R-88-1152 - 8/25/1988RESOLUTION NO. / /.5;g— ,
WHEREAS, the City of Round Rock has duly advertised for bids to
construct an 8" waterline at Old Settlers Park at Palm Valley, and
WHEREAS, Triple Vee Construction submitted the lowest and best
bid, and
WHEREAS, the City Council wishes to accept the bid of Triple Vee
Construction and to authorize the above - described improvements, Now
Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Triple Vee Construction is hereby accepted as
the lowest and best bid, and the Mayor is hereby authorized and
directed to execute on behalf of the City a contract with Triple Vee
Construction to lay an 8" waterline at Old Settlers Park at Palm
Valley. q
RESOLVED this �s day of August, 1988.
ATTEST:
JO
NE LAND, City Secretary
C29RESWATER
MIKE ROBINSON, Mayor
City of Round Rock, Texas
August 16, 1988
Ms. Sharon Prete
Director of Parks & Recreation
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
RE: Engineer's Letter of Recommendation
Palm Valley Park Phase II Waterline Improvements
Dear Sharon:
Bids were opened at 2:00 p.m., August 9, 1988 for construction of the
Palm Valley Park Phase II Waterline Improvements. A total of
thirteen (13) bids were received, the lowest bidder being Triple V
Construction Company of Del Valle, Texas in the amount of
$141,489.40. A complete bid tabulation is enclosed for your review.
As I am sure your are aware, Triple V Construction Company is
presently completing construction of the Palm Valley Park Phase I
Waterline and have completed many projects in the Round Rock area.
Based on their past experience record and submission of the lowest
and best bid, we recommend award of this contract to Triple V
Construction Company in the of $141,489.40.
If you have any questions or comments, please advise.
Sincerely,
HAYNIE KALLMAN & GRAY, INC.
. William '` tz
Project Manager
AWW /lm
enclosure
Haynie Kallman & Gray, Inc.
Consulting Engineers
cc: Mr. James R. Nuse, P.E., City of Round Rock Public Works
*103 - 2110 12303 Technology Blvd , Suite J Austm,Texas78727 (512) 250-8611
Civil Engineering Consultants Municipal Engmeenng Land Planning Surveying
OB /10 /88 HAYNIE KALLMAN & BRAY, INC. PAGE 1
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE NO 9:PVPIIWLI
BID DATE: AUGUST 9, 1988 @ 2 :00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
ND.
DESCRIPTION
1
Triple -V Construction
2
D.I.J. Construction
•
UNIT UNIT
UNIT OMAN. PRICE AMOUNT PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 $10.40 $114,056.80 $10.20 $111,863.40
2 . 6" Waterline L.F. 346 $7.80 $2,698.80 $7.75 $2,681.50
3 . 4' Waterline L.F. 36 $7.55 $271.80 $6.05 $217.80,
4 . 1 -1/2' Service Line L.F. 95 $6.00 $570.00 $8.50 $807.50
5 . Concrete Encase. B' Waterline L.F. 90 $13.00 $1,170.00 $20.00 $1,800.00
6 . B' Gate Valve w /Box & Cover EA. 11 $450.00 $4,950.00 $500.00 $5,500.00
7 . 6' Gate Valve w /Box & Cover EA. 7 $350.00 $2,450.00 $400.00 $2,800.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $300.00 $600.00 $340.00 $680.00
9 . 1 -1 /2' Service Taps EA. 3 $75.00 $225.00 $30.00 $90.00
10 . Flushing Valve Assembly EA. 1 81,050.00 $1,050.00 $1,100.00 $1,100.00
11 . 5 -1/4' Fire Hydrant & Gate Valve EA. 5 $1,100.00 $5,500.00 $1,100.00 $5,500.00
12 . Cast Iron Fittings TN. 3.690 $1,300.00 $4,797.00 $2,140.00 $7,896.60
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $850.00 $2,550.00 $700.00 82,100.00
14 . Tree Protection L.S. 1 $200.00 $200.00 $500.00 $500.00
15 . Erosion Control & Restoration L.5. 1 $400.00 $400.00 $2,500.00 $2,500.00
TOTAL BID PRICE 8141,489.40 $146,036.80
ALTERNATE BID ITEMS ITO CONSTRUCT 12° WATERLINE IN PLACE OF 8' WATERLINE)
Alt - . 12' Waterline L.F. 10,967 $16.65 $182,600.55 $16.17 $177,336.39
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $15.00 $1,350.00 $20.00 $1,800.00
Alt -6 . 12' Gate Valve w /Box & Cover EA. 11 $800.00 $8,800.00 $900.00 $9,900.00
Alt-12. Cast Iron Fittings TN. 6.465 $1,400.00 $9,051.00 $2,250.00 $14,546.25
Alt -13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $1,050.00 $3,150.00 $935.00 $2,805.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $204,951.55 $206,387.64
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 (from original proposal) $13,965.60 816,876.80
TOTAL ALTERNATE BID 8218,917.15 8223,264.44
00 /10 /88 HAYNIE KALLMAN & GRAY, INC. PAGE 2
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE N0: 9:PVPIIWLI
BID DATE: AUGUST 9, 1988 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
3 4
Austin Engineering Redico Construction
ITEM UNIT UNIT
NO. DESCRIPTION UNIT 8UAN. PRICE AMOUNT PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 $12.00 $131,604.00 $11.00 $120,637.00
2 . 6' Waterline L.F. 346 $11.00 $3,806.00 88.00 $2,768.00
3 . 4' Waterline L.F. 36 $10.00 $360.00 $6.25 $225.00
4 . 1 -1/2' Service Line L.F. 95 $4.00 $380.00 $3.30 $313.50
5 . Concrete Encase. 8' Waterline L.F. 90 $18.00 $1,620.00 $22.00 $1,980.00
6 . 8' bate Valve w /Box & Cover EA. 11 $510.00 $5,610.00 $440.00 $4,840.00
7 . 6' Gate Valve w /BOx & Cover EA. 7 $400.00 82,800.00 $315.00 $2,205.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $340.00 $680.00 $540.00 $1,080.00
9 . 1 -1/2' Service Taps EA. 3 $150.00 $450.00 $165.00 $495.00
10 . Flushing Valve Assembly EA. 1 $1,000.00 $1,000.00 $1,050.00 $1,050.00
11 . 5 -1/4' Fire Hydrant & Gate Valve EA. 5 $1,400.00 $7,000.00 $1,025.00 $5,125.00
12 . Cast Iron Fittings TN. 3.690 $0.00 $0.00 $1,750.00 $6,457.50
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $600.00 $1,800.00 $685.00 $2,055.00
14 . Tree Protection L.S. 1 $500.00 $500.00 $1,220.00 $1,220.00
15 . Erosion Control & Restoration L.S. 1 $1,000.00 $1,000.00 $9,100.00 $9,100.00
TOTAL BID PRICE $158,610.00 $159,551.00
ALTERNATE BID ITEMS (TO CONSTRUCT 12' WATERLINE IN PLAC
Alt -1 . 12' Waterline L.F. 10,967 $18.00 $197,406.00 $21.95 $240,725.65
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $20.00 $1,800.00 $27.50 $2,475.00
Alt -6 . 12' Gate Valve w /Box & Cover EA. 11 $920.00 $10,120.00 $750.00 $8,250.00
Alt -12. Cast Iron Fittings TN. 6.465 $0.00 $0.00 $1,800.00 $11,637.00
Alt -13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $900.00 $2,700.00 $1,000.00 $3,000.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $212,026.00 $266,087.65
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 lfram•origina 817,976.00 823,581.50
TOTAL ALTERNATE BID $230,002.00 $289,669.15
08 /10 /8B HAYNIE KALLMAN & GRAY, INC. PAGE 3
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103- 2110 -20 FILE N0: 9:PVPIIWLI
BID DATE: AUGUST 9, 1988 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
5
Rueter Construction
6
Parker &Rogers
ITEM UNIT UNIT
NO. DESCRIPTION UNIT OUAN. PRICE AMOUNT PRICE AMOUNT
1 .'B' Waterline L.F. 10,967 $11.75 $128,862.25 $13.00 $142,571.00
2 . 6' Waterline L.F. 346 $9.50 $3,287.00 812.00 $4,152.00
3 . 4' Waterline L.F. 36 $8.00 8288.00 $12.00 $432.00
4 . 1 -1/2' Service Line L.F. 95 $7.00 $665.00 $6.00 $570.00
5 . Concrete Encase. 8' Waterline L.F. 90 $12.50 $1,125.00 $15.00 $1,350.00
6 . 8' Gate Valve w /Box & Cover EA. 11 $425.00 $4,675.00 $450.00 $4,950.00
7 . 6' Gate Valve w /Box & Cover EA. 7 $305.00 $2,135.00 $350.00 $2,450.00
8 . 4' Gate Valve wlBox & Cover EA. 2 $260.00 $520.00 $250.00 $500.00
9 . 1-1/2' Service Taps EA. 3 $100.00 $300.00 $250.00 $750.00
10 . Flushing Valve Assembly EA. 1 $750.00 $750.00 $1,200.00 $1,200.00
11 . 5 -1/4' Fire Hydrant & Gate Valve EA. 5 $1,100.00 $5,500.00 $1,250.00 $6,250.00
12 . Cast Iran Fittings TN. 3.690 $1,900.00 $7,011.00 $2,200.00 $8,118.00
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $600.00 $1,800.00 $950.00 $2,850.00
14 . Tree Protection L.S. 1 $1,000.00 81,000.00 $1,200.00 $1,200.00
15 . Erosion Control & Restoration L.S. 1 $4,500.00 $4,500.00 $16,000.00 $16,000.00
TOTAL BID PRICE $162,418.25 $193,343.00
ALTERNATE BID ITEMS ITO CONSTRUCT 12' WATERLINE IN PLAC
Alt -1 . 12' Waterline L.F. 10,967 $17.75 $194,664.25 $19.75 8216,598.25
Alt - . Concrete Encase. 12' Waterline L.F. 90 $16.00 $1,440.00 $20.00 $1,800.00
Alt -6 . 12' Gate Valve w /Box & Cover EA. 11 $770.00 $8,470.00 $900.00 $9,900.00
Alt -12. Cast Iron Fittings TN. 6.465 $1,900.00 $12,283.50 $2,200.00 $14,223.00
Alt -13. 2° Auto. Comb. Air & Vac. Relief EA. 3 8800.00 $2,400.00 $1,400.00 $4,200.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $219,257.75 $246,721.25
SUBTOTAL ITEMS 2 - 4, 7 - 11, 14, & 15 (from origina $18,945.00 $33,504.00
TOTAL ALTERNATE BID $238,202.75 $280,225.25
08/10/80 HAYNIE KALLMAN & GRAY, INC. PAGE 4
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE N0: 9:PVPIIWLI
BID DATE: AUGUST 9, 1900 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
7 8
Robert Hurst Co. Austin Rio Const.
ITEM UNIT UNIT
N0. DESCRIPTION UNIT MAN. PRICE AMOUNT PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 $15.20 $166,698.40 $13.90 $152,441.30
2 . 6' Waterline L.F. 346 $12.75 $4,411.50 $12.20 $4,221.20
3 . 4' Waterline L.F. 36 $12.00 $432.00 $11.70 $421.20
4 . 1 -1/2' Service Line L.F. 95 $11.00 $1,045.00 $7.30 $693.50
5 . Concrete Encase. B' Waterline L.F. 90 $20.00- $1,800.00 $15.00 01,350.00
6 . 8' Gate Valve w /Box & Cover EA. 11 $395.00 $4,345.00 $425.00 $4,675.00
7 . 6' Gate Valve w /Box & Cover EA. 7 $265.00 $1,855.00 $350.00 $2,450.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $212.00 $424.00 $300.00 $600.00
9 . 1 -1 /2' Service Taps EA. 3 $42.00 $126.00 $125.00 $375.00
10 . Flushing Valve Assembly EA. 1 $980.00 $980.00 $525.00 $525.00
11 . 5 - /4' Fire Hydrant & Gate Valve EA. 5 $1,275.00 $6,375.00 $1,100.00 $5,500.00
12 . Cast Iron Fittings TN. 3.690 $1,900.00 07,011.00 $2,050.00 $7,564.50
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $920.00 $2,760.00 $985.00 $2,955.00
14 . Tree Protection L.S. 1 $100.00 $100.00 $1,500.00 $1,500.00
15 . Erosion Control & Restoration L.S. 1 $4,000.00 $4,000.00 017,500.00 $17,500.00
TOTAL BID PRICE $202,362.90 $202,771.70
ALTERNATE BID ITEMS (TO CONSTRUCT 12' WATERLINE IN PLAC
Alt -1 . 12' Waterline L.F. 10,967 $19.30 $211,663.10 $18.40 $201,792.80
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $20.00 $1,800.00 $20.00 $1,800.00
Alt -6 . 12' Gate Valve w /Box & Cover EA. 11 $735.00 08,085.00 $850.00 $9,350.00
Alt -12. Cast Iron Fittings TN. 6.465 $1,800.00 $11,637.00 $2,200.00 $14,223.00
Alt -13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $1,050.00 $3,150.00 $485.00 $1,455.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $236,335.10 0228,620.80
SUBTOTAL ITEMS 2 - 4, 7 - 11, 14, & 15 (from origina $19,748.50 833,785.90
TOTAL ALTERNATE BID $256,083.60 $262,406.70
IA
08 /10 /88 HAYNIE KALLMAN & GRAY, INC. PAGE 5
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENT
INNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE N0: 9:PVPIIWLI
BID DATE: AUGUST 9, 1988 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
NO.
DESCRIPTION
1 . 8' Waterline L.F. 10,967 $13.80 $151,344.60 117.75 $194,664.25
2 . 6' Waterline L.F. 346 $12.00 $4,152.00 $14.00 $4,844.00
3 . 4' Waterline L.F. 36 $11.00 $396.00 $12.00 $432.00
4 . 1 -1/2' Service Lune L.F. 95 $10.00 $950.00 $4.00 8380.00
5 . Concrete Encase. 8' Waterline L.F. 90 $25.00 $2,250.00 $20.00 $1,800.00
6 . 8' Gate Valve w /Box & Cover EA. 11 $550.00 86,050.00 $400.00 $4,400.00
7 . 6' Gate Valve w /Box & Cover EA, 7 $375.00 $2,625.00 $250.00 $1,750.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $350.00 $700.00 $200.00 $400.00
9 . 1 - 1/2' Service Taps EA. 3 $250.00 $750.00 $100.00 $300.00
10 . Flushing Valve Assembly EA. 1 $850.00 $850.00 $750.00 $750.00
11 . 5 -1/4' Fire Hydrant & Gate Valve EA. 5 $1,250.00 $6,250.00 $850.00 $4,250.00
12 . Cast Iron Fittings TN. 3.690 $2,200.00 $8,118.00 $0.00 $0.00
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $650.00 $1,950.00 $450.00 $1,350.00
14 . Tree Protection L.S. 1 $1,750.00 $1,750.00 $500.00 $500.00
15 . Erosion Control & Restoration L.S. 1 $15,000.00 $15,000.00 $500.00 $500.00
TOTAL BID PRICE $203,135.60 $216,320.25
ALTERNATE BID ITEMS (TO CONSTRUCT 12' WATERLINE IN PLAC
9 10
Haeglin Construction Bay Maintenance Co.
UNIT UNIT
UNIT CUAN. PRICE AMOUNT PRICE AMOUNT
Alt -1 . 12' Waterline L.F. 10,967 $18.15 $199,051.05 $22.40 $245,660.80
Alt . Concrete Encase. 12' Waterline L.F. 90 $25.00 $2,250.00 $20.00 $1,800.00
Alt-6 . 12' Gate Valve w /Box & Cover EA. 11 $850.00 $9,350.00 $700.00 $7,700.00
Alt-12. Cast Iran Fittings TN. 6.465 $2,400.00 $15,516.00 $0.00 $0.00
Alt - 13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $850.00 $2,550.00 $800.00 $2,400.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 8220,717.05 $257,560.80
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 (from origina 133,423.00 114,106.00
TDTAL ALTERNATE BID $262,140.05 $271,666.80
08/10/88 HAYNIE KAMAN & GRAY, INC. PAGE 6
PROJECT: PALM VALLEY PARK PHASE 11 WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE NO: 9:PVPTIWLI
BID DATE: AUGUST 9, 1988 @ 2:00 P.N.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
NO.
DESCRIPTION
11 12
Pat Canion Excay. Smith Excavating
UNIT UNIT
UNIT BURN. PRICE AMOUNT PRICE AMOUNT
1 . 8' Waterline ' L.F. 10,967 $16.00 $175,472.00 •$17.75 $194,664.25
2 . 6' Waterline L.F. 346 $12.00 $4,152.00 $16.00 $5,536.00
3 . 4' Waterline L.F. 36 $10.00 $360.00 $16.00 $576.00
4 . 1 -1/2' Service Line L.F. 95 $7.00 $665.00 $15.00 $1,425.00
5 . Concrete Encase. 8' Waterline L.F. 90 $10.00 $900.00 $18.00 $1,620.00
6 . 0' bate Valve w /Box & Cover EA. 11 $450.00 $4,950.00 $650.00 $7,150.00
7 . 6' Gate Valve w /Box & Cover EA. 7 8400.00 $2,600.00 $500.00 $3,500.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $300.00 $600.00 $420.00 $840.00
9 . 1 -1/2' Service Taps EA. 3 $100.00 $300.00 $550.00 $1,650.00
10 . Flushing Valve Assembly EA. 1 $800.00 $800.00 $1,050.00 $1,050.00
11 . 5 -1/4' Fire Hydrant & Gate Valve EA. 5 $800.00 $4,000.00 $1,675.00 $8,375.00
12 . Cast Iron Fittings TN. 3.690 $2,500.00 $9,225.00 $2,500.00 $9,225.00
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $500.00 $1,500.00 $2,000.00 $6,000.00
14 . Tree Protection L.S. 1 83,000.00 $3,000.00 $5,000.00 $5,000.00
15 . Erosion Control & Restoration L.S. 1 $17,357.00 $17,357.00 $14,900.00 114,800.00
TOTAL BID PRICE $226,081.00 $261,411.25
ALTERNATE BIB ITEMS (TO CONSTRUCT 12' WATERLINE IN PLAC
Alt -1 . 12' Waterline L.F. 10,967 $20.71 $227,126.57 $25.80 $282,948.60
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $10.00 $900.00 $25.00 $2,250.00
.Alt - . 12' Gate Valve w /Box & Cover EA. 11 $900.00 $9,900.00 $1,200.00 $13,200.00
Alt -12. Cast Iron Fittings TN. 6.465 $2,500.00 $16,162.50 $2,500.00 $16,162.50
Alt-13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $700.00 $2,100.00 $2,900.00 $8,700.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $256,189.07 $323,261.10
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 (from origina $34,034.00 $42,752.00
TOTAL ALTERNATE BID $290,223.07 $366,013.10
. 08/10/88 HAYNIE KALLMAN & GRAY, INC. PAGE 7
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE N0: 9:PVPIIWLI
BID DATE: AUGUST 9, 1980 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
13
J.C. Evans Const.
ITEM UNIT
N0. DESCRIPTION UNIT BUAN. PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 $19.25 $211,114.75
2 . 6' Waterline L.F. 346 $17.40 $6,020.40
3 . 4' Waterline L.F. 36 $17.10 8615.60
4 . 1 -1/2' Service Line L.F. 95 $13.10 $1,244.50
5 . Concrete Encase. 8' Waterline L.F. 90 $19.50 $1,755.00
6 . B' bate Valve w /Box & Cover EA. 11 $520.00 $5,720.00
7 . 6' Gate Valve w /Box & Cover EA. 7 $440.00 $3,080.00
B . 4' Gate Valve w /Box & Cover EA. 2 $390.00 8700.00
9 . 1 -1/2' Service Taps EA. 3 $390.00 $1,170.00
10 . Flushing Valve Assembly EA. 1 $1,160.00 $1,160.00
11 . 5 - 1/4' Fire Hydrant & Gate Valve EA. 5 $1,400.00 $7,000.00
12 . Cast Iron Fittings TO. 3.690 $2,650.00 $9,778,50
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $830.00 $2,490.00
14 . Tree Protection L.S. 1 $2,760.00 $2,760.00
15 . Erosion Control & Restoration L.S. 1 $16,900.00 $16,900.00
TOTAL BID PRICE $271,508.75
ALTERNATE BID ITEMS (TO CONSTRUCT 12' WATERLINE IN PLAC
Alt - . 12' Waterline L.F. 10,967 $24.00 $263,208.00
Alt - . Concrete Encase. 12' Waterline L.F. 90 $21.00 $1,890.00
Alt -6 . 12' bate Valve w /Box & Cover EA. 11 $925.00 $10,175.00
Alt -12. Cast Iron Fittings TN. 6.465 $2,650.00 $17,132.25
Alt -13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $1,160.00 $3,480.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $295,885.25
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 Ifrom origina $40,730.50
TOTAL ALTERNATE BID $336,615.75
Dear Sharon:
August 16, 1988
Ms. Sharon Prete
Director of Parks & Recreation
City ofs,Round Rock
214 E. -Main Street
Round Rock, Texas 78664
RE: Engineei':s Letter of Recommendation
Palm Valley Park Phase II Waterline Improvements
Bids were opened at 2:00 p.m., August 9, 1988 for construction of the
Palm Valley Park Phase II Waterline Improvements. A total of
thirteen (13) bids were received, the lowest bidder being Triple V
Construction Company of Del Valle, Texas in the amount of
$141,489.40. A complete bid tabulation is enclosed for your review.
As I am sure your are aware, Triple V Construction Company is
presently completing construction of the Palm Valley Park Phase I
Waterline and have completed many projects in the Round Rock area.
Based on their past experience record and submission of the lowest
and best bid, we recommend award of this contract to Triple V
Construction Company in the of $141,489.40.
If you have any questions or comments, please advise.
Sincerely,
HAYNIE HALLMAN & GRAY, INC.
. William
Project Manager
AWW /lm
enclosure
#103 -2110
tz
xaynie Kallman G Inc.
cc Mr. James -R: Nuse; P - E — , City - of- Round - Rock- Pubric:Wo ks
12303 Technology Blvd., Suite J Ausnn,Texas 78727 (512) 250-8611
Civil Engineering Consultants Municipal Engineering Land Planning Suiveymg
08/10/88 HAYNIE KALLMAN & GRAY, INC. PAGE 1
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENTS
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE NO: 9:PVPIINLI
BID DATE: AUGUST 9, 1988 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
1 2
Triple -V Construction
D.I.J. Construction
ITEM UNIT UNIT
NO. DESCRIPTIDN UNIT BUAN. PRICE AMOUNT PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 $10.40 $114,056.80 - $10.20 8111,863.40
2 . 6' Waterline L.F. 346 $7.80 $2,698.80 $7.75 $2,681.50
3 . 4' Waterline L.F. 36 $7.55 $271.80 $6.05 $217.80.
4 . 1 -1/2' Service Line L.F. 95 86.00 $570.00 $8.50 8807.50
5 . Concrete Encase. 8' Waterline L.F. 90 813.00 $1,170.00 $20.00 $1,800.00
6 . 8' bate Valve w /Box & Cover EA. 11 8450.00 $4,950.00 $500.00 $5,500.00
7 . 6' Sate Valve w /Box & Cover EA. 7 $350.00 $2,450.00 $400.00 $2,800.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $300.00 $600.00 $340.00 $680.00
9 . 1 -1/2' Service Taps EA. 3 $75.00 $225.00 $30.00 $90.00
10 . Flushing Valve Assembly EA. 1 $1,050.00 $1,050.00 $1,100.00 $1,100.00
11 . 5 -1 /4' Fire Hydrant & Gate Valve EA. 5 $1,100.00 85,500.00 $1,100.00 85,500.00
12 . Cast Iron Fittings TN. 3.690 $1,300.00 $4,797.00 $2,140.00 $7,896.60
13 . 1' Auto. Coab. Air & Vac. Relief EA. 3 8850.00 $2,550.00 $700.00 $2,100.00
14 . Tree Protection L.S. 1 6200.00 $200.00 $500.00 $500.00
15 . Erosion Control & Restoration L.S. 1 $400.00 $400.00 82,500.00 $2,500.00
TOTAL BID PRICE $141,489.40 $146,036.80
ALTERNATE BID ITEMS (10 CONSTRUCT 12' WATERLINE IN PLACE OF 8' WATERLINE)
Alt -1 . 12' Waterline L.F. 10,967 $16.65 $182,600.55 $16.17 8177,336.39
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $15.00 $1,350.00 $20.00 $1,800.00
.Alt -6 . 12' Sate Valve w /Box & Cover EA. 11 $000.00 $8,800.00 $900.00 $9,900.00
Alt - 12. Cast Iron Fittings TN. 6.465 $1,400.00 $9,051.00 82,250.00 $14,546.25
Alt -13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $1,050.00 $3,150.00 $935.00 $2,805.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $204,951.55 $206,387.64
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 (from original proposal) $13,965.60 $16,876.80
TOTAL ALTERNATE BID $218,917.15 6223,264.44
08/10/88 HAYNIE KALLMAN & BRAY, INC. PAGE 3
PROJECT: PALM VALLEY PARK PHASE I1 WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE N0: 9:PVPII0LI
BID DATE: AUGUST 9, 1988 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
N0.
DESCRIPTION
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 (from origins
5 6
Rueter Construction Parker &,Rogers
UNIT UNIT
UNIT MAN. PRICE AMOUNT PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 111.75 8128,862.25 $13.00 1142,571.00
2 . 6' Waterline L.F. 346 19.50 13,287.00 $12.00 $4,152.00
3 . 4' Waterline L.F. 36 88.00 $288.00 $12.00 $432.00
4 . 1 -112' Service Line L.F. 95 $7.00 $665.00 86.00 1570.00
5 . Concrete Encase. 8' Waterline L.F. 90 $12.50 $1,125.00 $15.00 $1,350.00
6 . 8• Sate Valve w /Box & Cover EA. 11 8425.00 $4,675.00 $450.00 $4,950.00
7 . 6' bate Valve w /Box & Cover EA. 7 $305.00 $2,135.00 $350.00 $2,450.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $260.00 $520.00 $250.00 $500.00
9 . 1 -1 /2' Service Taps EA. 3 8100.00 1300.00 $250.00 $750.00
10 . Flushing Valve Assembly EA. 1 8750.00 $750.00 $1,200.00 81,200.00
11 . 5-1/4' Fire Hydrant & Sate Valve EA. 5 $1,100.00 $5,500.00 11,250.00 $6,250.00
12 . Cast Iron Fittings TN. 3.690 $1,900.00 $7,011.00 $2,200.00 88,118.00
13 . !' Auto. Comb. Air & Vac. Relief EA. 3 $600.00 $1,800.00 $950.00 82,850.00
14 . Tree Protection L.S. 1 $1,000.00 $1,000.00 $1,200.00 $1,200.00
15 . Erosion Control & Restoration L.S. 1 $4,500.00 14,500.00 $16,000.00 $16,000.00
TOTAL BID PRICE 8162,418.25 1193,343.00
ALTERNATE BID ITEMS (TO CONSTRUCT 12' WATERLINE IN PLAC
Alt -1 . 12' Waterline L.F. 10,967 $17.75 $194,664.25 819.75 8216,598.25
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $16.00 81,440.00 $20.00 81,800.00
Alt -6 . 12' Gate Valve w /Box & Cover EA. 11 $770.00 $8,470.00 8900.00 89,900.00
Alt -12. Cast Iron Fittings TN. 6.465 $1,900.00 812,283.50 12,200.00 $14,223.00
Alt -13. 2' Auto. Comb. Air & Vac. Relief EA. 3 1800.00 12,400.00 $1,400.00 $4,200.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $219,257.75 $246,721.25
$18,945.00 $33,504.00
TOTAL ALTERNATE BID $238,202.75 8280,225.25
OB /10 /88 HAYNIE KALLMAN & GRAY, INC. PAGE 5
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103- 2110 -20 FILE N0: 9:PVPIIWLI
BID DATE: AUGUST 9, 1988 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
N0.
DESCRIPTION
ALTERNATE BID ITEMS ITO CONSTRUCT 12' WATERLINE IN PLAC
9 10
Haeglin Construction
Bay Maintenance Co.
UNIT UNIT
UNIT BUAN. PRICE AMOUNT PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 $13.80 $151,344.60 $17.75 $194,664.25
2 . 6' Waterline L.F. 346 $12.00 $4,152.00 $14.00 $4,844.00
3 . 4' Waterline L.F. 36 $11.00 $396.00 $12.00 $432.00
4 . 1 -1 /2' Service Line L.F. 95 $10.00 $950.00 84.00 $380.00
5 . Concrete Encase. B' Waterline L.F. 90 $25.00 $2,250.00 120.00 $1,800.00
6 . 8' Gate Valve w/Box & Cover EA. 11 $550.00 86,050.00 $400.00 $4,400.00
7 . 6' Gate Valve w/Box & Cover EA. 7 $375.00 $2,625.00 $250.00 $1,750.00
8 . 4' Gate Valve N /Box & Cover EA. 2 $350.00 8700.00 $200.00 $400.00
9 . 1 -1/2' Service Taps EA. 3 $250.00 $750.00 $100.00 $300.00
10 . Flushing Valve Assembly EA. 1 $850.00 $850.00 $750.00 8750.00
11 . 5 Fire Hydrant & Sate Valve EA. 5 $1,250.00 $6,250.00 $850.00 $4,250.00
12 . Cast Iron Fittings TN. 3.690 $2,200.00 $8,118.00 $0.00 $0.00
13 . 1' Auto. Comb. Air & Vac. Relief EA. 3 $650.00 $1,950.00 $450.00 $1,350.00
14 . Tree Protection L.S. 1 $1,750.00 $1,750.00 8500.00 $500.00
15 . Erosion Control & Restoration L.S. 1 $15,000.00 $15,000.00 $500.00 $500.00
TOTAL BID PRICE $203,135.60 $216,320.25
Alt-1 . 12' Waterline L.F. 10,967 $18.15 $199,051.05 $22.40 $245,660.80
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $25.00 $2,250.00 $20.00 $1,800.00
Alt -6 . 12' Bate Valve w/Box & Cover EA. 11 $850.00 $9,350.00 1700.00 $7,700.00
Alt -12. Cast Iran Fittings TN. 6.465 $2,400.00 $15,516.00 $0.00 $0.00
Alt - 13. 2' Auto. Comb. Air & Vac. Relief EA. 3 $850.00 $2,550.00 $800.00 $2,400.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $228,717.05 8257,560.80
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 Ifrom.origina
$33,423.00 $14,106.00
TOTAL ALTERNATE BID $262,140.05 $271,666.80
08/10/68 HAYNIE KALLMAN & BRAY, INC. PARE 7
PROJECT: PALM VALLEY PARK PHASE II WATERLINE IMPROVEMENT
OWNER: CITY OF ROUND ROCK
JOB NUMBER: 103 - 2110 -20 FILE N0: 9:PVPIIALI
BID DATE: AUGUST 9, 1918 @ 2:00 P.M.
PROJECT LOCATION: ROUND ROCK, TEXAS
ITEM
NO.
DESCRIPTION
13
J.C. Evans Const.
UNIT
UNIT GUAN. PRICE AMOUNT
1 . 8' Waterline L.F. 10,967 $19.25 $211,114.75
2 . 6' Waterline L.F. 346 $17.40 $6,020.40
3 . 4' Waterline L.F. 36 $17.10 $615.60
4 . 1 -1/2' Service Line L.F. 95 $13.10 $1,244.50
5 . Concrete Encase. 8' Waterline L.F. 90 819.50 $1,755.00
6 . 8' Gate Valve w /Box & Cover EA. 11 0520.00 $5,720.00
7 . 6• bate Valve w /Box & Cover EA. 7 $440.00 13,080.00
8 . 4' Gate Valve w /Box & Cover EA. 2 $390.00 1780.00
9 . 1 -1/2' Service Taps EA. 3 $390.00 $1,170.00
10 . Flushing Valve Asseably EA. 1 $1,160.00 $1,160.00
11 . 5 -1/4' Fire Hydrant & Rate Valve EA. 5 $1,400.00 17,000.00
12 . Cast Iron Fittings 1N. 3.690 $2,650.00 $9,778.50
13 . 1' Auto. Cub. Air & Vac. Relief EA. 3 $830.00 $2,490.00
14 . Tree Protection L.S. 1 $2,760.00 $2,760.00
15 . Erosion Control & Restoration L.S. 1 $16,900.00 $16,900.00
TOTAL BID PRICE 8271,586.75
ALTERNATE BID ITEMS IT0 CONSTRUCT 12' WATERLINE IN PLAC
Alt -1 . 12' Waterline L.F. 10,967 824.00 $263,208.00
Alt -5 . Concrete Encase. 12' Waterline L.F. 90 $21.00 $1,890.00
Alt -6 . 12' Gate Valve w /Box & Cover EA. 11 $925.00 $10,175.00
Alt -12. Cast Iron Fittings TN. 6.465 $2,650.00 $17,132.25
Alt -13. 2' Auto. Cosh. Air 1 Vac. Relief EA. 3 $1,160.00 $3,480.00
SUBTOTAL ALTERNATE ITEMS 1, 5, 6, 12, & 13 $295,885.25
SUBTOTAL ITEMS 2 -4, 7 -11, 14, & 15 (from origina $40,730.50
TOTAL ALTERNATE BID $336,615.75
DATE: August 23, 1988
SUBJECT: Council Agenda, August 25, 1988
ITEM: 10A. Consider a resolution authorizing the May to enter into a contract for
an 8" water line at Old Settlers Park at Palm Va11Py.
STAFF RESOURCE PERSON: SHARON PRETE
STAFF RECOMMENDATION: Thirteen hid were received ranging in price from
$141,489.40 to $271,588.75. Per the attached HK &G letter,
staff concurs and recommends that construction of the 8"
water line be awarded to Triple V Construction Company in
the amount of $141,489.40.
ECONOMIC IMPACT: Trine V's bid was $69,499.60 under the estimated project
cwt.
THE CITY OF ROUND ROCK
PALM VALLEY PARK PHASE II
WATERLINE IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
TEXAS LOCAL PARK FUND
PROJECT #20 -00264
Haynie Kallman & Gray, Inc.
Consulting Engineers
To: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
TYPE OF
INSURANCE
Workman's C26823225 01 -16 -88
Compensat
CERTIFICATE OF INSURANCE
THIS IS TO CERTIFY THAT TRIPLE V CONSTRUCTION CO. AND TRIPLE V EQUIPMENT CO.
is, at the date of this certificate, insured by this company with
respect to the business operations hereinafter described, for the
types of insurance and in accordance with the provisions of the
standard policies used by this company, and further hereinafter
described. Exceptions to standard policies are noted on the reverse
side hereof.
POLICY EFFECTIVE EXPIRATION LIMITS OF
NO. DATE DATE LIABILITY
Comprehensive D12648224 11 -27 -87 11 -27 -88
General
Liability GENERAL AGGREGATE $1,000,000
Includes PROD /COMP OPS AGGREGATE $1,000,000
Contractual PERSONAL & ADVER INJURY $1,000,0
Liability EACH OCCURRENCE $1,000,0
FIRE DAMAGE $ 50,0
Covers MEDICAL PAYMENTS $ 5,0
Independent
Contractors
Owner's
Protective G0534685 - 8 -31 -88 8 -31 -89
EACH OCCURRENCE $1,000,000
AGGREGATE $2,000,000
Comprehensive
Automobile CAL958409 11 -27 -87
Liability
Owned
X Vehicles
Hired
X Vehicles
Non -Owned
X Vehicles
Includes
Contractual
Liability
Page 1 of 2
Date: 8 - 88
Description of Work:
Palm Valley Park Phase II
Waterline Improvements
11 -27 -88 Statutory, State of
Texas, $ 500,000
11 -27 -88
Employer's Liability
Bodily Injury
$ ea. person
$ ea. accident
00
00
00
00property Damage
$ ea. accident
$ aggregate
Bodily injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
$ aggregate
Bodily Injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
COMBINED SINGLE LIMIT BI & PD $1,000,000
00031
The above policies either in the body thereof or by approprite
endorsement provide that they may not be changed or cancelled by the
insurer in less then ten (10) days after the insured has received
written notice of such change or cancellation.
This Certificate of Insurance neither affirmatively or negatively
amends, extends, or alters the coverage afforded by policy or
policies indicated by this certificate.
Page 2 of 2
CIGNA COMPANIES
(Name of Insurer)
By:
WAYNE D. SEARCEY
Title: AGENT, EXECUTIVE VICE - PRESIDENT
STOKES & SEARCEY AGENCY, INC.
Address :2520 SOUTH IH 35
AUSTIN, TX. 78704
00032
PERFORMANCE BOND
Bond No. 72- 0120 - 10693 -88 -2
Account No. 1 5220
THE STATE OF TEXAS §
COUNTY OF Travis §
KNOW ALL MEN BY THESE PRESENTS, THAT Triple V Construction Co.
of the City of Del Valle
County of Travis , and State of Tetras as
principal, and United States Fidelity and Guaranty Company authorized
under the laws of the State of Texas to act as surety on bonds for
The City of Round Rock,
principals, are held and firmly bound unto the 221 E. Main St ,
Round Rock, Texas 78664
TEXA O ne Hundred Thous Four Hundred Eighty Nine sum
of and 40/100 Dollars
($ 141,489.40
for the payment whereof, the said Principal and
Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner dated the 30th day of August , 1988 to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
PROJECT: Palm Valley Park Phase II
Waterline Improvements
Project #20 -00264
PS-1
00025
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATIONS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the
covenants, conditions and agreements in and by said Contract agreed and
covenanted by the Principal to be observed and performed, and according
to the true intent and meaning of said Contract and the Plans and
Specifications thereto annexed, then this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bind is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
accordance with the provisions of the said Article to the same extent
as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 30th day of August , 1988.
Triple V Construction Co. United States Fidelity and Guaranty
Principal Surety ompany
By: X `' ¢�� v. By: 7
Rhg d 2L. Rawli
Title: X J A.eor.: A� Title :Attorney - In=
Address: P. O. Box 790
S LU boutn Interstate .35
Austin, Texas 78704
PB -2
Address: 300 Tower Life Building
Del Valle, Texas 78617 San Antonio, Texas 78205
The name and address of the Resident Agent of Surety is:
Stokes & Searcey Agency, Inc.
ii0C23
THE STATE OF TEXAS §
COUNTY or Travis §
PAYMENT BOND
Bond No. 72- 0120- 10693 -88 -2
Account No. 1 5220
Triple V Construction Co.
KNOW ALL MEN BY THESE PRESENTS, THAT
the City of Del Valle , County of Travis , and State of
United States Fidelity and
Texas , as principal, and Guaranty Company authorized under
the laws of
principals,
TEXAS (OWNER)
the State of Texas to act as surety on bonds for
The City of Round Rock
are held and firmly bound unto the 221 E. Main St.
Round Rock, Texas 78664
, in the penal sum of One Hundred Forty One Thousand
Four Hundred Eighty Nine and 40/100 Dollars ($ 141,489.40) for the
payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents:
WHEREAS, the Principal has entered into a Certain written contract with
the Owner, dated the 30th day of August
PB -3
, 1988, to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
PROJECT: Palm Valley Park Phase II
Waterline Improvements Project 420 -00264
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 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 shall be determined in
accordance with the provisions of said Article to the same extent as if
it were copies at length herein.
V4.C2
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 30th day of Augus , 1988.
Triple V Construction Co.
Principal
By:
j 7 /1 4
Title: l ��,�C✓df
United States Fidelity and Guaranty
Surety Company By: �'ld' 444
Rhonda L. Rawlings
Title: Attorney -In -Fact
Address: P. 0. Box 790 Address: 300 Tower Life Building
Del Valle, Texas 78617 San Antonio, Texas 78205
The name and address of the Resident Agent of Surety is:
Stokes & Searcey Agency, Inc.
25Gu Soutnl interstate 35
Austin, Texas 78704
PB -4
0:3C23
No. 72 -0120- 10693 -88 -2
THE STATE OF TEXAS
COUNTY OF Travis
MAINTENANCE BOND
Bond
Triple V Construction Co.,
KNOW ALL MEN BY THESE PRESENTS, that we P. O. Box 790, Del Valle, Texas
78617
as Principal, and United States Fidelity and Guaranty Company
a Corporation organized under the laws of the State of Maryland
The City of Round Rock
as Surety, are held and firmly bound unto 221 E. Main St., Round Rock, Texas
78664
as Obligee, in the penal sum of One 'Hundred Forty One Thousand
Four Hundred Eighty Nine and 40/100 ($ )
to which payment will and truly to be made we do bind ourselves, our
and each of our heirs, executors, administrators, successors and
assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed Palm Valley Park Phase IT
Waterline Improvements, Project #20 -00264
WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of two years after approval
by The City of Round Rock, against all defects in workmanship and
Texas
materials which may become apparent during said period;
MB -1
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that, if the
Principal shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship which
become apparent during the period of one year from and after date of
acceptance by the owner, then this obligation shall be void, otherwise
to remain in full force and effect.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 30th day of August
1988.
Triple V Construction Co.
Principal
By X J %
Title X
Address P. 0. Box 790
Del Valle, 'texas /861/
United States Fidelity and Guaranty
Surety ompany n
By '.4a 2 —
.n •a L. Ra 1 ngs
Title Attorney -In -Fact
Address 300 Tower Life Building
San Antonio, Texas 78205
The name and address of the Resident Agent of Surety is:
Stokes & Searcey Agency, Inc.
LSLU soutn interstate 35
Austin, Texas 78704
MB -2
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint
Rhonda L. Rawlings
of the City of Austin • State of Texas
its true and lawful attorney to and for the State of Texas
for the following purposes, to wit:
To sign its name as surety to. and to execute. seal and acknowledge any and all bonds. and to respectively do and perform any and
all act+ and things set forth m the resolution of the Board of Directors of the gaol UNITED STATE FIDELITY AND GI' Al1 \NTY
COMPANY. a certified copy of which to hereto annexed and made a part of 1111. Power of Attorney; and the .aid UNITED STATES
FIDELITY AND GUARANTY COMPANY. through us. its Board of Directors, hereby ratifies and confirms all and whatsoever the said
Rhonda L. Rawlings
may lawfully do m the prenuses by virtue of these pre.entv.
In Witness Whereof, the said f SITED STATES FIDELITY AND GU.IRANTl 1;0 \1P NI has ean.ed dn. m.trurnent to be
sealed with its tnrpnrate .cal. duly attested by the signatures of its Vice Prrsuleut and •1..t.tmu Set ',wry. clan 31st do. of
October , A. D. 19 86
UNITED STATES FIDELITY AND GUARANTI COMPANY.
(SEAL)
STATE OF MARYLAND. 1
BALTIMORE CITY.
STATE OF MARYLAND
BALTIMORE CITY, j
Set.
L Saundra E. Banks
GENERAL POWER OF ATTORNEY
No 98674
(Signed) fly Ronalai E.,Wohlu_st
Vice.President.
(Signed)
and Assistant Secretary. respectively, of the Company.
My commission expires the first day in July, A. D. 19 90
( SEAL) (Signed)
CERTIFIED COPY
David W. Brpden
On this 31st day of October . A. D. 1986. before nee personally came
Ronald E. Wohlust . Vice.Prestdent of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and fervid W. Bryd9n , Assistant Secretary of said Company, with both of
whom I am personally acquainted. who being by me severally duly sworn, 03151 that they, the said Ronald E. Wohlust
and David W. Bryden were respectively the Vice.President and the Assuwnt Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described m and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was ouch corporate seal. that it was
so fixed by order of the Board of Directors of said corporation, and that !bey signed their names thereto by like order as V,ce•President
Margaret M. Hurst
.4sristnnt Secretary.
Notary Public.
, Clerk of the Circuit Court for Baltimore City, which Court 0 a
Court of Record, and has a seal, do hereby certify that Margaret M. Hurst , Esquire. before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. 1 farther certify that 1 am acquainted with the handwriting of the raid
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto net my hand and affix the seal of the Circuit Coun for Baltimore City, the same being a Court
of Record, this 31st day of October , A. D. 19 86
(SEAL) (Signed) Saundra E. Banks
Clerk of the Circuit Court for Baltimore C ity.
FS 3 (143)
COMPANY on August 30, 1988
(Date)
COPY OF RESOLUTION
That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act Inc it and in its name in States other than Maryland, and in the Territories of the United States and is the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice.
Presidents in conjunction with its Secretary or of its Assistant Secretaries. under its corporate seal, to appoint any person or persons
a s attorney or attnrney..in.fart, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts
guaranteeing the fidelity of persons Bolding positions of public or private trust, guaranteeng the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed, and
Also. in its name and as its attorney or atlomeysan• fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, rerognmances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State nr Territory of the United States or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organ ration, office or officer,
local, municipal r
rgwl n otherwise, be allowed, required or permitted to be executed, made, taken. given, tendered, accepted, filed or recorded
for the security nr protection of, by or for any person or persona, corporation. body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
mat Iir provided for in any such bond. recognizance, obligation. stipulation, or undertaking, or anything in the nature of either of the same.
1, Junes M. Carroll , an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY. do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to Rhonda L. Rawlings
of Austin, Texas , authorizing and empowering her to sign bonds as therein set
forth. which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
Novemher. 1981, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said
resolution, and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
Assistant Secretary.
THE CITY OF ROUND ROCK
PALM VALLEY PARK PHASE II
WATERLINE IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
TEXAS LOCAL PARK FUND
PROJECT *20 -00264
OWNER:
CITY OF ROUND ROCK
Bids will be received at City Council Chambers
City of Round Rock, 221 E. Main Street, Round Rock, Texas
until 2:00 p.m., Tuesday, August 9, 1988
SPECIFICATION NO. -
STEVEN D. KALLMAN
. b: �.�s� •mss
' ,'o ......... .
HK &G Job No.: 103 -2110
Spec Version: 07/15/88
00001
1
1
1 - TITLE SHEET
2 - INDEX
3 - NOTICE TO CONTRACTORS
1 4 - ADVERTISEMENT SUMMARY
5 = INSTRUCTIONS TO BIDDERS
1 6 - PROPOSAL AND BIDDING SHEETS
' 7 - INFORMATION REQUIRED OF BIDDER
8 - AGREEMENT
1 9 - PERFORMANACE BOND
10 - PAYMENT BOND
1 11 - MAINTENANCE BOND
' 12 - CERTIFICATE OF INSURANCE
13 - GENERAL CONDITIONS
14 - SPECIAL CONDITIONS
15 - TECHNICAL SPECIFICATIONS
1
1
1
1
1
1
1
1
INDEX
CONTRACT DOCUMENTS
00002
NOTICE TO CONTRACTORS
PALM VALLEY PARR PHASE II WATERLINE IMPROVEMENTS
Sealed Bids, in envelopes addressed to The City of Round Rock,
221 E. Main Street, Round Rock, Texas 78664 will be received at the
City Council Chambers at the above mentioned address until 2:00 p.m.,
Tuesday, August 9, 1988 and then publicly opened and read, for
furnishing all plant, labor, material and equipment and performing all
work required for the construction of the Palm Valley Park Phase II
Waterline Improvements.
Bids will be submitted in sealed envelopes for the project on
the proposal furnished, and marked in the upper left hand corner
"Bid for Palm Valley Park Phase II Waterline Improvements to be
opened at 2:00 p.m., Tuesday, August 9, 1988 ".
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 bond 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 which 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 Security 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.
Page 1 of 2
00003
Plans, specifications and bidding documents may be secured from
the office of the Engineer, Haynie Kallman & Gray, Inc., for fifty
($50.00) dollars per set, which is non - refundable.
Plans and specifications may be examined at the office of the
Engineer, Haynie Kallman & 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 cah 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 Kallman & 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.
The Project shall be completed within one hundred (100) calendar
days after Notice to Proceed from the Engineer.
Advertised in the Austin American Statesman:
Advertised in the Round Rock Leader:
PLEASE CHARGE TO:
Sunday, July 24, 1988
Sunday, July 31, 1988
Sunday, August 7, 1988
Monday, July 25, 1988
Monday, August 1, 1988
Monday, August 8, 1988
CITY OF ROUND ROCK
221 EAST MAIN STREET
ROUND ROCK, TEXAS 78664
Page 2 of 2
00004
ADVERTISEMENT SUMMARY
OWNER: The City of Round Rock
LOCATION: Round Rock, Texas
PROJECT TITLE: Palm Valley Park Phase II Waterline Improvements
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
MAINTENANCE BOND: 100%
PLANS AVAILABLE: JULY 28, 1988
HAYNIE KALLMAN & GRAY, INC.
12303 -J Technology Blvd.
Austin, Texas 78727
Telephone: (512) 250 -8611
OPENING TIME: 2:00 p.m., August 9, 1988
OPENING PLACE: CITY OF ROUND ROCK
City Council Chambers
221 E. Main Street
Round Rock, Texas 78664
Telephone: (512) 255 -3612
0000 5
INSTRUCTIONS TO BIDDERS
PRQPQSAL
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
221 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"Bid for Palm Valley Park Phase II Waterline Improvements to be opened
at 2:00 p.m., Tuesday, August 9, 1988."
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.
pI QUALIFICATION al 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.
EETgRN_QF PROPNAL_CUARANTEES
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
cCCC6
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.
EXECUTION 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 bid again at a later date.
PROPOSAL 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
0000
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.
$IDDER'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
OOOC8
1
1
1
1
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
PALM VALLEY PARR PHASE II WATERLINE IMPROVEMENTS
t 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
I 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
'
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
1 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,
I whether increased or decreased are to be performed at the unit prices set
forth below except as provided for in the Specifications.
It is further agreed that lump sum prices may be increased to cover
I
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
1 work so ordered.
It is understood and agreed that the work is to be completed within the
t time herein stated.
The undersigned bidder agrees to commence work within seven (7) calendar
days after written Notice to Proceed has been given.
1
1
1
1
1
Page 1 of 10
GOOC9
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,
I and equipment to complete the project as outlined in the Plans,
Specifications, and the Contract Documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
I 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.
I CONTRACT TIME
If awarded the Contract, the undersigned agrees to complete the work in
one hundred (100) calendar days.
1 OWNER'S RIGHTS RESERVED
1 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
1 The undersigned acknowledges receipt of the following addenda;
Addendum No. Dated
1
1
1
1
1
1
1
1
Page 2 of 10
ccci o
1
1
1
1
1
1
1
Gentlemen:
PROPOSAL BIDDING SHEET
CONTRACT: Waterline Improvements
1 JOB NAME: Palm Valley Park Phase II Waterline Improvements
I JOB LOCATION: Round Rock, Texas
OWNER: The City of Round Rock
' Pursuant to the foregoing Advertisement for Bids and Instruction to
Bidders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary supervision, labor, machinery, equipment, tools,
I materials, insurance and miscellaneous items, to complete all the work bid
as provided by the attached supplemental specifications, and as shown on
the plans for the construction of the Palm Valley Park Phase II Waterline
Improvements and binds himself or acceptance of this proposal to execute a
'
contract and bonds for completing said project within the time stated for
the following prices, to wit:
1
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 10.967 L.F. 8" Waterline, complete in
place per linear foot
for Ten Dollars
and Forty
346 L.F. 6" Waterline, complete in
place per linear foot
for Seven Dollars
and Eighty
Page 3 of __12__
Cents $ 10.40 $114,056.80
Cents $ 7.80 $ 2,698.80
'4 oc y
Bid
Item
1
1
4
1
1
1
1
1 —5_
1
1
1
Item Description
Quantity Unit and Written Unit Price
36 L.F. 4" Waterline, complete in
place per linear foot
for Seven Dollars
and Fiftv - five
95 L.F. 1 1/2" Service Line, com-
piete in place per linear
foot
for Six Dollars
and No
90 L.F. Concrete Encasement for
8" waterline, complete in
place per linear foot
for Thirteen Dollars
and No
Page 4 of 10
Unit
Price Amount
Cents $ 7.55 $ 271.80
Cents $ 6.00 $ 570.00
Cents $ 13.00 $ 1,170.00
1 EA. 8" Gate Valve including
box and cover, complete in
place per each
for Four Hundred Fifty Dollars
and No Cents $ 450.00 $ 4,950.00
00
Item Description
Quantity Unit and Written Unit Price
3
7 EA. 6" Gate Valve including
box and cover, complete
in place per each
for Three Hundred Fifty Dollars
and No Cents $ 350.00 $ 2.450.00
2 EA. 4" Gate Valve including
box and cover, complete
in place per each
for Three Hundred Dollars
and No Cents $ 300.00 $ 600.00
EA. 1 1/2" Service Taps, com-
plete in place per each
for Seventy -five Dollars
and No Cents $ 75.00 $ 225.00
1 EA., Flushing Valve Assembly
including valve, piping &
appurtenances (excluding
Page � of 1_
Unit
Price Amount
C.I. Tee), complete in place
per each
for One Thousand Fifty Dollars
and No Cents $ 1,050,00 $ 1,050.00
00013
1
1
1
Bid Item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
In _ 5 EA. 5 1/4" Fire Hydrant Assem-
blies including gate valve
and all appurtenances, com-
plete in place per each
for Eleven Hundred Dollars
and NO Cents $ 1,100.00 $ 5,500.00
1
1
1
1
1 '3-
1
1
1
1
1
1
1
1
3.69 TONS Cast Iron Fittings, com-
plete in place per ton
for Thirteer. Hundred Dollars
and No Cents $ 1,300.00 $ 4,797.00
3 EA. 1" Automatic Combination Air
& Vacuum Relief Valve, com-
plete in place per each
for Eight Hundred Fifty Dollars
and No Cents $ 850.00 $ 2,550.00
L.S. Tree Protection, complete
in place per lump sum
for Two Hundred Dollars
and No Cents $ 200.00 $ 200.00
Page 6 of 1_
00014
II
I Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1 L.S. Temporary and Permanent
Erosion Control & Restore-
"! tion. complete in place per
lump sum
1 for Four Hundred Dollars
and No Cents $ 400.00 $ 400.00
1 for Dollars
1 and Cents $ $
1
1
for Dollars
' and Cents $ $
1 for Dollars
and Cents $ $
1
' TOTAL BID PRICE $ 141.489.40
1 Page 7 of 10
1 CCCI5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bid\ Item Description Unit
Item Ouantity Unit and Written Unit Price Price Amount
ALT1 \x.0,967 L.F. 12" Waterline, complete in
ALTS
ALT6
ALTERNATE BID ITEMS (TO CONSTRUCT 12" WATERINE IN PLACE OF 8" WATERLINE
place per linear foot
for Sixteen Dollars
/
\\ and Sixty -five Cents $ 16.65 $182,600.55
90 L.F. Concrete Encasement for'
\ /
� 12" waterline, complete in
/
plekce per linear .foot
for Fifteen.' Dollars
and No ,. Cents $ 15.00 $ 1,350.00
/ .
/' \
• 11 EA. 12" Gate Valve including
/
box and cover, complete in
/
/ place per each
for Eight Hundred '-\ Dollars
/ and No "ents $ 800.00 $ 8,800.00
ALT12 6.45 TONS Cast Iron Fittings, com-
plete in place per ton
for Fourteen Hundred Dollars
and No Cents $ 1,400:00 $ 9,051.00
Page 8 of 10
ALTERNATE BID ITEMS (TO CONSTRUCT 12" WATERINE IN PLACE OF 8" WATERL E
Bid \ Item Description Unit
Item \ \Ouantity Unit and Written Unit Price Price / Amount
ALT13 \ 3 EA. 2" Automatic Combination Air
& Vacuum Relief Valve, com-
plete in place per each i f
for One Thousand Fifty Dollar`s
and No Cents $ 1,050.00 $ 1,050.00
for /' Dollars
and / Cents $ $
/ .
\
/ for Dbllars
�, and Cent-S \ $
s
1
J ! `.,
SUBTOTAL ALTERNATE BID PRICE (Alt.Items 1, 5, 6, 12, & 13)$ 204.951.55
SUBTOTAL "(Items 2, 3, 4, 7, 8, 9, 10, 11, 14 & 15) $ 13,965.60
TOTAL ALTERNATE BID PRICE $ 218.917.15
Page 9 of 1_
1
I SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the preceding Proposal is
hereby respectfully submitted by:
1
1 Triple V Construction Company 8 -9 -88
Name of Contractor Date
1
Steven C. Vinklarek Vice President
' Executed by: Title or Position
' P.O. Box 790 247 -5663
Business Address Telephone Number
1
1
1
1
1
1
1
1
1
1
1
1
Del Valle Texas 78617
City State Zip
Page 10 of 10
00018
INFORMATION REOUIRED OF BIDDER
The bidder is required to supply the following information.
Additional sheets may be attached if necessary.
(1) Name
(2) Address
(3) Phone Number
(4) Type of Firm:
( ) Individual, ( ) Partnership, ( ) Corporation
(5) Corporation organized under the laws of the State of
(6) List the names and addresses of all members of the firm or names
and titles of all officers of the corporation.
(7) Number of years experience
(8) List at least three (3) projects completed as of recent date:
Contract Amount /Class of Work /Date Completed /Name and Address of
Owner:
$
(9) List the name and address of each subcontractor who will perform
work in or about the work or improvement in excess of one -half
(1/2) of one (1%) percent of the total bid price and indicate
what part of the work will be done by each subcontractor:
Page 1 of 2
00019
(10) Payment of taxes, in the State of
Yes No
(11) List all jobs you performed in which a trench failure injury
occurred:
(12) If requested by the Owner, the Bidder shall submit a notarized
financial statement, financial data or other information and
references sufficiently comprehensive to permit an appraisal of
his current financial conditions.
Page 2 of 2
00020
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
UNITED STATES FIDEL
KNOW ALL MEN BY THESE PRESENTS:
Contract 11 (Revised) (1.74
Signed, sealed and delivered.... _.._'_:'.. -?
®ate)
BID BOND
BOND NUMBER 57C
THAT ... Tri.P_l , e , VConstruction .. Co.
,
_ » »..____.___.._.._.. ._._.._ .._.._._._.._._..._.._.._.._.. of _Re7_.V..alle..._lexas _..._.. _ _._.._
W..»._........._..».._..»._..._._..»»».._... ........ »......_._._._____....» ..» » .„ as Principal , and UNITED STATES FIDELITY AND
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto...._
__.�.
Ike ...City „.of
..1?nunrJ...Rock..
as Obligee, in the full and just sum of ...._._ _FIVe,,,,(5 %.,,,Of total bid
ARANTY COMPANY
_.._._._..__..._.. ».» ».._.__._.._. ».. ».._. ».._..._._ ..».. ».._.___._._ »__..._ _.. ». __.._..... »._......_ Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, finely by these presents.
WHEREAS. the said Principal is herewith submitting its proposal
Palm Valley Park Phase II
Waterline Improvements
Round Rock, Texas
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work
If the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.
_.._.T.r..iA.l e_..V....Goes.:truct ion_en..___.._ ».. ».. » BEAU
L AIMATOMBAMINUINMEXIMBRIMPROMMEt
x
NITED STATES FIDWTY AND GUARANTY COMPANY
t
Rhonda L. Rawlin
(BEAU
�7 i
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No 98¢74
Snore di Mon by thew Presenter
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and haring its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint
Monde L. Rawlings
of the City of Austin . State of TO3S
it. tree and lawful attorney in and for the State of Twos
for the following purposes, to wit:
To sign its name u surety to. and to execute. seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY. • certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY. through tie. in Board of Directors. hereby ratifies and ron6rmn all and whatsoever the said
Rhonda L. Rawlings .
I may lawfully do in the premises by virtue of these presents.
In Wanes. Whareo/, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice President and Assistant Secretary, this 31st day of
I October , A. D.19 86
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(SEAL)
(Signed) By d E, Wahlust
Pke•Prastlent.
David W. Bsyden
(Signed)
1 M:
' Assistant Secretary.
STATE OF MARYLAND. j
BALTIMORE CITY,
' On this 31st day October A. D. 1986, before we personally came
R t7nald E. Wob .* it . Vice - President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Ivid W. , Assistant Secretary of said Company, with both of
whom I am personally acquainted. who being @I 1 by me severally duly sworn, said that they. the said Ronald E. Woh.11lSt
and David W. Br iden were respectively the Vice•President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
'
no fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as VicnPreaident
and Assistant Secretary. respectively, of the Company.
My commission expires the first day in July, A. D.19
(SEAL) (Signed) Margaret M. Hurst
Notary Public.
STATE OF MARYLAND
BALTIMORE CITY,
' J
I, Saundra E. Banks Clete of the Circuit Court for Baltimore City, which Court is a
Court of Record, and bate seal, do hereby certify that Margaret M. Hirst . Esquire, before
whom the annexed affidavits were made, and who has thereto swb.cribed his name. was at the time of so doing a Notary Public of the
' State of Maryland, to and for the City of Baltimore, duly commissioned and sworn and authorized by law to adminieter oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that 1 am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto net nor hand and aEx the seal of the Circuit Court for Baltimore City, the same being a Coott
' of Record, this 31st day of October' . A. D. 19 86
(SEAL) (Signed) Saundra E. Banks
Clerk o/ the Circuit Court Jar Baltimore City.
FS (1431
t,0O2y
THE STATE OF TEXAS
COUNTY OF TRAVIS
AGREEMENT
AGREEMENT, made and entered into this � day of
, A.D., 1988, by and between The City of Round Rock of the
Count of Williamson, and the State of Texas, acting through Mayor Mike
Robinson thereunto duly authorized so to do, Party of the First Part,
hereinafter termed OWNER, and Triple V Construction Company of the City of
Del Valle, County of Travis, and State of Texas, Party of the Second Part,
hereinafter termed CONTRACTOR.
Page 1 of 2
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:
"Palm Valley Park Phase II Waterline Improvements"
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.
t 0023
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.
CITY OF ROUND ROCK TRIPLE V CONSTRUCTION COMPANY
BY: Wieldia' BY:
l
ATTEST: ATTEST:
_ /JI/L� /A . //
,Il
Corporate Seal
Page 2 of 2
j 7., V..L
(The following to be executed if the Contractor is a Corporation.)
I, T / �F. /f , certify that I am the Secretary
of the Co named as Contractor herein; that /Q., !/.,A .-<f
who s� this Contract on behalf of the Contractor wa4 then
"fled (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.
Signed: Z_ !/
00024
1
1 PERFORMANCE BOND
1 THE STATE OF TEXAS §
' COUNTY OF §
KNOW ALL MEN BY THESE PRESENTS, THAT
1 of the City of
County of , and State of as
1 principal, and authorized
1 under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto the ,
' TEXAS (OWNER), in the penal sum
of Dollars
1 ($ ) for the payment whereof, the said Principal and
I Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
1
WHEREAS, the Principal has entered into a certain written contract with
1 the Owner dated the day of , 1988 to
' which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
1
1
1
1
PB -1
1 Rnr�
0
1
1
' NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATIONS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the
covenants, conditions and agreements in and by said Contract agreed and
I covenanted by the Principal to be observed and performed, and according
to the true intent and meaning of said Contract and the Plans and
,.Specifications thereto annexed, then this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bind is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
accordance with the provisions of the said Article to the same extent
as if it were copied at length herein.
1 Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
I or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this day of , 1988.
Principal Surety
By: By:
Title: Title:
Address: Address:
1
1
The name and address of the Resident Agent of Surety is:
1
1
PB -2
00C26
1
1
1
1
1
1
1
KNOW ALL MEN BY THESE PRESENTS, THAT
' the City of , County of , and State of
, as principal, and authorized under
the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto the
TEXAS (OWNER), in the penal sum of
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS §
COUNTY OF §
PAYMENT BOND
Dollars ($ ) for the
payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the day of , 1988, to
which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to
him or a subcontractor in the prosecution of 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 shall be determined in
accordance with the provisions of said Article to the same extent as if
it were copies at length herein.
PB -3
1
I Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications or
drawings accompanying the same, shall in anyway affect its obligation
I
on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
1 IN WITNESS WHEREOF, the said Principal and Surety have, signed and
sealed this instrument this day of , 1988.
1
Principal Surety
1
By: By:
' Title: Title:
1 Address: Address:
The name and address of the Resident Agent of Surety is:
1
1
1
1
1
1
1 PB -4
1
;;O028
No.
MAINTENANCE BOND
MB -1
Bond
THE STATE OF TEXAS §
COUNTY OF §
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and
a Corporation organized under the laws of the State of
as Surety, are held and firmly bound unto
as Obligee, in the penal sum of
($ )
to which payment will and truly to be made we do bind ourselves, our
and each of our heirs, executors, administrators, successors and
assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal has constructed
WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of two years after approval
by against all defects in workmanship and
materials which may become apparent during said period;
G0029
1
I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that, if the
Principal shall indemnify the Obligee for all loss that the Obligee may
sustain by reason of any defective materials or workmanship which
become apparent during the period of one year from and after date of
I
acceptance by the owner, then this obligation shall be void, otherwise
to remain in full force and effect.
I IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this day of ,
1988
1
Principal Surety
1 By By
1 Title Title
Address Address
1
The name and address of the Resident Agent of Surety is:
1
1
1
1
1
1
1
1
1
I MB -2
60030
1
To: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
THIS IS TO CERTIFY THAT
is, at the date of this certificate, insured by this company with
respect to the business operations hereinafter described, for the
types of insurance and in accordance with the provisions of the
standard policies used by this company, and further hereinafter
described. Exceptions to standard policies are noted on the reverse
side hereof.
TYPE OF POLICY
INSURANCE NO.
Workman's
Compensation
Comprehensive
General
Liability
Includes
Contractual
Liability
Covers
Independent
Contractors
Owner's
Protective
Comprehensive
Automobile
Liability
Owned
Vehicles
Hired
Vehicles
Non -Owned
Vehicles
Includes
Contractual
Liability
CERTIFICATE OF INSURANCE
EFFECTIVE EXPIRATION LIMITS OF
DATE DATE LIABILITY
Page 1 of 2
Date:
Description of Work:
Palm Valley Park Phase II
Waterline Improvements
Statutory, State of
Texas, $
Employer's Liability
Bodily Injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
$ aggregate
Bodily Injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
$ aggregate
Bodily Injury
$ ea. person
$ ea. accident
Property Damage
$ ea. accident
00031
The above policies either in the body thereof or by approprite
endorsement provide that they may not be changed or cancelled by the
insurer in less then ten (10) days after the insured has received
written notice of such change or cancellation.
This Certificate of Insurance neither affirmatively or negatively
amends, extends, or alters the coverage afforded by policy or
policies indicated by this certificate.
(Name of Insurer)
By:
Title:
Address:
Page 2 of 2
iOC32r
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority
2.02 Right of Engineer to Modify Methods
and Equipment
2.03 Changes and Alterations
2.04 Damages
2.05 Losses from Natural Causes
2.06 Laws and Ordinances
2.07 Licenses, Permits, and Certificates
2.08 Royalties and Patents
2.09 Keeping of Plans and Specifications Accessible
2.10 Discrepancies and Omissions
2.11 Contractor's Understanding
2.12 Extra Work
2.13 Payment for Extra Work
2.14 Assignment and Subletting
2.15 Subcontractors
2.16 Owner's Status
2.17 Completed Portions of work
2.18 Materials
2.19 Receiving and Storage of Materials
2.20 Or Equal" Clause
2.21 Completed Work
2.22 Materials Furnished by the Owner
2.23 Protection of Property
2.24 Shelters for Workmen and Materials
2.25 Sanitary Facilities
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and
Construction Plant
3.02 Performance, Payment and Maintenance Bonds
3.03 Contractor's Ability to Perform
3.04 Superintendence and•Inspection 1
3.05 Character of Employees 1
3.06 Contractor's Duty to Protect Persons
and Property 1
3.07 Safety Codes 1
3.08 Barricades 1
3.09 Minimum Wages 1
3.10 Unsuitable Work or Materials 1
3.11 No Waiver of Contractor's Obligation 1
3.12 Site Clean Up 1
3.13 Guarantee 1
0 0x3
(CONTENTS CONTINUED)
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 13
4.01 Lines and Grades
4.02 Right of Entry 13
4.03 Owner's Representatives 13
4.04 Collateral Work 13
4.05 Right -of -Way 14
4.06 Adequacy of Design
5. SCHEDULING AND PROGRESS OF WORK 14
5.01 Order and Prosecution of the Work 14
5.02 Rate of Progress
5.03 Sunday, Holiday, and Night Work 14
5.04 Hindrances and Delays 15
5.05 Extensions of Time 15
5.06 Liquidated Damages for Failure to 15
Complete on Time
6. IDEMNITY 16
- 6.01 Contractor's Idelnnity 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
7. TERMINATION OF CONTRACT 17
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 18
and Materials by Owner 19
8.03 Methods of Completing the Work 19
8.04 Final Acceptance
8.05 Disposition of Contractor's Equipment 2
9. MEASUREMENT AND PAYMENT 20
9.01 Character of Measurements 20
9.02 Estimated vs. Actual Quantities 20
9.03 Payment 21
9.04 Monthly Estimates and Payments 21
9.05 Certificates of Completion 22
9.06 Final Estimate and Payment 22
9.07 Notarized Affidavit 22
9.08 Release of Liability 23
9.09 Contractor's Obligation 23
9.10 Payments Withheld
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL CONDITIONS OF THE AGREEMENT
1. pEFINITIONS
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 within the scope of the particular
duties entrusted to them in each case. -
1.05 extra Work. The term "extra work" as used in this contract
shall be understood to mean and include all work that may be
required by the Engineer or Owner to be done by the Contractor
to accomplish any change, alteration, or addition to the work
shown on the Plans, or reasonably implied by the Specifications,
and not covered by the Contractor's Proposal, except as provided
under "Changes and Alterations ", herein.
1.06 Owner. "Owner shall mean The City of Round Rock named and
designated in the Agreement as the "Party of the First Part"
acting through its duly authorized officers and agents.
-1-
6003=
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 Working Pay. A "working day" is defined as any day nbt
including Sundays or any legal holidays, in which weather or
other conditions, not under control of the Contractor,
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-
1
1 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
I 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
I 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
I
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
I 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
I 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.
I 2.02 Right of Engineer to Modify Methods and Equipment. 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
I 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.
I 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,
I 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
I 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.
1
' -3-
C0035
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 pamaaes. 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 posses 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 paws 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 Contractor or his employees or his
subcontractors and their employees.
2.07 picenses. 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 povalties 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 geepina 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 20% for handling.
2.10 piscrepancies 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 Onderstandina. 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 Pxtra 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-
00036
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 pubcontractors. 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-
00037
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
structures and facilities being on the line of the work whether
they are shown on Plans or not.
2.24 ghelters 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
1
1
1
1
1
1
1
1
1
1
1
1
2.25 Sanitary 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 yabor, Equipment, 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, payment, and maintenance bonds,
each in the sum of 100% of the total Contract price, in standard
forms for this purpose guaranteeing faithful performance of the
work and the fulfillment of any guarantees required and further
guaranteeing payment to all persons supplying labor and
materials or 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-
1
6CC38
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 Emplovees. 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-
3.07 gaiety 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 $arricades & Traffic Control Signs. 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 Wages. 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 po Waiver of Contractor's Obligations. 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
e039
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 Up. The Contractor shall not allow the site of the
work to become littered with trash and waste material, but shall
maintain the site in a neat and orderly condition throughout the
construction 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 Contractor 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 Dines 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 Right 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 Right Easements across private property and lands
needed for construction under this Contract will be provided by
the Owner.
-13-
60040
4.06 Adequacy of Desian. 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. $CBEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning and intent
of this Contract, unless otherwise herein specifically provided,
that the Contractor shall be allowed to prosecute his work at
such times and 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 Rate 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 Contractor 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 pundav, 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 pindrances 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 yiauidated Damages for Failure to Complete on Time. The
Contractor agrees that time is of the essence of this Contract
and that the definite value of damages which would result -from
delay would be incapable of ascertainment and uncertain, so that
for each day of delay beyond the number of days herein agreed
upon for the completion of the work herein specified and
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-
60041
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-
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 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 $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
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-
00042
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 Right of Contractor to Terminate. If work should be stopped by
order of any public authority or court through no act or fault
of the Contractor for a period of three (3) months or if the
Owner should 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 itemoval 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 gotification 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 Retention 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
1
1
1
1
1
1
1
1
1
1
1
1
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 Completing 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-
00043
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 pisposition of Contractor's Eauipment. 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 Pstimated 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 flonthly Estimates and Payments. The Contractor shall furnish to
the Engineer by the twenty -fifth of 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-
00044
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
and if acceptance by Owner and all governmental entities having
jurisdiction has been secured, 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 Potarized 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-
00045
SPECIAL CONDITIONS
60046
SECTION 01 - INFORMATION
01 - 01 PNGINEER
The word "Engineer" in these Specifications shall be
understood as referring to HAYNIE HALLMAN & 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 - .IOUIDATED 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 yoCATION
The location of work shall be as mentioned in the
Notice to Contractors and as indicated on Plans.
S -1
00047
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.
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.
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 -2
1 02 -04 UTILITY SERVICES FOR CONSTRUCTION
I The Contractor will be responsible for providing his
own utility services during construction. No
additional payment will be made for this item.
1 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
I 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
I 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 SY UTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans,
present obstructions to grade and alignment of pipe,
I 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
1 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.
II 02 -08 JIMIT 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
I 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.
1 S -3
1 00048
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 DIMITS 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 STARING
The Engineer shall provide construction staking for
this project. The Contractor shall furnish and pay
for any re- staking.
PROTECTION OF STAKES. MARES. 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.
S -4
SECTION 03 - ;NSURANCE
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:
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.
S -5
00049
SECTION 04 - PROJECT SCHEDULE
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.
The contractor shall install, test, and complete all
improvements from the STA 0 +08 to STA 19 +31.76 within
thirty (30) calendar days from the date of this
"Notice to Proceed ". At that time this section may
be utilized by the Owner, but such use shall not
constitute an acceptance of any of the work not
completed in accordance with the contract documents.
No additional compensation shall be due the
Contractor for compliance with this special
condition.
SECTION 05 - PROJECT FUNDING
This project is to be funded by the City of Round
Rock with assistance from the Texas Parks and
Wildlife Department, Texas Local Park Fund. Upon
completion of the project the Texas Parks and
Wildlife Department will conduct a final inspection
of records and facilities. During construction the
Contractor shall cooperate with all Texas Parks and
Wildlife Department representatives as they conduct
periodic inspections and all change orders must be
reviewed and approved by the Department prior to
construction.
SECTION 06 - EOUAL OPPORTUNITY CLAUSE
During the performance of this contract, the
contractor agrees as follows:
S -6
(1) The contractor will not discriminate against any
employee or applicant for employment because of race,
religion, color, sex, or national origin. The
contractor will take affirmative action to insure
that applicants are employed, and that employees are
treated during employment, without regard to their
race, creed, color, or national origin. Such action
shall include, but not limited to, the following:
employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of
compensation; and selection of training, including
apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and
applicants for employment, notices to be provided by
the contracting officer setting forth the provisions
of the nondiscrimination clause.
(2) The contractor will, in all solicitations or
advertisements for employees placed by or on behalf
of the contractor, state that all qualified
applicants will receive consideration for employment
without regard to race, religion, color, sex, or
national origin.
(3) The contractor will send to each labor union or
representative of workers with which he has a
collective bargaining agreement or other contract or
understanding, a notice, to be provided by the agency
contracting officer, advising the labor union or
workers' representative of the contractor's
commitments under Section 202 of Executive Order No.
11246, as amended (3CFR169 (1974)), and shall post
copies of the notice in conspicuous places available
to employees and applicants for employment.
(4) The contractor will comply with all provisions
of Executive Order No. 11246, as amended, and of the
rules, regulations, and relevant orders of the
Secretary of Labor.
(5) The contractor will furnish all information and
reports required by Executive Order No. 11246, as
amended, and by the rules, regulations, and orders of
the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by
the contracting agency and the Secretary of Labor for
purposes of investigation to ascertain compliance
with such rules, regulations, and orders.
5-7
CCC5O
(6) In the event of the contractor's noncompliance
with the nondiscrimination clauses of this contract
or with any of such rules, regulations, or orders,
this contract may be cancelled, terminated, or
suspended in whole or in part and the contractor may
be declared ineligible for further Government
contracts in accordance with procedures authorizing
in Executive Order No. 11246, as amended, and such
other sanctions may be imposed and remedies invoked
as provided in Executive Order No. 11246, as amended
or by rule, regulations, or order of the Secretary of
Labor, or as otherwise provided by law.
(7) The contractor will include the provisions of
Paragraph (1) through (7) in every subcontract or
purchase order unless exempted by rules, regulations,
or orders of the Secretary of Labor issued pursuant
to Section 204 of Executive Order No. 11246, as
amended, so that such provisions will be binding upon
each subcontractor or vendor. The contractor will
take such action with respect to any subcontract or
purchase order, as the contracting agency may direct
as a means of enforcing such provisions, including
sanctions for noncompliance: Provided, however, that
in the event the contractor becomes involved in, or
is threatened with, litigation with a subcontractor
or vendor as a result of such direction by the
contracting agency, the contractor may request the
United States to enter into such litigation to
protect the interest of the United States.
S -8
TECHNICAL SPECIFICATIONS
00051
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 street improvements, water distribution,
sewage collection, and storm drainage facilities complete
in accordance with the Plans, and subject to the terms and
conditions of the Contract Documents.
1.02 GOVERNING TECHNICAL SPECIFICATIONS
pOTE: The item number designation shown in parenthesis
adjacent to captions is a reference to City of Austin
Standard Specifications.
STREET. WATER. SEWER AND DRAINAGE IMPROVEMENTS
The current City of Austin, Standard Specifications as
adopted and amended by the City of Round Rock and the
current City of Round Rock Erosion & Sedimentation Control
Ordinance, 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
Round Rock.
Wherever the term "Engineer" is used in the Austin
Specifications, it shall be construed to mean Haynie
Kallman & Gray, Inc.
1 -1
G0052
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 BACRWORR
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 streets and drainage facilities as may be necessary to
leave the area in a neat and satisfactory condition
approved by the Engineer.
2 -1
1
1 ITEM 3 VXAMINATION AND REVIEW
1 3.01 EXAMINATION OF WORK
The work covered under this Contract shall be examined and
I 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
I undertaking of this Contract.
3.02 NOTIFICATION
I The Engineer must be notified a minimum of 24 -hours in
advance of beginning construction, testing, or requiring
presence of Engineer or project representative:
I 3.03 CONSTRUCTION STARING
I The Engineer shall furnish the Contractor alignment and
reference hubs for utility excavation at an agreed
interval and offset, together with cut sheets showing the
difference in elevation from top of the stakes to the flow
1 line of the utilities at centerline.
This construction staking will be provided one (1) time at
I 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
I Owner.
PROTECTION OF STAKES. MARKS. ETC.
I 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
I the course of this project, such stakes, marks, property
corners, etc., shall be replaced by the Contractor at the
Contractor's sole expense.
1 The Contractor's final pay estimate will not be released
to the Owner for payment until all property corners in the
Project have been verified in place to the Engineer's
I satisfaction in accordance with the above schedule.
1
3 -1
00053
1
3.04 CUT SHEETS - CITY OF AUSTIN PROJECTS ONLY
Water and Wastewater
The Engineer shall issue four (4) copies of cut sheets and
one (1) copy of field notes to the City of Austin's Water
and Wastewater Construction /Inspection Division. The
Contractor shall request his cut sheets from the City of
Austin Water and Wastewater Construction /Inspection
Division.
Storm Drainage
The Engineer shall issue four (4) copies of cut sheets and
one (1) copy of field notes to the City of Austin One
Call Center" One Texas Center, 505 Barton Springs Road,
Austin, Texas. The Contractor shall request his cut
sheets from the City of Austin Department of Public Works
Inspection Department.
CUT SHEETS - OTHER THAN THE CITY OF AUSTIN
The Engineer shall furnish two (2) copies of cut sheets to
the Contractor. The Contractor shall be responsible for
acquiring cut sheets at the office of the Engineer.
3 -2
PROTECTION AND PRECAUTION
4.01 WORK IN FREEZING WEATHER
ITEM 4
Portions of the work may continue as directed by the
Engineer.
4.02 PROTECTION OF TREES. PLANTS AND SHRUBS
The Contractor shall take necessary precautions to
preserve all existing trees, plants and shrubs but where
it is justifiable and necessary the Contractor may remove
trees and plants for construction right -of -way but only
with approval of the Engineer. See special notes
concerning trees on Sheet 7 of the Plans.
4.03 BARRICADES
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.
4.04 PROPERTY LINES AND MONUMENTS
The Contractor shall be responsible for the protection,
reference and resetting of property corner monuments if
disturbed.
4.05 BISPOSAL OF SURPLUS MATERIAL
The Contractor shall at his own expense, make arrangement
for the disposal of surplus material, such as rock, trees,
brush and other unwanted backfill materials.
4.06 CONTRACTOR'S USE OF PREMISES
The Contractor shall, at his own expense, provide
additional space as necessary for his operations and
storage of materials.
4-3.
00054
ITEM 5 J7ATERIAI.S
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 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 7IATERIALS 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
1
1
I ITEM 6
1
1
1 6.02
1
1
1
1
1
1'
1
1
1
1
1
1
1
WATER DISTRIBUTION IMPROVEMENTS
6.01 MATERIALS (Item 510)
Water mains shall be Ductile Iron Cl. 50 or P.V.C. C -900
Cl. 200 unless shown otherwise. Water services shall be
Polybutylene tubing (blue) rated at 250 psi working
pressure.
VALVES (Item 511)
Gate Valves shall conform to AWWA Specification C -500 with
ends appropriate to installation on piping. Testing of
Gate Valves shall be factory leak tested on both sides for
200 psi.
6.03 FIRE HYDRANTS (Item 511)
Fire hydrants shall be 3 -way Mueller, improved AWWA TYPE,
or approved equal, with pump nozzle for 4 -1/2" fire hose.
A 6" gate valve and valve box shall be provided on each
fire hydrant.
6.04 TESTING (Item 510)
All testing of pipe shall be done under the supervision
and direction of the Engineer, and the Contractor shall
perform such tests as required and furnish all equipment
and material for same at the Contractor's sole expense.
6.05 STERILIZATION (Item 510)
Sterilization of mains shall be done under the supervision
of the Engineer, and the Contractor shall perform such
sterilization and furnish all material and equipment for
same. The Contractor will be responsible for
bacteriological tests. If such bacteriological tests
fail, the Contractor shall be responsible for
re- sterilization of the mains.
6 -1
60055
6.06 STANDARD DETAILS
The standard Details' shall be followed as included in
the Plans.
6.07 MEASUREMENT AND PAYMENT
Unless stated otherwise in the contract documents, it is
understood that all payments made are for finished work
and include all labor, tools, materials, appurtenances,
constructing and completing the item on which payment is
made.
The following items from the City of Austin Standard
Specifications are modified as related to measurement and
payment.
6.07.01 PIPE (Item 510)
When called for in the proposal, pipe shall be paid for at
the unit contract price bid per linear foot, for the size
and type of pipe specified, for all depths, complete in
place. The bid price per linear foot shall include all
clearing, excavation, laying of pipe, backfilling and
clean up. Measurement for length shall be the horizontal
distance along the centerline of the pipe as surveyed by
the Engineer. Payment will also represent compensation
for replacement of pavement, curb, drainage structures,
driveways and any other improvements damaged during
construction. Concrete blocking for supporting and
reinforcing bends, concrete retards and thrust blocks
shall be included in the cost for pipe.
No separate payment will be made for welded joints, or
harnessed joints required for thrust restraint which are
scheduled or indicated on the drawings.
6.07.02 FITTINGS (Items 510 i 511)
Cast iron and ductile iron fittings furnished in
accordance with these Specifications will be paid for
separately. Short body fittings are approved.
Steel cylinder concrete pipe fittings will not be paid for
separately. The Contractor shall include these in his bid
for laying pipe.
6 -2
1
1 6.07.03 VALVES (Item 511)
I Gate and •Butterfly valves will be paid for at the unit
price bid per each, including valve stem casing and cover,
excavation, setting and adjusting to proper finished
grade, and anchoring in place. The valves included with
1 other pay items will not be paid for separately.
6.07.04 AUTOMATIC AIR VACUUM RELEASE VALVE ASSEMBLY (Item 511)
1 Installation of automatic air - vacuum release valve
assemblies shall be paid for at the unit price bid per
I each and shall include threaded valve or corporation cock,
pipe, fittings, tap, box, marker, trenching, installation,
adjusting to proper finished grade, backfill and clean -up,
complete in place.
I 6.07.05 FIRE HYDRANTS (Item 511)
I Fire hydrants will be paid for at the unit price bid per
each and shall include (from the main line to the fire
hydrant) all pipe, fittings, fire hydrant, barrel
I extension and adjustment to finished grade.
6.07.06 FIRE HYDRANT BARREL EXTENSIONS (Item 511)
I Barrel extension will not be measured or paid for, but
will be included in the bid for fire hydrant. Barrel
extensions will include rod extensions, bolts and all
I other required accessories necessary to adjust fire
hydrant to finished grade.
1 6.07.07 WET CONNECTIONS (Items 510 & 511)
Wet connections shall be paid for at the unit price bid
per each, complete in place, according to the size of the
main that is in service and shall be full compensation for
the work except valves shall be paid for as a separate
item, unless otherwise specified in the Bid Proposal.
' 6.07.08 WATER SERVICES (Item 510)
I Water services shall be paid for at the unit price bid per
each, complete in place. Pipe material shall be
polybutylene (Blue) (PS) plastic tubing meeting City of
Austin Specifications. Service sizes shall be 1 -1/2"
I diameter. Payment for water service tubing shall include
the furnishing of all materials and labor necessary for
the installation of the service line including trenching,
I laying of the service line, backfilling, adjusting to
finished grade and appurtenances, complete in place.
1 6 -3
0
6.07.09 ADJUSTING STRUCTURES (ITEM 504)
Adjustment of valve boxes, meter boxes and fire hydrants
to finished grade shall not be measured or paid
separately. The cost of such adjustments will be
considered subsidiary to the item for each structure (i.e.
water service, valve, etc.)
6.07.10 EROSION 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
hydromulching for all disturbed areas and in accordance
with 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 hydromulching
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, hydromulching 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.
All areas exposed during construction shall be
hydromulched with a seed mixture approved by the City of
Round Rock Parks and Recreation Department.
6 -4
r RECEIVED SEP 0 9 1988