R-87-997 - 5/14/1987improvements to Ganzert Branch Channel Phase II, and
and
with
WHEREAS, the City has duly advertised for bids for certain
WHEREAS,
and best bid; and
WHEREAS,
M
nne
the
/LAL
Land, i y Secretary
RESOLUTION NO. 997R
%-62-6) GCt4 / submitted the lowest
Council wishes to
—.X.
execution of the necessary doc t ents, Now Therefore
accept the bid
Ganzert Branch Channel Phase II.
, and to authorize the
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS
That the bid of /yi✓ is hereby
accepted as the lowest and best bid, and the Mayor is authorized
enter into a contract
for certain improvements to
7,4/h1,
MIKE ROBINSON, Mayor
City of Round Rock, Texas
May 5, 1987
Mr. James R. Ruse, P.E.
Director of Public Works
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
RE: Ganzert Branch Channel Improvements - Phase II
Dear Jim:
As you are aware, bids were received April 28, 1987, for the above
referenced project. Nine (9) bids were received with Ranger
Excavating, Inc, of Austin, Texas, submitting the lowest bid of
$279,622.94. Please find enclosed twelve (12) copies of the bid
tabulations for your use.
Ranger Excavating, Inc. has completed numerous projects in the
Central Texas area. Based on their past experience record and
submission of the lowest and best bid, we recommend award of this
project to Ranger Excavating, Inc. in the amount of $279,622.94.
If you have any questions or comments, please call.
Sincerely,
HAYNIE HALLMAN & GRAY, INC.
Paul R. Danley
Project Manager
PRD /crc
Enclosures
103 - 1569 -86
Haynie ► n n gE d i Inc.
12303 Technology Blvd., Suite J Austin, Texas 78727 (512) 250 -8611
Civil Engineering Consultants Municipal Engineering land Planning Surveying
LII?L7\ NMI M EXCAVATING INCORPORATED
COMPLETED CONTRACTS
Project- Shadow Oakes Apartments
Amount of Contract: $ 460,000.00
Completion Date: March, 1986
General Contractor: Duke Austin
9430 Research Blvd.
Suite 280
Austin, Texas 78759
J.P. Martin
Project: Bridgepoint I & II
Amount of Contract: $ 450,000.00
Completion Date: June 30, 1986
General Contractor: Daniel Construction
18333 Preston Road
Suite 200
Dallas, Texas 75252
Mike Luciano
Project: Lott / Bridgepoint
Amount of Contract: $ 300,000.00
Completion Date: May 30, 1986
General Contractor: Lott, Inc.
2010 Oltorf
Austin, Texas 78768
Wayne Lott
Project: Parke Green Shopping Center
Amount of Contract: $ 352,000.00
Completion Date: July 31, 1986
General Contractor: Daniel Construction
18333 Preston Road
Dallas, Texas 75252
Mike Luciano
Project: Parkhurst Apartments /Hampton Arms
Amount of Contract: $ 350,000.00
Completion Date: August, 1986
General Contractor: Duke Austin
9430 Research Blvd.
Suite 280
Austin, Texas 78759
J.P. Martin
8810 MCNEIL DR. • AUSTIN, TEXAS 78728 • (812) 831 -8881
Cont. Page 2
Project: Austin Hills
Amount Of Contract: $ 570,000.00
Completion Date: February, 1986
General Contractor: RCL Construction
12876 Hillcrest Road
Dallas, Texas 75230
Don White
Project: AMC 8 -Plex Theatres
Amount of Contract: $ 63,000.00
Completion Date: July, 1986
General Contractor: Tribble & Stephens Co.
2621 Ridgepoint Drive
Suite 100
Austin, Texas 78754
David Kaiser
Project: Lake Creek Village
Amount of Contract: $ 167,171.00
Completion Date: August, 1986
General Contractor: C.D. Henderson
8107 Springdale Road
Suite 112
Austin, Texas 78724
Mike Bridges
Project: Pflugerville Elementary School
Amount of Contract: $ 165,000.00
Completion Date: March, 1987
General Contractor: Evergreen Construction Company
1705 Capital of Texas Highway
Suite 301
Austin, Texas 78746
Chris Bond
Project: Sam's Wholesale Club Warehouse # 8249
Amount of Contract: $ 191,783.00
Completion Date: May, 1986
General Contractor: Baxter Construction, Inc.
1250 Capital of Tx. Hwy. South
Bldg. 2 Suite 480
Austin, Texas 78746
Ed Baxter
Project: Summit Crossing
Amount of Contract: $ 101,000.00
Completion Date: May, 1986
General Contractor: Calibre Company
1101 Capital of Tx. Hwy.
Bldg. H Suite 224
Austin, Texas 78746
Bob Bryant
Cont. Page 3
Project: Woodfin Suites
Amount of Contract: $ 192,674.00
Completion Date: November, 1986
General Contractor: Hardage Construction Corp.
7685 Northcross Drive
Austin, Texas 78757
Rick Koetz
Project: Westminister Manor Nursing & Retirement Facility
Amount of Contract: $ 160,000.00
Completion Date: February, 1987
General Contractor: The Weitz Company
800 Second Avenue
Des Moines, Iowa 50309
David Mitt
Project: Deleon /Sapgertt Transportaiton Facilities
Amount of Contract: $ 58,145.00
Completion Date: August, 1986
General Contractor: C.D. Henderson
8107 Springdale Road
Suite 112
Austin, Texas 78724
Mike Bridges
Project: Lake Creek Square (II)
Amount of Contract: $ 256,000.00
Completion Date: February, 1987
General Contractor: C.D. Henderson
8107 Springdale Road
Suite 112
Austin, Texas 78724
Mike Bridges
Project- Leander High School
Amount of Contract: $ 99,460.00
Completion Date: November, 1986
General Contractor: American Constructors
315 Nueces
Austin, Texas 78701
Curt Burks
Project: Pflugerville High School
Amount of Contract: $ 64,000.00
Completion Date: August, 1986
General Contractor: Cahaba Constructors, Inc.
13430 Northwest Flay.
Suite 750
Houston, Texas 77040
Jesse Gonzalez
Cont. Page 4
Project: Corners of Coppell /Dallas Texas
Amount of Contract: $ 232,760.00
Completion Date: August, 1986
General Contractor: Woodcreek Development
2515 McKinney Avenue
Suite 1750
Dallas, Texas 75201
Charles Ames
Project- McCallum High School
Amount of Contract: $ 39,000.00
Completion Date: January, 1987
General Contractor: Spaw Glass Company
603 Navarro
Suite 500
San Antonio, Texas 78205
Roger Hendrickson
6810 MCNEIL DR. • AUSTIN, TEXAS 78748 • (512) 331 -5651
CURRENT CONTRACTS
Project: 8300 Mopac
Amount of Contract: $ 222,646.00
Canpletion Date: August, 1986
General Contractor: David F. Gray Construction
8990 Hempstead
Houston, Texas 77008
Will Ort
Project: Guest Quarters Hotel
Amount of Contract: $ 265,200.00
Carpletion Date: July, 1986
General Contractor: J.W. Bateson Company, Inc.
10150 Monroe Drive
P.O. Box 20677
Dallas, Texas 75220
Project: The Hunt Club
Amount of Contract: $ 406,839.00
Canpletion Date: March, 1987
General Contractor: Hunt Building Corporation
4401 North Mesa
Suite 201
El Paso, Texas 79902 -1107
Greg Matthews
Project: Market at Three Points
Amount of Contract: $ 102,953.00
Completion Date: September, 1986
General Contractor: L.S. Interests
11490 Westheimer
Suite 160
Houston, Texas 77077
Stuart Herbst
Project: The Park at Wells Branch
Amount of Contract: $ 210,313.00
Canpletion Date: February, 1987
General Contractor: PCA Contractors
7800 IH 10 West
Suite 623
San Antonio, Texas 78230
Terry Bailey
HANGER EXCAVATING II9CCRPORATED
, Cont, Page 2
Project: Leander Elementary School Block House Creek
Amount of Contract: $ 185,000.00
Completion Date: March, 1987
General Contractor: Evergreen Construction
P.O. Box 161987
Austin, Texas 78716 -1987
Chris Bond
Project: Leander Elementary School River Place
Amount of Contract: $ 185,000.00
Completion Date: July, 1987
General Contractor: Evergreen Construction
P.O. Bex 161987
Austin, Texas 78716 -1987
Chris Bond
Project: The Islands On Lake Travis Entry Drive
Amount of Contract: $ 35,000.00
Completion Date: August, 1986
General Contractor: The Prime Group
1301 Capitol of Texas Hwy.
Suite B 120
Austin, Texas 78746
Paul Reed
Project: General Mail Facility Austin, Texas
Amount of Contract: $1,005,000.00
Completion Date: September, 1987 (90% complete by Octover, 1986)
General Contractor: Warrior Contractors, Inc.
P.O. Box 2186
Austin, Texas 78768
Jerry Warring
Project: Walnut Creek Waste Water Treatment Plant
Amount of Contract: $ 435,000.00
Completion Date: July, 1987
General Contractor: Clearwater Constructors
P.O. Box 15547
Austin, Texas 78761
Ross Messner
Project: South Austin High School
Amount of Contract: $ 950,000.00
Completion Date: May, 1988
General Contractor: Spaw Glass Constructors
603 Navarro
Suite 500
San Antonio, Texas 78205
Roger Hendrickson
'Cont.' Page 3
Project: South Austin Maintenance Facility
Amount of Contract: $ 174,667.00
Completion Date: February, 1987
General Contractor: FJW, Inc.
905 W. Mitchell
Arlington, Texas 76013
Project: North Austin Maintenance Facility
Amount of Contract: $ 181,724.00
Caletion Date: February, 1987
General Contractor: FJW, Inc.
905 W. Mitchell
Arlington, Texas 76013
Frank English
Project: Salvation Army
Amount of Contract: $ 44,284.00
Completion Date: September, 1987
General Contractor: Fulshear Corporation
610 Givarlatupe
Austin, Texas 78701
David Joyce
Project: Clampitt Paper
Amount of Contract: $ 69,870.00
Completion Date: May, 1987
General Contractor: Vara Construction
P.O. Box 9528
Austin, Texas 78766
George Gussick
Project: Capital Parking Garages
Amount of Contract: $ 184,895.00
Completion Date: October, 1987
General Contractor: Harvey Monarch Engineers & Builders
P.O. Box 864
Houston, Texas 77001 -0864
Doug Losey
Project: Bandera's Hare Delivery
Amount of Contract: $ 26,164.00
Completion Date: June, 1987
General Contractor: L.S. Interests
11490 Westheimer
Suite 160
Houston, Texas 77077
Stuart Herbst
, Cont, Page 4
Project: Round Rock High School
Amount of Contract: $ 621,557.00
Completion Date: April, 1987
General Contractor: Clearwater Constructors
P.O. Box 15547
North East Station
Austin, Texas 78761
Ross Messner
Project: Central Austin Business Park
Amount of Contract: $ 696,762.00
Compleiton Date: July, 1987
General Contractor: Billington Construction
P.O. Box 7506
Waco, Texas 76710
Project: Village on the River Apartments
Amount of Contract: $ 154,448.00
Completion Date: March, 1987
General Contractor: Cahaba Construction
13430 Northwest FWy.
Suite 750
Houston, Texas 77040
Project: U.T. Physical Plant
Amount of Contract. $ 348,000.00
Completion Date: September, 1987
General Contractor: Clearwater Constructors
P.O. Box 15547
North East Station
Austin, Texas 78761
PROJECT: GANLERT BRANCH
DESCRIPTION: CHANNEL IMPROVEMENTS PHASE II
OWNER; CITY IF ROUND ROCK
JOB NUMBER: 103 - 1569 -86
FILE: J1:GB- CIPHSU
BIB DATE: APRIL 22, 1987 9 1:30 P.M.
PROJECT LOCATION: ROUND ROCK
ITEM
ND.
CHANNEL IMPROVEMENTS
DESCRIPTION
TOTAL CONTRACT (ITEMS 1 - 131
n�u IOOULailUn
RANGER EXCAVATING
H6
STAKER CONST. PARKER 1 ROGERS
UNIT UNIT UNIT
UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
Haynie Kaltman & Gray, Int.
Consulting Engineers
Ausrin,Texas
1. UNCLASSIFIED CHANNEL EXCAVATION C.Y. 64,024 $3.40 5217,681.60 $3.30 3211.279.70 $5.40 4345,729.60
2, UNCLASSIFIEDCHANNEL EMBANKMENT C.Y. 12.012 41_30 - 415,615.60 20.50 36,006.00 $1.25 515.015.00
3. CONSTRUCT EARTHEN BERM L.F. 600 42.00 51,200.00 22.50 51.500.00 $10.00 26.000.00
4, DRY ROCK RIP -RAP S,'Y. 2,771 46.00,$16,626.00 $15,00 441,565.09 512.50 434,637,50
5. CONCRETE TOEWALL FOR RIP-RAP INSTALL. L.F. 700 $7.00 44,900.00 $7.00 44,900.00 $7.00 44,900.00
6. 12' WIDE LOW WATER CROSSING EA. 1 $12,000.00 412,000.00 411,000.00 $11,000.00) 49,000,00 48,800.00
7. VEHICLE ACCESS RAMP EA. 3 4200.00 4600.00 41,000.00 43,000.00 4750.00 $2,250.:10
8. REPLACE BARBED WIRE FENCING L.F. 335 42.00 4670.00 43.00 01,005.00 42.50 $837.50
9. RESTORATION CHANNEL SIDES, BASE A S.Y. 72,829 40.06' 24,169.74 40.30 $21,048.70 $0.40 529,1
EMBANKMENT
10. ADJUST EXISTING MANHOLE EA. 5 $200.00 $1,000.00 $500.00 22,500.20 $500.00 $2,500.00
11. RELOCATE EXISTING POWER POLE EA, 2 4500,00 41,000.00 42,500.00 25.0000.00 42,0000.00 44,000.00
12. CONCRETE ENCASE, 12' WASTEWATER LINE L.F. 40 $9,00 4360.00 420.00 4800.00 420.00 8000.00
13. LOWERING EXISTING 16' WATERLINE L.F. 90 440.00 43.600.00 450.00 44,500.00 450.00 54,500.00
?A9
4279,622.94 4314,903.90 4459,101.20
PROJECT: 6ANZERT BRANCH
DESCRIPTION: CHANNEL IMPROVEMENTS PHASE II
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 1569-86
FILE: 21:6B-CIPHSII
BID DATE: APRIL 28. 1987 @ 1:30 P.M.
PROJECT LOCATION: ROUND ROCK
CHANNEL IMPROVEMENTS
TOTAL CONTRACT (ITEMS 1 - 131
BIG TABULATION
HOOVER CONST.
PAGE 2
H
Haynie F Gray Inc.
Austin, Toms
BARB CON5T. J.C. 19005
ITEM JNIT UNIT UNIT
ND. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1. UNCLASSIFIED CHANNEL EXCAVATION C.Y. 64,024 $3.90 0249.693.60 06.31 0403,991.44 $6.00 $304,144,00
2. UNCLASSIFIEDCHANNEL EMBANKMENT C.Y. 12,012 $1.95 023.423.40 01.31 515,735.72 $1.40 816,816.60
3. CONSTRUCT EARTHEN BERM L.F. 600 $13.20 07,920.00 $4.25 02,550.00 01.50 $900.00
4. DRY ROCK RIP-RAP S.Y. 2,771 027.22 075,426.62 027.00 074,817.00 029.90 082,852.90
5. CONCRETE TOEWALL FOR RIP -RAP INSTALL. L.F. 700 010.45 07,315.00 07.00 $4,900.00 09.10 06,370.00
6. 12" WIDE LOW WATER CR035ING EA, 1 08,783.00 08,783.00 011,000.00 $11,000.00 $9,750.00 $9,750.00
7. VEHICLE ACCESS RAMP EA. 3 01,320.00 $3,960.00 0750.00 $2,250.00 $100.00 0300.00
8. REPLACE BARBED WIRE FENCIN6 L.F. 335 03.05 01,289.75 $2.00 0670.10 03.00 01,005.00
9. RESTORATION CHANNEL SIDES, BASE A S.Y. 7 31.56 0113,613.24 $0.45 032.773.05 01.05 076,470.45
EMBANKMENT
10. ADJUST EXISTING MANHOLE EA. 5 0550.00 52.750.00 0350.00 01,750.00 0425.00 02,125.00
11. RELOCATE 001091NG POWER POLE EA. 2 0625.00 01,650.00 $1,500.00 03,000.00 $1,5000.00 $3,000.00
12. CONCRETE ENCASE. 12' WASTEWATER LINE L.F. 40 05.50 0220.00 $35.00 00,400.00 022.00 0060.00
13. LOWERING EXISTING 16" WATERLINE L.F. 90 $39.05 03,514.50 $45.00 04,050.00 $57.000 55.130.00
0499,509.11 $558,807.21 0589,744.15
PROJECT: 6AN BRANCH
DESCRIPTION: .CHANNEL IMPROVEMENTS PHASE II
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 1569 - 06
FILE: J1:BB- CIPHS11
BID DATE: APRIL 28, 1907 D 1:30 P.M.
PROJECT LOCATION: ROUND ROCK
ITEM
NO. DESCRIPTION
CHANNEL IMPROVEMENTS
AUSTIN -RIO CONST. AUSTIN EN6R. W,L. WOOD E800060IN
UNIT UNIT UNIT
UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
I. UNCLASSIFIED CHANNEL EXCAVATION C.Y. 64,024 $6.55 5419,357.20 60.00 $512,192.00 $10.00 $640,240.00
2. UNCLA5SIFIEDCHANNEL EMBANKMENT C.Y. 12,012 $1.65 $19,819.80 $4.70 $56,456.40 $2.00 124,024.00
3. CONSTRUCT EARTHEN BERM L.F. 600 $5.50 83,300.00 $6.00 $3,600.00 $5.00 13,000.00
4. DRY ROCK RIP - RAP 5.0. 2,771 $63.05 $176,928.35 $30.00 $83,130.00 $35.00 $96,905.000
5. CONCRETE TOEWALL FOR RIP -RAP INSTALL L.F. 700 $9.30 $6,510.00 $5.30 $3,710.00 $10$.00 $7,000.00
6. 12' WIDE LON WATER CROSSING EA. I $0,185.00 $8.185.00 68,000.00 08,000.00 $1 812,000.00
7. VEHICLE ACCESS RAMP EA. 3 $1,640.00 54,920.00 $3,000.00 $9,000.00 $500.00 $1,500.00
0. REPLACE BARBED WIRE FENCING L.F. 335 $3.80 $1,273.09 $2,00 $670.00 $5.00 $1,675.00
9. RESTORATION CHANNEL SIDES, BASE k S,0. 72,829 $0.55 840,055.95 $0.40 $29,131.60 $0.50 $36,414.50
EMBANKMENT
10. ADJUST EXISTING MANHOLE EA. 5 6302.00 $1,910.00 $700.00 $3,500.00 $1,000.00 $5,000.00
11. RELOCATE EXISTING POWER POLE EA. 2 $3.275.00 66,550.00 - $1,000.00 $2.000.00 $2,000.00 $4,000.00
12. CONCRETE ENCASE. 12' WASTEWATER LINE L.F. 40 821.05 $874.00 830.00 $1,200.00 $7.00 $280.00
13. LOWERING EXISTING 16" WATERLINE L.F. 90 $65.50 $5,895.00 $130,00 811,700.00 $50.00 $4,500.00
TOTAL CONTRACT (ITEMS 1 - 131 0695,570.30 $725.090.00 $036,610.50
00013
1 iS6
HayniKaltman o Gray Inc
Austin, Texas
PROJECT: GANEERT BRANCH
DESCRIPTION: CHANNEL IMPROVEMENTS PHASE II
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 1569 - 86
FILE: J1:GB- CIPHSII
BED DATE: APRIL 2B, 1987 D 1:30 P.M.
PROJECT LOCATION: ROUND ROCK
ITEM_
40. DESCRIPTION UNIT QUANTITY
CHANNEL IMPROVEMENTS
1. UNCLASSIFIED CHANNEL EXCAVATION C.Y.
2. UNCLASSIFIEDCHANNEL EMBANKMENT C.Y.
3. CONSTRUCT EARTHEN BERM L.F.
4. ORY ROCK RIP-RAP S.Y.
5. CONCRETE TOEWALL FOR RIP -RAP INSTALL. L.F.
6. 12' WIDE LON WATER CROSSING
7. VEHICLE ACCESS RAMP
B. REPLACE BARBED WIRE FENCING
9. RESTORATION CHANNEL SIDES, BASE 11
EMBANKMENT
10. ADJUST EXISTING MANHOLE
11. RELOCATE EXISTING POWER POLE
12. CONCRETE ENCASE. 12" WASTEWATER
13. LOWERING EXISTING 16° WATERLINE
TOTAL CONTRACT (ITEMS 1 - 13)
EA.
EA.
L.F.
S.Y.
EA.
EA.
LINE L.F.
L.F.
N1U f4NULAIIUN
SUN COAST EXCR0ATIN
(BID NOT ACCEPTED)
(PROPOSAL NOT SIGNED
OR TOTALLED)
UNIT
PRICE AMOUNT
64,024 $4.19 3268.260.56
02,012 $1.26 115,135.12
600 $2.25 $1.350.00
2,771 $24.93 $69,081.03
700 $6.25 84,275.00
1 $10,996.00 $10,996.00
3 $90.00 $270.00
335 $9.00 $3,015.00
72,329 $0.50 $36,414.50
5 $500.00 $2,500.00
2 $1,115.00 $2,230.00
40 $9.00 $360.00
90 413.56 $1,670.40
PAGE 4
$415,657.61
Haynie KallmanEt Gray, Inc.
Austin, Texas
Haynie Kallman & Gray, lnc.
Consulting Engineers
11303liwhnnh p Blvd _Suite
.Ausnn.lesas 78727
1512) 250 -8611
Enclosures
Transmitted:
To: 4 °_(
i/ i
Attn: 041 • d Owe
Enclosures:
Attached
Copy of Letter
Item # # Copies Description
_ For Your Files
_ As Requested
- Original Drawing
- Prints
For Review
& Comment
Fo For Approval
Date- /1 S/ 7 /, 7
Project- l] Rm i2r gi « ' Q
/ 0 3 /i'G 5 — f(o
Job #:
VIA
- Field Notes
- Pay Estimates
_ For Approval
& Payment
- For Distribution
Submittal Data
Specifications
Other
Transmittal Form
Remarks: Y /;43- C ° 4 2 — E KC.a v / G . k'/' _ _ /� ' j �(/ ,4' N^ in: z1
64;43- -zP 4 -4744,
CC: Project File From
HKG 006
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Haynie Gray, Inc.
GANZERT BRANCH
CHANNEL IMPROVEMENTS - PHASE II .
SPECIFICATIONS AND CONTRACT DOCUMENTS
OWNER:
CITY OF ROUND ROCK
SPECIFICATION NO.
H
Flaynie &cu
Mainjom
NK &G Job No.: 103 -1569
Spec Version: 4/14/87
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 - TITLE SHEET
2 - INDEX
3 NOTICE TO CONTRACTORS
4 ADVERTISEMENT SUMMARY
5 INSTRUCTIONS TO BIDDERS
6 - PROPOSAL AND BIDDING SHEETS
7 INFORMATION REQUIRED OF BIDDER
8 AGREEMENT
9 - GENERAL CONDITIONS
10 SPECIAL CONDITIONS
11 - TECHNICAL SPECIFICATIONS
INDEX
BID DOCUMENTS
NOTICE TO CONTRACTORS
FROM
THE CITY OF ROUND ROCK
GANZERT BRANCH
CHANNEL IMPROVEMENTS - PHASE II
Sealed Bids, in envelopes addressed to The City of Round Rock.
214 E. Main Street, Round Rock, Texas 78664, will be received at the
above mentioned address until 1:30 p.m., April 28, 1987 and then
publicly opened and read, for furnishing all plant, labor, material and
equipment and performing all work required for the construction of the
Ganzert Branch Channel Improvements - Phase II in Round Rock. Texas.
Bids will be submitted in sealed envelopes for the project on
the proposal furnished, and marked in the upper left hand corner
"Bid for Ganzert Branch Channel Improvements - Phase II to be
opened at 1:30 p.m., Tuesday, April 28, 1987."
All proposals shall be accompanied by a certified cashier's
check upon a national or state bank in the amount of five (5%) percent
of the total maximum bid price payable without 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 performance and payment bonds within ten (10) days after notice
of award of contract to him. The notice of award of contract shall be
given by the Owner within sixty (60) days after the bid opening. The
bid security must be enclosed in the same envelope with the bid. Bids
without check or bid bond will not be considered. All bid securities
will be returned to the respective bidders within twenty -five (25) days
after bids are opened, except those Ohich the Owner elects to hold
until the successful bidder has executed the contract. Thereafter all
remaining securities, including security of the successful bidder, will
be returned within sixty (60) days. The successful bidder must furnish
Performance Bond, Payment Bond and Maintenance 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 informality in bids
received.
Plans, specifications and bidding documents may be secured from
the office of the Engineer, Haynie Rallman & Gray, Inc., for
twenty -five ($25) dollars per set, which is non - refundable.
Plans and specifications may be examined at the office of the
Engineer, Haynie Rallman & Gray, Inc., 12303 -J Technology Blvd.,
Austin, 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 Engineer,
Haynie Rallman & Gray, Inc., and obtain clarification prior to
submitting any bid. Prequalification Requirements: The bidder is to
submit information regarding his qualifications with this bid in
accordance with instructions contained in the Bid Form. Minimum Wage
Scale: As specified and regulated by the State of Texas and the
Federal Government.
PUBLISHERS' AFFIDAVIT
To be advertised in the Austin American Statesman "Public
Notices" section:
Sunday, April 12, 1987
Sunday, April 19, 1987
Sunday, April 26, 1987
To be advertised in the Round Rock Leader:
Monday, April 13, 1987
Monday, April 20,. 1987
Monday, April 27,• 1987
Please send Publisher's Affidavit to:
Haynie Rallman & Gray, Inc.
12303 -J Technology Boulevard
Austin, Texas 78727
ATTN: Paul Danley
ADVERTISEMENT SUMMARY
OWNER: City of Round Rock
LOCATION: Round Rock, Williamson County, Texas
PROJECT TITLE & TYPE: Ganzert Branch Channel Improvements - Phase II
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
MAINTENANCE BOND: 100%
PLANS AVAILABLE: Tuesday, April 14, 1987
HAYNIE KALLMAN & GRAY, INC.
12303 -J Technology Blvd.
Austin, Texas 78727
Telephone: (512) 250 -8611
OPENING TIME: 1:30 p.m., April 28, 1987
OPENING PLACE: CITY OF ROUND ROCK
214 E. Main Street
Round Rock, Texas 78664
Telephone: (512) 255 -3612
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to:
The City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"Bid for Ganzert Branch Channel Improvements - Phase II to be opened
at 1:30 p.m., Tuesday, April 28, 1987."
A proposal will not be accepted unless prepared on the bidding form
provided. The sealed proposals will be publicly opened and read at the
time and place stated in the Notice to Contractors. Bidders or their
authorized agents are invited to be present. Unauthorized condition,
limitation 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 if filed with the Engineer.
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 proposals 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 collusion will be considered in
future proposals.
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after bids are opened, 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.
Page 1 of 3
They will be returned to the respective bidders whose proposals they
accompany within sixty (60) days after the contract execution.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contract, if awarded, will be awarded to responsible bidder whose
proposal complies with all the requirements prescribed. Award, 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 lowest responsible bidder's proposal, and to
waive any informality in any proposal.
BECUTION OF CONTRACT
A bidder to whom award is made shall execute a written contract with
the Owner on the form of Agreement provided. Failure or refusal to
enter into a contract as herein provided, 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 the
second lowest responsible bidder. If the second lowest responsible
bidder refuses or fails to execute the Contract, the Owner may award
the Contract to the third lowest responsible bidder. On the failure or
refusal of such second and third lowest responsible bidder to execute
the Contract, the work may be re- advertised for bids.
7ROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cashier'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 guarantee that the bidder, if awarded the work,
will enter into a contract within ten (10) days after Notice of Award
and will furnish 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 to the form furnished by the Owner,
which is bound herein, and is properly filled out and executed.
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed and his
full name and his address shall be given; if it is made by a
Partnership it shall be signed with the co- partnership name by a member
of the Partnership, 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.
Page 2 of 3
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
Bidder ", bound herein.
pIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed work and
the Contract Documents therefore. It will be understood 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 information in writing to
Engineer, a minimum of 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 Documents. No other explanation or interpretation will be
considered official or binding. Should a bidder find discrepancies 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 twenty -four (24) hours before 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 include any
Addenda if such are issued by the Engineer twenty -four (24) hours
before the opening of bids.
Page 3 of 3
1
1
1
1
1
1
1
1
1
1
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
GANZERT BRANCH CHANNEL IMPROVEMENTS - PHASE II
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 carefully examined the form of contract, Notice
' to Contractors inviting bids, conditions and classes of materials of the
proposed work; agrees that he will provide all the necessary supervision,
labor, machinery, equipment, tools, apparatus, and other items incidental
I to construction; will do all the work and furnish all the materials called
for in the Contract Documents, Plans and Specifications 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
I 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 increased or decreased are to be performed at the unit prices set
I forth below except as provided for in the Specifications.
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.
1 The undersigned bidder agrees to commence work within seven (7) calendar
days after written Notice to Proceed has been given.
Page 1 of 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ACKNOWLEDGEMENT OF PAYMENT ITEMS
1 The undersigned acknowledges that the following 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 the Contract Documents.
I 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
one hundred (100) calendar days.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reserves the
right to reject any or all Proposals or to waive any informalities of
technicalities in any proposal in the interest 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 addenda;
Addendum No. Dated
Page 2 of 7
1
SUBMISSION OF THE PROPOSAL
' In accordance with the Contract Documents, the above Proposal is hereby
respectfully submitted by:
1
I Ranger Excavating, Inc.
Name of Contractor
6810 McNeil Road (512) 331 -5551
'
Business Address Telephone Number
1
1
1
1
1
1
1
1
1
1
1
1
ecuted by Jack Carmody/ Title or Position
Austin Texas 78729
City State Zip
Page 3 of 7
April 28, 1987
Date
President
1
1 CONTRACT:
' JOB NAME: Ganzert Branch Channel Improvements - Phase II
JOB LOCATION: Round Rock, Williamson County, Texas
' OWNER: City of Round Rock
Pursuant to the foregoing Advertisement for Bids and Instruction to
I Bidders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary supervision, labor, machinery, equipment, tools,
materials, insurance and miscellaneous items, to complete all the work bid
as provided by the attached supplemental specifications, and as shown on
I
the plans for the construction of Channel Improvements - Phase II and binds
himself of acceptance of this proposal to execute a contract and bonds for
completing said project within the time stated for the following prices, to
1 wit:
I Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
• ' -1-- 64.024 C.Y. Unclassified Channel Excava-
tion, includes transport of
' excess material away from
project. complete in place.
per cubic yard
for Three Dollars
and Forty Cents $ 3.40 $217.681.60
1
1
1
1
' Gentlemen:
12,012 C.Y.
PROPOSAL BIDDING SHEET
Unclassified Channel Embank-
ment. complete in place, per
cubic yard
for One Dollars
and Thirty Cents $ 1.30 $ 15,615.60
Page 4 of 7
' Bid Item Description Unit
i em Ouantitv Unit and Written Unit Price Price Amount
1
1
_ 600 L.F. Construct Earthen Berm,
complete in place, per
linear foot
1 for Two Dollars
and No Cents $ 2.00 $ 1,200.00
' 4 2,771 S.Y. Dry Rock Rip -Rap, complete
in place, per square yard
1
for Six Dollars
1 and No Cents $ 6.00 $ 16,626.00
5 700 L.F. Concrete Toe Wall for Rip -
Rap Installation, complete
1 in place, per linear foot
' for Seven Dollars
and No Cents $ 7.00 $ 4,900.00
6 1 EA. 12' Wide Low Water Crossing
1 }ncludinq Fill Compaction,
PVC Pipes and Concrete,
1 complete in place, per each
for Twelve Thousand Dollars
1 and No Cents $12,000.00 $12.000.00
1
1
Page 5 of 7
1
1 Bid
Item
1
7
1
1
1
1 -2-
1
1
i -2--
1
1
1
1
1
1
1
1
1
1
Item Description Unit
Quantity Unit and Written Unit Price Price Amount
3 EA. Vehicle Access Ramp, com-
plete in place. per each
for Two Hundred Dollars
and No Cents $ 200.00 $ 600.00
335 L.F. Replace Barbed Wire
Fencing. complete in place.
per linear foot
for Two Dollars
and No Cents $ 2.00 $ 670.00
72.829 S.Y. Restoration (Revegetation),
Channel Sides, Base and Em-
bankments, complete in place
per square yard
for No Dollars
and Six Cents $ .06 $ 4,369.74
5 EA• Adjust Existing Manhole to
proposed Grade Including
Bolted Cover Installation
complete in place, per each
for Two Hundred Dollars
and No Cents $ 200.00 $ 1.000.00
Page 6 of 7
' Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1
11_ 2 EA. Relocate Existing Power
1 Pole, complete in place Per
each
1
1
I --
1
1
1
1
1
1
1
1
1
1
for Five Dollars
and No Cents $ 500.00 $ 1,000.00
40 L.F. Concrete Encasement Over 12"
Wastewater Line, complete
in place, per linear foot
for Nine Dollars
and No Cents $ 9.00 $ 360.00
90 L.F. Lowering of Existing 16"
Waterline Including All
Fittings, complete in place
per linear foot
for Forty Dollars
and No Cents $ 40.00 $ 3,600.00
TOTAL CONTRACT (Items 1 - 13) $ 279,622.94
Page � of 7
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
AGREEMENT
HIS AGREEMENT, made and entered into this Z day of
, A.D., 1987, by and between The City of Round Rock of the
County f Williamson, and the State of Texas, acting through
thereunto duly authorized so
to do, Party of the First Part, hereinafter termed OWNER, and Ranger
Fxcavatina, Inc. of the City of Austin, County of Travis, and State of
Texas, Party of the Second Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for 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:
Ganzert Branch Channel Improvements - Phase II
further described as the work covered by this specification consists of
furnishing 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 Proposal attached hereof, and in
accordance with the Notice to Contractors, Instructions to Bidders,
General Conditions of Agreement, Special Conditions, Technical
Specifications, Plans and other drawing and printed or written explanatory
matter thereof, and the Specifications and addenda therefor, as prepared
by HAYNIE KALLMAN & GRAY, INC., 12303 -J Technology Blvd., Austin, Texas
78727, herein entitled the ENGINEER, each of which has been identified by
the CONTRACTOR'S written proposal, the General Conditions of the
Agreement, and the Performance, Payment, and Maintenance Bonds hereof and
collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within seven (7) calendar
days after the date written notice to do so shall have been given to him,
and to complete the same within one hundred (100) calendar days after the
date of the written notice to proceed, subject to such extensions of time
as are provided by the General and Special Conditions.
Page 1 of 2
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 executed this
Agreement in the year and day first above written.
The City of Round Rock
Party of the First Part
(OWNER)
ATTEST:
Corporate Seal
Ranger Excavating, Inc.
Party of the Second Part
(CONTRACTOR)
Carmody - Preside
ATTEST:
Signed:
Page 2 of 2
(The of}owi to be executed if the Contractor is a Corporation.)
I, �i t,Uy u,., (1).1t, , certify that I am the Secretary
of the Corporation named as Contractor herein; that Jack Carmody, who
signed this Contract on behalf of the Contractor was then President
(official title) of said Corporation, that said Contract was duly
signed for and in behalf of said Corporation, that said Corporation by
authority of its governing body, and is with the scope of its corporate
powers.
..- rE. rrr....., ,..r�r..- r.. , .rr .,. , r..< < rr.. , .
Bond No.
(:nmmarir Union Tngnranry (nmr any ° A
(Name of Insurance Company) '
BID BOND A
^ I The American Institute of Architects,
A.I.A. Document No. A -310 February, 1970 Edition
KNOW ALL MEN BY THESE PRESENTS,
That we, .
as Principal, hereinafter called the Principal, and !,
Commercial Union Insurance Company
a corporation duly organized under the laws of the State of Massachusetts, with its Home Office in the City of
"s Boston, in the said State, as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Round Rock, Texas
as Obligee, hereinafter called the Obligee,
in the sum of Five (5 %) Per Cent of the Greatest Amount hid Dollars ($ S7t AR ),
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 Ganzert Branch Channel Improvements
t.
IV
Phase 2 l % I
il l
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 speci-
fied in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Con-
troct and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the
failure of the Principal to enter such Contractand 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 I i i
e obligation shall be null and void, otherwise to remain in full force and effect.
I"•
Signed and sealed this 2Rth day of Apri A D 197 I
% Ranger Excavating, Inc. (SEAL)
9 / (Principal
(Witness) ,
. E ai.. - �' f
i route Company
(Witness) Jeann e Jensen Attorney in act
G6D510.1 Commercial Union Insurance Companies 9 -70
(x)
Imo' _ —_ — - 4 . -:, . �. ..... ............. ...,. -. , .» , ..,, .-. "ze _ . � e x w ae�. •.
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. that the COMMERCIAL. UNION INSURANCE COMPANY. corpor: duly arganucd:nd existing
under the laws of the Commonwealth of Massachusetts. and having its principal office in the City 01 Boston. Massachusetts, hat h made. constituted and
appointed, and does bs these presents make and constitute and appoint R F. SIDDONS , ROBERT C. SIDDONS,
,' STEVEN B. SIDDONS, ROBERT C. FRICKE and JEANNIE JENSEN all of Austin, Texas
' and each of Them its true and lawful Attorney -in -Fact. to make. execute. seal and deliver for and on its hchall as surety any and all hands tit undcrtakmg\
and the execution of such bonds or undertakings in pursuance of these presents. shall he binding upon said Company as fully and amply _ to all intent, and
purposes. as if such bonds were signed by the President, sealed with the corporate seal of the Company. and dub. attested by its Secretary. hereby rattly tag and
confirming all the acts of said Attorney- in- Fact pursuant to the power herein given. This Power of Attorney made and executed pursuant to and hs authorm nt
the following resolutions adopted by the Board of Directors of 1 heCOM MERCIAL UNION INSURANCE COM PAN Y at a meeting duly called and held on the
twenty - seventh day of July. 1972:
Resolved: That the President. or any Vice- President. or any Assistant Vice - President. may execute for and in hehalf 01 the company any and
all bonds- recognizances. cnnrraris of indemnity, and all other writings ohligarory in the nature therenl, the sumo to he attested a hen necessary and
the seal of the company affixed thereto by the Secretary. or any Assistant Secretary: and that the President. or ;ms Vicc - Pre +idrm. or Assistant
Vice - President. may appoint and authorize an Attorney -in -Fact to execute on hehalf of the company any and all such instrument, and to at fix the seal
of the company thereto: and that the President. or any Vice - President. or any Assistant Vice y may 01 a time remnye. a n such
' Aruornev -in -Fact and revoke all power and authority given to any such Attorney-in-Fact,
n
Resob. eel: That Attorneys -in -Fact map be given full power and authority to execute for and in the name and on behalf of the company any and all
bond, recognivances. contracts of indemnity, and all other writings obligatory in the nature thereof. and any such instrument executed b: any such
Attorney -in -Fact shall be as binding upon the company as If signed hy the President and sealed and attested by the Secretary. and. further.
' Attorneys -in -Fact are hereby authorized toy erify any affidavit required 10 he attached to bonds. recognvances. contracts nl indemnity. and all other
writings obligatory in the nature thereof. and are also authorized and empowered tocertify 10 a copy 01 any or the by -law, of 1 he company a, well as any
resolution of the Directors has ing to do with the execution of hands. recognivances. contracts of Indemnity. and all other w runes ohhezcon
in the nature thereof. and ro certify copies of the Power of Attorney or with regard to the powers of any 01 the olhcen of t he compan or nl
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors or the
COMMERCIAL. UNION INSURANCE COMPANY al a meeting duly called and held on the tweny- seventh day of July. 1972:
1 Tice- President and its corporate seal to he hereto affixed, duly attested by its Secretary on this 6th day of February 1 '87
'Rooked: That the signature of the President. or any Vice- President. or any Assistant Vice- President. and the signature of the Secretary or
any Assistant Secretary and the Company Seal may he affixed by facsimile to any power 01 attorney or to any centires[e relating thereto appointing
:Attorney, -in -Fact for purposes only of executing and attesting any bond. undertaking. recognizance or other written obligation in the nature [hereof.
and any such signature and seal w here so used, heing hereby adopted hy the company as the original signature of such officer and the original seal of the
company. to he valid and binding upon the company with the same force and effect as [hough manually affcxed."
IN WITNESS WHEREOF. the COMMERCIAL UNION INSURA \CE COM PAN Y, has caused these presents to Inc signed by as Assistant
ss
COMMFRCIAI UNION I NSUR ANCE COMPANY
•
' Allest• M
Raymond M. efossev — - ecretan
COMMONWEALTH OF MASSACHUSETTS
'
COUNTY OF SUFFOLK SS.
On this 6th day of February 1987 befnre personally came John M. Garrett. Assistant 5lee- President.
and Raymond M Defonsez. Secretary of the COMMERCIAL UNION INSURANCE COMPANY. to me personally known to he the indn [duals and officers
described in and who executed the preceding instrument. and they ucknow ledged the execution of the same. and hems by me duly sworn, severally and each
for himself deposeth and sayeth, that they are the said officers of t he Com pony a foresa td, and that t he seal affixed to the preceding instrument is the corporate seal
of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and
direction of the said Company.
- ii ... we.., /// � 1 , l n" I
� .. e. + ' 4 - Y• . . i /'1 u./ 1 S Y
Y . 1, x,
‘ 1 Edward W. Shits Notary Public
' l . `p� = / s; J r.. ! 1111 ([.rnno..ioorr cyzrire. .il 111. 15511[
.IRr P,...
CERTIFICATE
I. the undersigned. Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY. a Massachusetts Corporation. Jo here M certify that
' the foregoing t
powe of attorney Ism lull force and has not heen rooked: and furthermore. that the Resolutions 01 the Board of Directors Net tan h in the poser
nl attorney arc now In mice. �
Signed and sealed at the Coy of Roston. Dated this �l ('� X�� day of
John M. Garrett Assistant \ ice - President
Daniel .1 Boy s•ist:un Secretary
t0 -9e.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Commercial Union Insurance Company
(hereinafter called the Principal), as Principal and
101
I
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED
CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959
(Penalty of this bond must be 100% of Contract amount)
KNOW ALL MEN BY THESE PRESENTS:
THAT, Ranger Excavating. Inc.
a corporation organized and existing under the laws of the State of Massachusetts, with its principal office in the City of Boston (hereinafter
called the Surety), as Surety, are held and firmly bound unto City of Round Rock, 214 E. Main Street
Rrn nd Rnr•k, T 78664 (hereinafter called the Obligee), in the amount of
& 94/100
mnndrad Scvont Nina Thnncand Six Hrmdrad Twenty Twn Dollars(0 279,677.94
for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminishators, executors, successors and assigns,
Jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25th
day of May 19 8.Z , to
Ganzert Branch Channel Improvements — Phase II
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 faithfully perform the work in
accordance with the plans, specifications and contract documents, 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 by Acts of the 56th Legislature, 1959, 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.
day of [`Inv 19 .
Witness:
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 25th
Commercial Union Insurance Companies
(If Individual 01 Firm)
(If Corporation)
G60542- Texas
Ranger Excavating, Inc.
a vst
`- r -rcial Union Insurance Company
Surety
1ta1/4 ■■■
'•torney in fact
Jeannie Jensen
(Seal)
(Seal)
(Seal)
Seal)
Principal
2 -n la
MN OM NM I= MO MN M INN = - - - MI - I= NM =I - MN
N o.
COMPANY
FFECTIVE 19
ON
0
STATUTORY PERFORMANCE BOND - TEXAS
Commercial Union Insurance Companies
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES
OF TEXAS AS AMENDED. (McGREGOR ACT — PUBLIC WORKS)
KNOW ALL MEN BY TNESE PRESENTS:
THAT, Ranger Excavating, Inc.
(hereinafter called the Principal), as Principal and
a corporation organized and existing under the laws of the State of Massachusetts, with its principal office in the City of Boston (hereinafter
called the Surety), as Surety, are held and firmly bound unto
(Penalty of this bond must be 100% of Contract amount)
Commercial Union Insurance Company
City of Round Rock
(hereinafter called the Obligee), in the amount of
94/100— 279,622.94
wo
T Hn ndrpd Spvpntjr Nina Thrnt Six Nandrwd Twenty Twn._& Dollars ($ )
for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
of May 19 87 to
Ganzert Branch Channel Improvements — Phase II
G60541 - Texas
ie Jensen
?5th day
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 prosecution of the work provided for in said contract, 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 to all such claimants shall be determined in accordance with the provisions of said Article to the same extent as if
it were copied at length herein,
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 25th day
of May 19 87.
Ranger Excavating, Inc.
Witness: (Seal)
(Seal)
(If Individual or Firm)
t9:4) ($eeD
Veit- bill7L — Corporation) AZrit
( (sea:
I1 Princ
Commercial Union Insurance Company
Attorney in fact
Surety
2-71
ati
OM MI MN MN MI M NM OM = W ME MN
No
COMPANY
EFFECTIVE 19
ON
TO
STATUTORY PAYMENT BOND • TEXAS
(PUBLIC WORKS)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
KNOW AI_I• MEN BY TH ESE PRESENTS. that the COMMERCIAL UNION INSURANCE COM PANY, a corporation duly organised and existing
under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston. Massachusetts. hath made. constituted and
appointed, and does by these presents make and constitute and appoint R. F. SIDDONS, ROBERT C. SIDDONS,
STEVEN B. SIDDONS, ROBERT C. FRICKE and JEANNIE JENSEN all of Austin, Texas
and each of them its true and lawful Attorney -in -Fact. to make. execute. seal and deliver for and on its behalf as surety any and all honds or undertakings
and the execution of such bonds or undertakings in pursuance of these presents. shall be binding upon said Company as fully and amply, to all intents and
purposes. as if such bonds were signed by the President. sealed with the corporate seal of the Company, and duly attested by its Secretary, herehy ratifying and
confirming all the acts of said Attorney- in- Fact pursuant to the power herein given. This Power of Attorney is made a nd executed pursuant to and by authority of
the following resolutions adopted by the Board of Directors of the COMMERCIAL UN ION INSURANCE COMPANY at a meeting duly called and held on the
twenty- seventh day of July. 1972:
Resolved: That the President. or any Vice - President, or any Assistant Vice - President. may execute for and in behalf of the company any and
all bonds. recognizances, contracts of indemnity'. and all other writings obligatory in the nature thereof, the same to he attested when necessary and
the seal of the company affixed thereto by the Secretary. or any Assistant Secretary: and that the President. or any Vice - President or Assistant
Vice - President. may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal
of the company thereto: and that the President. or any Vice - Presidem. or any Assistant Vice - President. may at any time remove. any such
Attorney -in -Face and revoke all power and authority given to any such Attorney -in -Fact.
Resolved: Thal Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and all
bonds. recognizance, contracts of indemnity, and all other writings obligatory in the nature (hereof, and any such instrument executed by anv such
Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary. and. further,
Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds. recognizances, contracts of indemnity . and all other
writings obligator_ in the nature t hereof. and are also authorized and empowered to certify ma copy of any of the by -laws of the company' as well as um
resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity. and all other writings obligatory
in the nal ure thereof. and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted hv the Directors of Inc t
COMMERCIAL. UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July. 1972:
"Resolved: That the signature of the President. or any Vice - President or any Assistant Vice - President. and the signature of the Secretary or
any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing
Attorneys -in -Face for purposes only of executing and attesting any bond. undertaking. recogn or other w rift en obligation in the nature thereof.
and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of the
company. to be valid and binding upon the company with the same force and effect as though manually affixed."
IN WITNESS WHEREOF. the COMMERCIAL UNION INSURANCE COMPANY. has caused these presents to he signed by its .Assistant
Vicc - President and its corporate seal to he hereto affixed, duly attested by its Secretary on this 6th day of February 19 87
Attest a ' L
I. the undersigned. Assistant Secretary
the foregoing power of attorney is m full
of attorney are now in force_
Signed and sealed at the City of Boston.
POWER OF ATTORNEY
t'
COMMERCIAL. UNION INSURANCE COMPANY
971
Raymond M . efo — Secretary ( / John M. Garrett - -- Assistant Vice - President
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
On this 6th day of February 1987 before me personally came John M. Garrett. Assistant Vice. President.
and Raymond M. Defossez. Secretary of the COMMERCIAL UNION INSURANCE COMPANY. tome personality known to he the indis iduals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same. and being M me duly sworn, soeralls and each
for himself deposeth and saveth. that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal
of said Company and that the said corporate seal and their signatures as such officers were dulyaffised and subscribed to the said instrument M theauthority and
direction of the said Company.
�t � Q w L SGT
Edward W. Shay Notary Public
(J /• Crunrrritsron expire., .1 (Musr 10. 1940)
CERTIFICATE
of the COMMERCIAL UNION INSURANCE COMPANY. a Massachusetts Corporation. do hereh■ certify that
force and has not been revoked: and furthermore. that the Resolutions of Inc t Board of Directors set Iorth in the power
Dated this day of`,`JC
Daniel 1. Boyle
eistant Secretary
10-ba
. TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MNYDDIW)
POLICY EXPIRATION
SATE IME/DUTY
LIMITS IN THOUSANDS
EACH AGGREGATE • OCCURRENCE
GENERAL
— x
X
X
X
X
X
X
X
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNDERGROUND R 1 fl T TL'BeEB
PRODUCTS /COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
GL48820697
9/21/86
9/21/87
BODILY
INJURY
$
$
PROPERTY
DAMAGE
$
$
Al 8 PD
COMBINED
$
$500
$500
PERSONAL INJURY
$ 500
I
i �����x
UTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIM. PASS.)
/OTHERANI
ALL OWNED AUTOS \ PRIM. PAS /
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
GLM58809176
9/21/86
9/21/87
B]DLY
INJURY
PER PERSAR
$
- -
- ,
I>IgC
INJURY
(PER SWEAT}
$
PROPERTY
DAMAGE
$
BIN PD
COMBINED
$500
EXCESS
X
LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
DU11471
9/21/86
9/21/8
BIBPD
COMBINED
$1,000
$ 1,000
WORKERS' COMPENSATION •
i. AND
EMPLOYERS' LIABILITY
TC722170724
9/21/86
9/21/87
STATUTORY
$ 100 (EACH ACCIDENT}
$ 500 (DISEASE- POLICY LIMIT)
$ 100 (DISEASE -EACH EMPLOYEI
OTHER
Frank Siddons Insurance
P. 0. Box 2125
Austin, Tx. 78768
INSURED
Ranger Excavating, Inc.
6810 McNeil Drive
Austin, Tx. 78729
ESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES/SPECIAL ITEMS
Ganzert Branch Channel Imporvements - Phase II
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
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
COMPANY p American General Insurance Co.
COMPANY
LETTER B Delta Lloyds
COMPANY C
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
:RAGES
US 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 CERTIFICATE MAY
E 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.
ERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE 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 COMP NY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZE R SE TATIVE
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
1. DEFINITIONS 1
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 3
2.04 Damages 4
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 4
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 5
2.13 Payment for Extra Work 6
2.14 Assignment and Subletting 7
2.15 Subcontractors 7
2.16 Owner's Status 7
2.17 Completed Portions of Work 7
2.18 Materials 7
2.19 Receiving and Storage of Materials 7
2.20 "Or Equal" Clause 8
2.21 Completed Work 8
2.22 Materials Furnished by the Owner 8
2.23 Protection of Property 8
2.24 Shelters for Workmen and Materials 8
2.25 Sanitary Facilities 9
3
3
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 9
3.01 Labor, Equipment, Materials and r
Construction Plant 9
3.02 Performance, Payment and Maintenance Bonds 9
3.03 Contractor's Ability to Perform 9
3.04 Superintendence and Inspection 10
3.05 Character of Employees 10
3.06 Contractor's Duty to Protect Persons
and Property 10
3.07 Safety Codes 11
3.08 Barricades 11
3.09 Minimum Wages 11
3.10 Unsuitable Work or Materials 11
3.11 No Waiver of Contractor's Obligation 11
3.12 Site Clean Up 12
3.13 Guarantee 12
1
(CONTENTS CONTINUED)
I 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13
4.01 Lines and Grades 13
4.02 Right of Entry 13
I 4.03 Owner's Representatives 13
4.04 Collateral Work 13
4.05 Right -of -Way 13
I 4.06 Adequacy of Design 14
5. SCHEDULING AND PROGRESS OF WORK 14
5.01 Order and Prosecution of the Work 14
5.02 Rate of Progress 14
5.03 Sunday, Holiday, and Night Work 14
5.04 Hindrances and Delays 15
I 5.05 Extensions of Time 15
5.06 Liquidated Damages for Failure to
Complete on Time 15
6. IDEMNITY 16
6.01 Contractor's Idemnity Provision 16
6.02 Workmen's Compensation Insurance 16
6.03 Comprehensive General Liability Insurance 16
6.04 Owner's Protective Insurance 17
6.05 Comprehensive Automobile Liability Insurance 17
' 6.06 Insurance Certificate 17
7. TERMINATION OF CONTRACT 17
I 7.01 Right of Owner to Terminate 17
7.02 Right of Contractor to Terminate 18
7.03 Removal of Equipment 18
' 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 18
8.01 Notification of Contractor 18
8.02 Retention of Contractor's Equipment
I and Materials by Owner 18
8 .03 Methods of Completing the Work 19
8.04 Final Acceptance 19
I 8.05 Disposition of Contractor's Equipment 20
9. MEASUREMENT AND PAYMENT 20
9.01 Character of Measurements 20
1 9.02 Estimated vs. Actual Quantities 20
9.03 Payment 21
9.04 Monthly Estimates and Payments 21
I 9.05 Certificates of Completion 22
9.06 Final Estimate and Payment 22
9.07 Notarized Affidavit 22
9.08 Release of Liability 23
I
9.09 Contractor's Obligation 23
9.10 Payments Withheld 23
I
1
1
1
I
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 midnight. Saturdays,
Sundays and Legal holidays are considered calendar days and
shall be used in determining contract time.
1.02 Contract Documents. The Contract Documents shall consist of the
Notice to Contractors; Advertisement; the Instructions to
Bidders; the Proposal; the Signed Agreement; the Performance,
Payment, and Maintenance Bonds; the General Conditions of the
Agreement; the Special Conditions of the Agreement; the
Technical Specifications; the Plans; the Standard Drawings;
Addenda; and duly authorized Change Orders. The Contract
Documents are complementary, 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 the
interpretation shall be in the following order: Signed
Agreement, Performance, Payment, and Maintenance Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice to
Contractors, Instructions to Bidders, Technical Specifications,
Plans, and General Conditions of the Agreement.
1.03 Contractor. "Contractor" shall mean the business organization
or individual named and designated in the Contract Agreement as
the "Party of the Second Part ", who has entered into this
contract for the performance of the work covered thereby, and
its, his, or their duly authorized agents and other legal
representatives.
1.04 Engineer. "Engineer" shall mean HAYNIE RALLMAN & GRAY, INC., or
such other Engineer, supervisor, or project representative who
has been designated, appointed, or otherwise employed or
delegated by the Owner for this work, or their duly authorized
agents, such agents acting withi,n 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 City of Round Rock named and
designated in the Agreement as the "Party of the First Part"
acting through its duly authorized officers and agents.
-1-
1.07 plans. "Plans" shall mean and include (a) all drawings prepared
by the Owner as a basis for proposal, (b) all supplementary
drawings furnished by the Engineer 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
Contractor to the Owner when and as approved by the Engineer.
1.08 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner as
a basis for proposals, (b) all supplementary written material
furnished by the Engineer as and when required to clarify the
intent or meaning of all written descriptions, methods and
instructions submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to the Owner
when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer only to a
business organization or individual having a direct contract
with the Contractor for (a) performing a portion of the Contract
work, or (b) furnishing material worked to a special design
according to the Contract plans or specifications; it does not,
however, include one who merely furnishes material not so
worked.
1.10 Substantially Completed. The term "substantially completed"
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. It
does not constitute end of contract period or acceptance as
total completion.
1.11 Work. "Work" shall mean the work to be done and the equipment,
supplies, material, and services to be furnished under the
Contract unless some other meaning is indicated by the context.
1.12 Workina Day. A "working day" is defined as any day not
including Sundays or any legal holidays, in which weather or
other conditions, not under control of the Contractor, will
permit construction of the principal 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.
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 delivered at or sent by certified or
registered mail to the last business address known to him who
gives the notice.
-2-
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 litigation 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 Contract; that he shall
determine all questions in relation 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
findings shall be the conditions precedent to the right of the
parties hereto the arbitration or to any action on the
Contractor to receive any money under this Contract; provided,
however, 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 Eauiument. If at any
time the methods or equipment used by the Contractor are found
to be unsafe or inadequate to secure the quality of the work or
the rate of progress required 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.
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 alterations 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 they may be dispensed with.
-3-
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 Contract;
otherwise such work shall be paid for as provided 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 preparation 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 bosses from Natural Causes. All loss or damage arising out of
the nature of the work to be done or from the action of the
elements or from any unforseen circumstances in the prosecution
of the work or from unusual obstructions or difficulties which
may be encountered in the prosecution of the work shall be
sustained and borne by the Contractor at his own cost and
expense.
2.06 yaws and Ordinances. The Contractor shall at all times observe
and comply with all Federal, State, and local laws, ordinances,
rules and regulations which in any manner affect the Contract or
the work and shall idemnify and save harmless the Owner against
any claim arising from the violation of any such laws and
ordinances whether by the Contactor or his employees or his
subcontractors and their employees.
2.07 yicenses, Permits and Certificates. Except as hereinafter
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 required such permit will be obtained by the Owner at no cost
to the Contractor.
-4-
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 invention used by him in
connection with the work done or material furnished under this
Contract; provided, however, that if any patented material,
machinery, appliance, or invention is clearly specified in this
Contract, the cost of procuring the rights of use and the legal
release of idemnity 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 Reeving of Plans and Specifications Accessible. The Engineer
shall furnish the Contractor with two (2) sets of executed Plans
and Specifications without expense to him, the Contractor shall
keep one copy of the same constantly accessible on the job site,
with the latest revisions noted thereon, and additional sets
will be obtained from the Engineer at commercial reproduction
rates plus 15% for handling.
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 accordance with the generally
accepted practice, and in the event of any discrepancies between
the separate contract documents, the priority of interpretation
defined 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, Specifications 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 examination, satisfied himself as
to the nature and location of the work, the conformation of the
ground, the character, quality and quantity of the materials to
be encountered, the character of equipment and facilities need
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 conversation with any officer, agent, or employee
of the Owner, either before or after the execution of this
Contract, shall affect or modify any of the terms or obligations
herein contained.
2.12 gxtra 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
Specifications 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.
-5-
1
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 compensation to
be paid by the Contractor for performing extra work shall be
determined by one or more of the following methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
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, craftsmen, 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 necessarily 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 expenses; (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 premiums for construction bonds,
workmen's compensation, public liability and property damage,
and other insurance required by the Contract where the premiums
therefor are based on payroll and material costs.
The Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also specify in
writing before the work commences the method of doing the work
and the type and kind of machinery and equipment to be used;
otherwise these matters shall be determined by the Contractor.
Unless otherwise agreed upon, the prices for the use of
machinery and equipment 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 superintendence.
-6-
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 Engineer, 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 to to 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 responsible 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 written
notice from the Engineer.
2.16 Owner's Status. Nothing contained in this Contract shall create
any contractual relation between any subcontractor 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 completed in accordance with the Contract
Documents. If the Engineer determines that taking possession of
and using partially completed work substantially increases the
cost of or delays construction, the Contractor shall be entitled
to extra compensation or extension of time or both as determined
by the Engineer.
2.18 Materials. All materials furnished by the Contractor shall be
as required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of
materials which he is to furnish until the Engineer has approved
the source of supply of such materials.
2.19 peceiving 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 written permission is given by the
Engineer.
-7-
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 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 Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous
adequate safeguards to protect all completed work from damage,
loss, or the intrusion of foreign elements.
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 contamination of such materials that must be maintained
and incorporated into the work in a sanitary condition.
2.23 Protection of Property. The Contractor shall give reasonable
notice to the owner or owners of public or private property and
utilities when such property is liable to injury or damage
through 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 utilities.
The Contractor shall satisfactorily shore, support, and protect
any and all structures, and all pipes, sewers, drains, conduits,
and other facilities belonging 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 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
maintained in a manner satisfactory to the Engineer.
-8-
1
1
1
1
1
i
1
1
i
1
1
1
1
1
11
i'
1
2.25 $anitary Facilities. The Contractor at his expense shall
furnish necessary sanitary toilet facilities for the use of all
employees on the job site. The facilities 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 a
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, Eauioment. Materials and Construction Plant. The
Contractor shall provide all labor, tools, equipment, 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
protection of any material, tools, or machinery on any part of
the work until it is finally completed and accepted. The
Contractor shall maintain on the job at all times sufficient
labor, material, and equipment to adequately prosecute the work.
3.02 performance. Payment and Maintenance Bonds. It is further
agreed by the Parties to this Contract that the Contractor will
execute separate performance and payment bonds, each in the sum
of 100% of the total Contract price, and a maintenance bond in
the sum of 100% of the total Contract price in standard forms
for this purpose guaranteeing faithful performance of the work
and the fulfillment of any guarantees required and further
guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of
the Contract. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are furnished
and approved by the Owner and that final retainage shall not be
paid until such maintenance bond is furnished and approved by
the Owner. The cost of the premium for the performance, payment
and maintenance 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 performance,
payment and maintenance bonds shall be acceptable according to
the latest list of companies holding certificates 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.
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 inventory and records showing the
satisfactory completion of projects of equal magnitude in the
past. It shall be the prerogative of the Owner to terminate the
-9-
Contract as outlined in Section 7 "Termination of Contract ", 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 competent 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 superintendent are both
absent from the site of the work for prolonged periods of time
the Engineer may order any or all work under this Contract to be
stopped until the Contractor provides continuous and proper
supervision 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 employ only
orderly, competent, and skillful persons to do the work, and
whenever the Engineer shall inform them that the work being
accomplished is of sub - standard character by reason of
carelessness, incompetence, or inexperience on the part of the
workers the installation of such work shall be immediately
suspended 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 reasonable 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 anyway connected with the performance of this
Contract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance of any
nature whatsoever in connection with the performance of this
Contract unless necessary to its performance, and in that event
the Contractor shall provide 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
nondelegable, and the Contractor's compliance with the specific
recommendations and requirements of the Owner as to the means of
warning shall not excuse the Contractor from the faithful
performance of these duties should such recommendations and
requirements not be adequate or reasonable under the
circumstances.
-10-
1
1
1
1
1
I
1
3.07 Safety Codes. The Contractor shall comply with all applicable
provisions of any Federal, State, County, and Municipal 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 except where incompatible with Federal,
State, or Municipal laws or regulations.
3.08 Barricades & Traffic Control Sians. When barricades or traffic
control signs are used to satisfy safety requirements, such
barricades or signs shall be properly identified with the
Contractor's name prominently stenciled on both sides of the
barricades with letters at least two (2 ") inches high.
Barricades and signs shall be located and fashioned as per the
Texas Manual on Uniform Traffic Control Devices for Streets and
Highways, 1980 Edition.
3.09 Minimum Waaes. All employees directly employed on the work
shall be paid not less than the established prevailing wage
scale for work of a similar character in this locality. A scale
of prevailing wages is included in the Special Conditions of
these Contract Documents. The Contractor shall not pay less
than the general prevailing wages shown on said scale and shall
keep accurate wage 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
plans, specifications, and contract documents, the Contractor
shall, after receipt of written notice thereof from the
Engineer, 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 deducted from monies due the Contractor.
3.11 No Waiver of Contractor's Obliaations. The Engineer,
supervisor, or project representative 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 project representative 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 project representative shall upon
request of the Contractor inspect and accept or reject any
material furnished, and once the material has been accepted by
the Engineer, supervisor, or project representative 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 accordance with the plans, specifications, and
contract documents for said work, all expense of removing,
re- examination, and replacement shall be borne by the
Contractor; otherwise the expense thus incurred shall be allowed
as "Extra Work" and shall be paid for by the Owner.
3.12 $ite Clean U. 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 period. 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 conduits, shall tear down and
remove all rubbish of every 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 twelve (12) months from and after
the date of the final acceptance by the Owner of the work
embraced by this Contract, the Con shall make all needed
repairs arising out of defective workmanship or materials, or
both, which in the judgement of the Owner shall become necessary
during such period. If within ten (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 Contractor's expense; provided,
however, that in case of emergency where, in the judgement of
the Owner, delay would cause serious loss or damage, repairs may
be made without notice being sent to the Contractor, and the
Contractor and /or his Surety (see Section 3.02 on maintenance
bond) shall pay the cost thereof.
-12-
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades shall be
furnished by the Engineer. Whenever necessary, 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 thereof. 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 Contractor, and in case of
careless destruction or removal by him or his employees such
stakes, marks, etc. shall be replaced as directed by the
Engineer at the Contractor's expense.
4.02 giaht of Entry. The Owner reserves the right for its personnel
or its agents to enter the property or location on which the
work herein contracted is being constructed or installed for the
purpose of supervising and inspecting the work or for the
purpose of constructing or installing such collateral work as
the Owner may desire.
4.03 Owner's Representatives. It is agreed by the Contractor that
the Owner shall appoint such Engineer, supervisors; or project
representatives as the said Owner may deem necessary to examine
the material furnished and the work done under this Contract, to
see that the said material 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 project
representatives for the proper review and examination of the
work and all parts thereof. The Contractor shall regard and
comply with the directions and instructions of the Engineer,
supervisors, or project representatives 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 provide all
labor and material essential to the completion of work that is
not included in this Contract either by a separate contract or
otherwise. Any collateral work shall be prosecuted in such a
manner that it will not damage the Contractor nor delay the
progress of the work being accomplished under this Contract.
The respective rights of and operations of the various interests
involved shall be established and coordinated by the Engineer.
4.05 giaht- of -Way. Easements across private property and lands
needed for construction under this Contract will be provided by
the Owner.
-13-
4.06 pdeguacv of Design. It is agreed that the Owner shall be
responsible for the adequacy of the design, sufficiency of the
Contract Documents, the safety of the structure and
practicability of the operations of the completed project;
provided the Contractor has compiled with the requirements of
the said Contract Documents, all approved modifications thereof,
and additions 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 complied with the said
requirements of the Contract Documents, approved modifications
thereof and all approved additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORN
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 seasons in such order of precedence and in such
manner as shall be most conductive to economy of construction;
provided however, that the order and time of prosecution shall
be such that the work shall be 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 elements or to coordinate with other
work being done for or by the Owner.
5.02 gate of Progress. The Contractor shall give the Engineer 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 Contractbr to increase or improve his
facilities or methods, and the Contractor shall promptly comply
with such orders; failure to comply will result in placing
Contractor in abandonment per Section 8 'Abandonment of Contract
by Contractor "; but neither compliance with such orders nor
failure of the Engineer to issue such orders shall release the
Contractor from his obligation to secure the degree of safety,
the quality of work, and the rate of progress required by this
Contract. 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 Engineer.
-14-
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 complying with the plans and specifications or
the intent thereof, the Contractor shall have no claim for
damages, 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 judgement of the Engineer occurred as a
result of the work stoppage.
Should delays repeatedly occur due to the Contractor's failure
to provide adequate plant, equipment, or personnel, or where the
Engineer determines that unreasonable inconvenience to the
public is due to such failure, the Contractor's operations shall
be suspended until he shall have provided adequate plant,
equipment, 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 neglect of the Owner
or Engineer, or of any employee or 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 determined by the
Engineer shall be granted by the Owner; provided, however, that
the Contractor shall give the Owner prompt notice in writing of
such 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 piauidated Damaces 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
contracted for, after due allowance for such extension of time
as is provided for under the provisions of the preceding
paragraph, the Owner may withhold permanently from the
Contractor's total compensation, not as penalty but as
liquidated damages, the sum of $500.00 per calendar day.
-15-
6. IDEMNITY '
6.01 Contractor's Idemnitv Provision. To protect the Owner from the
Contractor's failure to perform any of the foregoing duties or
any of the terms of this Contract, the Contractor shall idemnify
and save harmless the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, expenses or costs
of any nature whatsoever arising out of or in anyway connected
with any claims or actions of 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 allegedly
caused, by any willful acts, negligence, nuisance, or breach or
any term or condition of this Contract by the Contractor, his
agents, servants, subcontractors, or employees. The Contractor
shall furthermore idemnify and save harmless the Owner and the
Owner's agents and employees from all demands of subcontractors,
worker, 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 and subcontractors shall
be restored to its condition prior to damage by the Contractor
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 idemnify the Owner and the Owner's agents and
employees from and against any and all liabilities by reason of
accidental injury, disease or death sustained by subcontractor's
employees. The Contractor shall furnish the Owner with a
certificate from the Industrial Accident Board evidencing the
Contractor's and subcontractor's compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Contractor 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 Comprehensive General Liability insurance policy,
said policy and the issuing carrier approved by the Owner, which
specifically insures the contractual liability of the Contractor
assumed under Paragraph 6.01 above entitled "Contractor's
Idemnity Provision'. The liability coverage under this policy
shall cover Independent Contractors. Liability limits for the
Comprehensive General Liability insurance coverage under this
policy shall not be less than the following: '
Bodily Injury $100,000 each person
$300,000 each accident
-16- '
1
1
1
1
1
1
1
1
1
1
1
1
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall provide and
maintain during the life of this Contract and until all work
under said Contract has been completed and accepted by the
Owner, an Owner's and Contractor'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 Liability
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 Contract 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, whether they are
owned, non - owned, or hired by the Contractor, in which shall
specifically insure contractural liability of the Contractor
assumed under the above Paragraph 6.01 entitled "Contractor's
Idemnity Provision ". The liability limits for the Comprehensive
Automobile Liability insurance coverage shall not be less than
the following:
Bodily Injury
Property Damage
6.06 Insurance Certificate. In connection with the insurance
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 ten (10) days advance written notice before
any provisions of the policies are changed or in the event said
policies shall be cancelled. This Certificate of Insurance
shall be provided to the Owner prior to starting any
construction work in connection with this Contract.
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 resources or remedy give the Contractor written notice
of termination of the employment of the contractor ten (10) days
subsequent to such notice. Immediately following such date, the
-17-
$100,000 each person
$300,000 each accident
$ 50,000 each accident
Owner may take possession of the site of the work and all
material, equipment, tools, and appliances thereon and may
finish the work in accordance with the provision of Section 8
"Abandonment of Contract by Contractor ", of these General
Conditions.
7.02 night 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 of if the
Owner should substantially fail to perform the provisions of the
Contract with regard to Owner's obligations to the Contractor,
then the Contractor may, upon ten (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 ten (10) days after receipt of the notice.
Should he fail to do so within ten (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 resume work within ten (10) 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 having
abandoned the Contract. 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 getention of Contractor's Equipment and Materials by Owner.
After receiving said notice of abandonment the Contractor shall
not remove from the work any machinery, 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
performance bond or another contractor in completion of the
work; and the Contractor shall not receive any rental or credit
therefore except when used in connection with extra work where
-18-
1
1
1
1
1
1
1
'I
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 settlement.
8.03 Methods of Completina the Work. If the Surety should fail to
commence compliance with the notice for completion herein before
provided within ten (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 workers and
use such machinery, equipment, tools, materials, and
supplies as said Owner may deem necessary to complete the
work and charge the expense of such labor, machinery,
equipment, tools, materials, and supplies to said
Contractor, and the expense 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
Contractor 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 Contractor shall receive the
difference. In case such expense is greater than the sum
which would have been payable under this Contract if the
same had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of such
excess to the Owner.
b. The Owner under sealed bids, after fourteen (14) days
notice published two (2) 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 Contractor or his Surety
shall be credited therewith.
8.04 Final Acceptance. When the work has been completed and accepted
by the Owner, the Contractor and his Surety shall be so notified
and a Contract Completion Certificate as hereinafter provided
shall be issued. A complete itemized statement of the Contract
-19-
accounts certified by the Engineer as being correct shall then
be prepared and delivered to the Contractor and his Surety,
whereupon the Contractor, his Surety or the Owner, as the case
may be, shall pay the balance due as reflected by said statement
within fifteen (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 complete 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
machinery, equipment, tools, materials, or supplies left on the
site of the work shall be turned over to the Contractor 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 remains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof together 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 Contract; provided, however, that actual
written notice given in any manner will satisfy this condition.
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 fifteen (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 public or private sale,
with or without notice, as the Owner may elect. The Owner shall
release any machinery, 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 specifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimated
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
-20-
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 quantity 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 amount 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
twenty -five (25%) percent more or twenty -five (25%) percent less
than the estimated 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 the work above or below
twenty -five (25%) percent of the estimated quantity prior to
initiating work or furnishing materials for the overrun or
underrun quantities. Such revised 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 material 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 requirement of the Engineer.
9.04 $onthly Estimates and Payments. The Contractor shall furnish to
the Engineer by the twenty -fifth df the month such detailed
information as he may request to aid him as a guide in the
preparation of monthly estimates. On or about the first day of
each month the Engineer will make an approximate estimate of the
value of work done in conformity with the plans and
specifications during the previous calendar month. After each
such estimate shall have been approved by the Owner, the Owner
shall pay to the Contractor ninety (90%) percent of the amount
of such estimated sum on or before the 15th day of said month.
-21-
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 recommendation of the Engineer, pay a
reasonable and equitable portion of the retained percentage to
the Contractor.
9.05 Certificates of Completion. Within ten (10) days after the
Contractor has given the Engineer notice that the work has been
completed the Engineer shall review the work and satisfy himself
by examination that work has been finally and fully completed in
accordance with the plans, specifications, and Contract. If so,
the Engineer shall issue a Contract Completion Certificate to
the Owner and the Contractor. Such certificate when issued
shall constitute final acceptance of the work covered under this
Contract and serve as the date for stoppage of the contract
period specified for completion of the Project.
9.06 Final Estimate and Payment. After the Contract Completion
Certificate has been issued the Engineer shall proceed to make
final measurements and to prepare a final estimate of the work
done and materials furnished 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; provided the Notarized
Affidavit specified in Section 9.07 has been received by the
Engineer.
The Owner shall pay the Contractor within fifteen (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 understood that the final payment will not be paid
by the Owner to the Contractor under any circumstances until the
Notorized Affidavit required by Section 9.07 entitled "Notarized
Affidavit ", has been submitted to the Engineer.
All prior estimates and payment 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
-22-
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 consents to final payment
to the Contractor being made by the Owner.
9.08 Release of Liability. The acceptance by the Contractor 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 person relating to or affecting the work.
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the final payment nor any provision in the
Contract Documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required
in the Contract Documents.
9.10 Payments Withheld. The Owner may, on account of subsequently
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 payment properly 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.
-23-
SPECIAL CONDITIONS
1
' SECTION 01 - INFORMATION
01 -01 $NGINEER
The word "Engineer" in these Specifications shall be
understood as referring to HAYNIE RALLMAN & GRAY,
INC., 12303 -J Technology Blvd., Austin, Texas
78727. Engineer of the Owner, or the Engineer's
authorized representative 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 seven
(7) counterpart (original signed) sets. Owner will
furnish Contractor two (2) sets of conforming
Contract Documents, Technical Specifications and
Plans free of charge, and additional sets will be
obtained from Engineer at commercial reproduction
rates plus 20% for handling.
01 -03 GOVERNING CODES
All construction as provided for under these Plans
and Specifications shall be governed by any existing
Resolutions, Codes and Ordinances, and any subsequent
amendments or revisions thereto as set forth by the
Owner.
01 -04 LIOUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
Refer to the General Conditions of Agreement, Section
5.06, Page 15 for description.
01 -05 TIME OF COMPLETION
The work shall be completed within the number of
calendar days stated in the Proposal. The time shall
begin from the date of the Agreement, or from the
date of the Notice to Proceed, which ever is latest.
01 -06 OWNER
The Owner shall be the party or parties named in the
Notice to Contractor.
01 -07 LLOCATION
The location of work shall be as mentioned in the
Notice to Contractors and as indicated on Plans.
' S -1
01 -08 USAGE OF WATER
Contractor shall pay all costs of water used. Water
is to be metered by Contractor and the cost is to be
subsidiary to other bid items. No additional pay
will be made for water.
01 -09 PAY ESTIMATES
If pay estimates from the Contractor are not received
by the Engineer on or before the time specified in
Section 9.04 of the General Conditions, then the pay
estimate will not be processed and will be returned
to the Contractor.
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 during
the course of the Project as they occur. Upon
completion of the Project and prior to final
acceptance and payment -, the Contractor shall show
field locations of all' above ground appurtenances
including but not limited to valves, fire hydrants
and manholes. Each appurtenance shall be located by
at least two horizontal distances measured from
existing, easily identifiable, immovable appurtenance
such as fire hydrants or valves. Property pins can
be used for as -built tie -ins provided no existing
utilities as previously described are available,
costs for developing as -built drawings shall be
subsidiary to other bid items.
02 -03 LANDS FOR WORK
Owner provides, as indicated on Drawings, land upon
which work is to be done, rights -of -way for access to
same and such other lands which are designated for
use of Contractor. Contractor provides, at his
expense and without liability of Owner, any
additional land and access thereto that may be
required for his construction operations, temporary
construction facilities, or for storage of materials.
S - '
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.
02 -05 GUARANTEES
Guarantee work, including equipment installed, to be
free from defects due to faulty workmanship or
materials for a period of one (1) year from the date
of final acceptance by the Owner. Upon notice from
Owner, repair defects in all construction which
develop during specified period at no cost to Owner.
Neither final acceptance, Certificate of Completion,
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 thereof from Contractor.
02 -06 PEVIATIONS 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 whatever existing improvements are to be
relocated, or grade and alignment of pipe changed.
Where necessary to move existing services, poles, guy
wires, pipelines, etc., as determined by the
Engineer, the Contractor will make arrangements with
the owner of the utility to be moved and have it
moved. The cost of any utility relocation will be at
the Contractor's sole expense. Owner will not be
liable for relocation costs or damages on account of
delays due to changes made by owners of privately
owned utilities which hinder progress of the work.
02 -07 MINIMUM WAGE SCALE
Minimum wage scale as specified and regulated by the
State of Texas and the Federal Government.
02 -08 j,IMIT OF FINANCIAL RESOURCES
The Owner has a limited amount of financial resources
committed to this Project; therefore, it shall be
understood by all bidders that the Owner may be
required to change and /or delete any items which he
may feel is necessary to accomplish all or part of
the scope of work within its limit of financial
resources.
S -3
Contractor shall be entitled to no claim for damages
for anticipated profits on any portion of work that
may be omitted. At any time during the duration of
this contract, the Owner reserves the right to omit
any work from this contract. Unit prices for all
items previously approved in this contract shall be
used to delete or add work per change order.
02 -09 CONSTRUCTION REVIEW
The Owner shall provide a project representative to
review the quality of materials and workmanship.
02 -10 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the contractor to
complete all work included in this contract, so
authorized by the Owner, as shown on the drawings or
described in the contract documents and technical
specifications. All items of construction not
specifically paid for in the bid schedule shall be
included in the unit price bids. Any question
arising as the the limits of work shall be left up to
the interpretation of the Engineer.
02 -11 PAYMENT FOR MATERIALS ON HAND
Owner shall pay for 90% of amount of materials on
hand in accordance with monthly estimate procedure
stipulated in the General Conditions of the
Agreement.
02 -12 CONSTRUCTION STAKING
The Engineer shall provide construction staking for
this project. The Contractor shall furnish and pay
for any re- staking.
SUBGRADE VERIFICATION
The Contractor shall furnish to the Owner, AT THE
CONTRACTOR'S EXPENSE, an Engineer's certification of
subgrade to ± 0.2 feet. This verification shall be
taken at the street center and verified. The Street
Contractor will provide this when he turns the
streets over to the Utility Contractor after the
subgrade is made. The Utility Contractor shall
provide this after his utilities are in and tested
and before the Gas Contractor moves in. The Gas
Contractor shall provide this after the gas
installation and before the Street Contractor moves
back in.
S -4
PROTECTION OF STARES. MARKS. ETC.
All engineering and surveyor's stakes, marks,
property corners, etc., shall be carefully preserved
by the Contractor, and in case of destruction or
removal during the course of this project, such
stakes, marks, property corners, etc., shall be
re- staked by the Contractor at the Contractor's sole
expense without additional compensation by the Owner.
The Contractor shall furnish to the Owner, AT THE
CONTRACTOR'S EXPENSE, the Engineer's certification
that ALL property pins are in place prior to his
moving off the job site. Such certification will be
expected of each Contractor involved with the project
as listed below, at the time periods specified:
1. Street Contractor - after subgrade, before
Utility Contractor moves in.
2. Utility Contractor - after utilities are
installed, before installation of gas.
3. Gas Contractor - after gas installation, before
Street Contractor moves back in.
4. Street Contractor - after streets installed,
before Final Acceptance.
SECTION 03 - INSURANCE
03 -01 Insurance policies must be obtained by the Contractor
or separate endorsement obtained by 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:
Comprehensive General Liability Insurance. The
Contractor 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 Comprehensive General Liability insurance
policy, said policy and the issuing carrier approved
by the Owner, which specifically insures the
contractual liability of the Contractor assumed under
Paragraph 6.01 in the General Conditions entitled
"Contractor's Indemnity Provision ". The liability
coverage under this policy shall cover Independent
Contractors. Liability limits for the Comprehensive
General Liability insurance coverage under this
policy shall not be less than the following:
S -5
SECTION 04 -
Bodily Injury $300,000 each person
$300,000 each accident
Property Damage $100,000 each accident
$100,000 aggregate
A $500,000 umbrella coverage shall also be required.
Public Liability and Property Damage to protect the
Contractor, any of his sub - contractors and the Owner
against claims arising from personal injury,
including accidental death, as well as claims for
property damage.
The amount for liability is $250,000/$500,000. The
amount of property damage is $100,000 per accident.
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 amount of liability.
Worker's Compensation and Employer's Liability
Builder's Risk Insurance is necessary to cover loss
of or damage to the building materials while the
project is under construction.
The Contractor shall supply to the Owner a
Certificate of Insurance, on a form supplied by the
insurance companies or a form similar to the attached
samples from the Contractor prior to the start of
work.
Owner's Protective as required by the General
Conditions of the Agreement.
COORDINATION WITH STREET PAVING CONTRACTOR
04 -01 WATERLINE INSTALLATION
It is the option of the Contractor to install the
proposed waterline improvements when located behind
the proposed back -of -curb, exclusive of water
services, prior to excavation of the streets to
subgrade by the Street Paving Contractor. Assignment
for the waterline will be as shown on the plans and
in most instances will be behind the proposed
back -of -curb of the streets.
S -6
The Utility Contractor should install bends in
waterline or bury extra depth as to avoid
interference with proposed sanitary sewer, storm
sewer, and inlets. Adjustment of the waterline to
avoid conflicts with utilities will be done at the
sole expense of the Utility Contractor.
04 -02 WASTEWATER LINE INSTALLATION
The streets will be excavated to subgrade and bladed
by the Street Paving Contractor prior to the Utility
Contractor beginning installation of wastewater line
improvements within the street right -of -ways. Upon
completion of the wastewater line construction, the
Utility Contractor shall dress and blade the street
to subgrade and in the same condition it was in when
accepted by the Utility Contractor and to the
satisfaction of both the Street Paving Contractor and
the Engineer.
04 -03 UTILITY APPURTENANCES ADJUSTMENTS
The Utility Contractor shall, as his own expense,
raise the gate valve boxes and manhole frames and
covers to the finished paved street grade. All gate
valve boxes and manhole frames and covers within the
proposed street paving area shall be constructed six
(6) inches below the subgrade of the street. The
Utility Contractor shall coordinate the raising of
the gate valve boxes and manhole frames and covers to
finished street grade with both the Street Paving
Contractor and the Engineer.
In unpaved areas, gate valve boxes shall be raised by
the Utility Contractor, at his own expense, to two
(2) inches above natural ground.
In unpaved areas, manhole frames and covers shall be
raised by the Utility Contractor, at his own expense,
to six (6) inches above natural ground.
S -7
TECHNICAL SPECIFICATIONS
ITEM 1 GENERAL DESCRIPTION
1.01 SCOPE OF WORK
The work covered by these Specifications consists of
furnishing all labor, equipment, appliances, materials and
performing all operations in connection with the
installation of channel improvements complete in
accordance with the Plans, and subject to the terms and
conditions of the Contract Documents.
1.02 GOVERNING TECHNICAL SPECIFICATIONS
CHANNEL IMPROVEMENTS
The current Standard Specifications for the City of Austin
and the City of Austin Erosion & Sedimentation Control
Manual, are incorporated into this project 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
Bound Rock.
Wherever the term "Engineer' is used in the Austin
Specifications, it shall be construed to mean Haynie
Kallman & Gray, Inc.
1 -1
ITEM 2 CONTROL OF WORK
2.01 CLEAN -UP
2.01.1 CONSTRUCTION SITE
During construction the Contractor shall keep the site
free and clean from all rubbish and debris and shall
clean -up the site promptly when notified to do so by the
Engineer.
The Contractor shall, at his own expense, maintain the
streets and roads free from dust, mud, excess earth or
debris which constitutes a nuisance or danger to the
public using the thoroughfare, or the occupants of
adjacent properties.
Care shall be taken to prevent spillage on streets and
roads over which hauling is done, and any such spillage or
debris deposited on streets, due to the Contractor's
operations, shall be immediately removed.
2.01.2 HACKWORK
The Contractor shall coordinate his operations in such a
manner as to prevent the amount of clean -up and completion
of back works from becoming excessive. Should such a
condition exist, the Engineer may order all or portions of
the work to cease and refuse to allow any work to commence
until the back work is done to the Engineer's
satisfaction.
2.02 GRADING
The Contractor shall do such grading in the area adjacent
to project facilities as may necessary to leave the
area in a neat and satisfactory condition approved by the
Engineer.
2 -1
ITEM 3 ZXAMINATION AND REVIEW
3.01 ZXAMINATION OF WORK
The work covered under this Contract shall be examined and
reviewed by the Engineer, representatives of all
governmental entities which have jurisdiction, and the
Owner's authorized representative. The quality of
material and the quality of installation of the
improvements shall be to the satisfaction of the
Engineer. It shall be the Contractor's responsibility for
the construction methods and safety precautions in the
undertaking of this Contract.
3.02 NOTIFICATION
The Engineer must be notified a minimum of 24 -hours in
advance of beginning construction, testing, or requiring
presence of Engineer or project representative.
3.03 CONSTRUCTION STAKING
The Engineer shall furnish the Contractor alignment and
reference hubs for channel excavation at an agreed
interval and offset, together with cut sheets showing the
difference in elevation from top of the stakes to the flow
line of the channel.
This construction staking will be provided one (1) time at
the sole expense of the Owner. All re- staking will be
provided by the Contractor and paid for by the Contractor
at his sole expense without additional compensation by the
Owner.
3.04 PENSITY TESTING
All density testing shall be made by an independent
laboratory at the Owner's, expense. Any required
"re- tests" shall be performed at the Contractor's
expense. An authorized representative of the Owner shall
be present when such tests are made. The number of tests
required shall be determined by the Engineer or his
authorized representative.
3 -1
3.05 PROTECTION OP STARES. MARKS. ETC.
All engineering and surveyor's stakes, marks, property
corners, etc., shall be carefully preserved by the
Contractor, and in case of destruction or removal during
the course of this project, such stakes, marks, property
corners, etc., shall be replaced by the Contractor at the
Contractor's sole expense.
3 -2
ITEM 4 PROTECTION AND PRECAUTION
I 4.01 WORK IN FREEZING WEATHER
I Portions of the work may continue as directed by the
Engineer.
I 4.02 PROTECTION OF TREES. PLANTS AND SHRUBS
The Contractor shall take necessary precautions to
preserve all existing trees, plants and shrubs but where
I it is justifiable and necessary the Contractor may remove
trees and plants for construction right -of -way but only
with approval of the Engineer.
4.03 $ARRICADES
Barricades shall be installed, in locations deemed
'
necessary by the Engineer, for the protection of life and
property. Under no circumstances will any existing road
be permitted to remain closed over a weekend.
I 4.04 PROPERTY LINES AND MONUMENTS
I The Contractor shall be responsible for the protection,
reference and resetting of property corner monuments if
disturbed.
' 4.05 DISPOSAL OF SURPLUS MATERIAL
The Contractor shall at his own expense, make arrangement
I for the disposal of surplus material, such as rock, trees,
brush and other unwanted backfill materials.
4.06 CONTRACTOR'S USE OF PREMISES
I
The Contractor shall, at his own expense, provide
additional space as necessary for his operations and
' storage of materials.
ITEM 5 MATERIALS
5.01 TRADE NAMES
Except as specified otherwise, wherever in the
specifications an article or class of material is
designated by a trade name or by the name or catalog
number of any maker, patentee, manufacturer, or dealer,
such designations shall be taken as intending to mean and
specify the articles described or another equal thereto in
quality, finish, and serviceability for the purpose
intended, as may be determined and judged by the Engineer
in his sole discretion.
5.02 M1ATERIALS AND WORKMANSHIP
No material which has been used by the Contractor for any
temporary purpose whatever is to be incorporated in the
permanent structure without the written consent of the
Engineer. Where materials or equipment are specified by a
trade or brand name, it is not the intention of the owner
to discriminate against an equal product of another
manufacturer, but rather to set a definite standard of
quality for performance, and to establish an equal basis
for the evaluation of bids. Where the words 'equivalent ",
"proper" or "equal to' are used, they shall be understood
to mean that the item referred to shall be "proper ", the
"equivalent" of, or "equal to" some other item, in the
opinion or judgement of the Engineer. Unless otherwise
specified, all materials shall be the best of their
respective kinds and shall be in all cases fully equal to
approved samples. Notwithstanding that the words "or
equal to" or other such expressions may be used in the
specifications in connection with a material, manufactured
article or process, the material, article or process
specifically designated shall be used, unless a substitute
is approved in writing by the Engineer, and the Engineer
will have the right to require the use of such
specifically designated material, article or process.
5 -1
8.02.04 RIPE (Item 510)
Reinforced concrete pipe will be measured by the linear
foot along the centerline of the pipe for the various
sizes and classes of pipe in place at all depths, in
accordance with these specifications, complete and
accepted by the Engineer, including excavation and
backfill.
Where spurs or branches, or connections to existing pipe
lines are involved, measurement of the spur or new
connecting pipe will be made from the intersection of its
central axis with the outside surfaces of the pipe into
which it connects. Where inlets, headwalls, catch basins,
manholes, junction boxes, or other structures are included
in lines of pipe, that length of pipe tying into the
structure wall will be included for measurement but no
other portion of the structure length or width will be so
included.
Payment for precast concrete pipe, measured as prescribed
above, will be made at the unit price bid per linear foot
for the various sizes of pipe, of the class specified
including excavation and backfill for furnishing, hauling
and placing pipe including all incidental and subsidiary
materials and work; preparing, shaping, de- watering and
shoring of trenches; hauling, placing and preparing
bedding; for connecting to new or existing systems or
structures; for hauling, moving, placing and compacting
backfill materials and for all other incidentals necessary
to complete the pipe installation in accordance with the
plans and specifications.
8.02.05 J4ISCELLANEOUS STRUCTURES & APPURTENANCES (Item 508)
All miscellaneous structures satisfactorily completed in
accordance with the plans and specifications will be
measured as completed units 'unless specified otherwise on
the Plans.
Excavation and backfill will not be measured under this
item but will be considered subsidiary to the other items.
Frames, grates, rings and covers will not be measured and
paid for but shall be considered subsidiary to the items
for pay.
Payment for Inlets for the type shown on the plans in
place in accordance with these specifications and measured
as prescribed above will be made at the unit price bid for
each "inlet ", Complete of the type specified including
transition curbs and gutters. Payment for inlets with
extensions of the length shown on the plans and measured
as prescribed above shall be made at the unit price bid
for each "Inlet" including transition curbs and gutters.
8 -2
Payment for Headwalls of the type shown on the plans in
place and in accordance with these specifications and
measured as each will be made at the unit price bid for
each "Headwall" of the type specified.
Payment for completed structures will be made at the unit
price bid per each.
8.02.06 MANHOLES S JUNCTION BOXES (Item 506)
All manholes and junction boxes satisfactorily completed
as indicated in plans or specifications will be measured
as completed units per each for all depths.
When called for in the proposal, manholes (all depths) and
junction boxes (all depths) shall be paid for at the unit
contract price bid per each for such structures and
backfilling, complete in place. No separate payment will
be made for stub outs or adjustments to finished grade.
The cost of these should be included in the bid item for
manholes or junction boxes. Each manhole or junction box
shall be constructed in accordance with the details
indicated and to the depth required by the profiles.
8.02.07 FRAMES. GRATES. RINGS & COVERS (Item 503)
No direct compensation will be made for frames, grates,
rings and covers. Measurement and payment for furnishing
all materials, tools, equipment, labor and incidentals
necessary to complete the work will be included in
proposal items which constitute the completed and accepted
structures.
8.02.08 RIP -RAP (Item 591)
This item shall govern the furnishing and placing of stone
rip -rap as indicated on the plans. The stone will be
placed in accordance with the plans and the construction
specifications.
Measurement of acceptable rock rip -rap of the type
specified complete in place will be made on basis of
square yards actually covered unless otherwise specified.
The rock rip -rap quantity, measured as provided above,
will be paid at the unit price as bid per square yard as
set forth within the proposal, for rip -rap of the various
types specified, which price will be full compensation for
furnishing, hauling and placing all materials including
reinforcement and premolded expansion joint material, and
all labor, tools, and equipment and incidentals necessary
to complete the work. Rip -rap will not be paid for
separately when specifically included in other bid items.
8 -3
8.02.09 ADJUSTING STRUCTURES (Item 504)
Adjustment of manholes and junction boxes to finished
grade shall not be measured or paid separately. The cost
of such adjustments will be considered subsidiary to the
item for manholes or junction boxes.
8.02.10 AROSION CONTROL MEASURES (Series 600)
This item shall govern the furnishing, placing,
maintaining and removal of all erosion control measure,
site work, restoration work, grading, shaping and seeding
for the project as shown on the Plans. All temporary
erosion control measures including hay bales, rock berms,
fabric fence and brush piles shall be erected at the
locations specified on the Plans, maintained until final
acceptance, and removed by the Contractor after final
acceptance of the project. The restoration of disturbed
areas and spoil sites shall include spreading of top soil,
shaping and seeding in accordance with the Plans.
Maintenance of the temporary erosion control measures
shall be the Contractors responsibility until final
acceptance.
When called for in the proposal, erosion control measure
shall be paid for at the unit contract price bid per lump
sum for such measures, complete in place, in accordance
with the Plans. The bid price per lump sum shall include
all excavation, materials, shaping, hauling, maintenance,
removal at completion of project, disposal of surplus
materials, seeding and clean up. Existing temporary
erosion control measures installed by others, but
disturbed by the Contractor, will be repaired or replaced
at the Contractor's sole expense.
8 -4
•