R-86-875 - 6/12/1986WHEREAS, the City has duly advertised for bids for Southeast Round
Rock Water and Wastewater Improvements, Contract No. 1, and
WHEREAS, Bay Maintenance Co., Inc., submitted the lowest and best
bid, and
WHEREAS, the Council wishes to accept the bid of Bay Maintenance
Co., Inc., and to authorize the execution of the necessary documents,
Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the bid of Bay Maintenance Co., Inc., is hereby accepted as
the lowest and best bid, and the Mayor is authorized and directed to
enter into an agreement for the Southeast Round Rock Water and Wastewater
Improvements, Contract No. 1.
RESOLVED this 12th day of June, 1986.
ATTEST:
LA D, City Secretary
RESOLUTION NO. f7_57
MIRE ROBINSOR, Mayor
City of Round Rock, Texas
Haynie & Kaltman, Inc.
CONSULTING ENGINEERS
Mr. Jim Nuse
Director of Public Works '
City of Round Rock
214 E. Main Street
Round Rock, TX 78664
Dear Mr. Nuse:
Project
DCH /cla
Enclosures
1106 South Mays ...Round Rock, Taxa• 78664 • (512) 255-7861
June 10, 1986
RE: Southeast Round Rock Water and
Wastewater Improvements
Project No. 103 -495
Below is a summation of the bids received for the four (4)
Southeast Round Rock Water and Wastewater Improvements Projects for
which bids were taken on February 4, 1986. We have extended and
checked all bids received and have enclosed detailed Bid Tabulations
for your review.
No. of
Bids
Received Low Bidder Amount
Contract 1 Line Work 13 Bay Maintenance Co., Inc. $1,296,678
Contract 2 Line Work 11 Bay Maintenance Co., Inc. $1,485,888
1.0 MG Elevated Tank 3 CBI Na -Con, Inc. $ 664,830
2.5 MG Ground Tank 6 Advance Tank - Texas, Inc. $ 257,000
We have checked their references and have found them to be
reputable contractors.
We recommend award of the projects to the low bidders for the
amounts indicated above. At your direction, we will proceed with
contract execution. Should you have any questions, please feel free
to contact us.
Sincerely,
HAYNIE & KALLMAN, INC.
Douglas Hearn
Project Manager
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
F. M. HIGHWAY 1460 WATER LINE
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 16" Water Line
L.F.
2,858
$ 26.00
$ 74,308.00
$ 29.00
$ 82,882.00
$ 28.50
$ 81,453.00
3,175.00
2. 12" Water Line
L.F.
127
22.00
2,794.00
24.00
3,048.00
25.00
3. Tie -in to 12" Stub -Out by others
at Sta. 0+40
Ea.
1
500.00
500.00
800.00
800.00
300.00
300.00
4. Remove Existing Plug & Tie -in to
Existing 16" D.I. Water Line at
Sta. 30+08
Ea.
1
500.00
500.00
1,000.00
1,000.00
300.00
300.00
5. 16" Butterfly Valves, including
Box and Cover, Valve Marker Sign
and Post
Ea.
5
2,000.00
10,000.00
1,725.00
8,625.00
1,700.00
8,500.00
6. 5 -1 /4" Fire Hydrant Assembly,
including 6" D.I. Lead and 6"
Gate Valve
Ea.
6
1,500.00
9,000.00
1,400.00
8,400.00
1,150.00
6,900.00
2,200.00
7. Fire Hydrant Barrel Extension
V.F.
11
300.00
3,300.00
250.00
2,750.00
200.00
8. Open Cut Gravel Base Driveway
Replacement
S.Y.
22.2
No Charge
-0-
10.00
222.00
10.00
222.00
9. Bore and 20" Steel Casing - F.M.
Hwy. 1460 for 12" D.I. Water Line
L.F.
85
100.00
8,500.00
121.00
10,285.00
220.00
18,700.00
10. Cast Iron Fittings including
Concrete Blocking
Ton
3.07
2,500.00
7,675.00
2,800.00
8,596.00
2,200.00
6,754.00
1,675.00
11. Revegetation
S.Y.
3,350
No Charge
-0-
.60
2,010.00
.50
TOTAL - F. M. HIGHWAY 1460 WATER LINE
$ 116,577.00
$ 128,618.00
$ 130,179.00
Haynie & Kallman Inc. BIDS EXTENDED AND CHECKED
CONSULTING ENGINEER BID TABULATIONS B y : WVL, RKS, CLA
1106 southMoye Date: 2 - -
Round Rock, Texas 78664
M
(512) 255 -7861 Sheet: 1 of 35
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 103 -495 BID DATE 2 -4-86 TIME 2:00 P.M.
BAY MAINTENANCE CO., INC.
Horseshoe Bay, Texas
ROBERT HIRST CO., INC.
Austin, Texas
PARKER & ROGERS
CONSTRUCTION CO.
Georgetown, Texas
LOCATION ROUND ROCK, WILLIAMSON COUNTY, TEXAS
DESCRIPTION SOUTHEAST ROUND ROCK WATER AND
WASTEWATER IMPROVEMENTS - CONTRACT 1
BID BOND ENCLOSED?
Yes
Yes
Yes
ADDENDUM NO. 1 ACKNOWLEDGED?
Yes
Yes
Yes
SOUTHEAST ROUND ROCK WATER AND WASTEWATER
IMPROVEMENTS - CONTRACT 1
JOB N0. 103 -495
BIDDERS
BAY MAINTENANCE CO., INC.
ROBERT HLRST CO., INC.
PARKER & ROGERS
CONSTRUCTION CO.
U. S. HIGHWAY 79 WATER LINE
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 24" Water Line
L.F.
1,878
$ 37.00
$ 69, 486.00
$ 47.00
$ 88, 266.00
$ 44.50
$ 83, 571.00
2. 16" Water Line
L.F.
3,711
27.00
100,197.00
30.00
111,330.00
28.50
105,763.50*
3. 12" Water Line
L.F.
3,314
20.00
66, 280.00
22.50
74, 565.00
23.00
76, 222.00
4. Tie -in 16" Water Line to Proposed
16" Cross at Sta. 0+02
Ea.
1
500.00
500.00
No Charge
-0-
300.00
300.00
5. Tie -in 12" Gate Valve by others
at Sta. 4 +28
Ea.
1
500.00
500.00
500.00
500.00
200.00
200.00
6. 24" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
3
4,000.00
12,000.00
4,000.00
12,000.00
3,750.00
11,250.00
7. 16" Butterfly Valve, including
Box and Cover, Valve Marker Sign
and Post
Ea.
4
2,000.00
8,000.00
1,725.00
6,900.00
1,700.00
6,800.00
8. 12" Butterfly Valve, including
Box and Cover, Valve Mar ker Sign
. and Post
Ea.
3
1,000.00
3,000.00
850.00
2,550.00
1,000.00
3,000.00
9. Bore and 24" Steel Casing - U.S.
Hwy. 79 for 16" D.I. Water Line
L.F.
95
120.00
11,400.00
134.00
12,730.00
180.00
17,100.00
10. Bore and 36" Steel Casing - U.S.
Hwy. 79 for 24" D.I. Water Line
L.F.
80
160.00
12,800.00
209.00
16,720.00
250.00
20,000.00
11. Bore and 36" Steel Casing -
Nbpac RR for 24" D.I. Water Line
L.F.
60
160.00
9,600.00
209.00
12,540.00
250.00
15,000.00
12. Concrete Encasement of 24" D.I.
Water Line
L.F.
150
25.00
3,750.00
60.00
9,000.00*
30.00
4,500.00
13. Concrete Cap of 16" D.I. Water
Line
L.F.
95
20.00
1,900.00
20.00
1,900.00
10.00
950.00
14. Concrete Cap of 12" D.I. Water
Line
L.F.
110
20.00
2,200.00
15.00
1,650.00
10.00
1,100.00*
15. 5 -1/4" Flushing Valve Assembly
including all Fittings except
Cast Iron Tee, Marker Sign and
Post
Ea.
4
1,500.00
6,000.00
1,450.00
5,800.00
1,400.00
5,600.00
16. 5 -1/4" Fire Hydrant Assembly,
including 6" D.I. Lead and 6
Gate Valve
Ea.
7
1,500.00
10,500.00
1,400.00
9,800.00
1,150.00
8,050.00
*As Corrected
Sheet: 2 of 35
As Corrected
SOUTHEAST ROUND ROCK WATER AND WASTEWATER
IMPROVEMENTS - CONTRACT 1
JOB N0. 103 -495
BIDDERS
BAY MAINTENANCE CO., INC.
ROBERT HLRST CO., INC.
PARKER & ROGERS
CONSTRUCTION CO.
U. S. HIGHWAY 79 WATER LINE
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
17. Fire Hydrant Barrel Extension
V.F.
6.5
300.00
1,950.00
250.00
1,625.00
250.00
1,625.00
18. 2" Automatic Air Release Valve &
1,500.00
200.00
3. 24" Butterfly Valves, incl ud inq
Box aid Cover, Valve Marker Sign
Vault, including all Fittings,
and Post
Ea.
2
4, 000.00
8,000.00
Piping and Cover, and Air Release
8,000.00
3,750.00
7, 500.00
4. 12" Butterfly Valves, including
Valve Marker Sign and Post
Ea.
4
1, 500.00
6, 000.00
1, 400.00
5,600.00
1,250.00
5, 000.00
19. Open Cut Gravel Base Driveway
and Post
Ea.
1
1, 000.00
1,000.00
Rep1 acement, incl ud inq 8" Fl ex-
850.00
1,000.00
1, 000.00
5. 5 -1/4" Flushing Valve Assembly,
ible Base
S.Y.
104.44
No Charge
-0-
10.00
1,044.40
10.00
1,044.40
20. 2" Steel Pi pe Gate, including
Cast Iron Tee, Marker Sign and
Posts as needed
Ea.
16
650.00
10,400.00
425.00
6,800.00
400.00
6,400.00
21. Concrete Retard
Ea.
8
100.00
800.00
1,000.00
8,000.00
150.00
1,200.00
22. Cast Iron Fittings, including
Vault
Ea.
2
1,500.00
3,000.00
Concrete Blocking
Ton
7.10
2,500.00
17,750. 00
2, 500.00
17, 750.00
2,200.00
15, 620.00
23. Reveqetation
S.Y.
9,892
No Charge
-0-
.60
5,935.20
.50
4,946.00
60.00
1, 200.00
20.00
400.00
TOTAL - U. S. HIGHWAY 79 WATER LINE
$ 355, 013.00
$ 413, 005.60
$ 395,241.90*
24" TRANSMISSION MAIN
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 24" Water Line
L.F.
6,736
$ 38.00
$ 255,968.00
$ 47.00
$ 316,592.00
$ 44.50
$ 299,752.00
200.00
2. Tie -in 24" Butterfly Valve
Ea.
1
500.00
500.00
1,500.00
1,500.00
200.00
3. 24" Butterfly Valves, incl ud inq
Box aid Cover, Valve Marker Sign
and Post
Ea.
2
4, 000.00
8,000.00
4,000.00
8,000.00
3,750.00
7, 500.00
4. 12" Butterfly Valves, including
Box aid Cover, Valve Marker Sign
and Post
Ea.
1
1, 000.00
1,000.00
850.00
850.00
1,000.00
1, 000.00
5. 5 -1/4" Flushing Valve Assembly,
including All Fittings except
Cast Iron Tee, Marker Sign and
Post
Ea.
2
1,500.00
3,000.00
1,450.00
2,900.00
1,400.00
2,800.00
6. Automatic Air Release Valve and
Vault
Ea.
2
1,500.00
3,000.00
1,400.00
2,800.00
1,250.00
2,500.00
7. Open Cut Asphalt Replacenent,
including 8" Flexible Base
S.Y.
20
No Charge
-0-
60.00
1, 200.00
20.00
400.00
Sheet: 3 of 35
t
SOUTHEAST ROUND ROCK WATER AND WASTEWATER
IMPROVEMENTS - CONTRACT 1
JOB RD. 103 -495
BIDDERS
BAY MAINTENANCE CO., INC.
ROBERT HLRST CO., INC.
PARKER & ROGERS
CONSTRUCTION CO.
24" TRANSMISSION MAIN
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
8. Open Cut Concrete Driveway
$ 125,832.00
$ 32.00
$ 143,808.00
2. Remove Existing Plug and Tie -in
Repl acenent
S. Y.
15.6
No Charge
-0-
80.00
1,248.00
36.00
561.60
9. Open Cut Gravel Base Driveway
300.00
300.00
3. Concrete Cap for 18" Sewer Line
L.F.
130
20.00
2,600.00
20.00
Repl acenent
S. Y.
57.8
No Charge
-0-
10.00
578.00
10.00
578.00
10. Concrete Cap of 24" D.I. Water
25.00
15,800.00
5. Concrete Cap for 15" Sewer Line
L.F.
25
20.00
500.00
18.00
Line
L.F.
130
25.00
3, 250.00
30.00
3,900.00
20.00
2,600.00
11. 2" Steel Pipe Gate, including
26.00
17,654.00
7. Standard Manhole, including
Posts as needed
Ea.
3
650.00
1,950.00
425.00
1,275.00
400.00
1,200.00
12. Concrete Retards
Ea.
33
100.00
3, 300.00
1,000.00
33, 000.00
150.00
4,950.00
13. Cast Iron Fittings, including
Bolted Gasketed Cover and Vent
Ea.
7
1,750.00
12,250.00
Concrete Bl oc king
Ton
9.2
2,500.00
23, 000.00
3,600.00
33,120.00
2, 200.00
20, 240.00
14. Revegetation
S.Y.
7,484
No Charge
-0-
.60
4,490.40
.50
3,742.00
Fittings as shown in Detail
Ea.
1
900.00
900.00
TOTAL - 24" TRANSMISSION MAIN
1, 250.00
1, 400.00
1,400.00
$ 302,968.00
$ 411,453.40
$ 348,023.60
SEWER LINE "C -1"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 18" Sewer Line, all depths
L.F.
4,494
$ 28.00
$ 125,832.00
$ 28.00
$ 125,832.00
$ 32.00
$ 143,808.00
2. Remove Existing Plug and Tie -in
to Existing 18" Sewer Line
Ea.
1
500.00
500.00
No Charge
-0-
300.00
300.00
3. Concrete Cap for 18" Sewer Line
L.F.
130
20.00
2,600.00
20.00
2,600. 00
12.00
1,560.00
4. 15" Sewer Line, all depths
L.F.
632
25.00
15,800.00
24.00
1518.00
25.00
15,800.00
5. Concrete Cap for 15" Sewer Line
L.F.
25
20.00
500.00
18.00
450.00
10.00
250.00
6. 12" Sewer Line all depths
L.F.
679
22.00
14,938.00
23.00
15,617.00
26.00
17,654.00
7. Standard Manhole, including
Bolted Gasketed Cover
Ea.
14
1, 200.00
16,800.00
1,100.00
15,400. 00
1,500.00
21, 000.00
8. Standard Manhole, including
Bolted Gasketed Cover and Vent
Ea.
7
1,750.00
12,250.00
1,600.00
11,200.00
2,500.00
17,500.00
9. 18" Drop Connection to Proposed
Manhole, inc Iuding all Pi ping and
Fittings as shown in Detail
Ea.
1
900.00
900.00
1,250.00
1, 250.00
1, 400.00
1,400.00
10. Open Cut Asphalt Driveway
Repl acenent, including 8"
Flexible Base
S. Y.
50
No Charge
-0-
60.00
3,000.00
20.00
1,000.00
Sheet: 4 of
35
SEWER LINE ":-1-A"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. l?" Seiser Line, all depths
L.F.
1,710
$ 20.00
$ 34,200.00
$ 21.00
$ 35,910.00
$ 22.00
$ 37,620'00
z' Tie-in to Proposed Manhole with
`.
Posts as needed
Ea.
7
650'00
12" Drop Connection
Ea.
1
750.00
750'00
300.00
300.00
200.00
200.00
s' Concrete Encasement for 12" Sewer
.60
4,170'00
.50
3,475. 00
Line
L.F.
15
25.00
375.00
25,00
375.00
16.00
240.00
*' Concrete Cap for zz" Sewer Line
L.F.
25
20.00
500.00
15.00
375.00
10.00
250.00
5. Standard Manhole, including
Bolted Gasketed 'Cover
Ea.
3
1,200.00
3,600.00
1,100'00
3,300.00
1,200.00
3,600.00
o. Standard Manhole, including
Bolted Gasketed Cover and Vent
Ea.
2
1, 750.00
3,500.00
1,600.00
3, 200.00
2,000.00
4,000.00
,' Standard Manhole, including
Bolted Gasketed Cover aid 12"
E,ye Out
Ea.
1
1,700.00
1,700.00
1,200.00
1,200.00
l. aon.on
1,300.00
8. 12" Drop Connection to Proposed
manhole, inclW1nv ml Pi ping aid
Fittings as shown on Detail
cu,
1
70,00
700'00
550.00
560'00
600.00
600. 00
9. Extra Depth for Manholes
V.F.
7
100,00
700,00
100.00
00,00
100.00
700. 00
10. 2" steel pi pe Gate, including
Posts as needed
Ea.
4
650.00
2,600,00
425.00
1, 700.00
400.00
1,600.00
950.00
11. Revegetation
S.Y.
1, 900
No Charge
-0-
.60
1,140.00
.50
TOTAL - SEWER LINE ^C-1+\^
$ 48,625.00
$ oo,00,00
b 51,060. 00
SOUTHEAST ROUND ROCK WATE AND WASTEWATER
• IMPROVEMENTS - CONTRACT 1
.Do NO. 103-495
BIDDERS
BAY MAINTENANCE CO.. INC.
ROBERT HLRST co', INC.
PARKER & noGExx
CONSTRUCTION CO.
SEWER LINE "o-1"
UNIT
APPROX.
QUANTITY
UNIT
PR ICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
11, 2" Steel pipe Gate, including
`.
Posts as needed
Ea.
7
650'00
4,e0,00
425.00
2,975.00
400.00
2,830. 00
zn' Revegetation
S.Y.
6,950
No Charge
-0-
.60
4,170'00
.50
3,475. 00
TOTAL - SEWER LINE "o-z"
$ 194,670.00
$ 197,662,00
$ 2e6
Sheet: 5 of
35
SOUTHEAST ROUND ROCK WATER AND WASTEWATER
IMPROVEMENTS - CONTRACT 1
JOB N0. 103 -495
BIDDERS
BAY MAINTENANCE CO., INC.
ROBERT HURST CO., INC.
PARKER & ROCERS
CONSTRUCTION CO.
SEWER LINE "C -2"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 15" Sewer Line, 0 -12' depth
L.F.
3,996
$ 25.00
$ 99,900.00
$ 22.00
$ 87,912.00
$ 25.00
$ 99,900.00
2. 15" Sewer Line, under 12' depth
L.F.
2,009
25.00
50, 225.00
29.00
58, 261.00
44.00
88,396. 00
3. 15" Connection to Existing 15"
-0-
200.00
200.00
4. 12" Sewer Line, all depths
L.F.
300
22.00
6,600.00
Eye Out
Ea.
1
500.00
500.00
No Charge
-0-
200.00
200.00
4. Concrete Encasement for 15" Sewer
Line
L.F.
20
25.00
500.00
28.00
560.00
20.00
400.00
5. Concrete Cap for 15" Sewer Line
L.F.
255
20.00
5,100.00
17.00
4,335.00
10.00
2,550.00
6. Open Cut Gravel Base Driveway
Replacement
S. Y.
22.2
No Charge
-0-
10.00
222.00
10.00
222.00
7. Standard Manhole, including
Bolted Gasketed Cover
Ea.
14
1,200.00
16,800.00
1,100.00
15, 400.00
1,300.00
18, 200.00
8. Standard Manhole, including
Bolted Gasketed Cover and Vent
Ea.
7
1, 700.00
12, 250.00
1, 600.00
11, 200.00
2, 000.00
14, 000.00
9. Standard Manhole, inc ' ing
Bolted Gasketed Cover and 15"
Eye Out
Ea.
1
1,700.00
1,700.00
1,200.00
1,200.00
1,400.00
1,400.00
10. 15" Drop Connection to Proposed
Manhole, including All Pieing and
Fittings as shown on Detail
Ea.
1
1,000.00
1,000.00
750.00
750.00
700.00
700.00
11. Extra Depth for Manholes
V.F.
62.5
100.00
6,250.00
100.00
6,250.00
100.00
6, 250.00
12. 2" Steel Pipe Gate, including
Posts as needed
Ea.
6
650.00
3,900.00
425.00
2,550.00
400.00
2,400.00
13. Bore and Pressure Grout Under
Trees
L.F.
20
100.00
2,000.00
98.00
1,960.00
150.00
3,000.00
14. Revegetation
S.Y.
6,687
No Charge
-0-
.60
4,012.20
.50
3,343.50
TOTAL - SEWER LINE "C -2"
$ 200,125.00
$ 194,612.20
$ 240,961.50
SEWER LINE "D"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
1. 15" Sewer Line, all depths
L.F.
2, 288
$ 25.00
$ 57, 200.00
$ 19.00
$ 43, 472.00
$ 20.00
$ 45, 760.00
2. Concrete Cap for 15" Sewer Line
L.F.
50
20.00
1,000.00
17.00
850.00
10.00
500.00
3. Tie -in to Existing 15" Sewer Line
Ea.
1
500.00
500.00
No Charge
-0-
200.00
200.00
4. 12" Sewer Line, all depths
L.F.
300
22.00
6,600.00
18.00
5,400.00
18.00
5,400.00
Sheet: 6 of 35
SOUTHEAST ROUND ROCK WATER AND WASTEWATER
IMPROVEMENTS - CONTRACT 1
JOB NO. 103 -495
BIDDERS
BAY MAINTENANCE CO., INC.
ROBERT HLRST CO., INC.
PARKER & ROGERS
CONSTRUCTION CO.
SEWER LINE "D"
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
5. Standard Manhole, including
$ 128,618.00
$ 130,179.00
U. S. HIGHWAY 79 WATER LINE
355, 013.00
Bolted Gasketed Cover
Ea.
5
1,200.00
6,000.00
1,100.00
5,500.00
1,300.00
6, 500.00
6. Standard Manhole, incl ud ing
411,453.40
348,023.60
SEWER LINE "C -1"
194,670.00
Bolted Gasketed Cover and Vent
Ea.
3
1,750.00
5,250.00
1,600.00
4,800.00
2,000.00
6,000.00
7. Standard Manhole, including
48, 750.00
51, 060.00
SEWER LINE "C -2"
200,125.00
Bolted Gasketed Cover and 12"
194,612.20
240 961.00
67,875.00 -
SEWER LINE "D"
78,700.00
Eye Out
Ea.
1
1,500.00
1,500. 00
1, 200.00
1,200.00
1,400.00
1, 00.00
8. Open Cut Asphalt Replacement,
TOTAL - CONTRACT 1
$1,296,678.00
including 8" Flexible Base
S. Y.
22.2
No Charge
-0-
60.00
1,332.00
20.00
444.00
9. 2" Steel P1 pe Gate , incl ud ing
Posts as needed
Ea.
1
650.00
650.00
425.00
425.00
400.00
400.00
10. Revegetation
S.Y.
2,542
No Charge
-0-
.60
1,525.20
.50
1,271.00
TOTAL - SEWER LINE "D"
$ 78,700.00
$ 64,504.20
$ 67,875.00
SLMMARY:
F. M. HIGHWAY -1460 WATER LINE
$ 116,577.00
$ 128,618.00
$ 130,179.00
U. S. HIGHWAY 79 WATER LINE
355, 013.00
413, 005.60
395,241.90*
24" TRANSMISSION MAIN
302,968.00
411,453.40
348,023.60
SEWER LINE "C -1"
194,670.00
197,662.00
226,547.00
SEWER LINE "C-1-A"
48, 62 5.00
48, 750.00
51, 060.00
SEWER LINE "C -2"
200,125.00
194,612.20
240 961.00
67,875.00 -
SEWER LINE "D"
78,700.00
64,504.20
TOTAL - CONTRACT 1
$1,296,678.00
$1,458,605.40
$1,459,888.00*
*As Corrected
Sheet: 7 of
35
DATE: June 10, 1986
SUBJECT: Council Agenda, June 12, 1986
ITEM: 11E - Consider bids and a resolution authorizing the Mayor to
enter into a contract with Bay Maintenance Co., Inc., for
Southeast Round Rock Water and Wastewater Improvements,
Contract No. 1.
This request is to authorize the Mayor to exeucte a contract
with Bay Maintenance for construction of water and wastewater improvements.
This authorization is contingent upon execution and funding of item 11D.
Please see attached letter and bid tabulation sheet.
NO.
COPIES
REVISION
DATE
DESCRIPTON
1
Notice of Award - Southeast Round Rock Water & Wastewater
Improvements - Contract 1
7
Contract Documents and Specifications for Contract 1
2
Construction Plans for Contract 1
1
Notice of Award - Southeast Round Rock Water & Wastewater
Improvements - Contract 2
7
Contract Documents and Specifications for Contract 2
?
Construction Plans for Contract 2
TRANSMITTAL
TO:
City of Round Rock
214 E. Main St.
Round Rock, TX 78664
ATTN•
WE ARE SENDING YOU THE FOLLOWING:
- ATTACHED
— COPY OF LETTER
— SUBMITTAL DATA
THESE ARE TRANSMITTED AS CHECKED BELOW:
_For Your Files
As Requested
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
1106 SOUTH MAYS
ROUND ROCK. TEXAS 78664
(512) 255 -7861
Mrs. Joanne Land P�
1'
— SPECIFICATIONS
— ORIGINAL DRAWING
— PRINTS
Copies to: James Domel From:
PROJECT NO 103 -495
VIA: Courier
At your direction, we will issue the Notice to Proceed.
Douolas C. Hearn
Project Manager
DATE- June 19, 198
Southeast Round Rock
PROJECT• Water & Wastewater Imp.
_FIELD NOTES
_ OTHER
X For Approval For Corrections
Approval as Noted For Distribution
_For Review and Comment Approval as Submitted Other
Bay Maintenance Co., Inc. has executed the Agreement and furnished the
necessary bonds and certificate of insurance for each of the attached
REMARKS: 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 of each project to us
for distribution.
CITY OF ROUND ROCK
SOUTHEAST ROUND ROCK
WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 1
CONTRACT DOCUMENTS AND SPECIFICATIONS
PROJECT NO. 103 - 495 -18
Bids will be received at the City Hall of the City of Round
Rock, 214 East Main Street, Round Rock, Texas 78664, at 2:00
p.m., Tuesday, February 4, 1986.
Specification No.
Haynie & Kallman, Inc.
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
January 28, 1986
ADDENDUM NO. 1
1106 South Mays • Round Rock, Texas 78669 • (512) 255 -7861
SOUTHEAST ROUND ROCK
WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 1
Addendum No. 1 to the Plans, Contract Documents and
Specifications for the Southeast Round Rock Water and Waste-
water Improvements - Contract 1 for the City of Round Rock.
1. The Special Conditions of the Agreement have been revis-
ed to include Paragraph 02 -07 - Blasting for Trench
Excavation, and Paragraph 02 -08 - City of Austin Stan-
dard Specifications. Replace Pages SC -5 and SC -6 of the
Special Conditions with the attached Revised Pages SC -5,
SC -6, SC -7, and SC -8.
2. All Bidders shall acknowledge receipt of Addendum No. 1
on Page 2 of 18 of the Proposal.
DCH /cla
Enclosures
Douglas Hearn
Project Engineer
ADDENDUM NO. 1 - 1/1
HAYNIE & KALLMAN, INC.
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
1
1
1
1
1
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEETS
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
1
1
1
1
1
1
1
1
1
1
1
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
SOUTHEAST ROUND ROCK
WATER AND WASTEWATER SYSTEM IMPROVEMENTS
Sealed bids, in envelopes addressed to The City of Round
Rock, 214 East Main Street, Round Rock, Texas 78664, will be
received at the above mentioned address until 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 five (5) 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.
SOUTHEAST ROUND ROCK WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 1
Bids to be opened at 2:00 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 2
Bids to be opened at 2:30 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
2,500,000 GALLON GROUND STORAGE TANK
Bids to be opened at 3:00 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK WATER STORAGE IMPROVEMENTS
1,000,000 GALLON TOROSPHERICAL TANK
Bids to be opened at 3:30 p.m., Tuesday, February 4, 1986.
SOUTHEAST ROUND ROCK BOOSTER PUMP STATION
Bids to be opened at 4:00 p.m., Tuesday, February 4, 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 3
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 prior to the time for
receiving bids; or (2) The Contractor submits a bid and all
documents are returned in good condition to the Engineer not
later than five (5) days after the time that bids are receiv-
ed.
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.
This Notice to Contractors shall be published in the
Austin - American Statesman on the following dates:
Page 2 of 3
Sunday, January 19, 1986;
Sunday, January 26, 1986; and
Sunday, February 2, 1986.
This Notice to Contractors shall be published in the
Round Rock Leader on the following dates:
Monday, January 20, 1986;
Monday, January 27, 1986; and
Monday, February 3, 1986.
Page 3 of 3
1
1
1
1
1
1
1
.1
1
1
1
°1
.1
1
1
u1
.. 1
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which
are included herein, and shall be enclosed in a sealed enve-
lope addressed to:
The City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR SOUTHEAST ROUND ROCK WATER AND WASTEWATER IMPROVE-
MENTS, CONTRACT 1 to be opened at 2:00 p.m., Tuesday, Feb-
ruary 4, 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
. 1
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-
p
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will be'avarded to responsible bidders
whose proposals comply.with all the requirements prescribed.
Awards, if made, will be made within sixty (60) calendar days
after the opening of the proposals. The Owner reserves the
right to reject any or all bid proposals, to accept the low-
est responsible bidder's proposal, and to waive any informal-
ity in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written con-
tract with the Owner on the form of agreement provided.
Failure or refusal to enter into a contract as herein provid-
ed, or to conform to any of the stipulated requirements in
connection therewith shall be a just cause for the annulment
of the award. If the successful bidder refuses or fails to
execute the Contract, the Owner may award the Contract to
second lowest responsible bidder. If the second lowest re-
sponsible bidder refuses or fails to execute the Contract,
the Owner may award the Contract to the third lowest respon-
sible bidder. On the failure or refusal of such second and
third lowest responsible bidder to execute the Contract, the
work may be re- advertised.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cash-
ier's check or bid bond in the amount of not less than 5% of
the amount named in the proposal. Said check or bond shall
be made payable to the Owner and shall be given as a guaran-
tee that the bidder, if awarded the work, will enter into a
contract within ten (10) days after the award and will fur-
nish the necessary bonds as hereinafter provided. In case of
refusal or failure to enter into said contract, the check or
bond as the case may be, shall be forfeited to the Owner. No
bidder's bond will be accepted unless it conforms substan-
tially to the form furnished by the Owner, which is bound
herein, and is properly filled out and executed.
2 of 3
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed
and his full name and his address shall be given; if it is
made by a firm it shall be signed with the co- partnership
name by a member of the firm, who shall sign his own name,
and the name and address of each member shall be given; and
if it is made by a corporation the name of the corporation
shall be signed by its duly authorized officer or officers
attested by the corporate seal, and the names and titles of
all officers of the corporation shall be given.
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration
will be given not only to the financial standing, but also to
the general competency of the bidder for the performance of
the work covered by the proposal. To this end each proposal
shall be supported by a statement of the bidder's experience,
on the form entitled "Information Required of Low Bidder ",
bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed
work and the Contract Documents therefor. It will be assumed
that the bidder has investigated and is satisfied as to the
conditions to be encountered; as to the character, quality
and quantity of materials to be furnished and as to the
requirements of the Contract, Specifications and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of
the Plans or Specifications must make request for such infor-
mation in writing to Engineer, prior to 48 -hours before the
bid opening. Answers to all such requests will be given in
writing to all bidders, in Addendum form, and all Addenda
will be bound with, and made a part of, the Contract Docu-
ments. No other explanation or interpretation will be consi-
dered official or binding. Should a bidder find discrepan-
cies in, or omissions from the Plans, Specifications or other
Contract Documents, or should he be in doubt as to their
meaning, he should at once notify the Engineer in order that
a written Addendum may be sent to all bidders. Any Addenda
issued prior to twenty -four (24) hours of the opening of bids
will be mailed or delivered to each Contractor contemplating
the submission of a proposal on this work. The proposal as
submitted by the Contractor will be so constructed as to in-
clude any Addenda if such are issued by the Engineer prior to
twenty -four (24) hours of the opening of bids.
3 of 3
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
SOUTHEAST ROUND ROCK
WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 1
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 commence has been given.
ES,
Page' 1 of 18
r '
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 180 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
#1 1 -28 -86
Page 2 of 18
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
Bay Maintenance Co., Inc. 2/4/86
Name of Contractor Date
Frank Dan King President
Executed by (Signature) Title or Position
P. O. Box 8859 (512) 598 -2535
Business Address Telephone Number
Horseshoe Hay Llano Texas
City County State
(Seal if Bid is by a Corporation.)
ATTEST:
Patsy Frasier
Note: Original hand - written Proposal is on file in the Engi-
neer's office.
Page 3 of 18
78654
Zip
1
1
1
CONTRACT: SOUTHEAST ROUND ROCK WATER & WASTEWATER IMPROVEMENTS
' CONTRACT 1
JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
OWNER: CITY OF ROUND ROCK
Gentlemen:
PROPOSAL BIDDING SHEET
' Pursuant to the foregoing Notice to Contractors and Instructions to Bidders,
the undersigned bidder hereby proposes to do all the work, to furnish all necessary
superintendence, labor, machinery, equipment, tools, materials, insurance and
miscellaneous items, to complete all the work'on which he bids as provided by the
' attached supplemental specifications, and as shown on the plans for the construction
of Water & Wastewater Lines, and binds himself on acceptance of this proposal to
execute a contract and bond for completing said project within the time stated, for
' the following prices, to wit: = •
P.M. Highway 1460 - Water Line
' Bid Item Description Unit
Item: Ouantity Unit and Written Unit Price _____Lice Amount
' 1 2858 L.F. 16" Water Line, complete in place e
per linear foot
I for Twenty Six Dollars
and No Cents $ 26.00 $ 74.308.00
' 2 127 L.F. 12" Water Line, complete in place
per linear foot
' for Twenty Two Dollars
and No Cents $ 22.00 $ 2,794.0Q
' 3 1 Ea. Tie in to 12" Stub -out by others
at Station 0+40., complete in
place per each
1 for Five Hundred Dollars
and Kb Cents $ 500.00 $ 500.00
' 4 1 Ea. Remove Existing Plug & Tie-in to Exist-
ing 16" D.I. Water Line at Station
30+08, complete in place, per each
'
for Five Hundred Dollars
and Na Cents S 500.00 $ 500.00
1
Page 4 of 18
Bid Item Description Unit
Item Ouantity Unit and Written Unit Price Price Amount
5 5 Ea. 16" Butterfly Valves, including Box
Cover, Valve Marker Sign and Post
complete in place per each
for Two Thousand
and No
6 6 Ea. 5 -1/4" Fire Hydrant Assembly, including 6"
D.I. Lead and 6" Gate Valve, not incl-
uding C.I. Fittings, complete in place
per each
for One Thousand Five Hundred Dollars
and No Cents $1500.00 $ 9.000.00
7 11 V.F. Fire Hydrant Barrel Extension, complete
in place, per vertical foot
for Three Hundred Dollars
and No Cents $ 300.00 $ 3.000.00
8 22.2 S.Y. Open Cut Gravel Base Driveway Replace-
ment, complete in place per square yard
for No Charge Dollars
and Cents $N $ -0-
9 85 L.F. Bore.and 20" Steel Casing - F.M. Highway
1460 for 12" D.I. Water Line, complete in
place,•per linear foot
for One Hundred Dollars
and No - - Cents $ 100.00 $ 8.500 00
10 3.07 Th. Cast Iron Fittings, including Concrete
Blocking, complete in place per ton
for Twenty Five Hundred Dollars
and No Cents $2500.00 $ 7,675.00
11 3350 S.Y. Regevetation, complete in place per
square yard
for No Charge Dollars
and Cents $ NC $ -
Total - F.M. Highway 1460 Water Line S 116,577.00
Page 5 of 18
Dollars
Cents $2000.00 $ 10,000.00
U.S. Highway 79 - Water Line
Bid
Item Ouantity Unit
1 1878 L.P. 24" Water Line, complete in place
per linear foot
for Thirty Seven Dollars
and No Cents $ 37.00 $ 69,486.00
2 3711 L.F. 16" Water Line, complete in place
per linear foot
for Twenty Seven Dollars
and No Cents $ 27.00 $100,197.00
3 3314 L.F. 12" Water Line, complete in place
per linear foot
for Twenty
and No
Item Description Unit
and Written Unit Price Price Amount
4 1 Ea. Tie in 16" Water Line to Proposed 16"
Cross at Station 0+02.4 in
place per each
for Five Hundred Dollars .
and No Cents $ 500.00 $ 500.00
5 1 Ea. Tie in 12" Gate Valve by others at Sta-
tion 4+28., complete in place per each •
for Five Hundred Dollars
and No Cents 'S 500.00 $ 500.00
6 3 Ea. 24" Butterfly valve, including Box and
Cover, Valve Marker Sign and Post,
complete in place per each
for Four Thousand Dollars
and No Cents $4000.00 $ 12.000.00
7 4 Ea. 16" Butterfly Valve, including Box and
Cover, Valve Marker Sign and Post,
complete in place per each
for Two Thousand Dollars
and No Cents $2000.00 $ 8.000.00
Page 6 of 18
Dollars
Cents $ 20.00 $ 66,280.00
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
8 3 Ea. 12" Butterfly Valve, including Box and
Cover, Valve Marker Sign and Post,
complete in place per each
for One Thousand Dollars
and No Cents $1000.00 $ 3,000.00
9 95 L.P. Bore and 24" Steel Casing - U.S. Hwy.
79 for 16" D.I. Water Line, complete
in place, per linerar foot
for One Hundred Twenty Dollars
and No Cents $ 120.00 $ 11.400.00
10 80 L.F. Bore and 36" Steel Casing - U.S. Hwy.
79 for 24" D.I. Water Line, complete
in place, per linear foot
for One Hundred Sixty Dollars
and No Cents $ 160.00 $ 12.800.00
11 60 L.F. - Bore and 36" Steel Casing - Mopac R.R.
for 24" D.I. Water Line, complete in
place per linear foot
for One'Hundred Sixty Dollars
and No Cents $ 160.00 $ 9.600.00
12 150 L.F. Concrete Encasement of 24" D.I. Water
Line, complete in place, per linear
foot
for Twenty Five
and No
I ' 13 95 L.F. Concrete Cap of 16" D.I. Water Line,
complete in place per linear foot
14 110 Z.F. Concrete Cap of 12" D.I. Water Line,
complete in place per linear foot
for Twenty Dollars
and No Cents $ 20.00 $ 1.900.00
for Twenty
and No
Page 7 of 18 .
Dollars
Cents $ 25.00 $ 3.750.00
- Dollars
Cents $ 20.00 $ 2.200.00
Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price
15 4 Ea. 5 -1/4" Flushing Valve Assembly, includ-
ing all Fittings except for Cast Iron
Tee, Marker Sign and Post complete in
place per each
Amount
for Fifteen Hundred Dollars
and po - Cents $1500.00 $ 6.000.00
16 7 Ea. 5 -1/4" Fire Hydrant Assembly, including
6" D.I. Lead and 6" Gate Valve, jot
including C.I. Fittings, complete in
place per each
for Fifteen Hundred Dollars
and No Cents $1500.00 $ 10,500.00
17 6.5 V.F. Fire Hydrant Barrel Extension, complete
in place, per vertical foot
for Three Hundred Dollars
and No Cents $ 300.00 $ 1.950.00
18 4 Ea. 2" Automatic Air Release Valve & Vault
including all Fittings, Piping and Cover,
and Air Release Valve Marker Sign and Post,
complete in place per each
for fifteen Hundred Dollars
and No r Cents 4500.00 $ 6.000.00
19 104.44 S.Y. Open Cut Gravel Base Driveway Replacement,
_ including 8" Flexible Base, complete in
place per square yard -
for No Charge Dollars
and cents $ NC $ -0-
20 16 Ea. 2" °Steel Pipe Gate, including Posts as
needed, complete in place, per vertical
foot
for Six Hundred Fifty Dollars
and No Cents $ 650.00 $ 10.400.00
21 8 Ea. Concrete Retard, complete in place,
per each
for One Hundred Dollars
and No 'f Cents $ 100.00 $ 800.00
Page 8 of 18
Bid Item Description Unit
Item Ouantity Unit and Written Unit Price Price Amount
22 7.10 Tn. Cast Iron Fittings, including Concrete
Blocking, complete in place per ton -
S
for Twenty Five Hundred Dollars
and No - Cents $2500.00 $ 17,750.00
23 9892 S.Y. Revegetation, complete in place per
square yard -
24" Transmission Main
for No Charge Dollars
and Cents $_JMZ___ $ -0-
Total D.S. Highway 79 - Water Line $ 355.013.00
Bid Item Description Unit
Item Ouantitv Unit and`Written Unit Price Price Amount
1 6736 L.F. 24" Water Line, complete in place
per linear foot
for Thirty Eight Dollars
and No Cents $ 38.00 $255.968.00
2 1 Ea. Tie in 24" Butterfly Valve, complete
in place per each
for Five Hundred Dollars
and No Cents $ 500.00 $ 500.00
3 2 Ea. 24" Butterfly Valves, including Box
and Cover, Valve Marker Sign and Post,
complete in place per each
for gour Thousand Dollars
and No Cents $4000.00 $ 8.000.00
4 1 Ea. 12" Butterfly Valves, including Box
and Cover, Valve Marker Sign and Post,
complete in place per each
for One Thousand Dollars
and No Cents $).000.00 $ 1.000.00
Page 9 of 18
Bid Item Description Unit
Item ouantity Unit and Written Unit Price Price Amount
5 2 Ea. 5 -1/4" Flushing Valve Assembly, includ-
ing all Fittings except for Cast Iron
Tee, Marker Sign and Post complete in
place per each
for Fifteen Hundred Dollars
Cents $1500.00 $ 3.000.00
and No
6 2 Ea. Automatic Air Release Valve & Vault
complete in place per each
for Fifteen Hundred Dollars
and No Cents $1500.00 $ 3,000.00
20 S.Y. Open Cut Asphalt Replacement, incl-
uding 8" Flexible Base, complete in
place per square yard
for No Charge Dollars
and Cents $ NC $ = -0-
8 15.6 5.2 Cut Concrete Driveway Replacement,
complete in place per square yard
for No Charge _Dollars
and and Cents $ ' NC "'$' - -
9 57.8 S.Y. Open Cut Gravel Base Driveway Replace-
ment, complete in place per square yard
for-No Charge Dollars
and Cents $ NC $
10 130 L.P. Concrete Cap of 24" D.Z. Water Line,
complete in place per linear foot
for Twenty Five Dollars
and No Cents $ 25.00 $ 3.250.00
11 3 Ea. 2" Steel Pipe Gate, including Posts as
needed, complete in place per each
for Si c Hundred Fifty Dollars
and No Cents $ 650.00 $ 1.950.00
Page 10 of 18 -
Bid
Item Quantity Unit
Item Description
and Written Unit' Price
12 33 Ea. Concrete Retards, complete in place,
per each
for one Hundred
13 9.2 Tn. Cast Iron Fittings, including Concrete
Blocking, complete in place per ton
14 7484 S.Y. Revegetation, complete in place per
square yard
•e
Dollars
Unit
Price
Amount
and No Cents $ 100.00 $ 3.300.00
for Twenty Five Hundred Dollars
and No Cents $2500.00 $ 23.000.00
for pTo Charge Dollars
and Cents $ NC $ -0-
Total - 24" Transmission Main $ 302,968.00
Line "C -1" Sewer Line
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 4494 L.F. 18" Sewer Line, all depths,
complete in place per linear
foot
for Twenty Eight Dollars
and No Cents $ 28.00 $125.932.00
2 1 Ea.' Remove existing Plug and tie -into
existing 18" Sewer Line, complete
in place per each
for Five Hundred Dollars
and No Cents $ 500.00 $• 500.00
3 130 L.F. Concrete Cap for 18" Sewer Line,
complete in place per linear foot
for Twenty
and. Do
. Page 11 of 18
Dollars
Cents $ 20.00 $ 2.600.00
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
4 632 L.F. 15" Sewer Line, all depths,
complete in place per linear foot
for Twenty Five Dollars
and No Cents $ 25.00 $ 15.800.00
5 25 L.F. Concrete Cap for 15" Sewer Line
complete in place per linear foot
for Twenty
and No
6 679 L.P. 12" Sewer Line, all depths,
complete in place per linear
foot
for Twenty Two
and No
7 14 Ea. Standard_.Nanhole, including Bolted
Gasketed Cover, complete in place
per each
for Twelve Hundred
and No ' -
'9 1 Ea. 18" Drop Connection to a proposed Man-
hole including all Piping and Fit-
tings as shown in detail, complete in
place per each
10 50 S.Y. Open Cut Asphalt Driveway Replacement
hole including all Piping and Fit-
tings as shown in detail, complete in
place per each
Page 12 of 18
Dollars
Cents $ 20.00 $ 500.00
Dollars
Cents $ 22.00 $ 14.938•.O0
—Dollars
Cents $1200.00 $ 16.800.00
8 7 Ea. Standard Manhole, including Bolted
. Gasketed Cover and Vent, complete in
place per each
for Seventeen Hundred Fifty Dollars
and No Cents $.1750.00 $ 12.250,00
for Nine Hundred Dollars
and No Cents $ 900.00 $ 900.00
for No Charoe Dollars
and Cents $ NC $ -0-
1
Bid Item Description
' Item 9uantity Unit and Written Unit Price
11
7 Ea. 2" Steel Pipe Gate, including Posts
as needed, complete in place, per
each
for Six Hundred Fifty Dollars
12 6950 S.Y. Revegetation, complete in place per
square yard
for No Charge Dollars
and - Cents $ NC $ -0-
1
"Line "C -1 -A" Sewer Line
1 Bid item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
1 1710 L.F. 12" Sewer Line, all depths, complete
in place per linear foot
for Twenty Dollars
'
and7No Cents $ 20.00 $ 34.200.00
2 1 Ea. Tie in to Proposed Manhole with 12"
I Drop Connection, complete in place,
per each
1 for Seven Hundred Fifty Dollars
and No Cents $ 750.00 $ 750.00
3 15 L.F. Concrete Encasement for 12" Sewer Line,
complete in place per linear foot
for Twenty Five Dollars
1
4 25 L.F. Concrete Cap for 12" Sewer Line,
' complete in place per linear foot
for Twenty Dollars
and No
1
1
Page 13 of 18
1
Unit
Price
and No Cents $ 650.00 $ 4,550.00
- Total - "C -1" Sewer Line $ 194.670.00
Amount
and No Cents $ 25.00 $ 375.00
Cents $ 20.00 $ 500.00
Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
5 3 Ea. Standard Manhole, including Bolted
Gasketed Cover, complete in place
per each
for Twelve Hundred Dollars
and No Cents $ 1200.00 $ 3,600.00
6 2 Ea. Standard Manhole, including Bolted
Gasketed Cover and Vent, complete in
place per each
for Seventeen Hundred Fifty Dollars
and No Cents $1750.00 $ 3.500.00
7 1 Ea. Standard Manhole, including Bolted
Gasketed Cover and 12" Eye Out,
complete in place per each
for Seventeen Hundred Dollars
and No Cents $1700.00 $ 1.700.00
8 1 Ea. 12" Drop Connection to a Proposed Manhole,
including all Piping and Fittings, as shown
on Detail, complete in place per each
for Seven Hundred Dollars
and•No • Cents $ 700.00 $ 700.00
9 7 V.F. Extra Depth for Manholes, complete in
place per vertical foot
for One Hundred Dollars
and 7 o' Cents $ 100.00 $ 700.00
10 4 Ea. 2" Steel Pipe Gate, including Posts as
needed, complete in place, per each
for Six Hundred -Fifty Dollars
and No Cents $ 650.00 $ 2,600.00
11 1900 S.Y. Revegetation, complete in place, per each
for p10 Charge Dollars
and Cents $ NC $ -0-
Total "C -1 -A" Sewer Line $ 48.625.00
Page 14 of 18
1
1
1
Bid Item Description Unit
Item Ouantity Unit and Written Unit Price Price Amount
1 3996 L.F. 15" Sewer Line, 0 -12' Depth, complete
in place, per linear foot
2 2009 L.F. 15" Sewer Line Under 12' Depth, complete
in place, per linear foot
1
' 3 1 Ea. 15" Connection to Existing 15" Eye Out,
complete in place, per each
1
4 "- 20 L.P. Concrete Encasement for 15" Sewer Line,
5 255 L.F. Concrete Cap for 15" Sewer Line, complete
1
1
1
1
"Line "C -2" Sewer Line
for Twenty Five
and No
for Twenty Five Dollars
and No Cents $ 25 00 $ 50.225.00
for Hundred Dollars
and No Cents $ 500.00 $ 500.00
complete in place, per linear foot
for Twenty Five
and No
in place, per linear foot
for Twenty Dollars
t and No Cents $ 20.00 $ 5.100.00
6 22.2 S.Y. Open Cut Gravel Base Driveway Replace-
ment, complete in place, per square yard
1
t 7 14 Ea. Standard Manhole, including Bolted
Gasketed Cover, complete in place,
per each
for No Charge Dollars
and . Cents $_TC $ -0-
for Twelve Hundred
Page 15 of 18
• x a
Dollars
Cents $ 25.00 $ 99.900.00
Dollars
Cents $ 25.00 $ 500.00
Dollars
and No Cents $1200.00 $ 16.800.00
Bid Item Description Unit
Item Quantity Uni t and Written Unit Price Price Amount
8 7 Ea. Standard Manhole, including Bolted
Gasketed Cover and Vent, complete
in place, per each ;
for seventeen Hundred Fifty Dollars
and No Cents $1750.00 $ 12.250.00
9 1 Ea. Standard Manhole, including Bolted
Gasketed Cover and 15" Eye-out,
complete in place, per each
for Seventeen Hundred Dollars
and No Cents $1700.00 $ 1,700.00
10 . 1 Ea. 15" Drop Connection to a Proposed
Manhole, including All Piping and
Fittings as shown in Detail, com-
plete in place, per each
for One Thousand ' Dollars
and No Cents $1000.00 $ 1,000.00
11 62.5 V.F. Extra Depth for Manholes, complete
in place, per vertical foot
for One Hundred Dollars
and No Cents $ 100.00 $ 6.250,00
12 6 Ea. 2" Steel Pipe Gate, including Posts
as Needed, complete in place, per
each
for Six Hundred Fifty Dollars
and No
13 20 L.F. Bore and Pressure Grout Under Trees,
complete in place, per linear foot
14 6687 S.Y. Revegetation, complete in place, per
square yard
Page 16 of 18
Cents $ 650.00 $ 3,900.00
for one Hundred Dollars
and No Cents $ 100.00 $ 2.000.00
for No Charge Dollars
and Cents $ NC $ -0-
Total - "C -2" Sewer Line $ 200.125.00
Line "D" Sewer Line
Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price - Price Amount
1 2288 L.F. 15" Sewer Line, all depths, Complete
in place per linear :foot
for Twenty Five _ Dollars
and No Cents $ 25.00 $ 57,200.00
2 50 L.F. Concrete Cap for 15" Sewer Line,
complete in place per linear foot
for Twenty
and No
3 1 Ea. Tie in to Existing 15" Sewer Line,
complete in place, per each
for-Five Hundred
and No
4 .300 L.F. 12" Sewer Line, All Depths, complete
in place per linear foot
for._Twenty Two Dollars
and.Non Cents $ 22.00 $ 6.600.00
5 5 Ea. Standaril Manhole, including Bolted
Gasketed Cover, complete in place
per each
for Twelve Hundred Dollars
and No Cents $1200.00 $ 6,000.00
6 3 Ea. Standard Manhole, including Bolted
Gasketed Cover and Vent, complete
in place per each
for Seventeen Hundred Fifty Dollars
and No Cents $1750.00 $ 5.250.00
7 1 Ea. Standard Manhole, including Bolted
Gasketed Cover and 12" Eye Out,
complete in place per each
for Fifteen Hundred - Dollars
and No Cents $1500.00 $ 1,500.00
Page 17 of 18
Dollars
Cents $ 20.00 $ 1.000.00
Dollars
Cents $ 500,00 $ 500.00
Bid item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
8 22.2 S.Y. Open Cut Asphalt Replacement,
including 8" Flexible Base,
complete in place per square yard
9 1 Ea. 2" Steel Pipe Gate, including Posts
as needed, complete in place, per
each
10 2542 S.Y. Rs-vegetation, complete in place,
per square yard
for No Charge Dollars
and Cents $ NC $ -0-
for ,Six Hundred Fifty Dollars
and No - Cents $ 650.00 $ 650.00
for No Charge Dollars
and Cents $ NC $ -0-
Total - "D" Sewer Line $ 78.700.00
Total - F.M. Hwy. 1460 - Water Line -
Total - U.S. Hwy. 79 - -Water Line
Total - 24" Transmission Main
Total - "C -1" Sewer Line
Total - "C -1 -A" Sewer Line
Total - "C -2" Sewer Line
Total - "D" Sewer Line
Total Contract 1
Page 18 of 18
$ 116.577.00
$ 355,0100
$ - 302.968 00
$ 194.670.00
$ 48.625.00
$ 200.125.00
$ 78.700.00
$ 1,296.678.00
Companies
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HOME OFFICES: BALTIMORE, MD. 21203
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, Bay Maintenance Co., Inc., Marble Falls, Texas
(Here Inert the name and address or legal due of the contractor)
and Fidelity and Deposit Company
(were insert the name of the surety)
under the laws of the State of Maryland, as Surety,
unto City of Round Rock, Texas
(Ilene insert the nem
as Obligee, (hereinafter called the "Obligee "),
in the sum of Five Percent of the Greatest Amount Bid Dollars ($ 5% GAB )
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Southeast Round Rock Water and Wastewater
Improvements — Contract No. 1
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 into 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.
Z7 nd sealed this 4th
7 Witness
Witness
, as Principal, (hereinafter called the "Principal "),
, of Baltimore, Maryland, a corporation duly organized
(hereinafter called the "Surety ") are held and firmly bound
e and address or legal idle of the Owner)
B
day of February _AM. 19 86
(SEAL)
- Robert E. S alnaker, Jr.
C325 TX)— Attorney —in —Fact .
Approved by The American Institute of Architects.
A.I.A. Document No. A.310 February 1910 Edition.
Title
❑ FIDELITY AND DEPOSIT COMPANY OF MARYLAND
xg FIDELITY AND DEPOSIT COMPANY
Sure!
v (SEAL)
stle
.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
t
•
•
FIDELITY AND DEPOSIT, COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY
HONE OFFICES: BALTIMORE, MD. 21203
.r
POWER OF ATTORNEY „ ; • .. r. ,1_) , .-
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDLLITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice - President,
and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby.certified to be in
full force and effect of the date thereof, do hereby nominate, constitute, and appoint. Robert E. Stalnaker,
Jr., Joe N. Jay, Karen E. Vester, Shirley Lamberth, Gary W: Alexander, Velma Cozart,
Michael R. Utech, John M. Barnes and John R. Sanders, all of Dallas, Texas, EACH
true and lawful agent and Attorney - in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings...EXCEPT bonds on behalf .
of Independent Executors, Community Survivors and Community Guardians
nd the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their,own proper persons.
This power of attorney revokes those issued on behalf' of Robert E. Stalnaker, '
etal, dated, February 15, 1984 and on behalf of John R. Sanders, dated, March
21, 1984.
IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY this 16th day of November A.D. 19 `
ATTEST:
e co Pa-a.-z,,, By
Assistant Secretary
,
FIDELITY AND DE
Assistant Secretary _ Yice•Pre.ident
STATE OF MARYLAND t a: - '
Cray or BALTIYOAE '
On this 16t11 day of November . A.D. 19 $ before the subscriber, • Notary Public of the Slate of Maryland. in and
for the City of Bahimore, duly commissioned and qualified. came the above•namedVice•Presidems and AaWant Secretaries of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers
described herein and who executed the preceding instrument, and they each acknowledged the execution of the same. and being by me duly sworn.
severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the assts dfnaed to the preceding
instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and
subscribed to the said in.trumenl by the authority and direction of the said Corporations. . ' .,
Cit of Qa ltimore � year lisp .bore
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Se
awry Public
My comm ission expires July 1,_ 1986
CERTIFICATE
1. the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is • full, true and correct copy is in full force and effrri on the
date of this certificate; and 1 do further certify that the Vice Presidents who executed the said Power of Attorney were Kee President..PPrcwlly
in/thorned by the Boards of Director. to appoint any Anorney .in•Fact "provided in Article VI. Section 2 of the respective B•I.ws of the FIOE1.1T1
AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July. 1969 and of the Bard of Directors of the FIDEI.IT1 AND
DEPOSIT COMPANY al a meeting duly called and held on the 2nd day of November, 1978. - •• = t - ' . • r• ,
RESOLVED. "That the facsimile or mechanically reprnduced signature of any Amswant Secretary of the Come ny• hither made herriulirre or
hereafter. whenever appearing upon • certified copy of any power of attorney lathed by the Company, shall be valid and binding upon the t omp.n , •i
with the acme force an effect at though manually affixed. - '
IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seals of the mid , du.
d. of February 1 9. 86,
r
L111aITSP4)l 168
FIDELITY AND DEPOSIT COMPANY MARYLAND
Ptre•Preadent
SIT COMPANY `•,.
FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK ,
4 th
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The President, or any Executive Vice - Presidents, or any of the Senior Vice - Presidents or Vice - Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr-
ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents, and At-
tornies-in- Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the
Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments
of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which
the business of the Company may require, and to affix the seal of the Company thereto."
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY
•
.t
At a
•
"Article VI, Section 2. The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents
specially authorized no to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con-
currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vitt- Presidents,
Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per-
sons to execute oa behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in-
struments and documents which the business of the Company may require, and to affix the seal of the Company thereto."
1
1
1
1
THE STATE OF TEXAS X
COUNTY OF WILLIAMSON X
AGREEMENT
THIS AGREEMENT, made and entered into this
( I,f a y , A.D., 19 �� , by and between the CITY OF
RO D ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and BAY MAINTENANCE CO., INC., of the City of
Horseshoe Bay, County of Llano, and State of Texas, Party of
the Second Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for 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:
SOUTHEAST ROUND ROCK WATER AND WASTEWATER IMPROVEMENTS
CONTRACT 1
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, supervision, labor, insurance, and other accessories
and services necessary to complete the said construction, in
accordance with the conditions and prices stated in the Pro-
posal attached hereto, and in accordance with the Notice to
Contractors, General Conditions of Agreement, Special Condi-
tions 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 CONTRAC-
TOR'S written proposal, the General Conditions of the Agree-
ment, and the Performance, Payment and Maintenance Bonds
hereof and collectively evidence and constitute the entire
contract.
t !
t Page A of 2
day of
The CONTRACTOR hereby agrees to commence work within ten (10)
days after the date written notice to do so shall have been
given to him, and to complete the same within 180 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
Party of the First Part
(OWNER)
BY: ' A A%
ATTEST:
Corporate Seal
Mike Robinson, Mayor
BAY MAINTENA E CO., INC
Signed
Page 2 of 2
Second Part
(T following to be executed if the Contractor is a Corpora-
tion.)
I, 74.4
am the Secretary of the Corporation named as Contractor here-
in; that -,eA /K D,, 1/ ,4 AfG , who signed
this Contract on behalf of the Contractor was then YRes.e.✓`
(official title) of said Corporation, that
, certify that I
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.
THE STATE OF TEXAS 1
COUNTY OF WILLIAMSON
PERFORMANCE BOND
as principal, and FIDELITY AND DEPOSIT COMPANY
PB -1
r -j
KNOW ALL MEN BY THESE PRESENTS, THAT BAY MATNTE[aNCE COMPANY, TNr
of the City Of MARATF FAT.TS r
County of BURNEr , and State of Tq
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
ONE MILLION TWO HUNDRED NINETY SIX TNDUSAND SIX HUNDRED
of SEA EIGHT AND NO /100 Dollars
($ 1,296,678.00 ) for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner dated the day of
19 , to which contract is hereby referred to and made a
part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION 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
ul_ 6i1ak1_.4M 6141,Ji 0, 4.
- Princ
Title ,
MX RR59
Marble Falls. Texas
Address HORSESHOE BAY
By
The name and address of the Resident Agent of Surety is:
ROBERT E. STATNAKER, 7557 Rambler Road Suite 550, Dallas, Texas 75231
PB -2
Surety
�Q -� DEP OS � T' �
Title ATTORNEY -IN -FACT
ALLEN W. CRISS
Address 5011 McKINNEY AVE.
DALLAS, TEXAS 75205
1 •
1
1
. 1
1
1
1
1 .
1 —
1
1
1
1
1 /
•
Companies
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY i` '" ''' ° . 1,4 t ' '-v-- 0.11
HOME OFFICES BALTIMORE, MD 21203 �- r s' -r., y. iDR*'IfT
POWER OF ATTORNEY - -` '''' t. t "" ""•
KNC`1 ALL A.EN BY THESE PRESENTS: That the Final N AND DEF OSIT COMPANY OF MARYLAND, and the FIDELITY AND •y
DEPOSIT COMPANY, corporations of the State of Mar land, by C. M. PECOT, JR. - , Vice•Presideii . a
and C, W. ROBBT_NS • 3 , Assistant ° retary, in srsilance of authority granted by Article VI, SectiOri2
the respective By-Laws of said Companies, whit'. are set Cor,h on the reverse side hereof and are hereby certified to be inyy
full force and effect of the date thereof, do hr by nominate, constitute, and appoint Ronald R. Cathay R..
Northcutt, Patricia A. Pfeifer and Allen W. Criss, all of Dallas, Texas EACH.
t nd'ay.`ri z,ent and Atto,. n e; -in -Fo : of ' ..1T, to ,t .! ", e :et•ute, F t ar : ',:ver, fop, r Td on ' c Leli -ilf as'
,d a;iff. I deed: Lily au'l r.1i 1.: •'s in' ;c'. r1 ,R.. . EXCEPT bo„_? oil bOhO1f
- per .._. ,%. Cc...;. 0 =71...,... ._,.,,Ltiti _vei n,.... ..- .... „ ,,...
, ,
______' ------------. ------
And the execution of such bonds or und. takings in pursuance of these presents, shall be es bindit.g upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowled•ed by the
resularty elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons. ,
:•his'pcwer of attorney revokes that issued on behalf of Ronald R. Ca they ar:d ' -
Fanela S.' Robertson; dated, November', 1981.
IN WITNESS WHEREOF, the said Vice•Presidentts and Assistant Secretaries have hereunto subscribed their names and -,
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT . ' '
COMPANY this " 9th - da of > °WJ.dxY A.D.
.D 19
FIDELITY AND DEPOSIT COMPANY MARYLAND"
e tai) r ..(� 4 •>s
Assistant Secretary
FIDELITY AND D SIT COMPANY
0
By f
•Auiwnt Secretary Vox.President
r
ST ATE OF 4RY1_a5D I _ r
CITY OF 4LTIMORE w: - _ -
On this 9 th day of January , A.D. 19 86. before the subsr - her, a Notary Public of the State of Maryland, in and
for the Coty of Baltimore, duly commissioned and qualified, came the abuse named Vice Pres. rta and Assistant Secretaries of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to: c personally known to be the individuals and officers
described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly ,worrt
sorally and ea-h for hrmsetf deposeth and with, that they are the said officers of the Companies aforesaid, and that the seals affixed to the pi and
instrument are ,he Corporate Seals of said Ccmpanieo, and that the said Corporate Seals and their , signatures as such officers were duly affixed
subscribed to d soar, instrument by the authority and direction of the said Corporations c( .
IN TFSTi 7NY Y. HEREOF, 1 have hereunto set my hand and affixed my Offl L . _....r._./o Ealtie are the day a' d year first above
written. ' �6 =--- `` •
•
B 1�
f. .. �..... ... .... 19 .......
:lca y Pal.
Prce.Pres dent
?'y - r.,af :3Y 1, ]9E.6
1, undrs:9 ed Assistant Secretary of the FILELITY AND D : IT Cr .'A'Y 0a MARYLAND and the FTOIL1TY AND DEPOSIT a
t^ hicN
C). sane NYdo :ny cec r fyt t. .at the original e: of Attorney i 'cr.., A•cr Full. r rue ar.d ur. tte cepy,isinfull fcrce snde(raeton the s
date of this certificate, and I do Luther aerie that the Vrc_ r i e i• s , earn, ,':.d .hc caw w
Poer of r
Attc -ay , .,e V,c Presidents morallyy'' •'
authorized by the Boards of Directors t0 ap^oir any Attorney r•F.A es pr id::: :r: s: title VI, Sect ion 2of the raspect've Eyl.cws of the FI1iELITY, s
AND DEPOSIT COMPANY, OF MARYLAND —ad the FiDF Llri AND Dci'OSiT CCI:PANY. '
This reruficate may be signed by facsimile under and by ruthxity of tact- leas of t} - Ruud of Director, of the FIDELITY AND DEPOSIT .
Cr. .'R'ANY OF MARYLAND at a meeting duly called and held on the 16th de) et July, 19:: end of the Beard of Directors of the FIDELITY AND . ,
D,.r OSIT COMPANY at a meet cg duly called and held on the tad day of Nose bier, 1978. ° -That `A ,
P ESOLVED: hat thecae mile or mechanically repr oduced se.t
ant of a •y Ass Secretary of the Company. whether made heretofore or ,
hereafter. when.. appearing upon a certified copy of A ny power o attorney issued by the Company. shill be valid and binding upon the Company -. ..
with the same force and effect as though manually affixed s -
I N TESTIMONY Q HEREOF. I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this ............. .... ..
uavaT', -rat — 168 -0199
FOR YOUR PROTECTION LOOK FOR THE F &D WATERMARK
E STATE OF TEXAS
PAYMENT BOND
COUNTY OF WILLIAMSON
KNOW ALL MEN BY THESE PRESENTS, THAT BAY MAINTENANCE COI4PANY, INC.
, �f the City of MARBLE FALLS
County of BMW , and State of TEXAS
as principal, and FIDELITY AND DEPOSIT COMPANY
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
ONE MILLION MID HUNDRED NINEPY.SIX THOUSAND SIX
of HUNDRED SEVENTY EIGHT AND NO /100 Dollars
($ 1,296,678.00) for the payment whereof, the said Principal
and Surety bind themselves and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presehts:
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
rf
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 t oe ter
of the Contract, or to the work performed thereunder,
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
day `
and sealed this instrument this Y
0
19 /a — � A,
-
.aBAYMA
- ,-Principal
By
Title
Address
BOX 88
COMP
HORSESHOE RAY
Suret
By
ALLEN W. CRISS
ROBERT E. fit, 7557 RAMBLER ROAD SUITE 550
Title -
Address
rr mF*srnc ���n�
MARBLE FALLS TEXAS
The name and address of the Resident Agent of Surety is:
4_ Mt
PB -2
1
1
1
1
1
1
1
1
1
1
1.
1
1
1
1
` _ , .r+ .r! 0
.t N• t , ., : 1:9 ^,' 4..r`Si.:..•.c, . .'T! r^ a^9•.r.0 IC yTr,:^.',.21?i :y e S - *3
.. y. , _, • YR 'i �.. : evfl •k n?F+3 r11•�:I.RM
r. FIDELITY A,'ND D EP OSIT ., C QMPA NYIOFFMARY�LAND 1 teabzrit,
FIDELITY AND DEPOSIT ' t '''' " c
-
Companies HOM OFFI CE5cBALTIMORE 21203! • r 7:"7,, LI rC; -T Lf
$ USI �"Df,
POWER OF ATTORNEY " _ - • k ' "' -
KNOW L MEN BY THESE PRESENTS: That the FID•.LITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY�
B' ANDsr
DEPOSIT, CDhIPANY, corporations of the State of I\Saryland, by . ,C.,14'. PECOT, .TR. ,
, Vice- Presideni,
and :•3 ,C ..:=1:11_, ROBBINSrt 10,', A ssistant Secretary, in pursuance of authority granted by Article VI, Section 2 of '
the respective By -Laws of said Companies, which are set forth on the reverse sid hereof and are hereby certifiediobe 2
full force and effect of the date thereof, do hereby nominate, constitute, and appoint Ronald R. Ca they, R.
Northcutt,- Patricia A. Pfeifer and Allen W. Criss, all of Dallas, Texas, EACH..,
the .rue and lawful agent and Attoney -in -Fact of each, to make; execute, seal and deliver, foe; aFd on itYb eleelf as C < S`
xec
X , su :y, and as its act and deed: any and all bondsr _undertakings. • . EXCEPT bonds ;on,beh'alf -
of Independent Eutors,,Comniun and Covrmunity Guardians`
. r - s - ., w•
ni the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the -
' regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons.
This 'power of- attorney revokes that issued on behalf of Ronald R. • Cathey.andy'•.
Pamela S. Robertson, dated, November 9, 1981. - te ; -
•
- IN WITNESS WHEREOF, the said Vice - Presidents and Assistant S samesand'';
`"afflied the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT : •-''
9th A day of , aD9.8Xy ,A.D. 19.0
COMPANY this '
ATTEST:
e By
- •u -. istaat Secretary Via- Ruident
A
STATE OFMIRYIABD 1 sa' ,, •' i — .
__ CITY OF BALTIMORE
On this 9th 1 day of January • A OF MARYLAND t D. e aboov o before msubs idents e d Assistant Secretaries of the FIDELITY AND
DEPOSIT COMPANY rdyR AND oned .ndy EL c - of
DEPOSIT IT COAOMPANY OF \EARS LAND end the FIDELITY AND AND DEPOSIT COMPANY, to me personally known to be the individuals and officers
described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposer: and sloth. that they are the said officers of the Companiu aforesaid, and that the seals affixed to the p ecediag
instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed add -
_
_ subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Officie heC uy a &itimore the dy and year first ° above
written. '
FIDELITY AND DEPOSIT COMPANY MARYLAND
By
Assistant Secretary - Vice- Pireiduit '
FIDELITY AND D SIT COMPANY
.4 t
'
I towerlt —ixt - 168 -0199
FOR YOUR PROTECTION LOOK FOR THE F&D WATERMARK
5 �.. .r
, s .
' - My commission expires July 1, 1986-
CERTIFICATE r -
1. the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT-COMPANY OF MARYLAND and the FIDELITY AND DEPORT, -
COMPANY do hereby certify that he original Power of Attorney of which the foregoing is a full. true and correct copy. y werefult force and effect onde
date of this certificate: and 1 do further certify that the Vice - r r.denta who executed the said Power of Attorney Vice - Presidents seedily'
- authorized by the Boards of Directors to appoint any Attorney -Fact as provided in ArticleVI,Section 2 of therespective By- Laws the FIIDELITY,
e• AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. • - - - • -
This tertifaste niey be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPORT'
s rE AID
-" ' COh1PANY OF MARYLAND at a meeting duly called and held on the lE:h day of July, 1969 ,and of the Board of Directors of the FIDELITY A
. DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. i' .. i
, , -,�
RESOLVED: 'That theTticsimile or rrtiftd mechanically reproduced of any Assistant
Com retry hallbe and blindng upon here Com o pny '
hereafter. w whenever apps mg upon a copy o r y P o f g uorne
s ower y issued b t
y Company, s
with the same force and effect as though manually affixed.
IN TESTIMONY WHEREOF. I have hereunto subscribed my name and slimed the corporate mats of the said Companies, this . - -_
do of ... .... .., . ... 19...... - ; .:
ant Se
ry
1
MAINTENANCE BOND
THE STATE OF TEXAS 1
COUNTY OF j
KNOW ALL MEN BY THESE PRESENTS, "THAT WE
, as PRINCIPAL and
' , a Corporation
t organized under the laws of the State of , as
SURETY, are held and firmly bound unto
1 , as OBLIGEE, in the penal sum of
Dollars ($ )',
' 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.
1 WHEREAS, the said PRINCIPAL has constructed
1
1
WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a
1 bond conditioned to guarantee for the period of one year
I after approval by
against all defects in workmanship and materials which may
' become apparent during said period;
1
1 MB -1
1
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH
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
Principal Surety
By: By:
Title Title
Address Address
The name and address of the Resident Agent of Surety is:
MB -2
TYPE OF INSURANCE POLICY NUMBER - V EDA
LTO R �� RAM�DNYtT �� �lRYJDD/fY1 � - ', OCCUftftENCF AGGREGATE
GENERAL LIABILITY BODILY "
_ COMPREHENSNE FORM INJURY $ $
PPEMSESIOPERATIONS ` PROPERTY $ $ y
UNDERGROUND'
_ EXPLOSION 8 COLLAPSE HAZARD
PRODUCT57COMPLETm OPERATIONS :'
BI
_ CONTRACNAL COMBINED $ $
_ INDEPENDENT CONTRACTORS .,
_ BROAD FORM PROPERTY DAMAGE �s�`}+
PERSONAL INJURY PERSONAL INJURY $ t,y;
AUTOMOBILE LIABILITY BM
MIRY $
ANY AUiO (Ps FE,RM
ALL OWNED AIROS (PAN PASS) ECCET $
_ A11- OWNED AUTOS �� P N� (pm uODwR
PR OPE
NON -0WNED AUTOS DA MA E $
GARAGE LIABILITY + BI a PD
t COMBINED $
EXCESS LIABILITY
UMBRELLA FORM LAMB NED $
._ OTHER THAN UMBRELLA FORM -
WORKERS' COMPENSATION c STATUTORY -�A ?A y
X 1616 00 096469 11 01 /8 _I1 01 S6 100 CH
/ / / -,_r- $ (EACH ACCIDENT) '
AND
' EMPLOYERS' LIABILITY .=.., (DISEASE-POLICY LIMIT) `
$ 1 00 (DISEASE -EACH EMPLOYEE)
OTHER -
•ESCRIPTION OF OPERATI ONS/LOCATIONSNEHICLES/SPECIAL ITEMS
•
ERTIFICATExHOLOER. '* -"- . ''',%-' c : ''' -' ¢.. CA NCELI ATION _ A'
SHOULD ANY OF THE ABOV- • °a. CRIBED POLICIES BE CANCELL BEFORE THE EX- ,'FQ
TTY OF ROUND ROCK ». PIRATION DATE THERE •' THE ISSUING COMPANY W ENDEAVOR TO
14 E . MAIN STREET MAIL4 O_DAYS WRITE • ICE TO THE CERTIFICATE • •ER NAMED TO THE
LEFT, BUT FAILURE TO M - f UCH NOTICES IMPOSE • • OBLIGATION OR LIABILITY -'
!ROUND ROCK, TX. 78664 OF ANY KIND UPON TH4 • MPANY, 5A ENTS OR PRESENTATIVES. �z
' ' AUTHORIZED REPRES• '
POLICY ERECTNE p
pOLICy E%PIRATION L
LIABILITY LIMITS IN ..
',."4:,.:::;4.7f :„;:r.,
Is If"j 1 It.11.:- ,, q . *:$4- 1 ; * ;
,
'P4'..:.t)- 4.4r
'f!J:4' i'a."7 P.:"
PRODUCER
ARREN, HARRIS AND ASSOCIATES
. O. BOX 681277
OUSTON, TEXAS 77268 -1277
;OVEBAGES
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.
COMPANIES AFFORDING COVERAGE
INSURED
BAY MAINTENANCE COMPANY, INC.
ORSESHOE BAY, BOX 8859
ARBLE FALLS, TX. 78654
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO 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 CER1
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN* SUBJECT TO ALL THE TERMS, EXCLUSIONS AND coNm.
TIONS OF SUCH POLICIES.
0111R /ACORD C'ORPORATION 984
V
ISSUE DATE (MM'DD,YY)
3
CO
fR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EIFELTNE
DATE IMn4IXVYYf
POLICY EXPIRATION
DATE lMM'ODA'0
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
A
�" r
GENERAL
pa
we
K.
ra
fl
ril
r
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNOERGROUNp
EXPLOSION 8 COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY .
18757050
-
4-11-86
4 -1 1- 8 7
,
BODILY
INJURY
$
$
PROPERTY
DAMAGE
$
$
COMBINED
$ 500,
$ 500, T.
PERSONAL INJURY
$ 500,
A
,..
`'
-
AUTOMOBILE
r
W
ir
■
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV. PASS
ALL OWNED AUTOS (PRNRPTASS )
HIRED AUTOS
NON OWNED AUTOS
GARAGE LIABILITY
•
GLM28818714
4 -11 -86
4 -11 -87
•
Bo ww
(TER PROM
$
■
. •
- •
MOLY
(r'EA.A'N
$
PROPERTY
DAMAGE
$
BI 8 PD
COMBINED
$ 0
EXCESS
J
LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
UB4797351 5
4- 1 1 •86
4- 1 1 .87
CO
$2, 000,
$ 2,000
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
siaruraTr I •
$ (EACH ACCIDENT)
$ (01SEASEPOLICY LIMIT)
$ (DISEASE.EACH EMPLOYEE)
OTHER
GOYERAQES
PRODUCER
INSURED
EDWARDS- NORTHCUTT- LOCKE, AGENCY
5011 MCKINNEY AVENUE
DALLAS, TEXAS 75205
TEL NO. 214/522 -4500
Bay Maintenance Company, Inc.
1lohae'. hoe Bay, Box 8859
P.(ahb.ee FaU.P.4, TX 78654
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, :7
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.
COMPANY A
LETTER
COMPANY B
LETTER
COMPANY C
LETTER
COMPANY p
LETTER
COMPANIES AFFORDING COVERAGE
Ameh.can Geneha.0 F.ihe £ Caaua.C.ty
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIF LATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS,'AND CONDI-
TIONS OF SUCH POLICIES.
cERTIFIG'A'TE NOL'0ERo 7 .'
ANGELornoNnz —
City 06 Round Rock
214 E. Main Sheet
Round Rock, TX 78664
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLESISPECIAL ITEMS
Aa hebpec.b: Phojec.t S.E. Round Rock Wa.teh E (Uaate Gla.teh Irnnhovemen.t4
Conthac.t 1 £ 2
CORD 25 NEB
Alhaita
SSUE DATE (I.MAL OEN) Y) =
4 -9 -86
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, 711E ISSUING COMPANY WILL ENDEAVOR TO
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REP • ESENTATIVE
/60-c J +' 7 " .-/ !
,, ® R(AcoRD C0 PO R7710N'79D4
7
INFORMATION REQUIRED OF LOW BIDDER
The low bidder is required to supply the following informa-
tion. Additional sheets may be attached if necessary.
(1) Name
(2) Address
(3) Phone Number
(4) Type of firm:
( ) Individual, ( ) Partnership, ( ) Corporation
(5) Corporation organized under the laws of the State of
(6) List the names and address of all members of the firm or
names and titles of all officers of the corporation:
(7) Number of years experience
(8) List at least three (3) projects completed as of recent
date: Contract Amount /Class of Work /Date Completed /Name
and Address of Owner
(9) List the name and address of each subcontractor who will
perform work in or about the work or improvement in ex-
cess of one -half (1/2) of one percent (1%) of the total
bid price and indicate what part of the work will be
done by each such subcontractor:
Name Address Work to be Performed
Page 1 of 2
(10) Payment of taxes, in the State of
Yes No
(11) If requested by the Owner, the Low Bidder shall submit
a notarized financial statement, financial data or
other information and references sufficiently compre-
hensive to permit an appraisal of his current financial
conditions.
Page 2 of 2
11
1
GENERAL CONDITIONS OF THE AGREEMENT
Page
1. DEFINITIONS 1
2. GENERAL PROVISIONS 3
2.01 Engineer's Status and Authority 3
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 4
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 5
2.08 Royalties and Patents 5
2.09 Keeping of Plans and Specifications
Accessible 5
2.10 Discrepancies and Omissions 5
2.11 Contractor's Understanding 5
2.12 Extra Work 6
2.13 Payment for Extra Work 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 8
2.16 Owner's Status 8
2.17 Completed Portions of Work 8
2.18 Materials 8
2.19 Receiving and Storage of Materials 8
2.20 "Or Equal" Clause 8
2.21 Completed Work 9
2.22 Materials Furnished by the Owner 9
2.23 Protection of Property 9
2.24 Shelters for Workmen and Materials 9
2.25 Sanitary Facilities 10
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 10
3.01 Labor, Equipment, Materials and
Construction Plant 10
3.02 Performance and Payment Bonds 10
3.03 Contractor's Ability to Perform 11
3.04 Superintendence and Inspection 11
3.05 Character of Employees 11
3.06 Contractor's Duty to Protect Persons
and Property 11
3.07 Safety Codes 12
3.08 Barricades 12
3.09 Minimum Wages 12
3.10 Unsuitable Work or Materials 12
3.11 No Waiver of Contractor's Obligation • • 13
3.12 Site Clean Up 13
3.13 Guarantee 14
CONTENTS
(CONTENTS CONTINUED) Page
4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14
4.01 Lines and Grades 14
4.02 Right of Entry 14
4.03 Owner's Inspectors 14
4.04 Collateral Work 15
4.05 Right -of -Way 15
4.06 Adequacy of Design 15
5. SCHEDULING AND PROGRESS OF WORK 15
5.01 Order and Prosecution of the Work 15
5.02 Rate of Progress 16
5.03 Sunday, Holiday, and Night Work 16
5.04 Hindrances and Delays 16
5.05 Extensions of Time 17
5.06 Liquidated Damages for Failure to
Complete on Time 17
6. INDEMNITY 18
6.01 Contractor's Indemnity Provision 18
6.02 Workmen's Compensation Insurance 18
6.03 Comprehensive General Liability Insurance 18
6.04 Owner's Protective Insurance 19
6.05 Comprehensive Automobile Liability
Insurance 19
6.06 Insurance Certificate 19
7.' TERMINATION OF CONTRACT 20
7.01 Right of Owner to Terminate 20
7.02 Right of Contractor to Terminate 20
7.03 Removal of Equipment 20
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20
8.01 Notification of Contractor 20
8.02 Retention of Contractor's Equipment
and Materials by Owner 21
8.03 Methods of Completing the Work 21
8.04 Final Acceptance 22
8.05 Disposition of Contractor's Equipment . 22
9. MEASUREMENT AND PAYMENT 23
9.01 Character of Measurements 23
9.02 Estimated vs. Actual Quantities • 23
9. Payment 24
9.04 Monthly Estimates and Payments 24
9.05 Certificates of Completion 24
9.06 Final Estimate and Payment 25
9.07 Notarized Affidavit 25
9.08 Release of Liability 25
9.09 Contractor's Obligation 26
9.10 Payments Withheld 26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
1.01 Calendar Day. A calendar day shall be the 24 hour
period from one midnight to the next consecutive mid-
night.
1.02 Contract Documents. The Contract Documents shall con-
sist of the Notice to Contractors; Advertisement; the
Instructions to Bidders; the Proposal; the Signed
Agreement; the Performance and Payment Bonds; the Gen-
eral Conditions of the Agreement; the Special Condi-
tions of the Agreement; the Specifications; the Plans;
the Standard Drawings; Addenda; and duly authorized
Change Orders. The Contract Documents are complemen-
tary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict
between any of the Contract Documents, priority of
interpretation shall be in the following order: Sign-
ed Agreement, Performance and Payment Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice
to Contractors, Specifications, Plans, and General
Conditions of the Agreement.
1.03 Contractor.; "Contractor ". shall.mean the business or-
ganization or•indiv idual named and designated in the
' —contract. Agreement as'•the "Party of the Second Part ",
who has entered into this contract for the performance
of the work covered thereby, and its, his, or their
duly authorized agents and other legal representa-
tives
1.04 Engineer. "Engineer" shall mean Haynie & Kallman,
Inc., or such other Engineer, supervisor, or inspector
who has been designated, appointed, or otherwise em-
ployed or delegated by the Owner for this work, or
their duly authorized agents, such agents acting with-
in the scope of the particular duties entrusted to
them in each case.
1.05 Extra Work. The term "extra work" as used in this
contract shall be understood to mean and include all
work that may be required by the Engineer or Owner to
be done by the Contractor to accomplish any change,
alteration, or addition to the work shown on the
Plans, or reasonably implied by the Specifications,
and not covered by the Contractor's Proposal, except
as provided under "Changes and Alterations ", herein.
1.06 Owner. "Owner" shall mean the City of Round Rock,
names and designated in the Agreement as the "Party of
the First Part" acting through its duly authorized
officers and agents.
1.07 Plans. "Plans" shall mean and include (a) all draw -
inngs prepared by the Owner as a basis for proposal,
(b) all supplementary drawings furnished by the Engi-
neer as and when required to clarify the intent and
meaning of the drawings submitted by the Owner to the
Contractor, and (c) drawings submitted by the Contrac-
tor to the Owner when and as approved by the Engi-
neer.
1.08 Specifications. "Specifications" shall mean (a) all
written descriptions, methods and instructions prepar-
ed by the Owner as a basis for proposals, (b) all sup-
plementary written material furnished by the Engineer
as and when required to clarify the intent or meaning
of all written descriptions, methods and instructions
submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to
the Owner when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer
• only to a business organization or individual having a
direct contract with the Contractor.for. (a) .performing
a portion of the.Contract work, or (b) furnishing
- worked to.a,special design according to the
Contract plans or specifications; it does not, how-
ever, include one who merely furnishes material not so
worked.
1.10 Substantially Completed. The term "substantially com-
pleted" shall mean that the structure or facility has
been made suitable for use and is in condition to
serve its intended purpose, but still may require
minor miscellaneous work and adjustments.
1.11 Work. "Work" shall mean the work to be done and the
equipment, supplies, material, and services to be fur-
nished under the Contract unless some other meaning is
indicated by the context.
1.12 Working DaX. 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' he the conditions .precedent to the right of
the parties hereto 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
1
1
1
1
1
1
1
1
�1
1
1
1
1
1
1
1
2.03 Changes and Alterations. The Contractor agrees that
the Owner, through the Engineer, may make such changes
and alterations as the Owner may see fit in the line,
grade, form, dimensions, plans, or materials for the
work herein contemplated or any part thereof either
before or after the beginning of the construction
without affecting the validity of this Contract and
the accompanying bonds. If such changes or altera-
tions diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for
damages or anticipated profits on the work that may be
dispensed with. If they increase the amount of work
and the increased work can fairly be classified under
the specifications, such increase shall be paid for
according to the quantity actually done and at the
unit price established for such work under this Con-
tract; otherwise such work shall be paid for as pro-
vided under Section 2.12 "Extra Work" In the event
the Owner shall make such changes or alterations which
will make useless any work already done or material
already furnished or used in said work, then the Owner
shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such
change, and for the actual expenses incurred in prepa-
ration for the work as originally planned.
2.04 Damages. The right of.general supervision by the
Owner shall not make the Contractor an agent of the
-Owner, and the liability.of. the Contractor for all
damages to persons, firms, and corporations arising
from the Contractor's execution of the work shall not
be lessened because of such general:supervision. The
Contractor is an independent contractor in regard to
work under this Contract, and as such is solely liable
for all damages to any persons, firms, corporations,
or their property as a result of the prosecution of
the work.
2.05 Losses from Natural Causes. All loss or damage aris-
ing out of the nature of the work to be done or from
the action of the elements or from any unforeseen cir-
cumstances in the prosecution of the work or from unu-
sual obstructions or difficulties which may be encoun-
tered in the prosecution of the work shall be sustain-
ed and borne by the Contractor at his own cost and
expense.
2.06 Laws and Ordinances. The Contractor shall at all
times observe and comply with all Federal, State, and
local laws, ordinances, rules and regulations which
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 Keeeing of'Plans'and Specifications Accessible. The
Engineer shall furnish the Contractor with three (3)
sets of executed Plans and Specifications without ex-
pense to him, and the Contractor shall keep one copy
of the same constantly accessible on the work, with
the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed
that it is the intent of this Contract that all work
must be done and all material must be furnished in ac-
cordance with the generally accepted practice, and in
the event of any discrepancies between the separate
contract documents, the priority of interpretation de-
fined under "Contract Documents" shall govern. In the
event that there is still any doubt as to the meaning
and intent of any portion of the Contract, Specifica-
tions or Drawings, the Engineer shall define which is
intended to apply to the work.
2.11 Contractor's Understanding. It is understood and
agreed that the Contractor has, by careful examina-
tion, satisfied himself as to the nature and location
GC -5
of the work, the conformation of the ground, the char-
acter, quality and quantity of the materials to be en-
countered, the character of equipment and facilities
needed preliminary to and during the prosecution of
the work, the general and local conditions, and all
other matters which can in any way affect the work
under this Contract. No verbal agreement or conversa-
tion with any officer, agent, or employee of the Own-
er, either before or after the execution of this Con-
tract, shall affect or modify any of the terms or ob-
ligations herein contained.
2.12 Extra Work. The term "extra work" as used in this
Contract shall be understood to mean and include all -
work that may be required by the Owner through the
Engineer to be done by the Contractor to accomplish
any change, alteration, or addition to the work shown
by the Plans or reasonably implied by the Specifica-
tions and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
It is agreed that the Contractor shall
perform all extra work under the direction of the
Engineer when presented with a written Change Order
signed by the Engineer.
No claim for extra work of any kind will
be allowed unless ordered in writing by the Engineer.
In case any orders or instructions, either oral or
written, appear to the Contractor to involve extra
work for which he should receive compensation, he
shall make a written request to the Engineer for a
written Change Order authorizing such extra work.
Should a difference of opinion arise as to what does
or does not constitute extra work or concerning the
payment therefor and the Engineer insists upon its
performance, the Contractor shall proceed with the
work after making a written request for a written
Change Order and shall keep an accurate account of the
"actual field cost" thereof as provided under Method
"C" below.
2.13 Payment for Extra Work. It is agreed that the compen-
sation to be paid the Contractor for performing extra
work shall be determined by one or more of the follow-
ing methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
GC -6
Method "C" - If neither Method "A" or Method "B" can
be agreed upon before the extra work is '
commenced, then the Contractor shall be
paid the "actual field cost" of the work
plus 15%.
Where extra work is performed under Method "C ", the
term "actual field cost" of such extra work is hereby
defined to be and shall include: (a) the payroll cost
for all workmen, such•as foreman, mechanics, crafts-
men, and laborers; (b) the cost of all materials and
supplies not furnished by the Owner; (c) rental for
all power- driven equipment at agreed -upon rates for
the time actually employed or used in the performance
of the extra work; (d) transportation charges neces-
sarily incurred in connection with any equipment
authorized by the Engineer for use on said extra work
and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expens-
es; (f) all incidental expenses incurred as a direct
result of such extra work including sales or use taxes
on materials, payroll taxes, and the additional pre-
miums for construction bonds, workmen's compensation,
public liability and property damage, and other insur-
ance required by the Contract where the premiums
therefor are based on.payroll and material costs. The
Engineer may direct the form•in which accounts of the
"actual field costs". be kept and may also speci-
fy :in• writing before - work commences the method of
doing the work and the type and kind of machinery and
equipment to be used; otherwise these matters shall be
determined by the Contractor. Unless otherwise agreed
upon, the prices for the use of machinery and equip
ment shall be incorporated in the written extra work
Change Order. The 15% of the "actual field cost" to
be paid the Contractor shall cover and compensate him
for his profit, overhead, and general superinten-
dence.
2.14 Assignment and Subletting. The Contractor shall not
assign or sublet the work or any part thereof without
the previous written consent of the Owner, nor shall
he assign, by power of attorney or otherwise, any of
the money payable under this Contract unless by and
with the consent of the Owner to be signified in like
manner. If the Contractor assigns all or any part of
any monies due or to become due under this Contract,
the instrument of assignment shall contain a clause
substantially to the effect that it is agreed that the
right of the assignee in and to any monies due or to
GC -7
become due to the Contractor shall be subject to all
prior liens of all persons, firms, and corporations
for services rendered or materials supplied for the
performance of the work called for in this Contract.
2 15 Subcontractors. The Contractor shall be as fully re-
sponsible to the Owner for the acts and omissions of
his subcontractors and of persons either directly or
indirectly employed by them as he is for the acts and
omissions of persons directly employed by him.. Should
any subcontractor fail to perform the work undertaken
by him in a satisfactory manner, his subcontract shall
be immediately terminated by the Contractor upon writ-
ten notice from the Owner.
2.16 Owner's Status. Nothing contained in this Contract
shall create any contractual relation between any sub-
contractor and the Owner.
2.17 Completed Portions of Work. The Owner shall have the
right to take possession of and to use any completed
or partially completed portions of the work prior to
completion of the entire work, but such use shall not
constitute an acceptance of any of the work not com-
pleted,in accordance with the Contract Documents. If
.the -Engineer .determines that taking possession' of and
- .using partially completed 'work substantially increases
• the cost of-.or. delays construction, the Contractor
shall be • entitled ;to extra •compensation or extension
of time or both as determined by the Engineer.
2.18 Materials. All materials furnished by the Contractor
sha 1 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
the Engineer requesting approval of the use of a
material, product, or article he feels is truly equal
to the one specified. The Engineer will evaluate the
request to determine if the material, product, or
article is of equal substance and function and if it
will perform identically the duties imposed by the
general design. Written approval of an "or equal"
material, product, or article must be obtained from
the Engineer before it may be incorporated into the
work as a substitute for that specified in the Con-
tract Documents.
2.21 Completed Work. The Contractor shall maintain contin-
uous adequate safeguards to protect all completed work
from damage, loss, or the intrusion of foreign ele-
ments.
2.22 Materials Furnished by the Owner. The Contractor
shall assume responsibility for and safeguard any and
all materials supplied by the Owner against loss or
injury. This provision shall extend to the taking of
all necessary sanitary precautions to avoid contamina-
tion of such materials that must be maintained and in-
corporated into the work in a sanitary condition.
2.23 Protection of•Property. The Contractor shall give
~reasonable notice to the owner .or owners of public or
private and utilities when. such property is
1iab1'e to 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.
1 GC -9
1
2.25 Sanitary Facilities. Necessary sanitary toilet facil-
ities for the use of all employees on the work shall
be of a type complying with State and local sanitary
regulations and shall be properly secluded from public
observation. These facilities shall be constructed
and maintained by the Contractor in such manner and at
such points as shall be approved by the Engineer.
Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and Construction Plant.
The Contractor shall provide all labor, tools, equip-
ment, machinery, supplies, and materials necessary for
the prosecution and completion of this Contract where
it is not specifically provided that the Owner shall
furnish them. The Owner shall not be held responsible
for the care, preservation, conservation, or protec-
tion of any material, tools, or machinery on any part
of the work until it is finally completed and accept-
ed. The Contractor shall maintain on the job at all
times sufficient labor, material, and equipment to
adequately prosecute the work.
3.02- Performance and Payment Bonds. It is further agreed
- by_the Parties to.this Contract that the Contractor
:will.execute separate performance and payment bonds,
..each in the sum of 100%c 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 he 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 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
omission of the Engineer., supervisor, or inspector to
condemn any defective work or material shall release
the Contractor from the obligation to at once tear
out, remove, and properly replace the same at any time
prior to final acceptance upon the discovery of said
defective work or material; provided, however that the
Engineer, supervisor, or inspector shall upon request
of the Contractor inspect and accept or reject any
material furnished, and once the material has been ac-
cepted by the Engineer, supervisor, or inspector such
acceptance shall be binding on the Owner unless it can
be clearly shown that such material furnished was not
as represented and does not meet the specifications
for the work. Any questioned work may be ordered
taken up or removed for re examination by the Engineer
prior to final acceptance, and if found not in accor-
dance with the specifications for said work, all ex-
pense of removing, re- examination, and replacement
shall be borne by the Contractor; otherwise the ex-
pense thus incurred shall be allowed as "Extra Work"
and shall be paid for by the Owner.
3 12 Site Clean Up. The Contractor shall not allow the
site of the work to become littered with trash and
waste material, but shall maintain the site in a neat
and orderly condition throughout the construction per-
iod. The Engineer shall have the right to determine
what is waste material or rubbish and the manner and
place of disposal. On or before the completion of the
work the Contractor shall, without charge therefor,
carefully clean out all pits, pipes, chambers, or con-
duits, shall tear down and remove all temporary struc-
tures built by him, shall remove all rubbish of every
GC -13
kind from the tracts or grounds which he has occupied,
and shall leave them in a condition satisfactory to
the Engineer.
3.13 Guarantee. During a period of 12 months from and
after the date of the final acceptance by the Owner of
the work embraced by this Contract, the Contractor
shall make all needed repairs arising out of defective
workmanship or materials, or both, which in the judg-
ment of the Owner shall become necessary during such
period. If within 10 days after the mailing of a
notice in writing to the Contractor or his agent the
said Contractor shall neglect to make or to undertake
with due diligence the aforesaid repairs, the Owner is
hereby authorized to make such repairs at the Contrac-
tor's expense; provided, however, that in case of an
emergency where, in the judgment of the Owner, delay
would cause serious loss or damage, repairs may be
made without notice being sent to the Contractor, and
the Contractor shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades
shall be furnished by the Engineer. Whenever neces-
sary, work shall be suspended to permit performance of
this work, but such suspension will be as brief as
practicable, and the Contractor shall be allowed no
extra compensation therefor. The Contractor shall
give,the Engineer ample notice of the time and place
where lines and grades will be needed. All stakes,
marks, etc. shall be carefully preserved by the Con-
tractor, and in case of careless destruction or remov-
al by him or his employees such stakes, marks, etc.
shall be replaced by the Engineer at the Contractor's
expense.
4.02 Right of Entry. The Owner reserves the right for its
personnel or its agents to enter the property or loca-
tion on which the work herein contracted are being
constructed or installed for the purpose of supervis-
ing and inspecting the work or for the purpose of con-
structing or installing such collateral work as the
Owner may desire.
4.03 Owner's Inspectors. It is agreed by the Contractor
that the Owner shall appoint such Engineer, supervi-
sors, or inspectors as the said Owner may deem neces-
sary to inspect the material furnished and the work
GC -14
GC-15
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.
l e
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;
provided however, that the order and time of prosecu-
tion shall be such that the work shall be substantial-
ly completed as a whole or in part in accordance with
this Contract within the time of completion hereafter
designated; provided also that the Engineer may direct
the time and manner of constructing any part'or parts
of the work when in his opinion such should be given
priority to lessen the probability of danger to the
public or to anticipate seasonal hazards from the ele-
ments or to coordinate with other work being done for
or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engi-
neer full information in advance as to his plans for
carrying on any part of the work. If at any time
prior to the start or during the progress of the work
any part of the Contractor's plant or equipment or any
of his methods of executing the work appear to the
Engineer to be unsafe, inefficient, or inadequate to
insure the required quality or rate of progress of the
work, the Engineer may order the Contractor to in-
crease or improve his facilities or methods, and the
Contractor shall promptly comply with such orders; but
neither compliance with such orders nor failure of the
Engineer to issue such orders shall relieve the Con-
tractor from his obligation to secure the degree of
safety, the quality of work, and the rate of progress
required by this Contractor. The Contractor alone
shall be responsible for the safety, adequacy, and
efficiency of his plant, equipment, and methods.
5.03 Sunday, Holiday, and Night Work. Except in connection
with the care, maintenance, or protection of equipment
or of work already done, no work shall be done between
the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or
legal holidays without written consent of the Engi-
neer.
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any
cause during the progress of any portion of the work
embraced by this Contract except where the work is
stopped by order of the Owner. If the Owner stops the
work for just cause because the Contractor is not com-
plying with the plans and specifications or the intent
thereof, the Contractor shall have no claim for dam-
ages, hindrances, or delays. However, if the Owner
stops the work for any other reason, the Contractor
shall be entitled to reimbursement paid by the Owner
for such expenses actually incurred which in the judg-
ment of the Engineer occurred as a result of the work
stoppage.
GC -16
1
1
1
1,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Should delays repeatedly occur due to the Contractor's
failure to provide adequate plant, equipment, or per-
sonnel, or where the Engineer determines that unrea-
sonable inconvenience to the public is due to such
failure, the Contractor's operations shall be suspend-
ed until he shall have provided adequate plant, equip-
ment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed
in the final completion of the work by any act or neg-
lect of the Owner or Engineer, or of any employee of
either, or by any other contractor employed by the
Owner, or by strikes, fire or other cause or causes
outside of and beyond the control of the Contractor
and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay as deter-
mined by the Engineer shall be granted by the Owner;
provided, however, that the Contractor shall give the
Owner prompt notice in writing of the cause of delay
in each case. Extensions of time will not be granted
for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time.
The Contractor agrees that time is of the essence of
this Contract and that the definite value of damages
which would result from delay would be incapable of
ascertainment and uncertain, so that for each day of
delay beyond the number of days herein agreed upon for
the completion of the work herein specified and con-
tracted for, after due allowance for such extension of
time as is provided for under the provisions of the
preceding paragraph, the Owner may withhold permanent-
ly from the Contractor's total compensation, not as a
penalty but as liquidated damages, the sum per day
given in the following schedule:
Amount of Liquidated
Amount of Contract Damages Per Day
Less than $ 5,000.00
$ 5,001.00 to $ 15,000.00
15,001.00 to 25,000.00
25,001.00 to 50,000.00
50,001.00 to 100,000.00
100,001.00 to 500,000.00
500,001.00 to 1,000,000.00
1,000,001.00 to 2,000,000.00
2,000,001.00 to 5,000,000.00
GC -17
$ 30.00
35.00
40.00
50.00
70.00
200.00
300.00
400.00
500.00
6. INDEMNITY
6.01 Contractor's Indemnity Provision. To protect the
Owner from the Contractor's failure to perform any of
the foregoing duties or any of the terms of this Con-
tract, the Contractor shall indemnity and save harm-
less the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, and ex-
penses or costs of any nature whatsoever arising out
of or in anyway connected with any claims or actions
at law or in equity brought against the Owner and the
Owner's agents and employees for the death or injury
to persons or for damage to property caused, or alleg-
edly caused, by any willful acts, negligence, nui-
sance, or breach of any term or condition of this Con-
tract by the Contractor, his agents, servants, subcon-
tractors, or employees. The Contractor shall further-
more indemnify and save harmless the Owner and the
Owner's agents and employees from all demands of sub-
contractors, workers, material persons, or suppliers
of machinery and parts thereof, equipment, power
tools, and supplies incurred in connection with work
to be performed under this Contract. Property of any
description, including property of the Owner, which
shall be damaged in the performance of this Contract
by the Contractor, his agents, employees, subcontrac-
tors or their employees and subcontractors shall be
restored to its condition prior to damage by the Con-
tractor at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor
agrees to comply with the Workmen's Compensation Act
of the State of Texas, and to pay or cause to be paid
all compensation, medical or other benefits, which may
become due or payable thereunder, and to protect and
indemnify the Owner and the Owner's agents and employ-
ees from and against any and all liabilities by reason
of accidental injury, disease or death sustained by
subcontractor's employees. The Contractor shall fur-
nish the Owner with a certificate from the Industrial
Accident Board evidencing the Contractor's and subcon-
tractors' compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Con-
tractor shall provide and maintain during the life of
this Contract and until all work under said Contract
has been completed and accepted by the Owner, a Com-
prehensive General Liability insurance policy, said
policy and the issuing carrier approved by the Owner,
which specifically insures the contractual liability
GC -18
of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The lia-
bility coverage under this policy shall cover Indepen-
dent Contractors. Liability limits for the Comprehen-
sive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage
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
$ 25,000 each accident
$ 50,000 aggregate
of the policies are changed or in the event said poli-
cies shall be cancelled. This Certificate of Insur-
ance shall be provided to the Owner prior to starting
any construction work in connection with this Con-
tract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the Contractor should
'be guilty of substantial violation of the Contract or
any provision thereof, the Owner, upon certification
by the Engineer as to the nature and extent of such
violation, may without prejudice to any other resourc-
es or remedy give the Contractor written notice of
termination of the employment of the Contractor 10
days subsequent to such notice. Immediately following
such date the Owner may take possession of the site of
the work and all material, equipment, tools, and ap-
pliances thereon and may finish the work in accordance
with the provisions of Section 8 "Abandonment of Con-
tract by Contractor ", of these General Conditions.
7.02 Right of Contractor to Terminate. If work should be
stopped by order of any public authority or court
through no act or fault of the Contractor for a period
of three (3) months or if the Owner should substan-
tially fail to perform the provisions of the Contract
with regard to Owner's obligations to the Contractor,
then the Contractor may, upon 10 days written notice
to the Owner, terminate this Contract and recover from
the Owner payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract
should be terminated for any reason whatsoever, the
Owner may request the Contractor in writing to remove
any or all of his equipment, tools, and supplies, and
the Contractor shall comply with the request within 10
days after receipt of the notice. Should he fail to
do so within 10 days after receipt of such notice, the
Owner shall have the right to remove such equipment
and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at
the risk and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should
abandon and fail to refuse to resume work within 10
GC -20
days after written notification from the Owner or the
Engineer or if the Contractor fails to comply with the
orders of the Engineer when such orders are consistent
with this Contract or with the specifications hereto
attached, then the Contractor shall be deemed as hav-
ing abandoned the Contract. In such event the Surety
on the bond shall be notified in writing and directed
to complete the work, and a copy of said notice shall
be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by
Owner. After receiving said notice of abandonment the
Contractor shall not remove from the work any machin-
ery, equipment, tools, materials, or supplies then on
the job, but the same together with any materials and
equipment under contract for the work may be held for
use on the work by the Owner or the Surety on the per-
formance bond or another contractor in completion of
the work; and the Contractor shall not receive any
rental or credit therefor except when used in connec-
tion with extra work where credit shall be allowed as
provided for under Section 2.12 entitled "Extra Work ",
it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete
the work and will be reflected in the final settle-
ment.
8.03 Methods of Completing the Work. If the Surety should
fail to commence compliance with the notice for com-
pletion hereinbefore provided within 10 days after
service of such notice, then the Owner may provide for
completion of the work in either of the following
elective manners:
a. The Owner may thereupon employ such force of work-
ers and use such machinery, equipment, tools, mat-
erials, and supplies as said Owner may deem neces-
sary to complete the work and charge the expense
of such labor, machinery, equipment, tools, mater-
ials, and supplies to said Contractor, and the ex-
pense so charged shall be deducted and paid by the
Owner out of such monies as may be due or that may
thereafter at any time become due to the Contrac-
tor under and by virtue of this Contract. In case
such expense is less than the sum which would have
been payable under this Contract if the same had
been completed by the Contractor, then said Con-
tractor shall receive the difference. In case
such expense is greater than the sum which would
have been payable under this Contract if the same
GC -21
had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of
such excess to the Owner.
b. The Owner under sealed bids, after 14 days notice
published two or more times in a newspaper having
a general circulation in the county of location of
the work, may let the contract for the completion
of the work under substantially the same terms and
conditions which are provided in this Contract.
In case of any increase in cost to the Owner under
the new contract as compared to what would have
been the cost under this Contract such increase
shall be charged to the Contractor, and the Surety
shall be and remain bound therefor. However,
should the cost to complete any such new contract
prove to be less than what would have been the
cost to complete under this Contract, the Contrac-
tor or his Surety shall be credited therewith.
8.04 Final Acceptance. When the work has been completed
the Contractor and his Surety shall be so notified and
a Contract Completion Certificate as hereinafter pro-
vided shall be issued. A complete itemized statement
of the Contract accounts certified by the Engineer as
being correct shall then be prepared and delivered to
the Contractor and his Surety, whereupon the Contrac-
tor, his Surety or the Owner, as the case may be,
shall pay the balance due as reflected by said state-
ment within 15 days after the date of such Contract
Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event
the statement of accounts shows that the cost to com-
plete the work is less than that which would have been
the cost to the Owner had the work been completed by
the Contractor under the terms of this Contract or
when the Contractor or his Surety pay the balance
shown to be due by them to the Owner, then all machin-
ery, equipment, tools, materials, or supplies left on
the site of the work shall be turned over to the Con-
tractor or his Surety. Should the cost to complete
the work exceed the contract price, and the Contractor
or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there re-
mains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof to-
gether with an itemized list of such equipment and
materials shall be mailed to the Contractor and his
Surety at the respective addresses designated in this
GC -22
Contract; provided, however, that actual written
notice given in any manner will satisfy this condi-
tion. After mailing or other giving of such notice
such property shall be held by the Owner at the risk
of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect
such property. After 15 days from the date of said
notice the Owner may sell such machinery, equipment,
tools, materials, or supplies and apply the net sum
derived from such sale to the credit of the Contractor
and his Surety. Such sale may be made at either pub-
lic or private sale, with or without notice, as the
Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which
remain on the work and belong to persons other than
the Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary
measurements of any kind will be allowed, but the
actual length, area, solid contents, number, and
weight only shall be considered unless otherwise spe-
cifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimat-
ed quantities stipulated in the proposal form under
unit price items are approximate and are to be used
only (a) as a basis for estimating the probable cost
of the work and (b) for the purpose of comparing the
proposals submitted for the work. It is understood
and agreed that the actual amounts of work done and
materials furnished under unit price items may differ
from such estimated quantities and that the basis of
payment for such work and materials shall be for the
actual amount of such work done and the actual quan-
tity of materials furnished.
The Contractor agrees that he will make no claim for
damages, anticipated profits, or otherwise on account
of any difference between the amounts of work actually
performed and materials actually furnished and the
amounts estimated therefor in the proposal or other
Contract Documents; provided, however, that if the
actual quantity of any item should become as much as
25 percent more than or 25 percent less than the esti-
mated or contemplated quantity for such items, then
either party to this Contract shall be entitled upon
demand to a revised consideration on the portion of
GC -23
the work above or below 25 percent of the estimated
quantity prior to initiating work or furnishing mater-
ials for the overrun or underrun quantities. Such re-
vised consideration shall be determined by agreement
between the parties or otherwise by the terms of this
Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all
the necessary labor, equipment, and material and the
completion of all work by the Contractor, and on the
completion of all work and the delivery of all mater-
ial embraced in this Contract in full conformity with
the specifications and stipulations contained herein,
the Owner agrees to pay the Contractor the amounts set
forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby
agrees to receive such amounts in full payment for
furnishing all material and all labor required for the
aforesaid work, for all expense incurred by him, and
for well and truly performing the same and the whole
thereof in the manner and according to this Contract,
the attached specifications, and requirements of the
Engineer.
9.04 Monthly Estimates and Payments. On or about the fifth
day of each month the Engineer will make an approxi-
mate estimate of the value of work done in conformity
with the plans and specifications during the previous
calendar month. The Contractor shall furnish to the
Engineer such detailed information as he may request
to aid him as a guide in the preparation of monthly
estimates. After each such estimate shall have been
approved by the Owner, the Owner shall pay to the Con-
tractor 90 percent of the amount of such estimated sum
on or before the 15th day of said month.
It is understood, however, that in case the whole work
is near to completion and some unexpected or unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may, upon written recommen-
dation of the Engineer, pay a reasonable and equitable
portion of the retained percentage to the Contractor.
9.05 Certificates of Completion. Within 10 days after the
Contractor has given the Engineer notice that the work
has been completed the Engineer shall inspect the work
and satisfy himself by examination and test that the
work has been finally and fully completed in accor-
dance with the plans, specifications and Contract. If
GC -24
9.06
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.
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 - yIOUIDATED 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
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.
01 -06 - OWNER
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 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.
SC -2
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.
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. loo 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
Landowner. If the Contractor damages kr 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 backf111 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.
SC -3
Two 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 gam, escaping through gates or fences
being left open or injured or lost in any other way.
The Contractor will make fair and equitable settlement
with the Landowner for such damages prior to the 10%
final retainage being released.
The possession of firearms or other weapons on
Landowners property is strictly forbidden in order to
preserve the wildlife on the tract.
The Contractor shall provide portable toilets 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.
02 -04 - UTILITY SERVICES FOR CONSTRUCTION _
The Contractor will be responsible for providing his own
utility services during construction. No additional
payment will be made for this item.
SC -4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
02 -05 - GUARANTEES
Guarantee work, including equipment installed, to be
free from defects due to faulty workmanship or materials
for period of one year from date of issue of Certificate
of Acceptance. Upon notice from Owner, repair defects
in all construction which develop during specified
period at no cost to Owner. Neither final acceptance
nor final payment nor any provision in Contract
Documents relieves Contractor of above guarantee.
Notice of observed defects will be given with reasonable
promptness. Failure to repair or replace defect upon
notice entitles Owner to repair or replace same and
recover reasonable cost therefor from Contractor.
02 -06 - 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 -07 - BLASTING FOR TRENCH EXCAVATION
The City of Austin Blasting Ordinance shall be enforced
on this project. Copies of the ordinance are available
at no cost from the City of Austin Engineering
Department, Permits Section, 301 W. 2nd Street, Austin,
Texas. When the use or storage of explosives or other
hazardous materials or equipment is necessary for the
execution of the work, the Contractor shall exercise the
utmost care and shall carry on such activities under the
supervision of properly qualified personnel.
All blasting, including methods of storing and handling
explosives and highly flammable materials, shall conform
to Federal, State and Local Laws and Ordinances.
The following is a list of requirements in addition to
Federal, State and Local Laws and Ordinances:
SC -5
* Revised per Addendum No. 1 dated January 28, 1986
1. The contractor shall furnish the Owner with a
Certificate of Blasting Insurance in the amount of
$300,000.00 for each contract, at least twenty -four
(24) hours prior to using explosives. If blasting
is covered under the Contractor's General Insurance
Certificate for each contract, a separate blasting
certificate will not be required.
2. The Contractor shall notify the City of Round Rock,
Public Works Department, 255 -3612, at least
twenty -four (24) hours prior to the use of
explosives.
3. Explosive materials to be used shall be limited to
blasting agents and dynamite, unless prior approval
of other materials is obtained in writing from the
Engineer.
4. During blasting, all reasonable precautions shall be
taken to protect pedestrians, passing vehicles, and
public or private property. Blasting mats or
protective cover shall be used when required by the
Inspector, the permit, or by safety blasting
practices.
5. The Engineer or his representative shall have the
right to limit the use of explosives and /or blasting
methods which in his opinion are dangerous to the
public or nearby property of any kind.
6. The Contractor, at his expense, shall promptly
repair or replace all items known to be damaged as a
result of blasting. (The Contractor is fully
responsible for all claims resulting from his
blasting operations.)
7. Monitoring by an independent testing laboratory is
required when blasting within 500 feet of any
structures. All slabs within �QQ feet shall be
inspected by the Contractor and testing laboratory
representative before and after the blasting
occurs. The cost of the testing labs services shall
be borne by the Contractor.
8. The Contractor shall acquire a blasting permit from
the City of Round Rock.
SC -6
* Revised per Addendum No. 1 dated January 28, 1986
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1
i
SECTION 03 - INSURANCE
All damage or loss to any property referred to in this
article caused in whole or in part by the Contractor,
any Subcontractor, any Sub - subcontractor, or anyone
directly or indirectly employed by any of them, or by
anyone whose acts any of them may be liable, shall be
remedied by the Contractor, except damage or loss
attributable solely to the acts or omissions of the
Owner or Engineer or anyone employed by either of them,
and not attributable in any degree to the fault or
negligence of the Contractor.
* 02 -08 - CITY OF AUSTIN STANDARD SPECIFICATIONS
The City of Austin Standard Construction Specifications
for the Water and Wastewater Department are incorporated
into this project by reference and they shall be applied
to this project except as modified in TS:1 Technical
Specifications attached herein and as modified on the
Plans. TS:1 Technical Specifications hold priority of
interpretation over the City of Austin Standard
Specifications.
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.
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.
SC -7
* Revised per Addendum No. 1 dated January 28, 1986
Worker's Compensation and Employer's Liability
Insurance.
Builder'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 -8
Revised per Addendum No. 1 dated January 28, 1986
TECHNICAL SPECIFICATIONS
MISCELLANEOUS
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
iesponeibility 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, as shallow, live utility lines may be found within
the construction easement. The location of existing overhead
and underground utilities is approximate. In addition to normal
precautions when excavating within 25 feet of any utilities
shown on the Plans.
3. All pipe and fittings, at thrust blocks, shall be warped 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TECHNICAL SPECIFICATIONS
WATER
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 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 the Valve and Primer Corporation.
7. Butterfly valves shall conform to AWWA Standard Specifications
C504-80 rubber seated butterfly valves. Butterfly valves above
8" shall have worm gear operator and handwheel. Gear operators
shall be by Limetorque or approved equal.
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 -4
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.
TS -5
TECHNICAL SPECIFICATIONS
WASTEWATER
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. Sewer pipe shall be Vitrified Clay (ASTM C700); Asbestos Cement
(Class 2400, Type II); J -M Permaloc (ASTM D1784, 12454C,
13364C); Spirolite (ASTM 1248, Type III, Class C, Category 5,
Grade P34); P.V.C. (SDR -35); Ductile Iron Pipe (Class 50); or
R.C.P. (Class III with 0 -ring gasket and calcaverous aggregate,
polygard lining is not required).
2. The size of the pipe shall be as shown on the Plans and in the
Bid Proposal.
3. The type of manholes shall be as shown on the Plans.
TS -3
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 -9.6 FLUSHING VALVE ASSEMBLIES
1
1
1
1
1
1
1
1
1
1
1
1
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.
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
be paid for as a separate item, unless otherwise specified
in the Bid Proposal.
VIA -9.9 BORING, JACKING AND TUNNELING
When called for in the proposal, boring, jacking and
tunneling shall be paid for at the unit contract price bid
per linear foot, including all excavation, all necessary
grouting, backfilling, cleanup, and the specified pipe
casing not including carrier (water) pipe, complete in
place.
VIA -9.10 CONCRETE ENCASEMENT
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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 MP -3
1
VIIA -7 WASTEWATER
Unless stated otherwise in the contract documents, it is
understood that all payments made are for finished work
and include all labor, tools, materials, constructing and
completing the item on which payment is made.
VIIA -7.1 PIPE
When called for in the proposal, pipe shall be paid for at
the unit contract price bid per linear foot for the size
and type of pipe specified at the depth specified,
complete in place. The bid price per linear foot shall
include all excavation, bedding material, fittings, plugs,
pipe coatings, connection to the existing system.
backfilling, disposal of surplus materials, and clean up.
Measurement for depths shall be from the existing ground
surface or proposed street subgrade, whichever iS less,
over the centerline of the pipe to the flow line of the
pipe. Measurement for length shall be the horizontal
distance along the centerline of the pipe as surveyed by
the Engineer. Payment will also represent compensation
for replacement of pavement, curb, drainage structures,
driveways and any other improvements damaged during
construction.
VIIA -7.2 STANDARD MANHOLES
BASIS OF MEASUREMENT AND PAYMENT
WASTEWATER
When called for in the proposal, standard manholes shall
be paid for at the unit contract price bid per each for
such structures and backfilling, complete in place. The
depth of such structures shall be understood to be the
perpendicular distance from the top of the ring to the
invert of the structure. The cost of these should be
included in bid items for manholes.
VIIA -7.3 EXTRA DEPTH FOR MANHOLES
When called for in the proposal, manholes with extra depth
over eight feet (8') will be paid for at the unit contract
price bid per vertical foot including all excavation,
coatings and backfilling, complete in place.
MP -4
VIIA -7.4 BOX MANHOLES
When called for in the proposal, box manholes shall be
paid for at the unit contract price bid per each
regardless of depth, including all excavation, eyes, drop
connections, coatings, ring and cover, and backfilling,
complete in place.
VIIA -7.5 CONCRETE ENCASEMENT OR CRADLE
When called for in the proposal, concrete encasement or
cradle shall be paid for at the unit contract price bid
per linear foot for the size of pipe specified, complete
in place.
VIIA -7.6 CONCRETE RETARDS
When called for in the proposal, concrete retards shall be
paid for at the unit contract price bid per each,
regardless of depth, including all excavation and
backfilling, complete in place.
VIIA -7.7 CONCRETE TRENCH CAP
When called for in the proposal, concrete trench cap shall
be paid for at the unit contract price bid per linear
foot, complete in place.
VIIA -7.8 BORING. JACKING AND TUNNELING
When called for in the proposal, boring, jacking and
tunneling shall be paid for at the unit contract price bid
per linear foot, including all excavation, all necessary
grouting, backfilling, cleanup, and the specified pipe
casing not including carrier pipe (wastewater), complete
in place.
VIIA -7.9 LIFT STATIONS
When called for in the proposal, lift stations shall be
paid for at the unit contract price bid per each for such
structures, including all excavation, necessary blocking
and support for piping, backfilling and cleanup, complete
in place.
VIIA -7.10 CONCRETE ANCHORAGE BULKHEADS
When called for in the proposal, concrete anchorage
bulkheads shall be paid for at the unit contract price bid
per each for the size of pipe specified, complete in
place.
MP -5
VIIA -7.11 REINFORCED CONCRETE PIERS
When called for in the proposal, reinforced concrete piers
shall be paid for at the unit contract price bid per each,
complete in place.
MP-6