R-86-847 - 4/4/1986TRANSMITTAL
TO: City of Round Rock
214 E. Main St.
Round Rock, Texas 7866
ATTN. Joanne Land
WE ARE SENDING YOU THE FOLLOWING:
X ATTACHED
— COPY OF LETTER
— SUBMITTAL DATA
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
Iaz 1106 SOUTH MAYS
ROUND ROCK, TEXAS 78664
(512) 255, 7861
SPECIFICATIONS
— ORIGINAL DRAWING
— PRINTS
THESE ARE TRANSMITTED AS CHECKED BELOW:
For Your Files x For Approval
April 22, 1986
DATE
1985 CIP -Water Plant Expans
PROJECT Transmission Main
PROJECT NO 4103- 799 -18
VIA: Courier
NO.
COPIES
7
REVISION
DATE
DESCRIPTON
Contract Documents and Specifications
_FIELD NOTES
— OTHER
For Corrections
As Requested — Approval as Noted _ For Distribution
For Review and Comment Approval as Submitted Other
REMARKS: Rhode Pipe Co., has executed the Agreement -and furnished the necessary
bonds and certificate of insurance for each of the attached Contract
Documents. They are now ready for execution by the City. Please have
Mayor Robinson sign and date the Agreement in each of the Contract
Documents and return five (5) of the seven (7) sets to us for distribution.
At your direction, we will issue the Notice to Proceed.
Copies to: From: Mirhaal n Vargakia
Project Engineer
on
Hoot Johnson, Vice - President
Rhode Pipe Company
Rt. 2, Box 145
Hillsboro, TX 76645
PROJECT: City of Round Rock
1985 C.I.P. Water Plant Expansion
Transmission Main
Project No. 103 -799
Dear Mr. Johnson:
NOTICE OF AWARD
a a,/,( 1.,„&„
Scott Linden, P.E.
ACCEPTANCE OF NOTICE
RHODE PIPE COMPANY
By 7fac9t,
RECEIVED
APR 1 11986
Haynie and Kai'man, in :.
The Owner has considered the Bid submitted by you for the above
described work in response to its Notice to Contractors.
You are hereby notified that your Bid has been accepted for items
in the amount of $1,101,014.70.
You are required by the Instructions to Bidders to execute the
Agreement and furnish the required Contractor's Performance Bond, Pay-
ment Bond and Certificate of Insurance within ten (10) calendar days
from the date of this Notice to you. If you fail to execute said
Agreement and to furnish said Bonds and Certificate of Insurance within
ten (10) days from the date of this Notice, said Owner will be entitled
to consider all your rights arising out of the Owner's acceptance of
your Bid as abandoned and as a forfeiture of your Bid Bond. The Owner
will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged.copy of this Notice of
Award to the Owner. �9
Dated this day of �,jY�.�X , 1986.
HAYNIE & KALLMAN, INC. on behalf of
THE CITY OF ROUND ROCK, TEXAS
Receipt of the above Notice of Award is hereby acknowledged, by
RHODE PIPE COMPANY, this the /D&day of 40 , 1986.
Title Ur cE - 12E5II\E
Gg<-
111:ev
_t•L Ann •
CITY OF ROUND ROCK, TEXAS
1985 C.I.P. - WATER PLANT EXPANSION
TRANSMISSION MAIN
CONTRACT DOCUMENTS AND SPECIFICATIONS
PROJECT NO. 103 - 799 -18
Bids will be received at City Hall, 214 E. Main Street, Round
Rock, Texas 78664, at 2:00 o'clock p.m., on Thursday, Feb-
ruary 27, 1986.
Specification No.
Haynie & Kallman, Inc.
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
February 20, 1986
ADDENDUM NO. 1
1985 C.I.P. WATER PLANT EXPANSION
TRANSMISSION MAIN
1106 South Mays • Round Rock, Texas 78664 • (512) 255 -7861
Addendum No. 1 to the Plans, Contract Documents and
Specifications for the 1985 C.I.P. Water Plant Expansion -
Transmission Main for the City of Round Rock.
1. Technical Specifications - Water, has been revised to
include more indepth specifications for Butterfly
Valves. Replace the existing Technical Specifications -
Water with the attached revised Pages TS -3 thru TS -6.
2. All Bidders shall acknowledge receipt of Addendum No. 1
on Page 2 of 11 of the Proposal.
MDV /cla
HAYNIE & KALLMAN, INC.
'Michael D.
ergakis
Design Engineer
ADDENDUM NO. 1 - 1/1
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
BID BOND
AGREEMENT
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE 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
1985 C.I.P. WATER PLANT EXPANSION
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 the bid times
listed below for each project, and then publicly opened and
read, for furnishing all plant, labor, material and equipment
and performing all work required for the construction of said
improvements.
Bids for each of the four (4) contracts will be submit-
ted on the Proposal and Proposal Bidding Sheets furnished, in
separate sealed envelopes, and the name of the project shall
be marked in the upper left hand corner of the envelope.
TRANSMISSION MAIN
(Engineer's Estimate - $720,000)
Bids to be opened at 2:00 p.m., Thursday, February 27, 1986.
2,000,000 GALLON CLEARWELL
(Engineer's Estimate - $250,000)
Bids to be opened at 2:15 p.m., Thursday, February 27, 1986.
RAW WATER INTAKE SYSTEM
(Engineer's Estimate - $550,000)
Bids to be opened at 2:30 p.m., Thursday, February 27, 1986.
BOOSTER PUMP STATION
(Engineer's Estimate - $420,000)
Bids to be opened at 2:45 p.m., Thursday, February 27, 1986.
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 sixty (60) days after the bid opening.
Page 1 of 2
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
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 acceptable according
to the latest list of companies holding certificates 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.
The right is reserved, as the interest of the Owner may
require, to reject any and all bids, and to waive any infor-
mality in bids received.
Plans, specifications and bidding documents may be se-
cured from the office of the Engineer, Haynie & Kallman,
Inc., on deposit of fifty dollars ($50.00) per contract,
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 following the bid opening;
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.
Upon request, plans, specification and bidding documents
will be sent via bus or overnight delivery (i.e. Federal
Express, Airborne, etc.) at the requestor's expense.
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.
The improvements shall be completed within the number of
calendar days indicated on Page 2 of the Proposal in each
contract, 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 1985 C.I.P. WATER PLANT EXPANSION - TRANSMISSION
MAIN to be opened at 2:00 p.m., Thursday, February 27,
1986."
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
1
1
1
1
1
1
1
1
1
1
1
,1
1
1
a1
1
1
1
1
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after an award of the Contract,
the Owner will return the proposal guarantees accompanying
each of the proposals as are not considered in making the
award. All other proposal guarantees will be held until the
Contract has been finally executed. They will then be re-
turned to the respective bidders whose proposals they accom-
pany.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will be awarded to responsible bidders
whose proposals comply with all the requirements prescribed.
Awards, if made, will be made within 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.
2 of 3
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
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
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
1985 C.I.P. - WATER PLANT EXPANSION
TRANSMISSION MAIN
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 11
ACKNOWLEDGEMENT OF PAYMENT ITEMS
The undersigned acknowledges that the foregoing bid items are
the only items of payment under this contract and that his
bid price under these items reflects the complete charges for
furnishing all labor, material, and equipment to complete the
project as outlined in the plans, specifications, and con-
tract documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
The undersigned warrants that he has examined the location of
the proposed work, the plan drawings, specifications, and all
other parts of the Contract Documents, and is familiar with
the local conditions at the place where the work is to be
performed.
CONTRACT TIME
If awarded the Contract, the undersigned agrees to complete
the work in 140 calendar days.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reser-
ves the right to reject any or all Proposals or to waive any
informalities of technicalities in any proposal in the inter-
est of the Owner, except as specifically limited by the terms
of the Contract Documents or applicable Laws or Governmental
Regulations.
ADDENDA
The undersigned acknowledges receipt of the following adden-
da:
Addendum No. Dated
One 2/20/86
Page 2 of 11
1
I SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
' is hereby respectfully submitted by:
RHODE PIPE COMPANY 2/27/86
Name of Contractor Date
1
Hoot Johnson Vice President
' Executed by (Signature) Title or Position
I Rt. 2, Box 145 (817) 582 -5547
Business Address Telephone Number
1
Hillsboro Texas Hill 76645
I City State County Zip
(Seal if Bid is by a Corporation.)
ATTEST:
1
1
NOTE: The original hand - written Proposal is on file in the
1
Engineer's office.
1
1
1
1
1 Page 3 of 11
1
1
PROPOSAL BIDDING SHEET
I CONTRACT: 1985 C.I.P. WATER PLANT EXPANSION
JOB NAME: TRANSMISSION MAIN - PHASE ONE
' JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
OWNER: CITY OF ROUND ROCK
1
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 the 1985 C.I.P. Water
Plant Expansion - Transmission Main Phase One, and binds himself on acceptance of this
' proposal to execute a contract and bond for completing said project within the time stat-
ed, for the following prices, to wit:
1
1
1
1
1
1
1
1
1
1
1
Bid
Item Quantity Unit
1 5,911 L.F. 42" Water Line, complete in place, per
linear foot
for Eighty -One
and no
and no
2 3,244 L.F. 24" Water Line, complete in place, per
linear foot
for Forty -Three
and no
BASE BID
Item Description Unit
and Written Unit Price Price
3 4 Ea. 42" Butterfly Valve, including Box and
Cover, Valve Marker Sign and Post, com-
plete in place, per each
for Eleven Thousand
4 1 Ea. 36" Butterfly Valve, including Box and
Cover, Valve Marker Sign and Post, com-
plete in place, per each
Amount
Page 4 of 11
Dollars
Cents $ 81.00 $ 478,791.00
Dollars
Cents $ 43.00 $ 139,492.00
Dollars
Cents $ 11,000.00 $ 44,000.00
for Eight Thousand Dollars
and no Cents $ 8,000.00 $ 8,000.00
1
1
Bid Item Description Unit
1 Item Quantity Unit and Written Unit Price Price Amount
5 10.22 Ton Cast Iron Fittings, including Concrete
Blocking, complete in place, per ton
for Dollars
and Cents $ N.A. $ N.A.
1
1
1
1
1
1
1
1
1
1
1
1 11
1
1
6 1 Ea. Tie -in to Existing 30" Butterfly Valve
at Station 0 +45, complete in place, per
each
for One Thousand
and no
7 1 Ea. Tie -in to Existing 18" Water Line at
Station 91 +83, complete in place, per
each
for One Thousand
and no
8 1 Ea. 24" Butterfly Valve, including Box and
Cover, Valve Marker Sign and Post, com-
plete in place, per each
for Four Thousand Two Hundred Dollars
and no Cents $ 4,200.00 $ 4,200.00
9 1 Ea. 5 -1/4" Fire Hydrant Assembly, including
6" Gate Valve, not including C.I. Fit-
tings, complete in place, per each
Dollars
Cents $ 1,000.00 $ 1,000.00
Dollars
Cents $ 1,000.00 $ 1,000.00
One Thousand
for Two Hundred Fifty Dollars
and no Cents $ 1,250.00 _ $ 1,250.00
10 4 Ea. 5 -1/4" Flushing Valve Assembly, includ-
ing all Fittings, except C.I. Tee, com-
plete in place, per each
for One Thousand Dollars
and no Cents $ 1,000.00 $ 4,000.00
3 Ea. 2" Autanatic Air Release Valve, includ-
ing all Fittings, Piping, Vault and
' Cover, and Marker Sign and Post, com-
plete in place, per each
for One Thousand Two Hundred Dollars
and no Cents $ 1,200.00 $ 3,600.00
1 Page 5 of 11
1
1
Bid Item Description Unit
1 Item Quantity Unit and Written Unit Price Price
1
1 13
1
14
12 25 S.Y. Open Cut Gravel Base Driveway Replace-
ment, complete in place, per square yard
for Fifteen
and no
30 L.F. Bore and Encasement - Georgetown Rail-
road for 24" Water Line, complete in
place, per linear foot
for One Hundred Seventy -Five Dollars
and no Cents $ 175.00 $ 5,250.00
80 L.F. Concrete Cap of 24" Water Line, complete
in place, per linear foot
for Fifty
and no
9 Ea. Concrete Retards, complete in place, per
each
for Three Hundred
and no
1 16 8 Ea. Pipe Gate, including Posts, complete in
place, per each
1
1
1
1
1
1
1
1
for Five Hundred
and no
Page 6of11
Pmount
Dollars
Cents $ 15.00 $ 375.00
Dollars
Cents $ 50.00 $ 4,000.00
Dollars
Cents $ 300.00 $ 2,700.00
Dollars
Cents $ 500.00 $ 4,000.00
I 17 10,172 S.Y. Revegetation, complete in place, per
square yard
for No Dollars
and Thirty -Five Cents $ 0.35 $ 3,560.20
TOTAL BASE BID - TRANSMISSION MAIN - PHASE ONE $ 705,218.20
(Items 1 thru 17)
1
II ALTERNATE BID "A"
Bid Item Description Unit
Item •uan " Unit and Written Unit Price Price
1A 5,911 L. 36" Water Line, complete in place, per
' inear foot, in lieu of Item 1 of Base
Bi .
1
3A
1
1
5A
1
1
1
2B
1
1
1
1
for Se ty
and no
5 Ea. 36" Butterfly Valv including B• and
Cover, Valve Marker and t, com-
plete in place, per each, lieu of
Items 3 and 4 of Base Bj
for Ei.ht Thous
and no
8.87 Ton Cast Iro ittings, including Concrete
Block' •, complete in place, per ton,
in eu of Item 5 of Base Bid
for
and
TOTAL ALTERNATE BID "A" - PHASE ONE
(Items 2, and 6 thru 17 of Base ,Bid
and 1A, 3A and 5A)
ALTERNATE BID "B"
' Bid Item Description Unit
Item uanti nit and Written Unit Price Price
11 7; -
lg 9,155 L.F. ' Water Line, complete in place, per
linea .ot, in lieu of Items 1 and 2 of
Base Bid
for Fort -Three
and no
5 Ea. 24" Butterfly Val - , including Box
Cover, Valve ker Sign and Post, com-
plete is • ace, per each, in lieu of
It and 4 of Base Bid
for Four Thousand Two Hundred Dollars
and no Cents $ 4,200.00 $ 21
Page 7 of 11
Dollars
Cen
un t
70.00 $ 413,770.00
Lars
C s $ 8,000.00 $ 40,000.00
Dollars
Cents $ N.A. $ N.A.
$ 628,197.
l ar s
Cents $ 43.00 $ 393,665.00
1
1
Item Description
uan nit and Written Unit Price
' Bi
Iten
• ' 3B 6.78 Ton Cast Fittings, including Concrete
Blocking, c: . - e in place, per ton,
in lieu of Item 5 o =• e Bid
Unit
Price
for
and Cents N.A. $ N.A.
rs
TOTAL ALTERNATE BID "B" - PHASE ONE $ 44
(Items 6 thru 17 of Base Bid and 1B, 2B and 3B)
Page 8 of 11
20
1
PROPOSAL BIDDING SHEET
CONTRACT: 1985 C.I.P. WATER PLANT EXPANSION
1 JOB NAME: TRANSMISSION MAIN - PHASE TWO
I 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 the 1985 C.I.P. Water
Plant Expansion - Transmission Main Phase Two, and binds himself on acceptance of this
proposal to execute a contract and bond for completing said project within the time stat-
ed, for the following prices, to wit:
BASE BID
1 Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1
1
1
1
1
1
1
1
1
1 6,432 L.F. 24" Water Line, complete in place, per
linear foot
for Forty -Seven
and no
2 1 Ea. Tie -in to Existing 18" Water Line at
Station 0 +00, complete in place, per
each
for One Thousand
and no
3 7 Ea. 24" Butterfly Valve, including Box and
Cover, Valve Marker Sign and Post, com-
plete in place, per each
1 for Four Thousand Two Hundred Dollars
and no Cents $ 4,200.00 $ 29,400.00
4 3 Ea. 5 -1/4" Flushing Valve Assembly, includ-
ing all Fittings, except C.I. Tee, com-
plete in place, per each
One Thousand
for One Hundred Fifty
and no
Page 9 of 11
Dollars
Cents $ 47.00 $ 302,304.00
Dollars
Cents $ 1,000.00 $ 1,000.00
Dollars
Cents $ 1,150.00 $ 3,450.00
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
,
Bid Item Description Unit
' Item Quantity Unit and Written Unit Price Price Amount
5 4 Ea. 2" Automatic Air Release Valve and Vault,
including all Fittings, Piping and Cover,
and Marker Sign and Post, complete in
place, per each
for One Thousand Two Hundred Dollars
and no Cents $ 1,200.00 $ 4,800.00
6
1 Ea. 12" Isolation Valve and Vault Assembly,
including all Fittings, Piping and Cover,
complete in place, per each
for Twenty -Eight Thousand Dollars
and no Cents $28, 000.00 $ 28,000.00
7 240 S.Y. Open Cut Asphalt Replacement, including
8" Flexible Base, complete in place,
per square yard
for Thirty -Five Dollars
and no Cents $ 35.00 $ 8,400.00
8 30 L.F. Curb Repair, complete in place, per
linear foot
for Forty Dollars
and no Cents $ 40.00 $ 1,200.00
9 36 S.Y. Open Cut Gravel Base Driveway Replacement,
complete in place, per square yard
for Fifteen Dollars
and no Cents $ 15.00 $ 540.00
10 50 L.F. Concrete Encasement of 24" Water Line,
complete in place, per linear foot
for Seventy -Five
and no
Dollars
Cents $ 75.00 $ 3,750.00
11 75 L.F. Concrete Cap of 24" Water Line, complete
in place, per linear foot
for Fifty Dollars
and no Cents $ 50.00 $ 3, 750.00
Page 10 of 11
1
1111 Item Description Unit
Quantity Unit and Written Unit Price Price Amount
' 12
for Three Hundred Dollars
1 and no Cents $ 300.00 $ 2,700.00
13 5 Ea. Pipe Gate, including Posts, complete in
II place, per each
for Eight Hundred Dollars
and no Cents $ 800.00 $ 4,000.00
1 14 4.49 Ton Cast Iron Fittings, including Concrete
Blocking, complete in place, per ton
' for Dollars
and Cents $ N.A. $ N.A.
1 15 7,150 S.Y. Revegetation, complete in place, per
square yard
1
1
1
1
1
1
1
1
1
1
9 Ea. Concrete Retards, complete in place, per
each
TOTAL BASE BID - PHASE ONE
for No Dollars
and Thirty -Five Cents $ 0.35 $ 2,502.50
TOTAL BASE BID - TRANSMISSION MAIN - PHASE TWO $ 395,796.50
(Items 1 thru 15)
BID SUMMARY
1 TOTAL ALTERNATE DID "0" PHASE ONE $ 449,600.20
TOTAL BASE BID - PHASE TWO
$ 705,218.20
$ 395,796.50
*TOTAL BASE BID - PHASE ONE AND PHASE TWO $1,101,014.70
*Contract award based on lowest total base bid of Phase One and Phase Two.
Page 11 of 11
1
BID BOND
Approved by The American Institute of Architects,
A.IA. Document No. A -310 (Feb. 1970 Edition)
RHODE PIPE COMPANY
KNOW ALL BY THESE PRESENTS, That we, ,
HILLSBORO, TEXAS
'
as Principal, hereinafter called the Principal,
and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under
the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF ROUND ROCK as Obligee, hereinafter called the Obligee,
in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars
(5 5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for 1985 C I 1' ' WATER PLANT EXPANSION
TRANSMISSION MAIN
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the 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 difference 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 27th day of FEBRUARY 19 86 ,
RHODE PIPE COMPANY (Seal)
Principal
� /�
.24e ,�e4i=w9A1 vice PeES/pENr
Witness
Witness
oO Title
SAFECO NSURANCE COMPANY OF AMERICA '
•
Bxa -i �Ll �,C.f, -!
GERTRUDE CROCKER Attorney -in -Fact
SAFECO
1
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
FIRST NATIONAL INSURANCE COMPANY
OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
S-54 R6 1/75
SAFECO
POWER OF
ATTORNEY
No
SAFECO INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
4852
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
- -H. T. WILKINS; GERTRUDE CROCKER; HOWARD COWAN, Lubbock, Texas - - - - --
its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind
SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its
regularly elected officers at its home office.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents
this
6th - day of January
CERTIFICATE
19 80
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any
instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be
impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(1) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, W.D. Hammersla, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing
extracts.of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued
pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full
force and effect.
IN WITNESS WHEREOF. I have hereunto set my hand and affixed the facsimile seal of said corporation
this 27th day of FEB ARY • 1986
5.1300 R4 8/81 PRINTED IN U S A
AGREEMENT
THE STATE OF TEXAS 1
COUNTY OF WILLIAMSON j
THIS AGREEMENT, made and entered into this day of
, A.D., 19 , by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and RHODE PIPE COMPANY, of the City of Hillsboro,
County of Hill, and State of Texas, Party of the Second Part,
hereinafter termed CONTRACTOR.
WITNESSETH: That for an in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
the Party of the First Part (OWNER), and under the conditions
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 follows:
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
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 collectively evidence and
constitute the entire contract.
Page 1 of 2
The CONTRACTOR hereby agrees to commend work within ten (10)
days after the date written notice to 3 o so shall have been
given to him, and to substantially complete the same within
140 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 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 RHODE PIPE COMPANY
Party of the First Part Party of the Second Part
(OWNER) (CONTRACTOR)
BY:
ATTEST: l
(T / following to be executed if the C ntrac_or is a . Corpora-
tion.)
I,
BY:
Mike Robinson, Mayor
ATTEST:
�a�aP `1yt hcL
, certify that i
am the Secretary of the C poration named as Contractor here-
in; that ( hi-4 4 , who signed
this Contract on behalf of the Contractor was then
- 6&,--adc2 (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 2 of 2
Signed :
THE STATE OF TEXAS
COUNTY OF !,[ /A4 1
length herein.
PERFORMANCE BOND
PB -1
KNOW ALL MEN BY THESE PRESENTS, THAT
of the City of ,
County of L A/Cd .Q , , and State of 440_4)
as principal, and SAFFCO INSUR,AWCE COMPANY OF AIrIERICA
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, TEXAS (OWNER), in the penal sum
of 49Y1-4- - j D . L cL-9 °� o r Dollars
/b /,r'I /y.7o) for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally,
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
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH
that if the said Principal shall faithfully perform said Con-
tract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said Contract agreed and covenanted by
the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans
and Specifications thereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the term
of the Contract, or to the work performed thereunder, or the
plans, specifications, or drawings accompanying the same,
shall in anywise affect its obligation on this bond, and it
does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract, or
to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this day of
19
Priaa ode A erxy�a SAFFrn INSURANCE COMPANY OF AMERICA
Prin ipal Surety
By �w t (T'""°"'"'"
Title ad( - AC(.2e +L
Address e, 20SF-•j
oe640,41
REPUBLIC HOCC ROBINSON Of TEXAS, INC.
3101 34th STREET, P. 0. BOX 6800
LUBBOCK, TEXAS 79413
Nb//92 - b892
By
HOWARD COWAN
Title ATTORNEY- INFAC3
Address
P 0 BOX 6800
LUBBOCK TEXAS 79413 0800
The name and address of the Resident Agent of Surety is:
C.•,.,..P „NT Nazi,._- Stioutd cry dkpute
er. :o ci cu: yrt:r p:2rnium cr cb' u: c e!i,ttrt
{ :+a? ycu nuzi, csc:cr.: '110 ^5rnt er
carieo Sa:. +: t: ;i : a i :9 i'Ci':::1:1a i,9iis? iZ
tho rraac :a tc t:,: YGSGit'Z. , you inv./ c.lco
i.vv...1 of iucu!.^.cca, e.•..:3rt-
mCS.? rytctir-, 7e
7L7:16. Ti •.iv prc :::nt..ru F7
for inco7t1 -2.i'o : s:t.4t '9:7 GOCt not LCi07710 u
start U: c Li!{G{1 o rii.3
+t'- •-- t- ,'�e�' r --^- -. -' - -�"i..,.. ,.c _. »,r , - -v-•., .•s, per -.-.. _, r-...•. ,,.- w.....�,,:.- •�z,..e•m «.,. --
•PAYMENT BOND
THE STATE OF TEXAS X
COUNTY OF Afteta ae..7
KNOW ALL MEN BY THESE PRESENTS, THAT
CerYx_ Q,
o u - , of the City of A/,��
o , 0 ,
County of N' pQ , , and State of lif_�L�r� 4) ,
Q
as principal, and SAFECO INSURANCE COMPANY OF AMERICA
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, TEXAS (OWNER), in the penal sum
of ° ,- Dollars
(SO() Oiy,10 ) 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
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
WW1 ke,
SAFFCO INSURANCE COMPANY OF AMERICA
Principal Q Surety
By 7/myt cal ae.a By r�y� "' l��✓
HOWARD COWAN
Title L((;,e, -0044 Title ATTORNEY- IN -FAC11
Address oZ 80 S 5 - Address r�
P
o Box Ou
n S LUBBOCK. TEXAS 794113.0800
Weea
The name and address of the Resident Agent of Surety is:
REPUBLIC HOGG ROBINSON OF TEXAS, INC.
3101 34th STREET, P. 0. BOX 0800
LUBBOCK, TEXAS 79413
OOC/702 6002
Cv :`,tPl 2(RT WO iCr Should any dispute
crico about your F:omiunn or about a claim
that you t:2V3 Filed, contact the .-,dent or
e,s;totoCtacc vanyt ;a..ticsuai4itopciicy.
tha preblara is rct roschfed, you trey ::loo
t".'rita the SL io e inaJrr= !•.ca, Dapnit-
mostt C, 1110 Sin Jaeiato, Austin, Tevls
73706. This notice cf an'+t;lain4 preceduis is
for information only and does not become a
virt cr condition of this policy, bond, or con.
2B licato.
1
1
1
1
i1
, 1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS 1
COUNTY OF ILL I
KNOW ALL MEN BY THESE PRESENTS, THAT WE
p/ r(Q �� 1 �_ 0(0 m
SAFECO INSURANCE COMPANY OF AMERICA
organized under the laws of the State of b)p Sh H en , as
SURETY, are held and firmly bound unto 0 ( i /l
U / a @_ , as OBLIGEE, in the penal sum of
ava 11 , 3 /4 / 00
MAINTENANCE BOND
as PRINCIPAL and
, a Corporation
Dollars ($/ /0 /, 6!'/. 7 ),
to which payment will and truly to be made we do bind .our-
selves, our and each of our heirs, executors, administrators,
successors and assigns jointly and severally, firmly by these
presents.
WHEREAS, the said PRINCIPAL has constructed
1 'S "O. 3 i / r 0,41-
'TY {+gs rss ice, /h 6-1
WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a
bond conditioned to guarantee for the period of one year
after approval by
against all defects in workmanship and materials which may
become apparent during said period;
MB -1
1
NOW, THEREFORE, THE CONDITIONS OF THIS OBL±GATION IS SUCH
1
1
1
1
1
Principal Surety
THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all
loss that the OBLIGEE may sustain by reason of any defective
materials or workmanship which become apparent during the
period of one year from and after date of acceptance by the
OWNER, then this obligation shall be void, otherwise to
remain in full force and effect.
IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed
and sealed this instrument this day of
19 ___
1 By: Weat S1PLAAa9ffia By:
1 Title vL ee, -I' t,1
' Address D- 804145
1
1 The name and address of the Resident Agent of Surety is:
REPUBLIC HOGG ROBINSON OF TEXAS. INC
' 3101 a4tn J�Kttl, 1' 0 BUX 6800
LUBBOCK, TEXAS 79413
iinan
1
1
1
1
1
CO.",:rLAMIT cny disputer
c&o about yaw premium. et cbcut a claim
that you have Mad, cmntaet 'iv oBont or
writs fo fhoct:.r..rary thc1izE;r3ti the psticy. SF
the problem 13 ncd ro c,ivrd, you may ciao
writo tho State CearC of hmcursneo, Da,rart-
mont C, 1110 £an ir.cinto, Am:atin, TrF;a
733784. This rotico of eqmm:laint prceadur: is
for information only and does net bccomae a
Fars or condition of this policy, bond, or cm- '
tificatd.
MB -2
SAFECO INSURANCE COMPANY OF AMERICA
i
OWARD CO 'VA
Title
Address
ATTORNEY -IN -FACT
P 0 BOX 0800
LUBBOCK TEXAS 79413.0800
SAFECO
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind
SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its
regularly elected officers at its home office.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents
H. T. WILKINS; GERTRUDE CROCKER; HOWARD COWAN, Lubbock, Texas
5 -1300 54 8/81
POWER OF
ATTORNEY
this 6th day of January
CERTIFICATE
SAFECO INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
4852
No
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
. COMp� this day of 19
19 80
LI
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys - in - fact or under other appropriate titles with authority to execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any
instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be
impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, W.D. Hammersla, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing
extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued
pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full
force and effect.
7 777T et.■
PRINTED IN USA
CO
T R
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWDO/yY)
POLICY EXPIRATION
DATE (MMANYYI
LI ABILITY LIMITS IN THOUSANDS
2
a
OCCURRENCE
AGGREGATE
A
d5M
f BROAD
It * A
GENERAL
X
-X-
X
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
EXPLOSION U 8 COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
FORM PROPERTY DAMAGE
PERSONAL INJURY
Owners & Contractors
5GA 25 17 88
5GA 25 41 56
Protective Lia3ility
7/15/85
4/16/86
7/15/86
4/16/87
BODILY
INJURY
$
W
$
PROPERTY
DAMAGE
$
$
C OMBNEO
$ 500
$ 500
$ '
$500
$500
• •
r
it
PERSONAL
BI
INJURY
$500
$500
$
I'
C Ken)
C
s
i
11 1 Ixlx x
UTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRN PASS)
ER
ALL OWNED AUTOS RAM )
HIRED AUTOS
AWNED AUTOS GAR
GARAGE LIABILITY
75FL90017000003
3/28/86
3/28/87
6x
PER PEAUTT
KR.?
I ' "'"'
IUTAUT'"'
$
PROPERTY
DAMAGE
$
BI a PD
COMBINED
$ 7 5 n
EXCESS
LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORA?
523 417 7601
7/15/85
7/15/86
COMBINED
$ 5,000
5 5,000
;
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
STATUTORY
$ (EACH ACCIDENT)
$ (DISEASE POLICY LIMIT)
'
$ (DISEASE-EACH EMPLOYEE)
1 '
4 A
I FLOATER
%T IT R L DERS RISK
1SP 15 85 89
7 /15/85
7/15/86
Per Location
$1,500.
DESCRIPTION OF OPERATION /LOCATIONSNEH!CL S %SPECIAL ITEMS
ISSUE DATE (MM,'DD/YY)
4
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
OVERAGES >,ih *:`i
TE OI
COMPANIES AFFORDING COVERAGE
1RED
RHODE PIPE COMPANY
P.O. BOX 53370
LUBBOCK, TEXAS 79453
RHODE PIPE COMPANY
ROUTE 2, BOX 145
1ILLSBORO, TEXAS 76645
COMPANY E
LETTER
®P Ep'1'IF'c
PRODUCER
REPUBLIC HOGG ROBINSON
OF TEXAS, INC.
P.0. BOX 6800
LUBBOCK, TEXAS 79493
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES. -
Re: 1985 C.I. Water Plant Expansion Transmission Main
C.
RtzA7 0-13p w T
?7�.z
AiiCECL'A' or+13 I7
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 1 ((TT DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
• . 31 LEFT, BUT - FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON TYF COMPA� I , IT R PR NT • T i
T °J AUTHORIZED REPRESENTATIVE /'Y• Ifld �j�
TAX , INC.
T1 CITY OF ROUND ROCK
4 214 E.MAIN STREET
ROUND ROCK, TEXAS 78664
aaogs,Wa41: •
--h
*Named Insured: City of Round Rock, 214 E. Main Street, Round Rock, Tx 78664
1
1
1
1
1
1
1
1
•
1
•
RECEIVED
Haynie and Kalman, Ir..
The low bidder is required to supply the following informa-
tion. Additional sheets may be attached if necessary.
(1) Name - RHODE PIPE COMPANY
(2) Address
(3) Phone Number
(4) Type of firm:
( ) Individual, ( ) Partnership,
(5) Corporation organized under the laws of the State of
Texas
(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 26
(8) List at least three (3) projects completed as of recent
date: Contract Amount /Class of Work /Date Completed/Name
and Address of Owner Please See Attached Form
(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
INFORMATION REQUIRED OF LOW BIDDER
Unsure at this time
RT. 2 BOX 145, HILLSBORO, TEXAS 76645
(817) 582 -5547
Page 1 of 2
( XX)
Carman Rhode President
Hoot Johnson Vice - President
Carol Martin Secretary
Corporation
Address Work to be Performed
(10) Payment of taxes, in the State of Texas
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
MN NM • -- MI MI • OM MI NM NM N N- OM MO =
PROJECTS COMPLETED BY
RHODE PIPE COMPANY
Rt. 2 Box 145
Hillsboro, Texas 75645
(817) 582 -5547
IIIII MI MN = - - • OM M - -- MO NM I MN I MN
DATE NAME OF OWNER
11/79 Aqua Water Supply
Corporation
Bastrop, Texas
4/79 Coleman Co. Water
Supply Corporation
.8/79 Dmbarger Water
Supply Corporation
10/79 Deaf Smith Co.
Hereford, Texas
8/80 Baylor Water
Supply Corporation
10/80 Sheppard Air Force
Base
Wichita Falls, TX
4/81 Stephens County, OK
Rural Water /Sewer
District
6/81 Steamboat Mountain
Water Supply Corp.
Abilene, Texas
12/81 City of Merkel, TX
2/82 City of Wichita
Falls, TX
•
NAME OF PROJECT
Water Distribution
System
Water Distribution
System
Water Distribution
System
San Jose Water
System
Water Lines 6 Pump
Station ' " •
Replace Water Main -
Water Distribution
Water Distribution
System
Water Improvements
12/81 City of Lampasas, TX Water System 6
Storage
Water Line Replace-
ment
ENGINEERING FIRM ENGINEER ON JOB OWNER REP.
Biggs 6 Mathews Ed Biggs Jim Trigg, Mgr.
Wichita Falls, TX (817) 766 -0156 (512) 321 -3942
Yeatts 6 Decker Ken Martin
Abilene, Texas (915) 677 -1494 President
Bill McMorris 6
Assoc.
Amarillo, Texas
Bill McMorris 6 Bill McMorris W.G. Nelson 227,727.87
Assoc. (806) 352 -2796 County Judge
Amarillo, Texas (806) 364 -3112
Biggs 6 Mathews Ed Biggs Bill Parr, Pres. 1,886,478.47
Wichita Falls, TX (817) 776 -0156 Wichita Falls, TX
Sheppard Air Force Lt. Stencil
Base (817) 851 -2852 (817) 851 -2630
Houle Engineering J.B. Bowle Lyle Goodrich 1,039,853.60
Duncan, OK Manager -
(405) 255 -5469 (405) 658 -6109
Yeatts 6 Decker Leon Decker Royce Peterson 1,446,887.00
Abilene, Texas (915) 677 -1494 President
Yeatts S Decker
Abilene, Texas
Steger 6 Bizzell
Georgetown, Texas
- City of Wichita
Falls
COST,
2,400.229.98
Charles Yarborough 1,175,453.23
Bill McMorris Lewis Reef 128,161.20
(806) 352 -2796 (806) 499 -3513
John Osborn 284,297.30
Leon Decker Kent Satterwhite 170,765.40
(915) 677 -1494 City Manager
Don Bernhard Morris Sneed 692,165.49
(512) 863 -4521 City Adm.
(512) 556 -3641
Richard Manahan Richard Manahan 140,980.00
(817) 322 -5611
N - - - - - - - - - • I
DATE NAME OF OWNER
7/82 City of Cisco, TX
7/82 Bistone Municipal
Water Supply Dis-
trict
8/82 Richland Springs
Water
11/82 City of Kerens, TX
3/83 Spring Hill Water
Supply Corporation
6/83 Sportsman World
Municipal Utility
District
8/83 Lake Lyndon B.
Johnson Municipal
Utility District
8/83 Leander Water
Supply Corporation
9/83 City of Smiley
11/83 City of Hubbard
3/84 City of Lone Oak
NAME OF PROJECT
Sewer System
Improvements
Water Collection
System
Water Distribution
Water Supply Line
Water Supply Line
Water Distribution
Wastewater Collection
Water System
Expansion
Water System
Improvements
Water System
Improvements
Water & Sanitary
Sewer Facilities
Water Improvements
ENGINEERING FIRM ENGINEER ON JOB OWNER REP.
Decker, Jacob, Billy Jacob Michael Moore
Martin (915) 677 -1494 City Manager
Abilene, TX (817) 442 -2111
Wallace Engineer- John Winkler Elmer Beene
ing, Waco, TX (817) 772 -9272 President
(817) 562 -5922
Jacob 6 Martin Ken Martin E.C. Carroll
Abilene, TX (915) 677 -1494 (915) 623 -5582
Pierce Lunsford Rick Lunsford Don Paschal
& Assoc. (214) 742 -5868 Mayor
Dallas, Texas (214) 396 -2971
Southwest En- Clarence Little - Cleburn Roecker
gineers field President
Gonzales, TX (512) 672 -7546 (512) 379 -7683
HDR Tom Caldwell George Smith
Dallas, Texas (214) 980 -0001 President
Willis Eoviron- Myron Wier Ike Williams
mental (512) 693 -3566 General Mgr.
Marble Falls, TX
Steger 6 Bizzell Don Bernhard Charles Hutto
Georgetown, TX (512) 863 -4521 President
Southwest En- James Wundt Leonard Poehler
gineers (512) 672 -7546 Mayor
Gonzales, Texas
Wani, Apal E. K.N. Wani Harvey Schronk
Assoc., (817) 654 -1345 Manager
Ft. Worth. TX
Hayter Engineering David Falls
Paris, Texas (214) 785 -0303
Reeves Hayter
COST
117,551.00
126,000.00
2,145,000.00
97,000.00
36,000.00
680,000.00
312,625.00
38,849.52
214,000.00
259,253.70
303,979.79
I • I - - - - - - = - - - - - I NM
DATE NAMG Ur uwnnn
6/84 Chisholm Trail
Water Supply
Corporation
-10/84 Atascosa Rural
Water Supply
Corporation
12/84 City of Cranbury
5/84 City of Quinlan
6/84 East Medina County
Water Supply
Corporation
5/85 City of Grandview
naafi ur faUJGUI
Water Distribution
System 6 Plants
Water System
Improvements
Construction of
12" Water Line
Town South and Laura
Avenue Sewer Improve-
ments
1980 Improvements to
Distribution System
Construction of Water
System Facilities
Ga1.lahrrara. tlttm GnUlannn ma JUa UanGn nnf.
Steger E. Diemell Don Bernhard
Georgetown, TX (512).863 -4521
Garcia 6 Wright Steve Cady
San Antorio, TX (512) 349 -5253
Graham Assoc. Conrad Calli-
Arlington, TX ciate
(817) 640 -8535
Wisdom Ergin- Harold Foreman
eering (214) 455 -9349
Creenvil1e, TX
Duff Consulting James Duff
Engineers (817) 756 -5415
Waco, Teras
•
Wani, Apel 6 K.H. Wani
Associates (817) 654 -1345
Fort Worth, TX
Robert Chambers
Manager
Don Dalroa
Manager
(512)622 -3901
Conrad Callicoate 323,805.03
Lois Cagle 115,789.41
Mayor
(214) 356 -3533
Paul Kohleppal 936,831.42
Manager
(512) 772 -3879
Lucille Graham
Mayor
(817) 887 -3395
8,000,000.00
786,840.11
176,570.00
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
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
(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 39
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
9.0B 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 er. --
gaiiri7.ion or individual named and designated in the
Contract as the' "Party of the Second Part",
who has entered into this.contract for the performance
of the work covered thereby, and its, his, or their
duly authorized agents and other legal representa-
tives.
1.04 Engineer. "Engineer" shall mean Haynie & Kallman,
Inc., or such other Engineer, supervisor, or inspector
who has been designated, appointed, or otherwise em-
ployed or delegated by the Owner for this work, or
their duly authorized agents, such agents acting with-
in the scope of the particular duties entrusted to
them in each case.
1.05 Extra Work. The term "extra work" as used in this
contract shall be understood to mean and include all
work that may be required by the Engineer or Owner to
be done by the Contractor to accomplish any change,
alteration, or addition to the work shown on the
Plans, or reasonably implied by the Specifications,
and not covered by the Contractor's Proposal, except
as provided under "Changes and Alterations ", herein.
GC -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
-1
1
1.06 Owner. "Owner" shall mean the City of Round Rock, .
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 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 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 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,:. Kee in of, Plans and S ecifications Accessible. The
Engineer shal 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.
Incase 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 Cc'npensation,
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 wh i.ch accounts •:f the
"actual • field costs" shall be kept and may al so. speci-
fy in writing before the wor}:.:vinmcncres' the method of
doing the'work and the type and kind of machinery and
equipnent 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.sepa.rate 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. The Contractor shall pay not less than
the general prevailing wages as established by the
U.S. Department of Labor 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
emission 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 became necessary during such
period. If within 10 days after the mailing of a
notice in writing to the Contractor or his agent the
said Contractor shall neglect to make or to undertake
with due diligence the aforesaid repairs, the Owner is
hereby authorized to make such repairs at the Contrac-
tor's expense; provided, however, that in case of an
emergency where, in the judgment of the Owner, delay
would cause serious loss or damage, repairs may be
made without notice being sent to the Contractor, and
the Contractor shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades
shall be furnished by the Engineer. Whenever neces-
sary, work shall be suspended to permit performance of
this work, but such suspension will be as brief as
practicable, and the Contractor shall he 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. _A11 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.ni. 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1_
1
1
,1
1
6. INDEMNITY
6.01 Contractor's Indemnity Provision. To protect the
Owner from the Contractor's failure to perform any of
the foregoing duties or any of the terms of this Con-
tract, the Contractor shall indemnity and save harm-
less the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, and ex-
penses or costs of any nature whatsoever arising out
of or in anyway connected with any claims or actions
at law or in equity brought against the Owner and the
Owner's agents and employees for the death or injury
to persons or for damage to property caused, or alleg-
edly caused, by any willful acts, negligence, nui-
sance, or breach of any term or condition of this Con-
tract by the Contractor, his agents, servants, subcon-
tractors, or employees. The Contractor shall further-
more indemnify and save harmless the Owner and the
Owner's agents and employees from all demands of sub-
contractors, workers, material persons, or suppliers
of machinery and parts thereof, equipment, power
tools, and supplies incurred in connection with work
to be performed under this Contract. Property of any
description, including property of the Owner, which
shall be damaged in the performance of this Contract
by the Contractor, his agents, employees, subcontrac-
tors or their employees'and subcontractors shall be
restored to its condition prior to damage by the Con-
tractor at the Contractor's expense.
-6.02 Workmen's Compensation Insurance. The Contractor
agrees to comply with the Workmen's Compensation Act
of the State of Texas, and to pay or cause to be paid
all compensation, medical or other benefits, which may
become due or payable thereunder, and to protect and
indemnify the Owner and the Owner's agents and employ-
ees from and against any and all liabilities by reason
of accidental injury, disease or death sustained by
subcontractor's employees. The Contractor shall fur-
nish the Owner with a certificate from the Industrial
Accident Board evidencing the Contractor's and subcon-
tractors' compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Con-
tractor shall provide and maintain during the life of
this Contract and until all work under said Contract
has been completed and accepted by the Owner, a Com-
prehensive General Liability insurance policy, said
policy and the issuing carrier approved by the Owner,
which specifically insures the contractual liability
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 ob]igations 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
GC -21
days after written notification from the Owner or the
Engineer or if the Contractor fails to comply with"
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 Metho of Com pleting th e 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
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 -2 6
SPECIAL CONDITIONS OF AGREEMENT
SECTION 01 - INFORMATION
01 -01 - ENGINEER
SPECIAL CONDITIONS OF THE AGREEMENT
The word "Engineer" in these Specifications shall be
understood as referring to Haynie & Kallman, Inc., 1106
South Mays, Round Rock, Texas 78664. Engineer of the
Owner, or the Engineer's authorized representative,
supervisor 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 with three (3) sets of conforming Contract
Documents, Technical Specifications and Plans free of
charge, and additional sets will be obtained from
Engineer at commercial reproduction rates plus 20% for
handling.
01 -03 - GOVERNING CODES
All construction as provided for under these Plans and
Specifications shall be governed by any existing
Resolutions, Codes and Ordinances, and any subsequent
amendments or revisions thereto as set forth by the
Owner.
01 -04 - LIOUIDATED DAMAGES FOR DELAY
The Contractor shall pay to the Owner for each and every
calendar day, including Sundays and legal holidays, that
he shall be in default by not completing the whole work
to be done under this Contract, after giving effect to
extensions of contract time which are authorized
hereunder, the sum of $200.00 per calendar day, which
sum is by the execution of this Agreement mutually
fixed, determined and agreed upon as liquidated damages,
which the Owner will suffer by reason of such default
and not as a penalty. The Owner shall have the right to
deduct the amount of such damages from any monies due or
to become due the Contractor under this Contract, and in
the event such damages exceed the sum due or to become
due the Contractor hereunder, the latter shall be liable
to the Owner for such difference.
SC -1
01 -05 - TIME OF COMPLETION
01 -06 - OWNER
The work shall be completed within the number of
calendar days stated in the Proposal. The time shall
begin from the date of the Agreement, or the date of the
Notice to Proceed, whichever is latest.
The Owner shall be the party of parties named in the
Notice to Contractors.
01 -07 - LOCATION
The location of work shall be as mentioned in the Notice
to Contractors 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 uncover their
particular utility lines or otherwise confirm their
location. Certain utility companies perform such
services at their own expense, however, where such is
not the case, the Contractor will cause such work to be
done at his own expense.
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 acceptance
and payment, the Contractor shall deliver this correctly
marked set of drawings to the Engineer.
02 -03 - 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.
02 -04 - 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
SC -2
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
recover reasonable cost therefor from Contractor.
02 -05 - DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans,
present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will
determine whenever existing improvements are to be
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 -06 - LANDS FOR WORK
The Owner is in the process of finalizing easements,
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
construction easement is provided for the Contractors
use with conditions as follows:
15 -Foot or 20 -Foot Wide Permanent Easement - The
Contractor has full use of the permanent easement for
construction of the proposed improvements except 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 chainsaw or a handsaw, if such
limbs interfere with the construction operations.
SC -3
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 construction operations. No clearing
of existing trees is allowed within the temporary
easement or at any other location 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 construction operations, but such
clearing shall be allowed only after written permission
of the Engineer or Landowner is given. The temporary
construction easement has been provided for 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 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 Contractor
shall be removed from the tract. In essence, the areas
affected by the construction shall be left in a cleaner,
neater manner than prior to construction.
No burning of trash, dead trees, and brush or any 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.
SC -4
SECTION 03 - INSURANCE
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 within
reasonable walking distance of the construction
operations to maintain sanitary conditions on the job.
All fences damaged by the Contractor shall be replaced
at the Contractor's expense with new materials 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
Contractor'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 unnecessary when
backfill material is void of rocks larger than 8" in its
greatest dimension.
For work within the highway right -of -way, the Contractor
shall contact Luther Toungate, Maintenance Foreman,
Phone 512- 863 -2842 in Georgetown, Texas, and follow his
requirements.
03 -01 Insurance policies must be obtained by the Contractor or
separate endorsements obtained to his existing insurance
policies on projects that involve special hazards, such
as blasting, excavation on public properties, etc.
The principal types of insurance which will be necessary
are:
Public Liability and Property Damage to protect the
Contractor, any of this Subcontractors and the Owner
against claims arising from personal injury, including
accidental death, as well as claims for property damage.
The amount for liability is $100,000 /$300,000. The
amount of property damage will depend upon the magnitude
and nature of the project.
SC -5
Automobile and Truck Public Liability and Property
Damage to protect the same individuals as indicated
under Public Liability and Property Damage above, and in
the same amounts for liability_
Worker's Compensation and Employer's Liability
Insurance.
guilder's Risk Insurance is necessary to cover loss of
or damage to the building materials while the project is
under construction.
SECTION 04 - PREVAILING WAGE SCALE - NOTICE
1. This determination of prevailing wages shall not be
construed to prohibit the payment of more than the rates
named. Under no condition shall any laborer, workman or
mechanic employed on this job be paid less than the
minimum wage scale.
2. In execution of this contract, the contractor must
comply with all applicable state and federal laws,
including but not limited to laws concerned with labor,
equal employment opportunity, safety, and minimum wage.
3. Pursuant to the provisions of Section 2 of Article
5159a, Vernon's Civil Statutes, "The contractor shall
forfeit as a penalty to the state, county, city and
county, city, town, district or other political
subdivision of whose behalf the contract is made or
awarded ten dollars ($10.00) for each laborer, workmen
or mechanic employed for each calendar day, or portion
thereof, such laborer, workman or mechanic is paid less
than the said stipulated rates for any work done under
the said contract, by him, or by any sub- contractor
under him, and the said public body awarding the
contract, shall cause to be inserted in the contract a
stipulation to this effect."
SC -6
TECHNICAL, SPECIFICATIONS
MISCELLANEOt
The current City of Austin Standard Construction Specifications 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 purposes, except for those specifically authorized by
the Engineer.
2. It is the Contractor's responsibility to locate and protect 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 pavement, 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 within 25 feet of any utilities shown on plans, as
shallow, live utility lines may be found within the construction
easement. The location of existing overhead and underground
utilities are approximate.
3. All pipe and fittings, at thrust blocks, shall be wrapped with
8 -mil (minimum) polyethylene film meeting ANSI- AWWAC105- current,
with all edges and laps taped securely to provide a continuous
and watertight wrap.
4. See Standard Details on the Plans for pipe bedding, valves, fire
hydrants, and other items.
5. Dust control measures provided by Contractor at the discretion
of the City Inspector.
6. Blasting, where allowed, shall be monitored under certain
instances at the Contractor's expense. Include in unit price
bid for water pipe. Proper notification of property owners by
Contractor shall be accomplished eight (8) hours prior to
blasting. Refer to "Special Conditions" for monitoring
locations.
TS -1
7. 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 damaged or removed without written
consent of the Engineer.
8_ 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 adjustments in the proposed lines as
required to pass under all existing utility lines, at no extra
cost to the Owner.
9. 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.
10. 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.
11. The "Measurement and Payment" procedures shall be as included in
these Specifications. Bid items in the Proposal are for
specific items noted in the Plans. Any items shown on the Plans
but not included as a separate pay item in the Proposal shall be
considered a subsidiary item and no additional payment shall be
made for such work. -
12. All areas exposed during construction shall be revegetated 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.
13. All debris, trash, tree stumps, broken concrete, asphalt, 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 Specifications 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 Concrete Steel Cylinder Pipe, Class 150,
(24" and smaller pipe shall conform to current AWWA Standard
C -303, larger pipe shall conform to C -301) or Ductile Iron,
Class 50, Poly- wrapped, 8 -mil minimum.
2. Service material shall be type "K" copper tubing or 160 psi
polyethylene tubing conforming to ASTM D2737, SDR 9 with brass
fittings.
3. All gate valves shall conform to current AWWA Standard C -500 and
have a minimum working pressure rating of 150 psi for gate
valves 14" and larger and 200 psi for gate valves 2" through
12 ". Gate valves shall have a clear waterway equal to the full
nominal diameter of the valve and shall be opened by turning
counter- clock -wise.
4. Check valves shall be of the flanged silent type as manufactured
by APCO, PRINCE, or approved equal.
5. Curb stops and corporation stops shall be bronze, conform to
current AWWA Standards, and be equal to those as manufactured by
Hays, Mueller, or Ford.
6. Air release valves shall be the float and lever type as
manufactured by APCO or approved equal.
Butterfly valves shall conform to Item Nos. 18 thru 24 included
herein.
*7.
TECHNICAL SPECIFICATIONS
WATER
8. All underground valves shall be equipped with cast iron valve
boxes except where shown otherwise on the Plans. A minimum of
one valve wrench shall be furnished to the Owner.
9. Fire hydrants shall be 3 -way Mueller, improved AWWA type, with
pump nozzle for 4 -1/2" fire hose, or as approved by the
Engineer. A 6" gate valve and valve box shall be provided on
each fire hydrant lead.
TS -3
*Revised per Addendum No. 1 dated 2/21/86
10. Sterilization of mains shall be done under the supervision of
the City, and the Contractor shall perform such sterilization
and furnish additional flushing valves and test connections as
necessary to perform tests and sterilization. The City will be
responsible for bacteriological tests. If such bacteriological
tests fail, the Contractor shall be responsible for
re- sterilization of the mains. Samples will not be taken from
fire hydrants.
11. Minimum cover over the top of water line shall be 36" unless
otherwise specified on the Plans.
12. Forty -eight (48) hours prior to connection to the existing water
lines, contact the City of Round ,Rock, Director of Public Works,
Jim Nuse, 255 -3612, and follow his requirements.
13. All water mains shall include water line, valve and air release
valve markers per the Standard Details shown on the Plans.
14 The exact location of gate valves, fire hydrants, etc. shall be
located in the field by the Contractor, at the direction of the
Engineer.
15 The Contractor shall furnish and install one (1) automatic
isolation valve and vault assembly at the location shown on the
drawings. The valve shall be a 16 ", electrically actuated
solenoid and pressure reducing shut -off valve installed in a
circular RCP (ASTM C -76, Cl. III) vault (diameter as shown on
Plans). The installation shall include all connections to
existing piping, all yard piping, valves, site clean-up and
grading, as shown on the drawings_ The valve will be a Cla -Val
Company Model #92EG -07 ABC, with manual actuator, or approved
equal. The valve will be a globe type with 125# flanged ends
and cast iron body and cover. The valve trim shall be of brass
and bronze materials. The valve will perform the following
functions: The valve will open or close upon telemetering
signal to valve. The valve will close upon power failure. The
valve will reduce pressure to a preset value under design flow
rate conditions. The valve shall be equipped; with a lever
type, spring return, DPDT microswitch to indicate open /close
status based upon the position of the indicator rod. All
wiring, switches and solenoids in the vault shall be capable of
withstanding submergence without shorting.
16. All pipe shall be installed in strict accordance with the pipe
manufacturer's recommendations. "Stabbing" in the jointing
procedure will Plot be allowed.
17. Pipe access ports shall be installed on concrete steel cylinder
pipe every 1500 feet. The installation shall include the R.C.P.
vault and - cover, select crushed stone, two coats of
Bitumastic -50, and markers.
TS -4
Revised per Addendum No. 1 dated 2/21/86
*18. Butterfly Valves - General: All butterfly valves shall conform
to AWWA Standard Specification C504 -80 rubber seated butterfly
valves except as supplemented herein. All butterfly valves
shall have a minimum working pressure rating of 150 psi for
butterfly valves 14" and larger, and 200 psi for butterfly
valves 2" through 14 ". Valve and operator arrangement shall be
as shown on the plans. Operators shall be in accordance with
AWWA C504 -80 and valve schedules on plans. All butterfly valves
shall be from the same manufacturers. Also, all operators shall
be from the same manufacturers. All valves and operators shall
be of new construction.
*19. Butterfly Valves - Materials:
a. Bodies - Valve body shall be high strength cast iron ASTM
A -126, Class B, short body and flanged in accordance with
ANSI B16.1. All internal fasteners shall be 316 stainless
steel.
b. Valve Disc - Valve discs shall be constructed of ASTM A -436,
Type 1 (ni- resist), A -536 (65- 45 -12) ductile iron with 316
stainless steel edge.
c. Valve Seats - Valve seats shall be a full circle 360° seat,
located in the body only and not penetrated by the valve
shaft and shall be of a synthetic rubber compound such as
Buna N. Valve seats for 30" and larger valves shall be
easily field adjustable around the full circle 360° with
standard tools and replaceable without dismantling operator,
disc or shaft and without removing the valve from the line.
Manufacturer shall certify that rubber seat is field
replaceable.
d. Valve Shaft - Valve shafts shall be one piece or two piece
Type 304 stainless steel surpassing minimum diameters as
established in AWWA C504 -80. Shafts of all valves shall be
turned, ground and polished.
e. Shaft Seals - Shaft seals shall be self- adjusting Chevron,
TFE type or 0-Ring type. Packing shall be replaceable on
30" valves and larger without moving actuator.
f. Valve Bearings - All valves shall be fitted with sleeve type
bearings. Bearings shall be corrosion resistant and
self - lubricating. Bearing loads shall not exceed 1/5 of the
compressible strength of the bearing or shaft material.
TS -5
*Revised per Addendum No. 1 dated 2/21/86
20. Butterfly Valves - Proof of Design: Manufacturer furnishing
valves and operators shall present proof of compliance with AWWA
C- 504 -80. Bidders shall provide drawing and material
specifications sufficient to show that proposed equipment meets
this specification. Additional information required at bidding
shall be general dimensions and weights.
21. putterfly Valves - Shop Drawings: A minimum of six (6) copies
of dimensional shop drawings including operators and showing
sizes, parts list and materials shall be submitted for
approval. This shall include maintenance and installation
manual.
22. Butterfly Valves - Paintina. Testing and Tagging: All surfaces
of the valve shall be cleaned, dry and free from grease before
painting. The valve interior and exterior surfaces, except for
sealing .edges, shall have manufacturer's standard finish.
Hydrostatic and leakage tests shall be conducted in accordance
with AWWA C504 -80. Each valve shall be provided with a
stainless steel tag permanently attached to the valve body.
Valve number shall be imprinted on tag in accordance with valve
schedules on plans.
23. Butterfly Valves - Manufacturer: The manufacturer shall have
manufactured tight - closing, rubber seat butterfly valves for a
period of at least five (5) years. Manufacturer shall be
Keystone, BIF, Kennedy, or approved equal.
24. $utterfly Valves - Manual Operators: All manually operated
butterfly valves shall be installed with a manual operator of
the worm gear type or traveling -nut type, which are designed for
90° rotation. The operators shall be self - locking to prevent
valve creep and flutter. The units shall be furnished with AWWA
mechanical stops and shall conform to AWWA Specification
C504 -80. The worm gear type operators shall be Limitorque HBC
Series, or approved equal. Worm gear operators shall be
provided on all valves 12" and larger.
Where the centerline of the side mounted handwheel for the
manual operators is greater than 6 feet above finished floor, a
chainwheel operator shall be provided instead of the handwheel.
Valve manufacturer is responsible for supplying proper actuator
for a working installation.
TS -6
*Revised per Addendum No. 1 dated 2/21/86
BASIS OF MEASUREMENT AND PAYMENT
VIA -9 WATER
VIA -9.1 PIPE
VIA -9.2 FITTINGS
VIA -9.3 VALVES
BASIS OF MEASUREMENT AND PAYMENT
WATER
Unless stated otherwise in the contract documents, it is
understood that all payments made are for finished work
and include all labor, tools, materials, constructing and
completing the item on which payment is made.
When called for in the proposal, pipe shall be paid for at
the unit contract price bid per linear foot, for the size
and type of pipe specified, complete in place. The bid
price per linear foot shall include all clearing,
excavation, laying of pipe, backfilling and clean up.
Measurement for length shall be the horizontal distance
along the centerline of the pipe as surveyed by the
Engineer. Payment will also represent compensation for
replacement of pavement, curb, drainage structures,
driveways and any other improvements damaged during
construction. 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.
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.
Valves will be paid for at the unit price bid, including
valve stem casing and cover, excavation, setting and
adjusting to proper grade, and anchoring in place.
MP -1
1
VIA -9.4 AUTOMATIC AIR RELEASE VALVE ASSEMBLIES
' Installation of automatic air release valve assemblies
shall be paid for at the unit price bid per air valve
installation and shall include valve pipe, fittings, box
' and cover, complete in place, as per the detail.
VIA -9.5 FLUSHING VALVE ASSEMBLIES
Installation of flushing valve assemblies shall be paid
for at the unit price bid per flushing valve installation
and shall include the valve, pipe, fittings, concrete, box
and cover, complete in place, per the detail.
VIA -9.6 FIRE HYDRANTS
Fire Hydrants will be paid for at the unit price bid per
each and shall include all pipe and fittings 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 -9.7 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 required accessories.
VIA -9.8 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
1 be paid for as a separate item, unless otherwise specified
in the Bid Proposal.
VIA -9.9 BORING. JACKING AND TUNNELING
1 When called for in the proposal, boring, jacking and
tunneling shall be paid for at the unit contract price bid
1 per linear foot, including all excavation, all necessary
grouting, backfilling, cleanup, and the specified pipe
casing not including carrier (water) pipe, complete in
' place.
VIA -9.10 CONCRETE ENCASEMENT
1 When called for in the proposal, concrete encasement shall
be paid for at the unit contract price bid per linear foot
for the size of the pipe specified, complete in place.
MP -2
1
VIA -9.11 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.
VIA -9.12 PIPE ACCESS PORTS
Pipe access ports on concrete steel cylinder pipe shall be
paid for under the linear foot unit price for the pipe.
MP -3
WHEREAS, the City has duly advertised for bids for transmission
lines, and / Q
WHEREAS, �E th. Ape) CO. submitted the lowest
and best bid, and
WHEREAS, the Council wishes to accept the bid of
c
documents, Now Therefore,
directed to enter into an agreement with
transmission lines.
ATTEST:
That the bid of
RESOLUTION NO. ei// ,`,
RESOLVED this 31st day of March, 1986.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
, and to authorize the execution of the necessary
BE IT RESOLVED BY THE COUNCIL OF E CITY OF ROUND ROCK, TEXAS
(9 A J rr P) (3
U
accepted as the lowest and best bid, and the Mayor authorized and
odk 1 rn
is hereby
for
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 42" Water Line
L.F.
5,911
$ 81.00
$ 478,791.00
$ 98.50
$ 582,233.50
$ 89.00
$ 526,079.00
2. 24" Water Line
L.F.
3,244
43.00
139,492.00
46.50
150,846.00
49.00
158,956.00
3. 42" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
4
11,000.00
44,000.00
11,000.00
44,000.00
12,500.00
50,000.00
4. 36" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
1
8,000.00
8,000.00
10, 200.00
10, 200.00
8,900.00
8,900.00
5. Cast Iron Fittings, including
Concrete Blocking
Ton
10.22
N/C
-0-
1,000.00
10,220.00
N/C
-0-
6. Tie -in to Existing 30" Butterfly
Valve at Sta. 0+4 5
Ea.
1
1,000.00
1,000.00
10, 500.00
10,500.00
800.00
800.00
7. Tie -in to Existing 18" Water Line
at Sta. 91 +83
Ea.
1
1,000.00
1,000.00
4,500.00
4,500.00
600.00
600.00
8. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
1
4,200.00
4,200.00
3,500.00
3,500.00
5,000.00
5,000.00
9. 5 -1/4" Fire Hydrant Assembly,
including 6" Gate Valve, not
including C.I. Fittings
Ea.
1
1,250.00
1,250.00
1,100.00
1,100.00
1,500.00
1,500.00
10. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C.I. Tee
Ea.
4
1,000.00
4,000.00
1,400.00
5,600.00
1,200.00
4,800.00
Haynie & Kallman Inc. BIDS EXTENDED AND CHECKED
_ — CONSULTING ENGINEERS BID TABULATIONS By: MDV, WVL, KR S, CLA
, 1106 South Moys Date: 2 - -
HI
Round Rock, Texas 78664
Sheet: 1 of 15
(512) 255
-7861
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
RHODE PIPE COMPANY
Hillsboro, Texas
PARKER AND ROGERS
CONSTRUCTION CO.
Georgetown, Texas
BLAND CONSTRUCTION CO.
Austin, Texas
JOB D. 103 -799 BID DATE 2 -27 -86 TIME 2:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION
TRANSMISSION MAIN
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM ND. 1 ACKNOWLEDGED?
Yes
Yes
Yes
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB ND. 103 -799
BIDDERS
RHODE PIPE COMPANY
PARKER AND ROGERS
CONSTRUCTION CO.
BLAND CONSTRUCTION CO.
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
11. 2" Automatic Air Release Valve,
1 and 2 of Base Bid
L.F.
9,155
$ 43.00
$ 393,665.00
including alrFittings, Piping,
$ 402,820.00
$ 51.00
$ 466,905.00
28. 24" Butterfly Valves...in lieu of
Vault and Cover, and Marker Sign
Items 3 and 4 of Base Bid
Ea.
5
4,200.00
21,000.00
and Post
Ea.
3
1,200.00
3,600.00
1,500.00
4,500.00
900.00
2,700.00
12. Open Cut Gravel Base Driveway
Item 5 of Base Bid
Item 5 of Base Bid
Ton
6.78
N/C
-0-
Re pl ac en en t
S.Y.
25
15.00
375.00
10.00
250.00
20.00
500.00
13. Bore and Encasement - Georgetown
TOTAL ALTERNATE BID "A" - PHASE ONE
TOTAL ALTERNATE BID "B" - PHASE ONE
$ 628,197.20
$ 449,600.20
$ 758,005.70*
Railroad for 24" Water Line
L.F.
30
1/5.00
5,250.00
225.00
6,/50.00
270.00
8,100.00
14. Concrete Cap of 24" Water Line
L.F.
80
50.00
4 000.00
15.00
1,200.00
20.00
1,600.00
15. Concrete Retards
Ea.
9
300.00
2 700.00
350.00
3,150.00
900.00
8,100.00
3,200.00
7,629.00
16. Pipe Gate, including Posts
Ea.
8
500.00
te, 000.00
400.00
3,200.00
400.00
17. Revegetation
S.Y.
10,172
.35
3,560.20
.35
3,560.20
.75
TOTAL BASE BID - PHASE ONE
$ 705,218.20
$ 845,309.70
$ 788,464.00
PHASE ONE - ALTERNATE BID "B"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1B. 24" Water Line, in lieu of Items
1 and 2 of Base Bid
L.F.
9,155
$ 43.00
$ 393,665.00
$ 44.00
$ 402,820.00
$ 51.00
$ 466,905.00
28. 24" Butterfly Valves...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
4,200.00
21,000.00
3,500.00
17,500.00
5,000.00
25,000.00
3B. Cast Iron Fittings...in lieu of
Item 5 of Base Bid
Item 5 of Base Bid
Ton
6.78
N/C
-0-
1,000.00
6,780.00
N/C
-0-
TOTAL ALTERNATE BID "A" - PHASE ONE
TOTAL ALTERNATE BID "B" - PHASE ONE
$ 628,197.20
$ 449,600.20
$ 758,005.70*
$ 474,910.20*
$ 673,577.00
$ 536,434.00
PHASE ONE - ALTERNATE BID "A"
MIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1A. 36" Water Line, in lieu of Item
1 of Base Bid
i L.F.
5,911
$ 70.00
$ "413,770.00
$ 84.50
$ 499,479.50
$ 72.00
$ 425,592.00
3A. 36" Butterfly Valve...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
8,000.00
40,000.00
10,200.00
51,000.00
8,900.00
44,500.00
5A. Cast Iron Fittings...in lieu of
Item 5 of Base Bid
Ton
8.87
N/C
-0-
1,000.00
8,870.00
N/C
-0-
TOTAL ALTERNATE BID "A" - PHASE ONE
$ 628,197.20
$ 758,005.70*
$ 673,577.00
Sheet: 2 of
15
rrec
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB ND. 103 -799
BIDDERS
RHODE PIPE COMPANY
PARKER AND ROCERS
CONSTRUCTION CO.
BLAND CONSTRUCTION CO.
PHASE TWO - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
-
COST
1. 24" Water Line
L.F.
6,432
$ 47.00
$ 302,304.00
$ 42.50
$ 273,360.00
$ 49.00
$ 315,168.00
2. Tie -in to Existing 18" Water Line
at Sta. 0+00
Ea.
1
1,000.00
1,000.00
4,500.00
4,500.00
600.00
600.00
3. 24" Butterfly Valve, includinv
Box and Cover, Valve Marker Sign
and Post
Ea.
7
4,200.00
29, 400.00
3,500.00
24,500.00
5,000.00
35,000.00
4. 5 -1/4" FlushingValve Assembly,
including all Fittings, except
C.I. Tee
Ea.
3
1,150.00
3,450.00
1,400.00
4,200.00
1,200.00
3,600.00
5. 2" Automatic Air Release Valve &
Vault, including All Fittings,
Piping and Cover, and Marker Sigr
and Post
Ea.
4
1,200.00
4,800.00
1,500.00
6,000.00
900.00
3,600.00
6. 12" Isolation Valve and Vault
Assembly, including all Fittings,
Piping and Cover
Ea.
1
28, 000.00
28, 000.00
22,500.00
22,500.00
32, 000.00
32,000.00
7. Open Cut Asphalt Replacement,
including 8" Flexible Base
S.Y.
240
35.00
8,400.00
15.00
3,600.00
30.00
7,200.00
8. Curb Repair
L.F.
30
40.00
1,200.00
7.50
225.00
10.00
300.00
9. Open Cut Gravel Base Driveway
Repl acenent
S. Y.
36
15.00
540.00
10.00
360.00
20.00
720.00
10. Concrete Encasement of 24" Water
Line
L.F.
50
75.00
3,750.00
30.00
1,500.00
30.00
1,500.00
11. Concrete Cap of 24" Water line
L.F.
75
50.00
3,750.00
15.00
1,125.00
20.00
1,500.00
8,100.00
2,000.00
12. Concrete Retards
Ea.
9
300.00
2,700.00
350.00
3,150.00
900.00
13. Pipe Gate, including Posts
Ea.
5
800.00
4,000.00
400.00
2,000.00
400.00
14. Cast Iron Fittings, including
Concrete B1 oc ki ng
Ton
4.49
N/C
-0-
1,000.00
4,490. 00
3,000.00
13, 470.00
15. Rev eq etati o n
S. Y.
7,150
.35
2,502.50
.35
2,502.50
.75
5,362.50
TOTAL BASE BID - PHASE TWO
$ 395,796.50
$ 354,012.50
$ 430,120.50
TOTAL BASE BID - PHASE ONE AND PHASE TWO
$1,101,014.70
$1,199,322.20
$1,218,584.50
Sheet: 3 of 15
BIDS EXTENDED AND CHECKED
BID TABULATIONS By: MDV, WVL, KRS, CLA
Date: 2 -28 -86
Sheet: 4 of 15
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS -
BAY MAINTENANCE CO., INC.
Horseshoe Bay, Texas
J. R. "JACK" FLANAGAN
CONSTRUCTION CO., INC.
Teeple, Texas
KEY ENTERPRISES, INC.
Georgetown, Tex as
JOB I. 103 -799 BID DATE 2 -27 -86 TIME 2:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION
TRANSMISSION MAIN
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM ND. 1 ACKNOWLEDGED?
Yes
Yes
Yes
PHASE ONE - BASE BID
1. 42" Water -Line
2. 24" Water Line
3. 42" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
4. 36" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
5. Cast Iron Fittings, including
Concrete Blocking
6. Tie -in to Existing 30" Butterfly
Valve at Sta. 0+45
7. Tie -in to Existing 18" Water Line
at Sta. 91 +83
8. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
9. 5 -1/4" Fire Hydrant Assembly,
including 6" Gate Valve, not
including C.I. Fittings
10. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C.I. Tee
UNIT
L.F.
L.F.
Ea.
Ea.
Ton
Ea.
Ea.
Ea.
Ea.
Ea.
APPROX.
QUANTITY
5,911
3,244
4
1
10.22
1
1
1
1
4
UNIT
PRICE
$ 95.00
43.00
12,000.00
9,000.00
N/C
10, 000.00
7,000.00
4,000.00
1,500.00
1,500.00
COST
$ 561,545.00
139,492.00
48,000.00
9,000.00
-0-
10,000.00
7,000.00
4,000.00
1,500.00
UNIT
PRICE
$ 97.40
49.95
10,717.00
8,110.00
N/C
1,404.00
1,228.00
3,412.00
1,298.00
1,427.00
COST
$ 575,731.40
162,037.80
42,868.00
8,110.00
-0-
1,404.00
1,228.00
3,412.00
1,298.00
5,708.00
UNIT
PRICE
$ 100.00
51.50
11,300.00
7,550.00
N/C
580.00
580.00
3, 200.00
1,300.00
1, 200.00
COST
$ 591,100.00
167,066.00
45,200.00
7, 550.00
-
580.00
580.00
3,200.00
1,300.00
4,800.00
6,000.00
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB N0. 103 -799
BIDDERS
BAY MAINTENANCE CO., INC.
J. R. "JACK" FLANAGAN
CONSTRUCTION CO., INC.
KEY ENTERPRISES, INC.
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
11. 2" Automatic Air Release Valve,
1- and 2 of Base Bid
L.F.
9,155
$ 47.60
$ 435,778.00
including all Fittings, Piping,
$ 427,996.25
$ 51.50
$ 471,482.50
2B. 24" Butterfly Valves...in lieu of
Vault and Cover, and Marker Sign
Items 3 and 4 of Base Bid -
Ea.
5
4,000.00
20,000.00
and Post
Ea.
3
1,500.00
4,500.00
1,283.00
3,849.00
2,900.00
8,700.00
12. Open Cut Gravel Base Driveway
Item 5 of Base Bid
Ton
6.78
N/C
-0-
Replacement
S.Y.
25
N/C
-0-
20.60
515.00
22.50
562.50
13. Bore and Encasement - Georgetown
TOTAL ALTERNATE BID "B" - PHASE ONE
$ 512,828.00
Railroad for 24" Water Line
L.F.
30
500.00
15,000.00
259.00
7,770.00
220.00
6,600.00
1,440.00
14. Concrete Cap of 24" Water Line
L.F.
80
25.00
2,000.00
5.90
472.00
18.00
15. Concrete Retards
Ea.
9
250.00
2 250.00
130.00
1,170.00
300.00
2,700.00
16. Pipe Gate, including Posts
Ea.
8
600.00
800.00
444.00
3,552.00
630.00
5,040.00
17. Revegetation
S.Y.
10,172
N/C
-0-
1.63
16,580.36
.32
3,255.04
TOTAL BASE BID - PHASE ONE
$ 815,087.00
$ 835,705.56
$ 849,673.54
PHASE ONE - ALTERNATE BID "B"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1B. 24" Water Line, in lieu of Items
1- and 2 of Base Bid
L.F.
9,155
$ 47.60
$ 435,778.00
$ 46.75
$ 427,996.25
$ 51.50
$ 471,482.50
2B. 24" Butterfly Valves...in lieu of
Items 3 and 4 of Base Bid -
Ea.
5
4,000.00
20,000.00
3,412.00
17,060.00
3,200.00
16,000.00
38. Cast Iron Fittin9s...in lieu of
Item 5 of Base Bid
Ton
6.78
N/C
-0-
N/C
-0-
N/C
-0-
TOTAL ALTERNATE BID "B" - PHASE ONE
$ 512,828.00
$ 492,014.61
$ 526,240.04
PHASE ONE - ALTERNATE BID "A"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1A. 36" Water Line, in lieu of Item
1 of Base Bid
L.F.
5,911
$ 79.00
$ 466,969.00*
$ 84.95
$ 502,139.45
$ 86.00
$ 508,346.00
3A. 36" Butterfly Valve...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
9,000.00
45, 000.00
7,917.00
39, 585.00
7,550.00
37, 750.00
5A. Cast Iron Fittings...in lieu of
Item 5 of Base Bid
Ton
8.87
N/C
-0-
N/C
-0-
N/C
-0-
TOTAL ALTERNATE BID "A" - PHASE ONE
$ 708, 511.00
$ 750,720.61*
$ 751, 919.54
Sheet: 5 of 15
orr
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB NO. 103 -799
BIDDERS
BAY MAINTENANCE CO., INC.
J. R. "JACK" FLANAGAN
CONSTRUCTION CO., INC.
KEY ENTERPRISES, INC.
PHASE TWO - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 24" Water Line
L.F.
6,432
$ 53.00
$ 340,896.00
$ 47.95
$ 308,414.40
$ 51.50
$ 331,248.00
2. Tie -in to Existing 18" Water Line
at Sta. 0+00
Ea.
1
1,000.00
1,000.00
1,228.00
1,228.00
600.00
600.00
3. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
7
4,000.00
28,000.00
3,412.00
23,884.00
4,000.00
28,000.00
4. 5 -1/4" Flushing,Valve Assembly,
including all Fittings, except
C.I. Tee
Ea.
3
1,500.00
4,500.00
1,427.00
4,281.00
1,400.00
4,200.00
5. 2" Automatic Air Release Valve &
Vault, including All Fittings,
Piping and Cover, and Marker Sign
and Post
Ea.
4
1,500.00
6,000.00
1,283.00
5,132.00
1,600.00
6,400.00
6. 12' Isolation Valve and Vault
Assembly, including all Fittings,
Piping and Cover
Ea.
1
25,000.00
25,000.00
23,111.00
23,111.00
19,500.00
19,500.00
7. Open Cut Asphalt Replacement,
including 8" Flexible Base
S.Y.
240
N/C
-0-
66.00
15,840.00
28.50
6,840.00
8. Curb Repair
L.F.
30
N/C
-0-
16.35
490.50
9.00
270.00
9. Open Cut Gravel Base Driveway
Repl aceaent
S.Y.
36
N/C
-0-
20.60
741.60
22.00
792.00
10. Concrete Encasement of 24" Water
Line
L.F.
50
30.00
1,500.00
16.60
830.00
33.00
1,650.00
1,350.00
11. Concrete Cap of 24" Water line
L.F.
75
25.00
1,875.00
5.90
442.50
18.00
12. Concrete Retards
Ea.
9
250.00
2,250.00
130.00
1,170.00
300.00
2,700.00
13. Pipe Gate, including Posts
Ea.
5
600.00
3,000.00
444.00
2,220.00
630.00
3,150.00
14. Cast Iron Fittings, including
Concrete Blocking
Ton
4.49
N/C
-0-
N/C
-0-
N/C
-0-
15. Revegetation
S.Y.
7,150
N/C
-0-
1.63
11,654.50
.32
2,288.00
TOTAL BASE BID - PHASE 1140
$ 414,021.00*
$ 399,439.50
$ 408,988.00
*As Corrected
TOTAL BASE BID - PHASE ONE AND PHASE TWO
$1,229,108.00*
*As Corrected
$1,235,145.06
$1,258,661.54
Sheet: 6 of 15
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 42" Water Line
L.F.
5,911
$ 90.00
$ 531,990.00
$ 104.00
$ 614,744.00
$ 92.00
$ 543,812.00
189,774.00
2. 24" Water Line
L.F.
3,244
48.00
155,712.00
52.00
168,688.00
58.50
3. 42" Butterfly Valve, includin4
Box and Cover, Valve Marker Sign
and Post
Ea.
4
18, 000.00
72, 000.00
9,000.00
36, 000.00
10, 000.00
40, 000.00
4. 36" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
1
11, 020.00
11, 020.00
8,000.00
8,000.00
7,500.00
7,500.00
5. Cast Iron Fittings, including
Concrete Blocking
Ton
10.22
3,800.00
38,836.00
N/C
-0-
N/C
-0-
6. Tie -in to Existing 30" Butterfly
Valve at Sta. 0+45
Ea.
1
2,000.00
2,000.00
1,800.00
1,800.00
1,000.00
1,000.00
7. Tie -in to Existing 18" Water Line
at Sta. 91 +83
Ea.
1
1,500.00
1,500.00
1,500.00
1,500.00
1,000.00
1,000.00
8. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
1
5,200.00
5,200.00
3,600.00
3,600.00
4,000.00
4,000.00
9. 5 -1/4" Fire Hydrant Assembly,
including 6" Gate Valve, not
including C.I. Fittings
Ea.
1
1,600.00
1,600.00
1,500.00
1,500.00
1,500.00
1,500.00
10. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C.I. Tee
Ea.
4
1,200.00
4,800.00
1,400.00
5,600.00
1,400.00
5,600.00
BIDS EXTENDED AND CHECKED
BID TABULATIONS By: • MDV, WVL, KRS, CLA
Date: 2 -28 -86
Sheet: 7 of 15
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
ROBERT HURST COMPANY, INC.
Austin, Texas
UNDERGROUND UTILITIES CO.
Del Valle, Texas
GARNEY COMPANIES, INC.
Austin, Texas
JOB N3. 103 -799 BID DATE 2 -27 -86 TIME 2:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION
TRANSMISSION MAIN
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
Yes
Yes
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB N0. 103 -799
BIDDERS *
ROBERT HURST COMPANY, INC.
UNDERGROUND UTILITIES CO.
GARNEY COMPANIES, INC.
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
11. 2" Automatic Air Release Valve,
1 of Base Bid
L.F.
5,911
$ 78.00
$ 461,058.00
including all Fittings, Piping,
$ 526,079.00
$ 84.00
$ 496,524.00
3A. 36" Butterfly Valve...in lieu of
Vault and Cover, and Marker Sign
Items 3 and 4 of Base Bid
Items 3 and 4 of Base Bid
Ea.
5
11,020.00
55,100.00
and Post
Ea.
3
1,000.00
3,000.00
1,000.00
3,000.00
1,500.00
4,500.00
12. Open Cut Gravel Base Driveway
Item 5 of Base Bid
Ton
8.87
3,600.00
31,932.00
N/C
-0-
Replacement
S.Y.
25
10.00
250.00
10.00
250.00
10.00
250.00
13. Bore and Encasement - Georgetown
TOTAL ALTERNATE BID "A" - PHASE ONE
$ 749,975.20*
$ 764,248.60
Railroad for 24" Water Line
L.F.
30
334.00
10,020.00
180.00
5,400.00
400.00
12,000.00
14. Concrete Cap of 24" Water Line
L.F.
80
25.00
2,000.00
10.00
800.00
20.00
1,600.00
15. Concrete Retards
Ea.
9
700.00
6,300.00
200.00
1,800.00
200.00
1,800.00
4,000.00
5,086.00
16. Pipe Gate, including Posts
Ea.
8
425.00
3,400.00
460.00
3,680.00
500.00
17. Revegetation
S.Y.
10,172
.60
6,103.20
.30
3,051.60
.50
TOTAL BASE BID - PHASE ONE
$ 855,731.20
$ 859,413.60
$ 823,422.00
PHASE ONE - ALTERNATE BID "A"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1A. 36" Water Line, in lieu of Item
1 of Base Bid
L.F.
5,911
$ 78.00
$ 461,058.00
$ 89.00
$ 526,079.00
$ 84.00
$ 496,524.00
3A. 36" Butterfly Valve...in lieu of
Items 3 and 4 of Base Bid
Items 3 and 4 of Base Bid
Ea.
5
11,020.00
55,100.00
7,500.00
37,500.00
7,500.00
37,500.00
5A. Cast Iron Fittinp...in lieu of
Item 5 of Base Bid
Ton
8.87
3,600.00
31,932.00
N/C
-0-
N/C
-0-
TOTAL ALTERNATE BID "A" - PHASE ONE
$ 749,975.20*
$ 764,248.60
$ 766,134.00
PHASE ONE - ALTERNATE BID "B"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1B. 24" Water Line, in lieu of Items
1 and 2 of Base Bid
L.F.
9,155
$ 48.00
$ 43 9, 440.00
$ 52.00
$ 476, 060.00
$ 58.50
$ 535,567.50
2B. 24" Butterfly Valves...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
5,200.00
26,000.00
3,600.00
18,000.00
4,000.00
20,000.00
3B. Cast Iron Fittings...in lieu of
Item 5 of Base Bid
Ton
6.78
3, 600.00
24, 408.00
N/C
-0-
N/C
-0-
TOTAL ALTERNATE BID "B" - PHASE CNE
$ 536,021.20
$ 526,041.60
$ 597,903.50
or
Sheet: 8 of 15
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB O. 103 -799
BIDDERS
ROBERT HLRST COMPANY, INC.
UNDERGROUND UTILITIES CO.
GARNEY COMPANIES, INC.
PHASE TWO - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 24" Water Line
L.F.
6,432
$ 43.00
$ 276,576.00
$ 53.00
$ 340,896.00
$ 58.50
$ 376,272.00
2. Tie -in to Existing 18" Water Line
at Sta. 0+00
Ea.
1
1,500.00
1,500.00
1,500.00
1,500.00
1,000.00
1,000.00
3. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
7
5,200.00
36,400.00
3,600.00
25,200.00
4,000.00
28,000.00
4. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C.I. Tee
Ea.
3
1,200.00
3,600.00
1,400.00
4,200.00
1,400.00
4,200.00
5. 2" Automatic Air Release Valve &
Vault, including All Fittings,
Piping and Cover, and Marker Sigr
and Post
Ea.
4
1,000.00
4,000.00
1,000.00
4,000.00
1,500.00
6,000.00
6. 12" Isolation Valve and Vault
Assembly, including all Fittings,
Piping_ and Cover
Ea.
1
31,000.00
31,000.00
15,000.00
15,000.00
23,000.00
23,000.00
7. Open Cut Asphalt Repl acameat,
including 8" Flexible Base
S.Y.
240
60.00
14, 400.00
22.00
5,280.00
25.00
6,000.00
8. Curb Repair
L.F.
30
10.00
300.00
8.00
240.00
15.00
450.00
9. Open Cut Gravel Base Driveway
Replacement
S.Y.
36
10.00
360.00
10.00
360.00
10.00
360.00
10. Concrete Encasement of 24" Water
Line
L.F.
50
40.00
2,000.00
10.00
500.00
25.00
1,250.00
1,500.00
1,800.00
11. Concrete Cap of 24" Water line
L.F.
75
25.00
1,875.00
8.00
600.00
20.00
12. Concrete Retards
Ea.
9
700.00
6,300.00
200.00
1,800.00
200.00
13. Pipe Gate, including Posts
Ea.
5
425.00
2,125.00
460.00
2,300.00
500.00
2,500.00
14. Cast Iron Fittings, including
Concrete Blocking
Ton
4.49
3,600.00
16,164.00
N/C
-0-
N/C
-0-
15. Revegetation
S.Y.
7,150
1.00
7,150.00
.30
2,145.00
.50
3,575.00
TOTAL BASE BID - PHASE 1140
$ 403,750.00
$ 404,021.00
$ 455,907.00
TOTAL BASE BID - PHASE ONE AND PHASE 1140
$1,259,481.20
$1,263,434.60
$1,279,329.00
Sheet: 9 of 15
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 42" Water Line
L.F.
5,911
$ 96.00
$ 567,456.00
$ 99.75
$ 589,622.25
$ 107.00
$ 632,477.00
178,420.00
2. 24" Water Line
L.F.
3,244
54.00
175,176.00
53.00
171,932.00
55.00
3. 42" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
4
14,000.00
56,000.00
13,275.00
53,100.00*
12,400.00
49,600.00
4. 36" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
1
9,000.00
9,000.00
11, 000.00
11,000.00
8, 300.00
8,300.00
5. Cast Iron Fittings, including
Concrete Bl oc king
Ton
10.22
2,400.00
24, 528.00
2,815.00
28, 769.30
3,000.00
30, 660.00
6. Tie -in to Existing 30" Butterfly
Valve at Sta. 0+45
Ea.
1
1,700.00
1,700.00
4,000.00
4,000.00
4,000.00
4,000.00
7. Tie -in to Existing 18" Water Line
at Sta. 91 +83
Ea.
1
1,700.00
1,700.00
1,450.00
1,450.00
2,200.00
2,200.00
8. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
1
4,000.00
4,000.00
5,450.00
5,450.00
3,300.00
3,300.00
9. 5 -1/4" Fire Hydrant Assembly,
including 6" Gate Valve, not
including C.I. Fittings
Ea.
1
1,000.00
1,000.00
1,400.00
1,400.00
1,700.00
1,700.00
10. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C.I. Tee
Ea.
4
1,000.00
4,000.00
1,200.00
4,800.00
1,200.00
4,800.00
BIDS EXTENDED AND CHECKED
BID TABULATIONS By: MDV, WVL, KRS, CLA
Date: 2 -28 -86
Sheet: 10 of 15
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
G. R. CRAWFORD
CONSTRUCTION CO., INC.
Houston, Texas
P. A. STARK CONSTRUCTION,
INC.
Austin, Texas
SABINE CONSOLIDATED, INC.
Austin, Texas
JOB N0. 103 -799 BID DATE 2 -27 -86 TIME 2:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION
TRANSMISSION MAIN
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM N0. 1 ACKNOWLEDGED?
Yes
Yes
Yes
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB N0. 103 -799
BIDDERS
G. R. CRAWFORD
CONSTRUCTION CO., INC.
P. A. STARK
CONSTRUCTION, INC.
SABINE CONSOLIDATED, INC.
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
11. 2" Automatic Air Release Valve,
1 and 2 of Base Bid
L.F.
9,155
$ 54.00
$ 494,370.00
including all Fittings, Piping,
$ 485,215.00
$ 55.00
$ 503,525.00
2B. 24" Butterfly Valves...in lieu of
Vault and Cover, and Marker Sign
Items 3 and 4 of Base Bid
Ea.
5
4,200.00
21,000.00
and Post
Ea.
3
3,000.00
9,000.00
1,230.00
3,690.00
1,700.00
5,100.00
12. Open Cut Gravel Base Driveway
Item 5 of Base Bid
Ton
6.78
2,200.00
14,916.00
Replacement
S.Y.
25
18.00
450.00
15.00
375.00
15.00
375.00
13. Bore and Encasement - Georgetown
TOTAL ALTERNATE BID "B" - PHASE
NE
$ 764,942.80
$ 580,884.80
Railroad for 24" Water Line
L.F.
30
600.00
18,000.00
275.00
8,250.00
350.00
10,500.00
14. Concrete Cap of 24" Water Line
L.F.
80
35.00
2,800.00
15.00
1,200.00
15.00
1,200.00
2,700.00
15. Concrete Retards
Ea.
9
120.00
1 080.00
450.00
4,050.00
300.00
16. Pipe Gate, including Posts
Ea.
8
350.00
4800.00
900.00
7,2
750.00
6,000.00
17. Revegetation
S.Y.
10,172
.40
4,068.80
.45
4,577.40
.50
5,086.00
TOTAL BASE BID - PHASE ONE
$ 882,758.80*
$ 900,865.95*
$ 946,418.00
PHASE ONE - ALTERNATE BID "B"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
16. 24" Water Line, in lieu of Items
1 and 2 of Base Bid
L.F.
9,155
$ 54.00
$ 494,370.00
$ 53.00
$ 485,215.00
$ 55.00
$ 503,525.00
2B. 24" Butterfly Valves...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
4,200.00
21,000.00
5,450.00
27,250.00
3,300.00
16,500.00
3B. Cast Iron Fittings...in lieu of
Item 5 of Base Bid
Ton
6.78
2,200.00
14,916.00
2,250.00
15,255.00
2,600.00
17,628.00
TOTAL ALTERNATE BID "B" - PHASE
NE
$ 764,942.80
$ 580,884.80
$ 792,960.40
$ 574,162.40
$ 853,262.00
$ 584,614.00
PHASE ONE - ALTERNATE BID "A"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1A. 36" Water Line, in lieu of Item
1 of Base Bid
L.F.
5,911
$ 80.00
$ 472,880.00
$ 84.00
$ 496,524.00
$ 95.00
$ 561,545.00
3A. 36" Butterfly Valve...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
9,000.00
45,000.00
11,000.00
55,000.00
8,300.00
41,500.00
5A. Cast Iron Fittings...in lieu of
Item 5 of Base Bid
Ton
8.87
2,400.00
21,288.00
2,600.00
23,062.00
2,800.00
24,836.00
TOTAL ALTERNATE BID "A" - PHASE ONE
$ 764,942.80
$ 792,960.40
$ 853,262.00
orrecte
orrec
Sheet: 11 of 15
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB D. 103 -799
BIDDERS
G. R. CRAWFORD
CONSTRUCTION CO., INC.
P. A. STARK
CONSTRUCTION, INC.
SABINE CONSOLIDATED, INC.
PHASE TWO - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 24" Water Line
L.F.
6,432
$ 54.00
$ 347,328.00
$ 57.75
$ 371,448.00
$ 55.00
$ 353,760.00
2. Tie -in to Existing 18" Water Line
at Sta. 0+00
Ea.
1
1,700.00
1,700.00
1,500.00
1,500.00
2,200.00
2,200.00
3. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
7
4,200.00
29,400.00
5,450.00
38,150.00
3,300.00
23,100.00
4. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C.I. Tee
Ea.
3
1,000.00
3,000.00
1,200.00
3,600.00
1,200.00
3,600.00
5. 2" Automatic Air Release Valve &
Vault, including All Fittings,
Piping and Cover, and Marker Sigr
and Post
Ea.
4
2,000.00
8,000.00
1,190.00
4,760.00
1,700.00
6,800.00
6. 12" Isolation Valve and Vault
Assembly, including all Fittings,
Piping and Cover
Ea.
1
26,000.00
26,000.00
29,250.00
29,250.00
26,500.00
26,500.00
7. Open Cut Asphalt Replacement,
including 8" Flexible Base
S.Y.
240
35.00
8,400.00
18.00
4,320.00
30.00
7, 200.00
8. Curb Repair
L.F.
30
4.00
1,200.00
17.00
510.00
10.00
300.00
9. Open Cut Gravel Base Driveway
Replacement
S.Y.
36
18.00
648.00
15.00
540.00
15.00
540.00
10. Concrete Encasement of 24" Water
Line
L.F.
50
47.00
2,350.00
32.00
1,600.00
40.00
2,000.00
11. Concrete Cap of 24" Water line
L.F.
75
35.00
2,625.00
15.00
1,125.00
15.00
1,125.00
12. Concrete Retards
Ea.
9
120.00
1,080.00
450.00
4,050.00
300.00
2,700.00
13. Pipe Gate, including Posts
Ea.
5
350.00
1,750.00
600.00
3,000.00
750.00
3,750.00
14. Cast Iron Fittings, including
Concrete Blocking
Ton
4.49
2,200.00
9,378.00
2,225.00
9,990.25
2,600.00
11,674.00
15. Revegetation
S.Y.
7,150
.40
2,860.00
.95
6,792.50
.50
3,575.00
TOTAL BASE BID - PHASE TWO
$ 445,139.00
$ 480,635.75
$ 448,824.00
TOTAL BASE BID - PHASE ONE AND PHASE TWO
$1,327,897.80
$1,381,501.70*
*As Corrected
$1,395,242.00
Sheet: 12 of 15
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 42" Water Line
1 .F.
5,911
$ 104.00
$ 614,744.00
$ 109.00
$ 644,299.00
$
$
2. 24" Water Line
L.F.
3,244
65.00
210,860.00
62.50
202,750.00
3. 42" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
4
11,000.00
44,000.00
14,130.00
56,520.00
4. 36" Butterfly Valve, includin
Box and Cover, Valve Marker Sign
and Post
Ea.
1
8,600.00
8,600.00
10,943.00
10,943.00
5. Cast Iron Fittings, including
Concrete Blocking
Ton
10.22
N/C
-0-
2,200.00
22, 484.00
6. Tie -in to Existing 30" °utterfly
Valve at Sta. 0+45
Ea.
1
10,000.00
10,000.00
2,900.00
2,900.00
7. Tie -in to Existing 18" Water Line
at Sta. 91 +83
Ea.
1
1,200.00
1,200.00
14,350.00
14,350.00
8. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
1
3,800.00
3,800.00
5,414.00
5,414.00
9. 5 -1/4" Fire Hydrant Assembly,
including 6" Gate Valve, not
including C.I. Fittings
Ea.
1
1,800.00
1,800.00
2,212.00
2,212.00
10. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C I Tee
Ea.
4
1 500.00
6 , 000.00
2 017.00
8 , 068.00
BIDS EXTENDED AND CHECKED
BID TABULATIONS By: MDV, WVL, KRS, CLA
Date: 2 -28 -86
Sheet: 13 of 15
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
AUSTIN ENGINEERING
CO., INC.
Austin, Texas
ABLE IRRIGATION COMPANY
Uvalde, Texas
JOB D. 103 -799 BID DATE 2 -27 -86 TIME 2:00 P.M.
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION 1985 C.I.P. WATER PLANT EXPANSION
TRANSMISSION MAIN
BID BOND ENCLOSED?
Yes
Yes
ADDENDUM N0. 1 ACKNOWLEDGED?
Yes
Yes
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JOB N0. 103 -799
BIDDERS
AUSTIN ENGINEERING
CO., INC.
ABLE IRRIGATION COMPANY
PHASE ONE - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
11. 2" Automatic Air Release Valve,
including all Fittings, Pi pi n9,
Vault and Cover, and Marker Sign
-
and Post
Ea.
3
1,100.00
3,300.00
2,368.00
7,104.00
12. Open Cut Gravel Base Driveway
Repl acenent
S.Y.
25
10.00
250.00
22.00
550.00
13. Bore and Encasement - Georgetown
Railroad for 24" Water Line
L.F.
30
260.00
7 800.00
349.00
10,470.00
14. Concrete Cap of 24" Water Line
L.F.
80
20.00
4600.00
42.00
3,360.00
15. Concrete Retards
Ea.
9
300.00
2,700.00
254.00
2,286.00
16. Pipe Gate, including Posts
Ea.
8
500.00
4, 000.00
1,652.00
13,216.00
17. Revegetation _
S.Y.
10,172
.50
5,086.00
.50
5,086.00
TOTAL BASE BID - PHASE ONE
$ 925,740.00
$1,012,012.00
$
PHASE ONE - ALTERNATE BID "A"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1A. 36" Water Line, in lieu of Item
1 of Base Bid
L.F.
5, 911
$ 92.00
$ 543,812. 00
$ 88.00
$ 520,168.00
$
$
3A. 36" Butterfly Valve...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
8,600.00
43,000.00
11,086.00
55,430.00
5A. Cast Iron Fittin9s...in lieu of
Item 5 of Base Bid
Ton
8.87
N/C
-0-
2,500.00
22,175.00
TOTAL ALTERNATE BID "A" - PHASE ONE
$ 845 208.00
$ 875 539.00
$
PHASE ONE - ALTERNATE BID "B"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1B. 24" Water Line, in lieu of Items
1 and 2 of Base Bid
L.F.
9,155
$ 64.00
$ 585,920.00
$ 63.00
$ 576,765.00
$
$
2B. 24" Butterfbe Valves...in lieu of
Items 3 and 4 of Base Bid
Ea.
5
3,800.00
19,000.00
5,649.00
28,245.00
3B. Cast Iron Fittings...in lieu of
Item 5 of Base Bid
Ton
6.78
N/C
-0-
3,400.00
23,052.00
TOTAL ALTERNATE BID "B" - PHASE CNE
$ 652,456.00
$ 703,078.00
$
Sheet: 14 of 15
1985 C.I.P. WATER PLANT EXPANSION -
TRANSMISSION MAIN
JJB ND. 103 -799
BIDDERS
AUSTIN ENGINEERING
CO., INC.
ABLE IRRIGATION COMPANY
PHASE TWO - BASE BID
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 24" Water Line
L.F.
6,432
$ 70.00
$ 450,240.00
$ 68.00
$ 437,376.00
$
$
2. Tie -in to Existing 18" Water Lind
at Sta. 0+00
Ea.
1
1,000.00
1,000.00
24,485.00
24,485.00
3. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
7
3,800.00
26,600.00
5,789.00
40,523.00
4. 5 -1/4" Flushing Valve Assembly,
including all Fittings, except
C.I. Tee
Ea.
3
1,500.00
4,500.00
2,156.00
6,468.00
5. 2" Automatic Air Release Valve &
Vault, including All Fittings,
Piping and Cover, and Marker Siqr
and Post
Ea.
4
1,200.00
4,800.00
2,532.00
10,128.00
6. 12" Isolation Valve and Vault
Assembly, including all Fittings,
Piping and Cover
Ea.
1
24,000.00
24,000.00
34,298.00
34,298.00
7. Open Cut Asphalt Re 1 acenent,
including 8' Flexible Base
S.Y.
240
25.00
6,000.00
36.00
8,640.00
8. Curb Repair
L.F.
30
20.00
600.00
25.00
750.00
9. Open Cut Gravel Base Driveway
Replacement -
S.Y.
36
10.00
360.00
24.00
864.00
10. Concrete Encasement of 24" Water
Line
L.F.
50
40.00
2,000.00
78.00
3,900.00
11. Concrete Cap of 24" Water line
L.F.
75
20.00
1,500.00
45.00
3,375.00
12. Concrete Retards
Ea.
9
300.00
2,700.00
271.00
2,439.00
13. Pipe Gate, including Posts
Ea.
5
500.00
2,500.00
1,767.00
8,835.00
14. Cast Iron Fittings, including
.Concrete Blocking
Ton
4.49
N/C
-0-
3,500.00
15,715.00
15. Revegetation
S.Y.
7,150
.50
3,575.00
.50
3,575.00
TOTAL BASE BID - PHASE TWO
$ 530,375.00
$ 601,371.00
$
TOTAL BASE BID - PHASE ONE AND PHASE TWO
$1,456,115.00
$1,613,383.00
$
Sheet: 15 of 15