE FOLLOWING: *If 16" A.C. Water Line is allowed, Deduct $ 1.00 per linear foot on Bid Item No. 43 above !' t, 11 11 1 [1 [1 .1 CI 11 Page 17 of 25 *Revised per Addendum No. 1 Amount 11 11 11 11 [1 CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: ONION CREEK INTERCEPTOR JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: PROPOSAL BIDDING SHEET Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Description Item Quantity Unit and Written Unit Price 54 4,231 L.F. 24" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J.M. Permaloc; or Spirolite, All Depths, complete in place, per linear foot for Fifty -Five Dollars and No Cents $ 55.00 $ 232,705.00 55 100 L.F. Hwy. Bore and Encasement for 24" D.I. Cl. 50 with Thin Wall Steel Casing, com- plete in place, per linear foot for Three Hundred Twenty Dollars and No Cents $ 320.00 $ 32,000.00 56 70 L.F. Concrete Cap of 24" Sewer Line, complete in place, per linear foot for Fifteen Dollars and No Cents $ 15.00 $ 1,050.00 57 6 Ea. Standard Manhole, including Bolted Gasketed Cover, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 6,000.00 Page 18 of 25 Unit Price Amount Bid Item Quantity Unit Item Description and Written Unit Price 58 2 Ea. Standard Manhole, including Bolted Gas - keted Cover, without Check Valve, com- plete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 2,000.00 59 1 Ea. Standard Manhole, including Bolted Gasketed Cover and Vent, complete in place, per each for Fourteen Hundred Dollars and No Cents $ 1,400.00 $ 1,400.00 60 28 V.F. Extra Depth for Manholes, complete in place, per vertical foot for One Hundred Dollars and No Cents $ 100.00 $ 2,800.00 61 1 Ea. Manhole Built Around Existing 21" Sewer Line, including Bolted Gasketed Cover, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 62 2 Ea. Standard Manhole, including Bolted Gas - keted Cover and Vent, without Check Valve, complete in place, per each for Fourteen Hundred Dollars and No Cents $ 1,400.00 $ 2,800.00 63 9,400 S.Y. Revegetation, per square yard Unit Price Amount for No Dollars and Fifty Cents $ .50 $ 4,700.00 TOTAL - ONION CREEK INTERCEPTOR $ 286,455.00 (Items 54 thru 63) Page 19 of 25 CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: CHISHOLM VALLEY INTERCEPTOR - LINE "A" JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK Gentlemen: Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Quantity Unit PROPOSAL BIDDING SHEET Item Description and Written Unit Price 64 130 L.F. 12" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J -M Permaloc; or Spirolite, All Depths, complete in place, per linear foot Unit Price Amount for Fifty Dollars and No Cents $ 50.00 $ 6,500.00 *65 130 L.F. Concrete Cap of 12" Sewer Line, complete in place, per linear foot for Fifteen Dollars and No Cents $ 15.00 $ 1,950.00 66 1 Ea. Standard Manhole, including Bolted Gasketed Cover, complete in place, per each for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 67 1 Ea. Connection to Existing Manhole, complete in place, per each for Two Hundred Fifty Dollars and No Cents $ 250.00 $ 250.00 Page 20 of 25 *Revised per Addendum No. 1 Bid Item Quantity Unit Item Description and Written Unit Price 68 6 S.Y. Remove and Restore Reinforced Concrete Rip -Rap, complete in place, per square yard for One Hundred Dollars and No Cents $ 100.00 $ 600.00 69 290 S.Y. Revegetation, per square yard Unit Price Amount for No Dollars and Fifty Cents $ .50 $ 145.00 TOTAL - CHISHOLM VALLEY INTERCEPTOR - LINE "A" $ 10,445.00 (Items 64 thru 69) Page 21 of 25 1 r il PROPOSAL BIDDING SHEET I' CONTRACT: 1984 C.I.P. - WATER & WASTEWATER IMPROVEMENTS JOB NAME: CHISHOLM VALLEY INTERCEPTOR j , JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK 1 Gentlemen: II Pursuant to the foregoing Notice to Contractors and Instructions to Bidders, the u ndersigned bidder hereby proposes to do all the work, to furnish all necessary superin- tendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous II items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Water and Wastewater Improvements, and binds himself on acceptance of this proposal to execute a contract and 1 bond for completing said project within the time stated, for the following prices, to wit: Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount I 1 70 2,481 L.F. 15" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J -M Permaloc; or Spirolite, All Depths, complete in place, per 4 linear foot for Thirty -Eight Dollars and No Cents $ 38.00 $ 94,278.00 11 71 686 L.F. 18" Sewer Line, Vitrified Clay; D.I.; R.C.P.; J-M Permaloc; or Spirolite, [ ■ All Depths, complete in place, per � linear foot ill for Forty -Two Dollars and No Cents $ 42.00 $ 28,812.00 ril 72 420 L.F. Hwy. Bore and Encasement, 18" D.I., Cl. 50 with 24" Steel Casing, complete in place, per linear foot E , for Three Hundred Dollars and No Cents $ 300.00 $ 126,000.00 Page 22 of 25 h 4 Bid Item Quantity Unit Item Description and Written Unit Price 73 40 L.F. Bore and Encasement of 15" Sewer Line, complete in place, per linear foot • Unit Price 74 r 120 L.F. Concrete Cap of 15" Sewer Line, complete in place, per linear foot Amount for Two Hundred Dollars and No Cents $ 200.00 $ 8,000.00 for Fifteen Dollars 4 and No Cents $ 15.00 $ 1,800.00 75 1 Ea. Standard Manhole with Standard Cover, (' complete in place, per each ` for One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 I 76 6 Ea. Standard Manhole, including Bolted, Gasketed Cover, complete in place, per 4 each for Eleven Hundred Dollars I and No Cents $ 1,100.00 $ 6,600.00 77 2 Ea. Standard Manhole, including Bolted, Gasketed Cover and Vent, complete in Iri place, per each for Fifteen Hundred Dollars L and No Cents $ 1,500.00 $ 3,000.00 ;� 78 2 Ea. Connection to Existing Manholes, complete II in place, per each for Five Hundred Dollars and No Cents $ 500.00 $ 1,000.00 79 30 Y.F. Extra Depth for Manholes, complete in place, per vertical foot J for One Hundred Dollars and No Cents $ 100.00 $ 3,000.00 Page 23 of 25_ il r 7 1 Bid Item Quantity Unit Item Description and Written Unit Price 80 5,500 S.Y. Revegetation, per square yard for No Dollars and Fifty Cents $ TOTAL - CHISHOLM VALLEY INTERCEPTOR $ 276,240.00 (Items 70 thru 80) Page 24 of 25 Unit Price Amount .50 $ 2.750.00 BID SUMMARY I BASE BIDS El DOWNTOWN WATER LINE - LINE "A" $ 150,065.00 DOWNTOWN WATER LINE - LINE "B" $ 271,282.00 1 McNEIL ROAD WATER LINE $ 74,825.00 L W. ANDERSON AVENUE WATER LINE $ 17,200.00 CHISHOLM VALLEY WATER LINE $ 160,590.00 1 ONION CREEK INTERCEPTOR $ 286,455.00 I CHISHOLM VALLEY INTERCEPTOR - LINE "A" $ 10,445.00 ' CHISHOLM VALLEY INTERCEPTOR $ 276,240.00 F' TOTAL - 1984 C.I.P. WATER AND WASTEWATER $ 1,247,102.00 Eil IMPROVEMENTS y F ' Page 25 of 25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AGREEMENT THE STATE OF TEXAS I KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON f THAT THIS AGREEMENT is hereby made and entered into this day of , A.D., 1985, by and between THE CITY OF ROUND ROCK, TEXAS, its Mayor, Party of the First Part, hereinafter termed OWNER, and BAY MAINTENANCE COMPANY, INC., of the City of Horseshoe Bay, County of Llano, and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and perform- ed by the Party of the First Part (OWNER), and under the con- ditions expressed in the bond bearing even date herewith, the Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as fol- lows: 1984 C.I.P. WATER & WASTEWATER IMPROVEMENTS further described as the work covered by this specification consists of furnishing all labor, equipment, appliances, and materials, and performing all operations in connection with the excavation, installation of pipe lines and appurtenances, backfilling and compaction of trenches complete in accordance with the Plans, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessor- ies and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawing and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by HAYNIE & KALLMAN, INC., 1106 South Mays, Round Rock, Texas 78664, herein entitled the ENGINEER, each of which had been identified by the CONTRACTOR'S written propo- sal, the General Conditions of the Agreement, and the Per- formance and Payment hereof and evidence and constitute the entire contract. Page 1 of 3 The CONTRACTOR hereby agrees to commence work within seven (7) days after the date written notice to do so shall have been given to him, and to substantially complete the same within 330 calendar days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The CONTRACTOR also agrees to complete the Downtown Water Line - Line "A ", Downtown Water Line - Line "B ", and the Onion Creek Interceptor portions of the work within the first 180 calendar days after Notice to Proceed from the Owner. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have exe- cuted this Agreement in the year and day first above writ- ten. CITY OF ROUND ROCK, TEXAS SAY MAINTENANCE COMPANY, INC. Party of the First Part Party of the Second Part (OWNER) �, (CONTRACTOR) BY: Mike Robinson, Mayor BY: /0, '2 6 PjQ�S /O�i✓T ATTEST: m4U/ 614 , Page 2 of 3 Corporate Seal Page 3 of 3 (The following to be executed if the Contractor is a Corpora- tion.) I. 4/7 1 514.445/:e , certify that I am the Secretary of the Corporation named as Contractor here- in; that .44v /r,�A/71 / - /`i , who signed t his Contract on behalf of the Contractor was then Vice_ ' L5,24 (official title) of said "Corporation, that said Contract was duly signed for and in behalf of said Cor- poration by authority of its governing body, and is within the scope of its corporate powers. aetna Iuaanmawglup 'ETNA INSURANCE COMPANY HARTFORD. CONNECTICUT KNOW ALL MEN BY THESE PRESENTS, that we BAY MAINTENANCE COMPANY, INC. Horseshoe Bay, Box 8859, Marble Falls, TX 78654 as Principal, hereinafter called the Principal, and AETNA INSURANCE COMPANY, Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto The City of Round Rock as Obligee, hereinafter called the Obligee, to the sum of Five Percent Maximum Amount Bid Dollars ($ 5% GAB tor the payment of which •sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, adminis- rators, successors and assigns, jointly and severally, firmly by these presents. HEREAS, the Principal has submitted a bid for 1984 C.I.P. Water and Wastewater Improvements OW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter Into a Contract with the Obligee in accord - nce with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient urety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the dif- ference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good aith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain In ull force and effect. gned and scaled this Revised to February, 1970 SR 5714b X Printed in U.S.A. 14th day of May IWnness) BID BOND , Bond No. The American Institute of Architects, AIA Document No A310 (February, 1970 Edition) Gerry Watt BAY MA Iy ENANCE COMPANY, IN C. inciw / Ff ank Dan Ring / (Ttt President ETNA INSURANCE COMPANY (surety) r mts) Attorney -in -Fact 1985. (Seal) (sue ,r ' : / ✓ V � :emu y \i �v7� v •f V �: , \/ C J .i u \/" •\,' U f� �.. `j.1 ;;,� ✓,/ ;1 \ ',. ;Y„ .5 -` i = �." • \• "1� �� ' y / � .�\ Ji ti / •' J ' � .r \ r \�,. `\r. r rG ice, - r, % ` \ � ��fl. �� ;'� �' >✓ .,- .� Vi \ .pOWER OF A'TfO � f ; %;�r/•V\� \l`./ /� ` ; :, , ��,,,,„;..,:4,;;; • a r• - i,• �!\47'i\`\\% Ur `,- .>:;;;;*..,,,,,,,,:,,, • v •.�, =i .9 fi ,,„-. x,,, f / ` A/ r \ ✓f �� �/ \ / wi:;oiv /\,YIw,. l : \ �r:\ ✓� /Q 1 v "'v l�� � r �^:; � ; ,�, f �' \ %�. � ^�%% � ., \� : \ ft. ;. ;.1 .- RTFOR 1:: , y . 77 . F -� \\\ , ,lam ✓h�/ . -./ �` ,,,0,- `V \ / /r' . / .. \; V ��, ; / •✓ \. \fir ,.'r- ,` /� \:� +\ / ' �. �e\ 'f \,, - , J/`� Can e ;' e p s . i A1 4 - A(c,ECOr A+lY,, 31 9 �`� e ��MS'nd� �qa tie l \,/ /, ! _�,n9 Q ,,,,,,„i C biHar ate. 6 P2 „' m,lal wta i� r, \�r \; .. f I]AtTIEL- R. r:r. f - riMC ULT ' t?fiNllfi''A_;%f77 �8 O't"ri^� ` - %. ... 3:40E5A'. ,;, - , \ 1 'all %f S” . w < Da w.: tate: sea ,,t s ?.., , i , ` : r ' \ . ^' _�• ��' \� %pa ur:e an la �i iful ar a tact,. t � n ufhorit hereti c on Ao exey d - �ITf 'f eo the l of ore on� d r s a as v Y t�¢� y i d 5 sacland deed._subiect Ltl� to condn� ereinalter set forth, - bard up rigs as,. f otb - ..: - i � .1 ,�/ �.il , • .., ? ". ; � ^. : "'s, ]Y: -and all s d r fig o£ sire jap•'�� .y\/ • �/ r %\ \r` s • !^\ J,'^� ✓/, ' , � , /j�� /. �"%• \�r, /r� . / +:v: .'�.3.�\; , ;.. l�� /��, ,olly z� . ,; '.,.j. : and to bend AETNA INSUR,9MeeEf6MAANY thereby�i u�iy and to the s as i nd we ed by dutyptit41 icers of AETNA • ;, ,� �JNCURANCE COMPANY, and 1 t4t1� c�isof said anorrtexS br§yantwtneauZlibfilyhete"iy are h s7 aiffied�pd ryrttfed.•,•'•^ •, ;;�• , s.cjt de bne nd by the aothonty,04,1ie14 11114 applicabld 'eons e4pj 5.E 4 Lof Ct1I$YLAWS of the company • • ` -•'j•, . The [ p power of attorhey iS resident or Lice pre +,. •p; y execute fidelity and sslorl? ia6i a other bonds, pr�fl'tgt`, deoo_hances, stipulations, undertak- e ti ings. receipts, releases. deeds, r a ses of mortgages. contrattsfagreem hts, policies, notice d1 appearance, 'e/s & citation and consents to modllica- `° tons of cpftiacts as may be required in the ordinary course of business or by vote of the directors, and such execution may be attested where necessary or 'desirable and the seal of the company where necessary or desirable may beat fixed to the specific instrument by a secretary or an assistant secretary • _ "- • • :The presdent or a vice president may with the concurrence of a secretary or an assistant secretary appoint and authorize an attorney.m -fact or any other 'petit Io execute on behalf of the company any such Instruments and undertakings and to affix the seal of the company thereto where necessary or yl : i. , \desuahle'; -,. -; �,-;,. ..; ,. - - - The auorneys in fact uncle, the preceding paragraphs of this article are authorized and empowered to certify to a Copy of any of the bylaws of the corn- 'POSY or any resolutions adopted by the directors or to the financial statement of the condition of the company and to affix the seal of the company thereto where necessary or desirable - •' This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board tat bnectors of the - AETNA INSURANCE COMPANY at a meeting duly called and held on the 11th day ol February, 1966 -•• - •• z = • RESOLVED THAT, in the execution, attestation and seating of any instrument or ugdertakmg a11haraed by Article 11 ofihe Byla the tacsimtle - •,t, s re gnatus of the of hoed and the facsimile seal 0114 Company al fixed thereto shall be valid and binding upon the ,Company °q a r �,' \ - IN WITNESS WHEREOF. AETNA INSURANCE COMPANY has caused These resenh to be signed` byitsVicePresldenlaridllsSecretary , r,• ` • - i ce P • ••; andi tscorporolesealtobehereuntoa ffixed - -;• , 17th . "�';,`: • `,;r /� •, .,August day r�� � , :. •: .' , : w `� J / a ��a'rvoy o .!` ABest.` :�^1 • "r" •? � %�. � � � : • -..' o � ,( .az ;'� .� ', AE A /SURANCE CCIMPANY . _ .. THE STATE OF TEXAS COUNTY OF0,424i4/77,57n/ KNOW ALL MEN BY THESE PRESENTS, THAT /,714,„/ ?� „/4.,,/ r ( #} of the City of ayp22/,r jib County oP a.(,Q„.417 , and State of a principal, and /��Ti,�A T��cl�lrtr�Pc C°94v -, authorized under the laws of the 'State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK (OWNER), in the penal sum of - Z),7 "9? Dollars ($,/ , /pa, on) 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 CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully. perform. Said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PERFORMANCE BOND PB -1 KO 29 52 43 9 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF PERFORMANCE BOND 1 KNOW ALL MEN BY THESE PRESENTS, THAT of the City of County of , and State 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 the CITY OF ROUND ROCK (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 CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 By �• Title PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of ' 19 Principal AE 20A ,✓/ Surety • Address / //J,R0:y7P/f9L 9y / Addres .2 %A YE -./c2 /e/ii :a rl - 3.E / The name and address of the Resident Agent of Surety is: ,e,"SS 4 /0/ PB -2 By PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB -2 PAYMENT BOND THE STATE OF TEXAS 1 COUNTY OFd 1 KNOW ALL MEN BY THESE PRESENTS, THAT ,3R ( ,- /y/ /14 , of the City of/Vdejal. County of /JCl/d//ET ,, and State of as principal, and �E?"s, ir��O��L ✓�6 7, 7 ,// .authorized under the laws of the State of Texas, to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK (OWNER •, in the penal sum of 0 , 4 E - 4 2 ; 7b / /t/i! o F cf7 f 2, r• _ E d ,/ y�O,� ,G7 ( ileiri.n En ;GC f.',1/1) — ' Dollars ($� 4 1 7 ///�,� ) for the payment whereof, the said Principal / =� and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 19, to which contract is hereby referred to and made a part hereof as fully and to•the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants-supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PB -3 KO 29 52 43 9 day of 1 1 1 1 I 1 1 1 1 1 11 1 1 1 c 1 1 1 PAYMENT BOND THE STATE OF TEXAS COUNTY OF 1 KNOW ALL MEN BY THESE PRESENTS, THAT , of the City of County of , and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK (OWNER), in the penal sum of Dollars ($ ) 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 I 1 • 1 1 1 1 1 J 1 1. tow; 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 WITNE WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 ,?rincipal / J By '* Ti tle Add / C j1fj/ X "P PB -4 z(4-i/mh 6 Surety Addres / /G�//��? E ✓ > � C 2// 7r `✓�� /�i� Xj=2 F, 2 426 The name and address of the Resident Agent of Surety is: (( /IM P",✓ /// eZ, /G J% -/ �� .�� i✓���/�/ ��.�i�c: SSA >�A� if4% j � f3� 7ss_ - 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 19 Principal Surety By By Title Title Address Address The name and address of the Resident Agent of Surety is: PB -4 i EY Aetna �tA Insuranae CsY - Know all men by these presents: That AETNA INSURANCE COMPANY a corporaboh of the State of Connecticut, having its principal office In the City of Philadelphia, Pennsylvania, pursuant to the foltoWing Resolution adopted by.theioard of Directors of the said Company on December 5, 1983, to wit. 'SEa010 0 7090 pursbant to Article IS of the 8y-Laws, the tolioyang holes Shea govem the execo000 rot the Company of bonds, und9rrak,ngs recogniaances, anthem and other wnunge m the nature MONO 111 That the Pre>ident, any Senior Vice Neeeld0, any Vwe President, any 4ssaranl Vico Pnawdent, or any Atlomie0 ,0-Fact, may execute- for grid on behalf of the Company any and all bonds, • und0takings, recogrcences. contracts end other wntog0 in the nature 1Mereol, the same 10 be attested w1100 000009000 Pe 1440 Corporate Secretary, or any Aswstann Corporate 500 1aPt ono - Me sear of the Company efi n sd thereto, arra that the 0,0040nt, any Sewer 000 President, any Woe Pre0 or any *sworn 0,00 President may 0ppo,m and authente any other Othcar {elated or eppomtedt Of 1444, 9Ampany end Aeomey9- 10 N so execute or attest to the- execution or all 9ugh wnnnge on behalf of the Canaan,/ are to ads the seal 01 0e Company iherem 121 - Any s000 lennrg executed in epaordan0e will these Rules 9heN be es the Company In any case estnough0gned by-he President and attested to by the Corporate Secretary 431 The signature of the Prea100(0, Of a Sewer Vine President 91 a Woe Praprbm Or an A95ietanf Vice President and the Seca of the Company may be affixed by faesmtb on any pryer of at- torney wanted pursuant to this Respl.WO, and 111 signalur4 of a cemfytng Officer and the seat of the Company may be 0lftxed by facvm,le to any derldipate of any 9000 power, and any 90th power or certt trite hearing such facsmole sigrenue and seal shell be valid 900 bindmg on the Company (al Such other Officers of the 0040pady. 409 AOOrneysvt -Fact shelf have anthem to certify or verify copses Of 1114 Feeolvtron the By -10•9 of the Company an4 any all,devn or moth of the Company necessary rode dixhtrgaor ther duliea 151 rile passage of the Res0utnn 0000001 fayokeens smear authony prem. - by Rasolu eons of the Board of 008010/0 does hereby nominate, constitute and appoint DANIEL R. JAMESON, CHARLES F. McCULLOUGH, ALLEN W. CRISS, JOANNE A. WALTER, and GERRY WATTNER, all of the City of Dallas, State of Texas- - - ---- , each Individually If there be more than one named, Its true and lawful attorney - in - fact, to make, execute, seal and deliver on Its behalf, and as its act and deed any and all bonds, under- takings, recognizances, contracts and other writings in the nature thereof And the execution of such writings m pursuance of these presents, shall be as binding upon said Company, as fully and amply as If they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said H F McCranle. Jr , Vice - President, has hereunto subscribed his name and affixed the cor- porate seal of the said AETNA INSURANCE COMPANY this 20th day of MARCH 19 85 iSEAL1 BS- 22092a Ptd m U S,A. COMMONWEALTH OF PENNSYLVANIA COUNTY OF PHILADELPHIA ss On this 201•10 day of MAR MT A D. 1935, before me, a Notary Public of the Commonwealth of Pennsylvania in and for the County of Philadelphia came H F McCrante, Jr , Vice - President of the AETNA INSURANCE COMPANY to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same, and that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said c tidp hat Resolution, adopted by the Board of Directors of seta Company, referred to in the preceding instrument, is no g, r • vQ Q' rot\Y M EREOF, 1 have hereunto set my hand and affixed My Official seat at the City of Phiadelphia the day and y : #. ss above writs' • MARIA N. TRIYAR41.11 • N tti Notary Pae OF t_ Ptuldetpttid - Phiptklybie Cwaty, PA 0. ' Nt' Caaemfsilea Eepirs rae Febry 20. 1438 a Secretary of AETNA INSUMf4OEOMPAMY - Y, of which the foregoing is a full, true and correct copy, is fa fuldforeeandreffect. In witness whereof, I have hereunto subscribed my name as Secretary, ayld alfixgd the corporate seal of the Corporation, day of - - - POWE ..A this ISEALI by 1V- o ff • C./(WN•if MARIA N. V President Notary Public do hereby certify that the original A II�- EXCESS LIABILITY (� UMBRELLA FORM ❑ OTHERTHAN UMBRELLA FORM TBD 5 -1 -86 BODILY INJURY AND PROPERTY DAMAGE COMBINED $ 1,00 1 carci., A A A ACORD 25 (( -79) HIRED NON -OWNED WORKERS' COMPENSATION and EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES WC0064892 NAME AND ADDRESS OF CERTIFICATE HOLDER City of Round Rock 214 East Main Round Rock, TX 78664 Attn: Insurance Dept. LINUWAi 4 -11 -86 DATE ISSUED ERTIFICAT CERTT1FICA NAI.1E AND ADDRESS OF AGENCY CIMARRON INS. AGENCY, INC. 7700 SAN FELIPE, SUITE (}480 HOUSTON, TEXAS 77063 PHONE: (713) 783 -4095 NAME AND ADDRESS OF INSURED Bay Maintenance Co., Inc. Horseshoe Bay Development Co., Inc. and Frank Dan Xing Horseshoe Bay Box 8859 Marble Falls, TX 78654 This is to certify that policies of Insurance listed below have been issued to the insured named above and are In force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued o may pertain, the Insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. COMPANY LETTER TYPE OF INSURANCE ER LIABILITY rr I COMPREHENSIVE FORM L1L PREMISES — OPERATIONS ® EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD PRODUCTS/COMPLETE ARD IIC�Et OPERATIONS HAZD Ljy CONTRACTUAL INSURANCE ❑ BROAD FORM PROPERTY DAMAGE INDEPENDENT CONTRACTORS PERSONAL INJURY AUTOMOBILE LIABILITY ® COMPREHENSIVE FORM ® OWNED TMP0064893 CA0064894 POLICY NUMBER COMPANIES AFFORDING COVERAGES LETTERNY A Northbrook Insurance Company COMPANY B LETTER COMPANY C LETTER COMPANY LETTER COMPANY n. LETTER 6. POLICY EXPIRATION DATE 4 -11 -86 4 -11 -86 Limits of Liability in Thousands (000) BODILY INJURY PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED PERSONAL INJURY BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) EACH OCCURRENCE $500, $ $250, $500, $500, $100, AGGREGATE PROPERTY DAMAGE $ BODILY INJURY AND PROPERTY DAMAGE $ STATUTORY KACHACcmoa Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail .10— days written notice to the below named certificate holder, but failure to mall such notice shall Impose no obligation or liability of any kind upon the company. AUTHORIZED NLYHLSLNIX1.L Cimarron Insurance Agency, Inc Ronald L. Wininger, President iff 0. TYPE OF INSURANCE POLICY NO. EFFECTIVE DATE EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation • Statutory, State of Texas, $ Employer's Liability Comprehensive General Liability Includes Contractual Liability Bodily Injury E each person S each accident Property Damage S each accident Covers Independent Contractors $ aggregate Owner's Protective Bodily Injury S each person $ each accident Property Damage $ each accident $ aggregate Comprehensive Automobile Liability Owned Vehicles - Hired Vehicles _ Bodily Injury $ each person f each accident Property Damage S each accident Non -owned Vehicles Includes Contractual Liability TO: City of Round Rock 214 East Main Street Round Rock, Texas 78664 THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company with respect to the business opera- tions hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further here- inafter described. Exceptions to standard policies are noted on the reverse side hereof. CERTIFICATE OF IVARAi,CE Page 1 of 2 Date: Description of Work: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than ten days after the insured has received written notice of such change or cancel- lation. This Certificate of Insurance neither affirmatively or negatively amends, ex- tends, or alters the coverage afforded by policy or policies indicated by this certificate. (Name of Insurer) By: Title: Address Page 2 of 2 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 INFORMATION REQUIRED OF LOW BIDDER (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 1 ' (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- 1 hensive to permit an appraisal of his current financial conditions. 1 Page 2 of 2 GENERAL CONDITIONS OF AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT CONTENTS 1. DEFINITIONS 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority 2.02 Right of Engineer to Modify Methods and Equipment 2.03 Changes and Alterations 2.04 Damages 2.05 Losses from Natural Causes 2.06 Laws and Ordinances 2.07 Licenses, Permits, and Certificates 2.08 Royalties and Patents 2.09 Keeping of Plans and Specifications Accessible 2.10 Discrepancies and Omissions 2.11 Contractor's Understanding 2.12 Extra Work 2.13 Payment for Extra Work 2.14 Assignment and Subletting 2.15 Subcontractors 2.16 Owner's Status 2.17 Completed Portions of Work 2.18 Materials 2.19 Receiving and Storage of Materials 2.20 "Or Equal" Clause 2.21 Completed Work 2.22 Materials Furnished by the Owner 2.23 Protection of Property 2.24 Shelters for Workmen and Materials 2.25 Sanitary Facilities 1 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . . 1 3.01 Labor, Equipment, Materials and Construction Plant 1 3.02 Performance and Payment Bonds 1 3.03 Contractor's Ability to Perform 1 3.04 Superintendence and Inspection 1 3.05 Character of Employees 1 3.06 Contractor's Duty to Protect Persons and Property 1 3.07 Safety Codes 1 3.08 Barricades 1 3.09 Minimum Wages 1 3.10° Unsuitable Work or 1 3.11 No Waiver of Contractor's Obligation . . . 1 3.12 Site Clean Up 1 3.13 Guarantee 1 Page (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 20 7.01 Right of Owner to Terminate 20 7.02 Right of Contractor to Terminate 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment and Materials by Owner 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance 22 8.05 Disposition of Contractor's Equipment . . . 22 9. MEASUREMENT AND PAYMENT 23 9.01 Character of Measurements 23 9.02 Estimated vs. Actual Quantities 23 9.03 Payment 24 9.04 Monthly Estimates and Payments 24 9.05 Certificates of Completion 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit 25 9.08 Release of Liability 25 9.09 Contractor's Obligation 26 9.10 Payments Withheld _ 26 GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive mid- night. 1.02 Contract Documents. The Contract Documents shall con- sist of the 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 & Kaliman, 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. GC -1 1.06 Owner. "Owner" shall mean The City of Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all draw - ings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engi- neer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contrac- tor to the Owner when and as approved by the Engi- neer. 1.08 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepar- ed by the Owner as a basis for proposals, (b) all sup- plementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, how- ever, include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term "substantially com- pleted" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous 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 pax. 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. GC -2 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if de- livered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litiga- tion it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Con- tract; that he shall determine all questions in rela- tion to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and find- ings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, how- ever, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the Con- tractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress re- quired under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is _ complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. GC -3 2.03 Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or altera- tions diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Con- tract; otherwise such work shall be paid for as pro- vided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in prepa- ration for the work as originally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage aris- ing out of the nature of the work to be done or from the action of the elements or from any unforeseen cir- cumstances in the prosecution of the work or from unu- sual obstructions or difficulties which may be encoun- tered in the prosecution of the work shall be sustain- ed and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which GC -4 in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his em- ployees or his subcontractors and their employees. 2.07 Licenses Permits and Certificates. Except as herein- after stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is re- quired such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect aria 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 Keeling 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 GC -5 ofthe work, the conformation of the ground, the char- acter, quality and quantity of the materials to be en- countered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversa- tion with any officer, agent, or employee of the Own- er, either before or after the execution of this Con- tract, shall affect or modify any of the terms or ob- ligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifica- tions and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". It is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. 2.13 Payment for Extra Work. It is agreed that the compen- sation to be paid the Contractor for performing extra work shall be determined by one or more of the follow- ing methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or GC -6 Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, crafts- men, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power- driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges neces- sarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expens- es; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional pre- miums for construction bonds, workmen's compensation, public liability and property damage, and other insur- ance required by the Contract where the premiums therefor are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also speci- fy in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equip- ment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superinten- dence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to GC -7 become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully re- sponsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon writ- ten notice from the Owner. 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any sub- contractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not com- pleted in accordance with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor shall be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except where the written permission of the Engineer is given. 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to GC -8 the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Con- tract Documents. 2.21 Completed Work. The Contractor shall maintain contin- uous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign ele- ments. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamina- tion of such materials that must be maintained and in- corporated into the work in a sanitary condition. 2.23 Protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utili- ties. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belong- ing to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be main- tained in a manner satisfactory to the Engineer. GC -9 2.25 Sanitary Facilities. Necessary sanitary toilet facil- ities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor, Equipment, Materials and Construction Plant. The Contractor shall provide all labor, tools, equip- ment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protec- tion of any material, tools, or machinery on any part of the work until it is finally completed and accept- ed. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Performance and Payment Bonds. It is further agreed by the Parties to this Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total Contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or fur- nishing him any equipment in the execution of the Con- tract. It is agreed that the Contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds will be made by the Owner. The surety company or companies underwriting the per- formance and payment bonds shall be acceptable accord- ing to the latest list of companies holding certifi- cates of authority from the Secretary of the Treasury of the United States, shall be duly authorized, to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. GC -10 3.b3 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 GC -11 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, GC -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 GC -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 said Contractor n shall tneglect rtotmakerorltoaundertake 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 shal 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 GC -14 done under this Contract, to see that the said mater- ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right -of -Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and sea- sons in such order of precedence and in such manner as shall be most conducive to economy of construction; GC -15 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. GC -16 Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or per- sonnel, or where the Engineer determines that unrea- sonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspend- ed until he shall have provided adequate plant, equip- ment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neg- lect of the Owner or Engineer, or of any employee of either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as deter- mined by the Engineer shall be granted by the Owner; provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and con- tracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanent- ly from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 5,001.00 to $ 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to , 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,009.00 2,000,001.00 to 5,000,000.00 GC -17 $ 30.00 35.00 40.00 50.00 70.00 200.00 300.00 400.00 500.00 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 GC -18 of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The lia- bility coverage under this policy shall cover Indepen- dent Contractors. Liability limits for the Comprehen- sive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 25,000 each accident $ 50,000 aggregate 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been com- pleted and accepted by the Owner, an Owner's and Con- tractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liabil- ity Insurance ". 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Con- tract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work of all motor vehicles licensed for highway use, whe- ther they are owned, non - owned, or hired by the Con- tractor, in which shall specifically insure contrac- tual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehen- sive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insur- ance coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above, +the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions GC -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 GC -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 GC -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 GC -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 GC -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 GC -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. -- -- GC -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. GC-26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT SECTION 01 - INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Haynie & Kaltman, Inc., 1106 S. Mays, Round Rock, Texas 78664. Engi- neer of the Owner, or the Engineer's authorized representative, supervision or inspector to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor three (3) sets of conform- ing Contract Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from Engineer at commercial reproduc- tion rates plus 15% for handling. 01 -03 GOVERNING CODES 01 -06 OWNER All construction as provided for under these Plans and Specifications shall be governed by any exist- ing Resolutions, Codes and Ordinances, and any sub- sequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME Refer to the General Conditions of Agreement, Sec- tion 5.06, Page 17 for description. 01 -05 TIME OF COMPLETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Notice to Proceed. The "Owner" shall be the party of parties named in the Notice to Contractor. SC -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 . 01 -07 LOCATION The location of work shall be as mentioned in the Notice to Contractor and as indicated on the Plans. SECTION 02 - SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing construction, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncov- er their particular utility lines or otherwise con- firm their location. Certain utility companies perform such services at their own expense, how- ever, where such is not the case, the Contractor will cause such work to be done at his own ex- pense. 02 -02 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings. Upon completion of the Project and prior to final accep- tance and payment, the Contractor shall deliver this correctly marked set of drawings to the Engi- neer. 02 -03 LANDS FOR WORK The Owner is in the process of finalizing ease- ments, permits and site acquisition for lands upon which work is to be done. It is possible that delays on acquisition of some of the property owner's lands for easements may occur. In such cases, the Contractor shall schedule his work on easements and right -of -ways that already have been acquired while such easement acquisition procedures are in progress. No extra cost to Contractor shall be due by Owner for any delays caused by easement acquisition, but Owner may extend the calendar days of the contract, if delays occur. Within private lands, a 15 -foot or 20 -foot wide - permanent easement and an additional temporary con- struction easement is provided for the Contractors use with conditions as follows: SC -2 15 -Foot or 20 -Foot Wide Permanent Easement - The Contractor has full use of the permanent. easement for construction of the proposed improvements ex- cept for preservation of 8" diameter and larger trees. Trees to be saved with limbs in the way of construction shall be neatly trimmed with a chain - saw or a handsaw, if such limbs interfere with the construction operations. Temporary Easement (Varying width as shown on Plans) - The Contractor has limited use within the temporary construction easement. The temporary easement is shown on the Plans either straddling both sides of the permanent easement or along one side of the permanent easement. In dither case, the temporary easement has been provided for con- struction operations. No clearing of existing trees is allowed within the temporary easement or at any other location on the private lands without express written permission from the Engineer or Landowner. If the Contractor damages or kills any trees within the temporary easement without express written permission from the Engineer or Landowner, he shall purchase new trees of the same type and size and re -plant them in the same location. Clearing of brush and small cedar trees may be allowed, if absolutely necessary for the construc- tion operations, but such clearing shall be allowed only after written permission of the Engineer or Landowner is given. The temporary construction easement has been provided for temporary storage of construction materials, cleared materials from the permanent easement and excavated materials from trench excavation. Clean - up shall be done on each tract of land as the work progresses. For instance, after the pipe is installed on one Landowner's tract, the Contractor shall immediately begin clean -up operations on that tract at the same time that work is beginning on the next tract of land. All dead trees and brush shall be removed from the permanent easement and the temporary easement. All excavated materials from the trench, not acceptable for use in trench backfill shall be removed from the tract, unless the Contractor makes other arrangements with the Landowner. All materials brought in by the Con- tractor shall be removed from the tract. In essence, the areas affected by the construction shall be left in a cleaner, neater manner than prior to construction. SC -3 No burning of trash, dead trees, and brush or any other materials shall be allowed. The Contractor shall be liable to the Landowner for any injuries to cattle or other stock caused by animals falling in trenches or escaping through gates or fences being left open or injured or lost in any other way. The Contractor will make fair and equitable settlement with the Landowner for such damages prior to the 10% final retainage being released. The possession of firearms or other weapons on Landowners property is strictly forbidden in order to preserve the wildlife on the tract. The Contractor shall provide portable toilets with- in reasonable walking distance of the construction operations to maintain sanitary conditions on the job. All fences damaged by the Contractor shall be re- placed at the Contractor's expense with new mater- ials of the same type construction or other types as approved by the Landowner. All fences and gates shall remain intact and closed to prevent the loss of ranch stock. The permanent easement shall be used for the Con- tractor's ingress and egress to the tracts. All materials including pipe, appurtenances, bedding, concrete and other items shall be brought in along the permanent easement unless other arrangements are made between the Landowner and the Contractor. A shaker bucket with 8" or smaller openings shall be used to backfill trench above select bedding, unless Owner's inspector deems such method unneces- sary when backfill material is void of rocks larger than 8" in its greatest dimension. For work within the highway right -of -way, the Con- tractor shall contact Luther Toungate, Maintenance Foreman, Phone 512- 863 -2842 in Georgetown, Texas, and follow his requirements. 02 -04 BLASTING FOR TRENCH EXCAVATION The City of Austin Blasting Ordinance shall be en- forced on this project. Copies of the ordinance SC -4 are available at no cost from the City of Austin Engineering Department, Permits Section, 301 W. 2nd Street, Austin, Texas. When the use or storage of explosives or other hazardous materials or equip- ment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervi- sion of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly flammable materials, shall conform to Federal, State and Local Laws and Ordinances. The following is a list of requirements in addition to Federal, State and Local Laws and Ordinances: 1. The Contractor shall furnish the Owner with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty -four (24) hours prior to using explo- sives. If blasting is covered under the Con- tractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The Contractor shall notify the City of Round Rock, Public Works Department, 255 -3612, at least twenty -four (24) hours prior to the use of explosives. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineer. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the Inspector, the permit, or by safe blasting practices. 5. The Engineer or his representative shall have the right to limit the use of explosives and /or blasting methods which in his opinion are dan- gerous to the public or nearby property of any kind. SC -5 6. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. (The Contractor is fully responsible for all claims resulting from his blasting operations.) 7. Monitoring by an independent testing laboratory is required when blasting within 500 feet of any structures. All slabs within 500 feet shall be inspected by the Contractor and test- ing laboratory representative before and after the blasting occurs. The cost of the testing labs services shall be borne by the Contrac- tor. All damage or loss to any property referred to in this article caused in whole or in part by the Con- tractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty Draw- ings or Specifications or solely to the acts or omissions of the Owner or Engineer or anyone em- ployed by either of them, and not attributable in any degree to the fault or negligence of the Con- tractor. 02 -05 CITY OF AUSTIN STANDARD SPECIFICATIONS The City of Austin Standard Construction Specifica- tions for the Water & Wastewater Department are incorporated into this project by reference and they shall be applied to this project except as modified in TS:1 Technical Specifications attached herein and as modified on the Plans. TS:1 Techni- cal Specifications hold priority of interpretation over the City of Austin Standard Specifications. 02 -06 STANDARD DETAILS The Standard Details as shown on the Plans shall become a formal part of the Technical Specifica- tions on this project and shall have the same priority of interpretation as TS:1 Technical Speci- fications. 02 -07 _UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. SC -6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 02 -08 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and re- cover reasonable cost thereof from Contractor. 02 -09 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improve- ments are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with Owners of utilities. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder progress of work. 02 -10 MINIMUM WAGE SCALE Wage rates paid for highway -heavy construction and paving and utilities incidental to general building construction in Zone 8 which includes Williamson County, Texas, in accordance with the latest revi- sions thereto; or the Associated Building Contrac- tors' wage rates. 02 -11 CONSTRUCTION INSPECTION The Owner shall provide an inspector to review the quality of materials and workmanship. 02 -12 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this contract, so authorized by the Owner, as shown on the drawings or described in the contract documents and techni- cal specifications. 'A11 items of construction not specifically paid for in the bid schedule shall be included in the unit price bids. Any questions arising as to the limits of work shall be left up to the interpretation of the Engineer. SC -7 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS MISCELLANEOUS The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1. Alignment shown on Plans shall be achieved by deflection in pipe and pipe joints not to exceed manufacturer's recommended maximum deflection, except where specific fittings are called for on Plans. There will be no additional pay for fittings used for deflection purpos- es, except for those specifically authorized by the Engineer. 2. It is the Contractor's responsibility to locate and pro- tect all existing utilities such as gas meters, water meters, valve boxes, fire hydrants, structures and other appurtenances that lie within the construction easement. It shall be the responsibility of the Contractor to repair, at his expense, all utilities, driveways, pave- ment, curb and gutter, sidewalk and any other items damaged during construction, regardless of whether all items are shown on the Plans. Take precautions when excavating, as shallow, live utility lines may be found within the construction easement. The location of existing overhead and underground utilities is approxi- mate. In addition to normal precautions when excavating for utility line construction, take extra precautions when excavating within 25 feet of any utilities shown on the Plans. 3. All pipe and fittings, at thrust blocks, shall be wrap- ped with 8 -mil (minimum) polyethylene film meeting ANSI - AWWAC105- current, with all edges and laps taped securely to provide a continuous and watertight wrap. 6. See Standard Details on the Plans for pipe bedding, valves, fire hydrants, and other items. 7. Dust control measures provided by Contractor at the dis- h cretion of the City Inspector. 8. No blasting will be allowed. A wheel -cut trench or other. method as approved by the Engineer is required. -. TS -1 9. Trees in Permanent and Temporary Construction Easements: Careful clearing shall be done under the direction of the Engineer in the easements so as to save all trees of 8" diameter and larger. No trees of 8" diameter or larger and no ornamental trees or shrubs shall be damag- ed or removed without written consent of the Engineer. 10. When approaching existing water, sewer, or any other underground utilities, the Contractor shall excavate and verify exact elevations, locations and sizes prior to construction. The Contractor shall make grade adjust- ments in the proposed lines as required to pass under all existing utility lines, at no extra cost to the Owner. 11. 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 testing 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. 12. 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 equipment for same. 13. The "Measurement and Payment" procedures shall be as included in these Specifications. Bid items in the Pro- posal are for specific items noted on the Plans. Any items shown on the Plans but not included as a separate pay item in the Proposal shall be considered a subsid- iary item and no additional payment shall be made for such work. 14. All areas exposed during construction shall be revege- tated as directed by the Engineer. Revegetation of all exposed areas shall consist of sodding, seeding or hydromulching, at Contractor's option. Acceptability shall consist of a minimum 1 -1/2" growth over 85% of the area, with individual exposed areas not to exceed 10 square feet. 15. All debris, trash, tree stumps, broken concrete, as- phalt, etc. shall become the property of the Contractor and shall not be disposed of on the jobsite. TS -2 The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1. Water mains shall be Asbestos Cement Pipe, Class 200, PVC, Class 150, conforming to AWWA C -900, or Ductile Iron, Class 50, Poly- wrapped, 8 -mil minimum as shown on the Plans. 2. Valves shall be Mueller iron -body as appropriate to installation on by Engineer. 3. Service material shall be type "K" psi polyethylene tubing conforming with brass fittings. 4. Fire hydrants shall be 3-way Mueller, improved AWWA type, with pump nozzle for 4 -1/2" fire hose, or as approved by Engineer. A 6" gate valve and valve box shall be provided on each fire hydrant lead. 5. Sterilization of mains shall be done under the supervi- sion of the City, and the Contractor shall perform such sterilization and furnish additional flushing valves and test connections as necessary to perform tests and ster- ilization. The City will be responsible for bacteriolo- gical tests. If such bacteriological tests fail, the Contractor shall be responsible for re- sterilization of the mains. 6. Minimum cover over the top of water line shall be 36" unless otherwise specified on the Plans. 7. Forty -eight (48) hours prior to connection to the exist- ing water lines, contact the City of Round Rock, Direc- tor of Public Works, Jack Harzke, P.E., 255 -3612, and follow his requirements. 8. All water mains shall include water line, valve and air release valve markers per the Standard Details shown on the Plans. TECHNICAL SPECIFICATIONS WATER TS -3 gate valve with ends piping, or as approved copper tubing or 160 to ASTM D2737, SDR 9 9. The exact location of gate valves, fire hydrants, etc. shall be located in the field by the Contractor, at the direction of the Engineer. TS -4 TECHNICAL SPECIFICATIONS WASTEWATER The current City of Austin Standard Construction Specifica- tions of Water and Wastewater Department and Engineering Department are incorporated into this project by reference and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin specifications, it shall be construed to mean the City of Round Rock. 1. Sewer pipe shall be Vitrified Clay (ASTM C700); Asbestos Cement (Class 2400, Type II); J -M Permaloc (ASTM D1784, 12454C, 13364C); Spirolite (ASTM 1248, Type III, Class C, Category 5, Grade P34); P.V.C. (SDR -35); Ductile Iron Pipe (Class 50); or R.C.P. (Class III with 0 -ring gasket and calcaveous aggregate, polygard lining is not requir- ed). 2. The size of the pipe shall be as shown on the Plans and in the Bid Proposal. 3. The type of manholes shall be as shown on the Plans. TS -5 BASIS OF MEASUREMENT AND PAYMENT VIA -9. WATER VIA -9.1 PIPE BASIS OF MEASUREMENT AND PAYMENT WATER Unless stated otherwise in the contract documents, it is understood that all payments made are for finished work and include all labor, tools, mater- ials, constructing and completing the item on which payment is made. When called for in the proposal, pipe shall be paid for at the unit contract price bid per linear foot, for the size and type of pipe specified, complete in place. The bid price per linear foot shall in- clude all clearing, excavation, laying of pipe, backfilling and clean up. Measurement for length shall be the horizontal distance along the center- line of the pipe as surveyed by the Engineer. Pay- ment will also represent compensation for replace- ment of pavement, curb, drainage structures, drive- ways and any other improvements damaged during con- struction. Concrete blocking for supporting and reinforcing bends, concrete retards and thrust blocks shall be included in the cost for pipe. No separate payment will be made for welded joints, or harnessed joints required for thrust restraint which are scheduled or indicated on the drawings. VIA -9.2 FITTINGS Cast iron and ductile iron fittings furnished in accordance with these Specifications will be paid for according to ANSI A21.10 (AWWA C110) scheduled weights for mechanical joint fittings furnished. Class to be as specified in the contract documents. Short body fittings are approved. Steel cylinder concrete pipe fittings will not be paid for separately. The Contractor shall include these in his bid for the laying of pipe. VIA -9:3 VALVES Valves will be paid for at the unit price bid, in- cluding valve stem casing and cover, excavation, setting and adjusting to proper grade, and anchor -. ing in place. MP -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VIA -9.4 AUTOMATIC AIR RELEASE VALVE ASSEMBLIES Installation of automatic air release valve assem- blies shall be paid for at the unit price bid per air valve installation and shall include threaded valve or corporation cock, pipe, fittings, box and cover, complete in place. VIA -9.5 FIRE HYDRANTS Fire hydrants will be paid for at the unit price bid per each and shall include all pipe and fit- tings except valves between the main line fitting and the fire hydrant. The main line fitting is paid for under "fittings" unless otherwise shown on the plans or Bid Proposal. VIA -9.6 FIRE HYDRANT BARREL EXTENSIONS In cases where the bury of the fire hydrant is greater than four (4') feet, barrel extension will be paid for by the vertical foot complete in place including rod extensions, bolts and all other re- quired accessories. VIA -9.7 WET CONNECTIONS Wet connections shall be paid for at the unit price bid per each, complete in place, according to the size of the main that is in service and shall be full compensation for the work except that cast iron fittings and valves shall be paid for as a separate item, unless otherwise specified in the Bid Proposal. VIA -9.8 BORING, JACKING AND TUNNELING When called for in the proposal, boring, jacking and tunneling shall be paid for at the unit con- tract price bid per linear foot, including all excavation, all necessary grouting, backfilling, cleanup, and the specified pipe casing not includ- ing carrier (water) pipe, complete in puce. VIA - 9.9 CONCRETE ENCASEMENT When called for in the proposal, concrete encase- ment shall be paid for at the unit contract price bid per linear foot for the size of pipe specified, complete in place. MP -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VIA -9.10 CONCRETE RETARDS When called for in the proposal, concrete retards shall be paid for at the unit contract price bid per each for the size of pipe specified, complete in place. MP -3 VIIA -7 WASTEWATER Unless stated otherwise in the contract documents, it is understood that all payments made are for finished work and include all labor, tools, mater- ials, constructing and completing the item on which payment is made. VIIA -7.1 PIPE BASIS OF MEASUREMENT AND PAYMENT WASTEWATER 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 include all excava- tion, bedding material, fittings, plugs, pipe coatings, connection to the existing system, back - filling, disposal of surplus materials, and clean up. Measurement for depths shall be from the existing ground surface or proposed street sub - grade, whichever is less, over the centerline of the pipe to the flow line of the pipe. Measure- ment for length shall be the horizontal distance along the centerline of the pipe as surveyed by the Engineer. Payment will also represent compen- sation 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 manholes shall be paid for at the unit contract price bid per each for such structures and backfilling, com- plete in place. The depth of such structures shall be understood to be the perpendicular dis- tance 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 (8') will be paid for at the unit contract price bid per vertical foot including all excavation, coatings and backfill- ing, complete in place. _ MP -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 exca- vation, eyes, drop connections, coatings, ring and cover, and backfilling, complete 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 con- tract 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 exca- vation and backfilling, 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 con- tract price bid per linear foot, including all excavation, all necessary grouting, backfilling, cleanup, and the specified pipe casing not includ- ing carrier pipe (wastewater), completein 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 exca- vation, necessary blocking and support for piping, backfilling and cleanup, complete in place. VIIA -7.10 CONCRETE ANCHORAGE BULKHEADS When called for in the proposal, concrete anchor- age bulkheads shall be paid for at the unit con- tract price bid per each for the size of pipe specified, complete in place. MP -5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VIIA -7.11 REINFORCED CONCRETE PIERS When called for in the proposal, reinforced con- crete piers shall be paid for at the unit contract price bid per each, complete in place. MP -6