Loading...
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