R-89-1334 - 9/14/1989construction of the meter shop, and
WHEREAS,
and best bid, and
WHEREAS, the City Council wishes to accept the bid of
Now Therefore,
ATTEST:
WHEREAS, the City of Round Rock has duly advertised for the
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of
as the lowest and best bid, and the Mayor is hereby authorized and
directed to execute on behalf of the City a contract with
/Z�G�J �U•� .for the construction of the meter shop, a copy of
said contract being attached hereto and incorporated herein for all
purposes.
RESOLVED this 14th day of September, 1989.
1
IA
LAND,
C- RS08249B
City Secretary
RESOLUTION NO. 133 T
4 4
I /
t •has submitted the lowest
tXiL •, is hereby accepted
MIKE ROBINSON, Mayor
City of Round Rock, Texas
DATE: September 6, 1989
TO:
FROM: Steven D. Miller, P.E.
pnhlir Works Engin
THE CITY OF ROUND ROCK
221 East Main Street
Round Rock, Texas 78664
512- 255 -3612
James R. Nuse, P.E.
Director of public Works
MEMORANDUM
RE: Meter/Pump Repair Shop
As you are aware, three (3) bids were recieved on August 23 for the
above mentioned project. I have attached a bid tabulation for your use.
The budget for this job placed a constraint on acceptance of the low
bidder's price of $71,300. Through negotiations held on August 23 & 31
Jezek Construction agreed to reductions in work items, such that a
substantial amount was deleted without compromising the intent of the
original contract. The following items describe the general changes:
Base Bid $71,300
Office/Meter Shop <7,100>
Bridge Crane <3,500>
EVA C <2,300>
Electrica)/Plumnbing <1,150>
Total Bid (revised) $57,250
Mayor Based on this and my review of Mr. Larry Jezek's credentials I
Mike Robinson recommend the project be awarded to Jezek Construction for the revised
Mayor Pro -tent bid amount; a change order shall be initiated at the time of contract
Charles Culpepper execution.
Council Members
John Hood
Tish Oatman
Pete Correa cc: Al Wille
Ronnie Jean Fred Rua all
Jimmy Joseph
City Manager
Robert L Bennett, Jr.
City Attorney Attachments: bid tabulation
Stephan L. Sheets letter from contractor
mtprsblt/sm
September 6, 1989
Mr. Steven Miller, P.E.
City of Round Rock
221 East Main Street
Round Rock, Texas 78664
Re: City of Round Rock
Meter /Pump Repair Shop
Dear Mr. Miller:
As requested we are furnishing the following revised breakdown of our
bid as submitted on August 23, 1989 including certain deletions,
deduct alternates and add alternates as discussed in our meeting
of August 31, 1989.
1. Bond and Insurance * 2,800.00
2. Mobilization 500.00
3. Engineering 2,500.00
4. Site work, including sewer line and drop
connection to existing manhole 7,000.00
5. Concrete foundation 6,500.00
6. Metal building 26,500.00
7. Bridge crane (Deleted) .00
8. Restroom enclosure (no handicap requirements) 1,100.00
9. Space heaters, fan and louvers (delete HVAC) 700.00
10. Electrical 5,200.00
11. Plumbing 2,650.00
Deduct: a. Sewer line and drop connection
to existing manhole
b. Flush valve toilet
Add:
JEZEK CONSTRUCTION CO., INC.
GENERAL CONTRACTORS
(512) 388 -2755
P.O. BOX 2005
ROUND ROCK, TEXAS 78680
Total $ 55, 450.00
750. 00
110.00
Total deduct alternates $ 860.00
Total less deducts $ 54,590.00
a. Frame out first floor perimeter,
including roof joists (no finish
out work) 1,800.00
Total add alternates $ 1,800.00
If you should have any questions concerning the above, please contact
me at 388 -2755. We are looking forward to working with you on this
project.
Yours very truly,
Larry W. Tezek
President
LWI /mlt
THE CTPY OF ROUND ROCK
PUBLIC. WORKS DIiPN?1'MENT
221 East Main Street
Round Rock, Texas 78664
(512) 255 -3612
CONTRACT METER /PUMP REPAIR SHOP
BID DATE 8 -23 -89 TIME 2:00 P.M.
LOCATION City Hall, Round Rock, Texas
DESCRIPTION
ITEM
Base Bid/ Total
Letter of credit
Bid bond
Cashier's check
APPROX. UNIT
DID TA[ULF11'IONS
Jordan - Whitfield1Transom - Concrete
Austin, TX Round Rock, TX
SIT QUANTITY PRICE UNIT
COST PRICE COST PRICE
80,724
X
BIDDERS
COST
78,975
Jezek Construction
Round Rock, TX
UNIT
PRICE
BIDS EXPENDED AND ❑IECKED
UY: S.D. Miller
DAPS: R_71_R9
SIIELI � OF �
UNIT
PRICE
COST
DATE: September 11, 1989
SUBJECT: Council Agenda, September 14, 1989
ITEM: 11J. Consider a resolution authorizing the mayor to
enter into a contract for the construction of a
meter shop facility.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
On August 23, 1979, three bids were received for the construction
of a meter repair shop to be located at the water plant. The original
bids were above the budgeted amount so staff negotiated with the low
bidder, Jezek Construction. Some finish out work, a bridge crane,
the air conditioner, and some minor electrical /plumbing have been
estimated. The project is recommended at $57,250.00. The budget
amount is $60,000.00.
1.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF
ROUND ROCK
PUBLIC WORKS
PROJ ECT
133Li
METER/ PUMP
REPAIR SHOP
•
.)
a$
SPECIFICATIONS AND
CONTRACT DOCUMENTS
to ,9�
�`��dS r
iwv
ADMIKismatTtav
Mayor
Mike Robinson
Mayor Pro-tem
Charles Culpepper
Council Members
John Hood
Tsh Outman
Pete Correa
Ronnie Jean
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L. Sheets
THE CITY OF ROUND ROCK
221 Eat Main Street
Round Rock, Texas 78664
512 - 255 -3612
August 18, 1989
Addendum No. 2, Meter /Pump Repair Shop - 1989
Refer to Plans and Specifications titled "Meter/Pump Repair Shop - 1989"
and add or change or delete each document per the following instructions:
1. Refer to the Plans, sheet 2 of 3, and add the following note: "The
exhaust fan x+11 he capable of 5000 C.F.M. (minimum)."
2. Refer to the Plans, sheet 3 of 3, ElectricaL Delete the type - E light
fixture in the lavatory.
3. Refer to the Plans, sheet 3 of 3, Fixture Schedule, Item -C. The note
rape out two (2) quartz lights. The Contractor shall supply 3 Hubbell
300W quartz lights with photo cell.
4. Refer to the Plans, sheet 3 of 3, Note 13. Change Note 13 to read as
follows- "Concrete compressive strength equal to or greater than 3500
p-s.i», reinforcing steel grade -60."
5. Refer to the Plans, sheet 2 of 3, and change the note that reads:
"Drop manhole by Contractor." The note is to read as follows: "Drop
connection by Contractor."
6. Refer to the Specifications, General Requirements, Page 7, Section
5.03A. Change the second sentence to read: "AA framed walls shall be
insulated with a minimum of R -11 insulation."
7. Refer to the Specifications, General Requirements, Section 5.03F. The
sentence that reads: "Hardware for doors shall be of commercial quality;
door lock required for exterior door only." Change this sentence to read
as follows: "Hardware for doers shall be of commercial quality (Sargent or
approved alternate); door lock required for exterior door only and a
privacy /passage lock required for the restroom door."
1
1
1 8. Refer to the specification, General Requirements, section 5.03F, the
phrase that reads: "3/0 x 6/8 doors are proposed." Change this sentence
to read as follows: • 3/0 x 6/8 doors are proposed, the restroom door
1 shall to 2/6 x 6/8."
9. The following rlarification concerning workmanship on the foundations
is extended - "The Contractor shall patch and rub all outside exposed
concrete surfaces too a smooth finish appearance."
1
1 Public Works
1
1
1
1
1
1
1
1
1
1
1 mprsad2/6
1
Steven D. Miller, P.E.
Project Manager
Mayor
Mike Robinson
Mayor Pro -tem
Charles Culpepper
Council Members
John Hood
Tish Oatman
Pete Correa
Ronnie Jean
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney mprsad/sm
Stephan L. Sheets
August 8, 1989
Addendum No. 1, METER/PUMP REPAIR SHOP - 1989
Refer to plans and specifications titled "Meter/Pump Repair Shop - 1989"
and add or change or delete each document per the following instructions:
L Refer to "Notice to Contractors" in the specifications. The following
rrarification is extended - The pre-bid conference and the hid opening
will both be held in the Round Rock City Council Chambers at the stated
times and dates shown in the Notice to Contractors.
2. Refer to "Proposal Bidding Sheet" on page 5 of 6 of specifications.
Replace this page with the attached, revised "Proposal Bidding Sheet".
3. Refer to sheet 3 of 3 of the plans. Refer to Attachment-1 of this
addendum: The trolley beam horizontal travel distance is to be
inaccordance with the drawing provided.
Steven D. Miller, P.E.
Project Manager
THE CITY OF ROUND ROCK
221 East Main Street
Round Rock, Teams 78664
512 - 255 -3612
PROPOSAL BIDDING SHEET (Revised Addendum No.1)
JOB NAME: Meter /Pump Repair Shop
JOB LOCATION: Round Rock, Williamson County, Texas
OWNER: City of Round „Rock, Texas
DATES: August 1989
Gentlemen:
Pursuant to the foregoing Notice to Bidders and Instructions to
Bidders, the unaersigned bidder hereby proposes to do all the work, to
furnish all necessary superintendence, labor, machinery, equipment,
tools, materials, insurance and miscellaneous items, to complete all
the work on which he bids as provided by the attached supplemental
specifications, and as shown on the plans for the construction of
Meter /Pump Repair Shop and binds himself on acceptance of this
proposal to execute a contract and bond for completing said project
within the time stated, for the following prices, to wit:
BASE BID
Bid Item Description
Item Quantity Unit and Written Unit Price
1.
1 L.S. Meter /Pump Repair
Shop providing
design /construction
services, detailing
good engineering
practices sealed by
a registered Professional
Engineer for all major
requirements of the
proposed building in
accordance with
all applicable state
laws and local ordinances;
and providing all labor and
materials, including in-
general, excavation,
structural backfill,
reinforced concrete
foundations, electrical,
plumbing, mechanical,
structural /metal building
with meter shop and offices,
complete in -place per
lump sum.
for collars
and cents $
(bid /2) -Page 5 of 6-
Unit
Price Amount
$
Mayor
Mike Robinson
Mayor Pro-tem
Charles Culpepper
Council Members
John Hood
Tish Oatman
Pete Correa
Ronnie Jean
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L. Sheets
THE CITY OF ROUND ROCK
221 East Muen Street
Round Rock, Texas 78664
512- 255 -3612
AT0 —
O Gwak ftR T"RvEl- UMi>3
�.
SEA ARas Au6,
_Z,112cu -E( CP A&.E OF
Sisinic -. _Ge rEgea Nee _ F4 RP M1lr Plr
Revision Addendum No. 1
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO BIDDERS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEETS
AGREEMENT
BID BOND
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
NOTICE OF AWARD
NOTICE TO PROCEED
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
GENERAL REQUIREMENTS
Sealad propnals addressed to the City Manager, City of Round Rock, 221
East Main Street, Round Rock, Texas, 78664, for furnishing all labor,
material and equipment and performing all work required for the
construction of METER /PUMP REPAIR SHOP, 1989. The work in -general
includes providing design plans and construction service for erecting a 30'
X 50' pre-engineered metal building which will house offices and a meter
repair room. The Contractor shall be responsible for providing all design,
superintendence, 1ahor, supplies, materials, transportation, etc..., for
completing the job as detailed on the bidding plans and in the contract
documents. Proposal forms, specifications, and instructions to bidders may
be obtained from the Department of Pnhlir Works, 300 South Blair in
Round Rock, Texas beginning July 31, 1989, for a nonrefundable charge of
ten ($10) dollars per set. Bids will be received until 2:00 P.M., August. 23,
1989 then publicly opened and read aloud. No bids may be withdrawn after
the scheduled opening time. Any hicks received after schedule bid opening
time will be returned unopened. A pre -bid conference is scheduled for
10:30 A.M., August 17, 1989. All bidders are encouraged to attend but
this is not mandatory.
Ali 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.
Provided however, if the contract price is lees than $50,000.00, the
bidder shall have the option of providing a letter of credit inlieu of a
performance bond, said letter of credit to be in a form acceptable to the
City of Round Rock.
In rase of ambiguity, duplication, or obscurity in the bids, the City of
Round Rock reserves the right to construe the meaning thereof. The City
of Round Rock further reserves the right to reject any or all bids and
waive any informalities and irregularities in the bids received.
The successful bidder will be expected to execute the standard contract
prepared by the City of Round Rock, and to furnish performance and
payment bonds as described in the bid documents.
Pub. Dates: Austin American Statesman
7/30/89, 8/6/89, 8/13/89
Round Rock Leader
7/31/89, 8/7/89, 8/14/89
notcont/3
NOTICE TO CONTRACTORS
JOANNE LAND
City Secretary
City of Round Rock
and shall be identified as follows.
drop /
INSTRUCTIONS TO BIDDER
PROPOSAL
The proposal shall be submitted on the bidding forms which are included
herein, and shall be enclosed in a sealed envelope addressed to
The City of Round Rock
221 East Main Street
Round Rock, Texas 78664
Attn: City Manager
"BID FOR METER PUMP REPAIR SHOP - 1989" to be opened at 2:00 P.M
on August 23, 1989.
A proposal will not be accepted unless prepared on the bidding forms
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 conditions,
limitations or provisions attached to a proposal will render it informal and
may cause its rejection. The complete proposal forms shall be without
addition, alterations or erasures. Alternative proposals will not be
considered unless ca11ca3 for. No oral, telegraphic or telephonic proposals
or modifications will be considered. The proposal may be withdrawn upon
request by the bidder without prejlidire to himself prior to, but not after,
the time fixed for opening of bids, provided that the request is in writing,
has been executed by the bidder or his duly authorized representative,
and is filed with the City of Round Rock.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership, corporation
or ass nation 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 hires will be rejected and
none of the participants in such collusion will be considered in future
prop .
1 of 3
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will be awarded to responsible bidders whose
proposals comply with all the requirements prescribed. Awards, if made,
will be made within sixty (60) calendar days after the opening of the
proposals. The City of Round Rock reserves the right to re 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 City of Round Rock 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. ]f the successful Mader refuses or
fails to execute the Contract, the City of Round Rock may award the
Contract to second lowest responsible bidder. If the second lowest
responsible bidder refuses or fails to execute the Contract, the City of
Round Rock may award the Contract to the third lowest remnnsihle
bidder. On the failure or refusal of such second and third lowest
responsible bidder to execute the Contract, the work may be
re- advertised.
PROPOSAL GUARANTEE
All proposal. 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 payahls 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.
Provided however, if the contract price is less than $50,000.00, the
bidder shall have the option of providing a letter of credit in lieu of a
performance bond, said letter of credit to be in a form acceptable to the
City of Round Rock. The notice of award of contract shall be given by
the City of Round Rock 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 City of Round Rock 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 or letter of credit, if applicable, 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 balding certificates of authority from the
Security of the Treasury of the United States) or other surety or sureties
acceptahls to the City of Round Rock, with approval prior to hid
opening.
(instprop /4) 2 of 3
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed and his full
name and his address shall be given; if it is made by firm it shall be
signed with the co-partnership name by a member of the firm, who shall
sign his own name, and the name and address af 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 an officers of the corporation
shall be given.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed work and the
Contract Documents therefore. It will be assumed that the bidder has
investigated an is satisfied as to the conditions to be encountered; as to
the character, quality and quantity af materials to be furnished an 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 the
Owner, prior to 48 -hours before the bid opening. Answers to all such
requests will be given in writing to all bidders, in Addendum form, and all
Addenda will be bound with, and made a part of, the Contract Documents.
No other explanation or int will be considered offical 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 0 wner in order
that a written Addendum may be sent to all bidders. Any addenda issued
prior to twenty -four (24) hours of the opening of hiriq 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 Owner
prior to twenty-four (24) hours of the opening of bids.
instprop /4
3of 3
The undersigned, as i r ddar, declares that the only person or parties
interested in this proposal as principals are those named herein, that this
proposal is made without collusion with any other person, firm or
corporation; that the bidder has carefully examined the form of the
contract, Notice to Contractors, instruction to bidders, general
conditions, general requirements of the proposed work; and agrees that
he/she will provide all the necessary labor, machinery cools, apparatus,
and other items incidental to the design and construction, and will do all
the work and furnish all the materials called for in the contract and
specifications in the manner prescribed herein and according to the
requirements of the City of Round Rock as herein set forth.
It is understood that this proposal consists of a design phase and a
construction phase. The bidder declares that he/she is a company,
corporation, or firm in business to provide design/build services toward
the project herein described. It is understood that the design phase
consists of the following: Preparation of metal building construction
plans which details excavation, foundation, plumbing, electrical,
mechanical, structural, and metal building requirements for acceptance by
the City of Round Rock.
It is understood that the construction phase consists of the following:
Supplying, furnishing, and completing all labor and materials planned and
developed from the design phase for the construction and erection of the
proposed Meter/Pump Repair Shop.
proposal/1
PROPOSAL
TO
CITY COUNCIL. OF
THE CITY OF ROUND ROCK
FOR
DESIGN AND CONSTRUCTION
OF
METER PUMP REPAIR SHOP
Page 1 of 6
It is further agreed that the quantities of work to be done at unit prices
and materials to be furnished may be increased or diminished as may be
considered necssary, in the opinion of the City of Round Rock, to
complete the work frilly as planned and contemplated, and that all
quantities of work, whether increased or decreased are to be performed
at the unit prices set forth below except as provided for in the
Specifications.
]t is further agreed that lump sum prices may be increased to cover
additional work ordered by the City of Round Rock; but not shown on the
plans or required by the specifications, in accordance with the provisions
of the General Conditions. Similarly, they may be decreased to cover
deletion of work so ordered.
It is understood and agreed that the work to be completed within the
time herein stated and is of two (2) parts described as Phase A- Design
and Phase B- Construction.
The undersigned bidder agrees to commence work within ten (10) days
after written Notice to Proceed has been issued for each phase of this
proPct-
ACKNOWLEDGEMENT OF PAYMENT ITEMS
The undersigned acknowledges that the foregoing bid items are the only
items of payment under this contract and that his bid price under these
items reflects the complete charges for furnishing all latrr, material, and
equipment to complete the project as outlined in the plans, specifications,
and contact documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
The undersigned warrants that he/she 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 conditons at the
place where the work is to be performed.
CONTRACT TIME
If awarded the Contract, the underkgned agrees to complete the work for
Phase A- Design in 42 calendar days and for Phase B- Construction in 91
calendar days.
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reserves the right
to reject any or all Proposals or to waive any informalities or
prop l
Page 2 of 6
1
1
technicalities in any proposal in the interest of the Owner, except as
specifically limited by the terms of the Contract Documents or applicable
laws or governmental regulations.
' ADDENDA
The undersigned acknowledges receipt of the following addenda:
I Addendum No. Dated
I 640- Alm-just 8,1469
'tW Avy01" 18,1
1
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal is hereby
respectfully stbmitted by:
1 (1) Name 3 -t r.- A4.5 feilLtitoN LD ( LAG
I (2) Addres,, P•0 • 1107( 2005 V.OdJD Foc T - .., 4, , ,- , -,. 76 L80
(3) Phone Number Cll. 386 Z15
1 (4) Type of firm:
( ) Individual, ( ) Partnership, ()) Corporation
I (5) Corporation organized under the laws of the State of 1 CA S
(6) List the names and address of all members of the firm or names
and titles of all officers of the corporation:
1 Lk tf vv. , rw f"tecks P.D. Pio Zoos, rzoND g,,,..,, 78680
' 1,.54, L. 3 e..e. 1 ■Jr (i4c 511 A44
' • (7) Numbers of years experience /(6
(8) List at least three (3) similar projects completed within the last
1
1 proposal/a Page 3 of 6
1
1
five (5) years. Contract Amount/Date Completed /Name and Address of
Owner and telephone number. �tL 6r461N6£rrnu
1 A ,115 ce.
$ 121,140. 1980 Pu ee.i n - 4e1»L 51 7 , ea5 - -fze 3
$ 41,12o. 1981, p u c1 Titi - Ar51,,,
$ G 4 , 'ILO 1985 re-60 NUS j(.4va1u
`sue, #1 A E -D w - i41.4To¢• < L)S1 LO■YL Joss
(9) List the name and address of each subcontr who will perform
work in or about the work or improvement in excess of one -half (1/2) of
one percent (1%) of the total bid price and indicate what part of the
work will be done by each subcontractor:
Name Address Work to be Performed
11414 LON51¢Vt.1iau Po. Orox 187
Lo. ,INL POUND ZDce. 7Bb8o BJILP(all
- o'W SveCONti2Au67tV5 - to p. 12 - t‘eMeN£n A( 1A PATE —
Signature
proposal/1
( W1911%1 ID P415 0E 13l4
(10) Payment of taxes, in the State of - 1 - 4,ce4
Yes )< No
(12) This proposal is respectfully submitted by:
FpesiV6N
Title
Page 4 of 6
(11) If requested by the Owner, the Low 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.
A■hus'f Z3, 1989
Date
PROPOSAL BIDDING SHEET (Revised Addendum No.1)
JOB NAME: Meter/Pump Repair Shop
JOB LOCATION: Round Rock, Williamson County, Texas
OWNER: City of Round Rock, Texas
DATES: August 1989
Gentlemen:
Pursuant to the foregoing Notice to Bidders and Instructions to
Bidders, the undersigned bidder hereby proposes to do all the work, to
furnish all necessary superintendence, labor, machinery, equipment,
tools, materials, insurance and miscellaneous items, to complete all
the work on which he bids as provided by the attached supplemental
specifications, and as shown on the plans for the construction of
Meter/Pump Repair Shop and binds himself on acceptance of this
proposal to execute a contract and bond for completing said project
within the time stated, for the following prices, to wit:
BASE BID
Bid Item Description
Item Quantity Unit and Written Unit Price
1. 1 L.S. Meter/Pump Repair
Shop providing
design/construction
services, detailing
good engineering
practices sealed by
a registered Protessional
Engineer for all major
requirements of the
proposed building in
accordance with
all applicable state
laws and local ordinances;
and providing all labor and
materials, including in-
general, excavation,
structural backfill,
reinforced concrete
foundations, electrical,
plumbing, mechanical,
structural/metal building
with meter shop and offices,
complete in-place per
lump um.
fc'r
cents liars
and Wo
(bid/2) -Page 5 of 6-
Unit
Price Amount
$ 11 360.00
If this proposal is accepted, the undersigned agrees to execute the
contract and provide necessary bonds and insurance certification as
per the Instructions to Bidders and commence work within ten (10) days
after written Notice to Proceed. The undersigned further agrees to
complete the work in full within forty -two (42) calendar days for
Phase A- Design and ninety -one (91) days for Phase B- Construction after
the date of each written Notice -to- Proceed.
The undersigned certifies that the bid prices contained in the
proposal have been carefully checked and are submitted as correct and
final. The owner reserves the right to reject any or all bids and may
waive any informalities.
Respectfully Submitted,
Laa W E K-
QP4h(O
Title for:
EK Lo1„KtWL'floa Co lAG
bidding /2
Page 6 of 6
to. box Zoos
K46,4u rbeAL, TEXks 78690
Address
5lZ 388 2155
Telephone
Name of Firm Secre ary if Contractor is a
Corportaton
AGREEMENT
THE STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF WILLIAMSON
That this Agreement made and entered into this day
of A.D., 1989, by and between the CITY OF ROUND ROCK,
TEXAS, it's Mayor, First Party, hereinafter termed the Owner and Jezek
Construction Company, Inc. of the City of Round Rock, County of
Williamson, State of Texas, Second Party, hereinafter termed Contractor.
WITNESSETH: That for and in consideration of the payments
and agreements hereinafter mentioned to be made and performed by said
First Party (Owner), the said Second Party (Contractor) hereby agrees
with the first Party to commence and complete the construction of
certain improvements at the prices set forth in the Contractor's Proposal
dated August 23,1989 for certain improvements described as follows:
METER PUMP REPAIR SHOP - 1989
The Contractor shall perform all work shown on the Plans and
described in the Contract and shall meet all requirements of this
Agreement, the General and Special Conditions of the Contract; and such
Orders and Agreements for Extra Work as may subsequently be entered by
the above named parties to this Agreement.
The Contractor hereby agrees to commence work under this
contract within 10 consecutive calendar days after the date written
notice to do so shall have been to given to him and shall cause work to
progress in a manner satisfactory to the Owner. Such work shall be
completed in full by ( as denoted on notice to proceed).
The Owner agrees to pay the Contractor in current funds, and to
make payments on account, for the performance of the work in
accordance with the Contract, at the prices set forth in the Contractor's
Proposal, subject to additions and deductions, all as provided in the
General Conditions of the Agreement.
The following documents together with this Agreement, comprise
the Contract, and they are fully a part thereof as if herein repeated in
full.
The Notice to Bidders
The Instruction to Bidders
The Proposal and Bidding Sheets
The Performance & Payment Bonds
The Certificate of Insurance
The General Conditions
of Agreement
The Baas of Measurement & Payment
PBD-1
AGREEMENT - continued
The Special Conditions of Agreement
The Technical Specifications
The Special Provisions
Addenda
Change Orders
The Plans
(agreepbd/4)
In WITNESS WHEREOF the Parties to the presents have executed
this Agreement in the year and day first above written.
ATTEST:
Jezek Construction Company, Inc.
Post Office Box 2005
Round Rock, Texas 78680
By:
L . J ek, President
agreepbd/4(2) PBD -2
CITY OF ROUND ROCK, TEXAS, OWNER
Mayor
AMWEST SURETY INSURANCE COMPANY IA WOODLAND HILLS. CALIFORNIA
VMMI
BID BOND
PREMIUM: BBSU
KNOW ALL MEN BY THESE PRESENTS, That we
P.O. Box 2005, Round Rock, Texas 78680
Principal, and ,4M WEST SURETY INSURANCE COMPANY, a corporation, organized and existing under the laws of
the State of California and authorized to transact a general surety business in the State of
(hereinafter called the Surety), as Surety, are held and firmly bound unto
221 East Main Street, Round -Rock, Texas 78664
Jezek Construction Company, Inc.,
(hereinafter called the Obligee) in the penal sum of five percent ( 5 %) not to exceed
four thousand two hundred fifty and no /100 * * * * * ** Dollars (S 4,250.00 * * * **
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to
submit a proposal to the Obligee ona contract for Construction - of foundation and metal building
and electrical: Metel^ /Pump Repair Shop, Round Rock, Texas"
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may
be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful per-
formance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the obligee
may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise
remain in full force and effect.
SIGNED, SEALED AND DATED THIS 21st day of August
Jezek Construction Company, Inc.
PRINCIPAL
By 7
Larry JeS k, President
AM WEST SURETY INSURANCE COM,P.4NY
By.
BOND NUMBER: 1185703(6)
BID DATE: August 23, 1989
Ric W. Stewart
(hereinafter called the Principal), as
City of Round Rock,
Texas
ATTORNEY -IN -FACT
iRerseO 1INR1
POWER NUMBER
Al
BOND NUMBER
1185703(6)
This Power of Attorney has been
delivered in connection with the
above bond number.
1
1
1
1
NAME OF PRINCIPAL
1 NAME OF OBLIGEE
1
1
1
1
1
1
1
City of Round Rock, Texas
AMWEST SURETY INSURANCE COMPANY
P.O. BOX 4500, WOODLAND HILLS, CA 91365 -4500
(818) 704 -1111
LIMITED POWER OF ATTORNEY
(READ CAREFULLY)
To be used only in conjunction with the bond
specified herein.
Jezek Construction Company, Inc.
VOID IF NOT USED BY
JANUARY 1, 1990
No Power of Attorney on this form
shall be valid as to bonds, under-
takings, recognizances or other
written obligations in the nature
thereof executed on or after said
expiration dale.
PENAL SUM$ $4,250.00
This Power of Attorney may not be used in conjunction with any other power of attorney. This Power of Attorney is void if altered or erased. This document
is printed on blue paper with black and red Ink. This power of attorney bears a raised seal of AMWEST SURETY INSURANCE COMPANY. Only originals
of this Power of Attorney are valid. No representations or warranties regarding this Power of Attorney may be made by any person other than an authorized
officer of AMWEST SURETY INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed
to AMWEST SURETY INSURANCE COMPANY at the address and telephone number set forth at the top of Ihls Power of Attorney, Attention: Underwriting
Department. This Power of Attorney shall be governed by the laws of the State of California. Any power of attorney used in connection with any bond Issued
by AMWEST SURETY INSURANCE COMPANY on or after February 21, 1989 must be on Amwest Form UN -A1007 (REV. 2/89). All other previous power
of attorney forms issued by AMWEST SURETY INSURANCE COMPANY have been revoked and are of no further force or effect.
' KNOW ALL MEN BY THESE PRESENTS that AMWEST SURETY INSURANCE COMPANY, A CALIFORNIA CORPORATION, (the "Company'). does hereby
make, Constitute and appoint
RIC W. STEWART AS EMPLOYEE OF SOUTHWEST SURETY & INSURANCE AGENCY
its true and lawful Attorney(s)-in-Fact, web limited power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the
Company thereto if a seal Is required. bonds, undertakings, recognizances or other written obligations In the nature thereof, as follows:
'
Small Business Administration Guaranteed Bonds up to $250,000;
Notwithstanding anything contained In this Power of Attorney to the contrary, this Power of Attorney does not apply to riders, endorsements, consents
,of surety, supplemental agreements, waivers, extensions of time, or any other document which varies or changes the terms and conditions of any
authorized bonds.
'
and to bind AMWEST SURETY INSURANCE COMPANY thereby. This appointment is made under and by authority of the following provisions of the By -Laws
of the Company. which are now in full force and effect:
Article III, Section 7 of the By -Laws of AMWEST SURETY INSURANCE COMPANY
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of
.AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975.
RESOLVED that the president or any vice - president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact
or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to execute
and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may
remove any such attorney -in -fact or agent and revoke any power of attomey previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid end binding upon the Company
(i) when signed by the president or any vice - president and attested and sealed (If a seal be required) by any secretary or assistant secretary; or
(ii) when signed by the president or any vice - president or secretary or assistant secretary, and countersigned and seated (if a see? be required)
by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the
authority evidenced by the power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power
of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of
the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, and its corporate
teal to be hereunto affixed this 21 February
of ry 19 89
T ATE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss
On this _ 21 day of February A D 19 89 personally came before me Gary R. Peterson and Karen G. Cohen
I c me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument, and they each
knowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid.
and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed
nd subscribed to the said instrument by the authority of the board of directors of said corporation.
i
liT ATE OF CALIFORNIA, COUNTY OF LOS ANGELES — as
CERTIFICATE
I. the undersigned secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the
regoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the By -Laws of the Company
and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force.
Dallas, Texas this 21st dayof August 19 89
I ned and sealed at
I I uN.ulOQ7 ■REV 21991
Gary R. Paterson, Prmidem
MIN. MY
KAREN T. MORITA
NQaam
EV. Aug. 14. 199Q
(SEAL)
1 72 Z0 -1 - 1 4_
Notary P. 10.e
Kann G Conan, 5aaeury
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
and firmly bound unto the
FOR CONSTRUCTION OF
BID BOND
KNOW ALL MEN BY THESE PRESENTS, THAT WE
1989.,.
, as PRINCIPAL and
, as SURETY, are held
, hereinafter refer-
red to as the "OWNER ", in the penal sum of five percent (58)
of the total amount of the bid of the PRINCIPAL submitted to
the OWNER, for the work described below; for the payment of
which sum in lawful money of the United States of America,
well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly
and severally, firmly by these presents. In no case shall
the liability of the SURETY hereunder exceed the sum of
$
THE CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas,
said PRINCIPAL has submitted the above mentioned bid to the
OWNER, for construction of the work under the "SPECIFICATIONS
for which bids are to be opened at the office of the OWNER on
NOW, THEREFORE, if the PRINCIPAL is awarded the Contract, and
within the time and manner required under the heading "In-
structions to Bidders ", after the prescribed forms are pre-
sented to him for signature, enters into a written agreement,
substantially in the form contained in the Specifications, in
accordance with the bid and files the two bonds with the
OWNER, one to guarantee faithful performance and the other to
guarantee payment for labor and materials, then this obliga-
tion shall be null and void, otherwise, it shall be and re-
main in full force and effect.
In the event suit is brought upon this bond by the OWNER and
judgment is recovered, said SURETY shall pay all costs
incurred by the OWNER in such suit, including a reasonable
attorney's fee to be fixed by the Court.
IN WITNESS WHEREOF, we.have hereunto set our hands and seals
this day of ' 1989.
Principal
By:
Surety
By:
(Seal) (Seal)
Executed in 7 Counterparts Bond# 1185804
Premium $1431.00
PERFORMANCE BOND
THE STATE OF TEXAS ! BOND PREMIUM B CE ON FINAL
CONTRACT COUNTY OF Dallas I
KNOW ALL MEN BY THESE PRESENTS, THAT Jezek Construction Co.. Inc
of the City of Round Rock
County of Williamson , and State of Texas
as principal, and Amwest Surety Insurance Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto City of Rourid Rock (OWNER) ,
in the penal stir of Fifty seven thousand two hundred fifty Dollars
($ 57,250.00 ) for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain - written
contract with the Owner dated the day of
1989, 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. Meter /Pump Repair Shop in Round Rock, Texas 1989
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform said Con-
tract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said contract agreed and covenanted by
the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans
and Specifications thereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect;
PB -1
1
1
1
1
1
1
1
1
1
r
1
i
1
1
1
1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the term
of the contract, or to the work performed thereunder, or the
plans, specifications, or drawings accompanying the same,
shall in anywise affect its obligation on this bond, and it
does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract, or
to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and
and sealed this instrument this 76th day
1989. ,
Jezek Condtruction Co.. Inr AmWPRr SUrPty Tnciiranra fyympany
Principal Surety / ,
By
Title Larry Jezek. President
Address p.0. Box 2005
Ric W. Stewart c/o
P8 -2
By /f
RQ1md Rnrk. Texas 7AfR0 Woodland Hills. CA 91365
The name and address of the. Resident Agent of Surety is:
Southwest Surety & Immnranrp Agenry Tnr.
1Z //U Coit Rd Suite 902 LB 16
Dallas, Texas 75251
Surety have signed
of SeptPmhar
Title W Stewart Atty in fart
Address P.O. Box 4500
Executed in 7 Counterparts Bona 1185804
Premium $1431.00
PAYBENT BOND
THE STATE OF Texas BOND PREMIUM BASED ON FINAL
CONTRACT PRICE
COUNTY OF Da i T as I
KNOW ALL MEN BY THESE PRESENTS, THAT Jezek Construe "; rm r'n . rn r
, of the City of Round 2nru
County of Williamson • and State of
as principal, and Amwest Surety Insurance Comoarro
authorized under the Laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto ` City of Round Rork (OWNER).
in the penal sum of Fifty seven rhnngwnri ran Tr,nr9Twi f +fry Dollars
{S 57,250.00 1 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: - --
_-
IMUUUMLS, the Principal has entered into a cirtain written
contract with the Owner, dated the day of
1989 , 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. Meter /Pimp Repair Shop in Round Rock, Texas 1989
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH.
that if the said Principal shall pay all claimants supplying
labor and material to in or a subcontractor in the prosecu-
tion of the work provided for in said contract, then, this
obligation shall be void: otherwise to remain in full force
and effect;
PS -3
Provided, however, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the
terms of the contract, or to the work performed thereunder,
or the plans, specifications or drawings accompanying the
same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this . 26th day of Sepremhar
1989.
T�k . �['rmatrd , rr ;rn Co.. Tnr,
Principal
Title Larry Jezek, President
Address P.O. Box 2005
Round Rock, Texas 78680
Southwest Surety & Insurance Agen c4, Inc.
ai70 Coit Rd. Suite 902 LB 16
Dallas, Texas 75251
y Tnc,l rP 2777ary
B / 'C.
A mcm at Stir
Surety /
PH -4
Title Ric W. Stewart, Atty in fact
Address P.O. Bost - 4500
Woodland Hills, CA 91365
The name and address of the Resident Agent of Surety is:
Ric W. Stewart c/o
MAINTENANCE BOND
THE STATE OF TEXAS I
BOND PREMIUM BASED CN AL
CONTRACT PRICE
COUNTY OF Dallas I
Executed in 7 Counterparts Bondll 1185804
Premium $1431.00
KNOW ALL MEN BY THESE PRESENTS, THAT WE Jezek Construction Co., Inc
Amwest Surety Insurance Company
organized under the laws of the State of Texas
SURETY, are held and firmly bound unto City of Round Rock
, as OBLIGEE, in the penal sum of
fift seven thousand two hundred f and
MB -1
, as PRINCIPAL and
, a Corporation
, as
00 100 * * * * * * * * * * * * * * **
Dollars ($ 57,250.00 ),
to which payment will and truly to be made we do bind our-
selves, our and each of our heirs, executors, administrators,
successors and assigns jointly and severally, firmly by these
presents.
WHEREAS, the said PRINCIPAL has constructed Meter /Pump Repair
Shop in Round Rock, Texas 1989
WHEREAS, said OBLIGEE requires that the PRINCIPAL furnish a
bond conditioned to guarantee for the period of one year
after approval by City of Round Rock
against all defects in workmanship and materials which may
become apparent during said period;
NOW. THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH
THAT, if the PRINCIPAL shall indemnify the OBLIGEE for all
loss that the OBLIGEE may sustain by reason of any defective
materials or workmanship which become apparent during the
period of one year from and after date of acceptance by the
OWNER, then this obligation shall be void, otherwise to
remain in full force and effect.
IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have signed
and sealed this instrument this 26th day of September
19 .
Jezek dbnstruction Co., Inc Amwest Surety Insurance Company
Surety 7) /
Principal
By.
Title Larry Jezek, President
Address P.O. Box 2005
Round Rock, Texas 78680 Woodland Hills, CA 91365
The name and address of the Resident Agent of Surety is:
Ric W. Stewart c/o
Southwest Surety & Insurance Agency, Inc.
1Z //U Gott Rd Suite 9UZ LB 16
Dallas, Texas 75251
MB -2
Title Ric W. Stewart, Atty in fact
AddressP.O. Box 4500
1
1
1
1
1
1
1
1
POWER NUMBER
Al2343
HUNU NUMtICH
1185804
1 hie Power of Attorney has been
delivered in connection with the
above bond number.
NAME OF PRINCIPAL
1 AME OF OBLIGEE Ci i-y of Round
'al 10 be hereunto affixed this
Signed and sealed at Dallas, Texas
1
Ilitorms r (REV 21e9)
Jezek Construction Co., Inc
LIMITED POWER OF ATTORNEY
(READ CAREFULLY)
To be used only In conjunction with the bond
specified herein; r,
e +
Rock 221 East Main S treet:>IPound Rock; :,Texas
This Power of Attorney may not be used in eortjuncflon With any - - Mite Pourer of etibfiiajf. ' pow0 = for ld nettle Hf tatted. , his document
Is primed on blue paper with black and red Ink. This power b1 attorney beers a relaed 1 of AMWEStSUR87Y INSURANCE COMPANY.:-bnfy originals
of this Power of Attorney are valid. No representatIona or Warrernles regarding this PoiseF di Affdfney irittibe made byenj'rp�so 1 bther that an authorized
officer of AMWEST SURETY INSURANCE COMPANY, And reign bra in writing. Ouilslibna or IhgtHflea regetdIng th)b Pow l iettofffey be Addressed
to AMWEST SURETY INSURANCE COMPANY et the address and ielepfl0ne numbefnet forth of dbOtop dt - is f%Stelj AttoMlont Underwriting
Department. This Power of Attorney Shall be goVarned by tha heel bf the Meteor 4" alifbmla. Any sayAff ib} u'bdd Nffb�ll _ n *llh OW /bond d Issued
by AMWEST SURETY INSURANCE COMPANY on a t after FAHi'uay" ft 19 Mabtbe on Amwe l�I i 0 07 , ot - ,�M:. , =r
of attorney forms issued by AMWEST SURETY iNBUNAN ! " -been revoked and
[OW ALL MEN BY THESE PRESENTS, tha1,AMW
make, constitute and appoint
RIC W. STEWART AS EMPLOYEE
%' r' 'r / '
its true and lawful Attorney(a) -In -Fact, with limited server and authority for and on behalf Of ifu,) C'Amperiy W a(irtliy
impany thereto .10 0 seal lo required bonds, u(rddrtakingb, redbg[ilzances or other (w(itee bbtlpatIdna In the /IAA fheitidi AA tolfowe
x<,
Small Business Administration Guaranteed &fois fo 3250.000;
' Notwithstanding anything comerned in this Power of Attorney to the contrary, this Power
of surety, supplemental agreementa waivers ax t ep olone of time, or any other docume
authorized bonds. 4:' ' - x „
d to bind AMWEST SURETY U4SURANCE COMPANY thereby. 'Tie appointment la made
d Company, which are now In full force and effect:
' :' Article fit. Section 7 of the By -Laws of AMWEST SURETY INSURANCE COMPANY
This Power of Attorney is signed and sealed by facsimile under and by the authority of the Iolbowlfg fiteufutlof0 idop1d by the board of directors of
( WEST SURETY INSURANCE COMPANY a1 a meeting duly held on December 15, 1976.
RESOLVED That the president or any vice- president, In conjunction with the secretary or any eselatent Secretary, may appoint attorneys - -fact
or agents with authority as defined or limited In the Instrument evidencing the appointment in each case, for and on behalf of the Company to execute
and deliver and affix the seal of the Company to bonds, undertakings, recognizance., and suretyship obligations of all kinds; and said officers may
remove any such attorney -in -fact or agent and revoke any power of attorney previously granted fo Such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation Shall be valid and binding upon the Company
(1) when signed by the president or any vice - president and attested and sealed Of a seal be required) by any secretary or assistant secretary; or
(it) when signed by the president or any vice - president or secretary or fumigant secretary, and countersigned end sealed (11 a seal be required)
by a duly authorized attorney -In -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more atkxnys -In -fact or agents pursuers to and within the limits of the
authority evidenced by the power of attorney Issued by the Company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power
of attorney or certification (hereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of
the Company; and such signature and seal when so used Shall have the same force end effect 55 though manually affixed.
IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by Its proper officers, and Its corporate
21 day o1 Februa 19 89
Gery R. Hereon, Preebem keno G. C Secretary
TA TE OF CALIFORNIA, COUNTY OF LOS ANGELES — ss
On this _ 21 day of Februa A.D., 19 89 personally came before me Gary R. Peterson an d Karen G. Cohen
to me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument, and They each
acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid,
and that the seal affixed to the above Instrument is the seal of the corporation, end that said corporate seal and their signatures as such officers were duly affixed
and subscribed to the said instrument by the authority of the board of directors of said corporation.
♦� i
A TE OF CALIFORNIA. COUNTY OF LOS ANGELES — so
AMWEST SURETY INSURANCE COMPANY
P.O. BOX 4500, WOODLAND HILLS, CA 91365.4500
(818) 704-1111
MOM 1.
LUMP T. 809110
FITAROWLC
Y,C EO 141990
(SEAL)
VOID IF NOT USED BY:
JANUARY 1, 1990
No Power of Attorney,on this form
shall be vend as to bands, under-
takings{ reCOgnizancek or other
written obllgellone In the nature
thereof executed on or alter said
Oration data.
ENAL Suet s?
!8664 ,,
under and by afti. 'y;;, - .ns of the By -Laws
(his 26th day of September 1989
m,, Publ,c
CERTIFICATE
1, the undersigned, secretary a1 the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the
going and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the provielona 01 the By -Laws of the Company
Me Resolutions Of the board 01 directors se, forth In the Power of Attorney, are now in force.
CO
ACOIfP r CERTIFICATE OF INSURANCE
ODUCER
TEMPLE INSURANCE
P.O. BOX 219
TEMPLE, TX 76503
ODE SUB -CODE
SURED
JEZEK CONSTRUCTION COMPANY, INC.
P.O. BOX 2005
ROUND ROCK, TX 78680
VERAGES - - - - -.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURANCE
GENERAL LIABILITY .
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE X • OCCUR
X OWNER'S 8 CONTRACTOR'S PROT
• AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
X SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
THE CITY OF ROUND ROCK
221 EAST MAIN STREET
ROUND ROCK, TEXAS 78664
ACORD 254 (3/88)
POLICY NUMBER
04CC -037447 -1
04CC -038125
02BA- 348165 -1
OTHER
A BUILDERS RISK 04CC -038126
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /RESTRICTIONS /SPECIAL ITEMS
LIMITS SHOWN ARE AT POLICY INCEPTION
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANY A
LETTER
COMPANY B
LETTER
COMPANY `.
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
ERTIFICATE HOLDER - CANCELLATION
AMERICAN STATES INSURANCE COMPANY
POLICY EFFECTIVE POLICY EXPIRATION
DATE (MM /DENY) DATE (MMIDDIVY)
GENERAL AGGREGATE S
7/5/89 7/5/90 PRODUCTS- COMPIOPS AGGREGATE S
PERSONAL & ADVERTISING INJURY S
9/29/89 12/29/89 EACH OCCURRENCE
FIRE DAMAGE (Any one lire) S
MEDICAL EXPENSE (Any one person) $
COMBINED
1/30/89 1/30/90 SINGLE $ 500
BODILY
INJURY 6
(Per person)
BODILY
INJURY $
(Per AccbenD
PROPERTY
DAMAGE
9/29/89 12/29/89 $ 25,000 LIMIT
FORM 21, FIRE, EC & V&MM
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL XMCMGMOCRC
MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE lilggq [ F ; p_uAMED TO THE
LEFT. BUT FAILURE TO MAIL SUCH ¢EaYUT>�.IM 1 0 OR
Aria GE TS OR REPRESENTATIVES.
LIABILITY OF ANY KIND UPON THE COMPA
Atir
AUTHORIZED REPRESENTATIVE
COMPANIES AFFORDING COVERAGE
ISSUE DATE (MWDD/YY)
9/22/89
ALL LIMITS IN THOUSANDS
1000
1000
500
500
50
5
EACH AGGREGATE
OCCURRENCE
$ s
STATUTORY
$ (EACH ACCIDENT)
S (DISEASE — POLICY LIMIT)
S (DISEASE —EACH EMPLOYEE
GACOR • / • RP®RATION 1988
..01.111 L®IbOWIt1..M• 1
Temple Insurance
Leibowitz and Associates
September 22, 1989
Liberty Mutual Insurance Company
P.O. Box 9011
Tyler, TX 75711 -9011
Attn: Workers Compensation Assigned Risk Underwriting
Re: Jezek Construction Company, Inc.
# WC- 391 - 092554 -019
Please issue a Certificate of Insurance to:
Thank you,
P.O. BOX 219
2006 SOUTH 57th STREET
OAK PARK BUSINESS PLAZA
TEMPLE. TEXAS 76503
(817) 771 -2888
(817) 778 -5214
The City of Round Rock
221 East Main Street
Round Rock, TX 78664
"THE AGENCY THAT SINCERELY APPRECIATES YOUR BUSINESS"
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3S ;Liss
LIBERTY
MUTUAL
a
/t •
.. Jl.:. S —PA ...
Certificate of Insurance
IBIS AND CONFERS 'FICATE IS ISSUED FS A .MATTER.. OF INFORMATION ONLY NO 33 E UECN v_ - _
.rT .IC:._
-R E HIE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND. EXTEND. -- - -
COVER OE AFFORDED BY THE PC L.0 15 LISTED BELOW. - �� ALTER "-
This is to Certify that
JEZEK CONSTRUCTION CO., INC.
P.O. BOX 2005
ROUND ROCK, TX 78580
IS, at the issue date of this certificate, insured by the Company under the po1c (ics) listed beioyv" - The
insurance worded by the listed poliey(ies) is subject to all their terms, exclusions and conditions rind s
not altered by any requirement, teen or condition of any contract or othcr document v; ith respect to 1c11:11
this certificate may be issued.
NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE
AFFORDED UNDER THE ABOVE POLICIES UNLESS 45 DAYS NOTICE OF SUCH TERMINATION CR
,REDUCTION HAS BEEN MAILED TO:
THE CITY OF ROUND ROCK
221 EAST MAIN STREET
ROUND ROCK TX 78664
AU: H031ZED FEPR:515:01.0:
7 7
Name and
Address of
Insured
Producer's Name and Address
PHIL LEIBOWITZ - TEMPLE INSURANCE
P.O. BOX 219
TEMPLE, TX 76503
9/27/89DW
DAIS ISSt1E0
INSURANCE E ce .M A N r P alto, , Co.
_cn ins trance .as . s .flan - y y I. � Cora Ennl„ is execu,,.a LISER NSL,r4C C. ,_
TYLER
.7l, 5. NUN, LP,'
I — ; 0;TS OE I_.:AB L
COVER_AGE AFFOKD, �
'I\
FOLLOWING 57,k -
07 /15/90
WC2 391 - 092554 -019
TX
500,000
COMPENSATION
500,000
EASE
0(5
500,300 1
Q.- 5, OF 0EEC3 S105 F
PYL1CAIlLE)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3S ;Liss
LIBERTY
MUTUAL
a
/t •
.. Jl.:. S —PA ...
Certificate of Insurance
IBIS AND CONFERS 'FICATE IS ISSUED FS A .MATTER.. OF INFORMATION ONLY NO 33 E UECN v_ - _
.rT .IC:._
-R E HIE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND. EXTEND. -- - -
COVER OE AFFORDED BY THE PC L.0 15 LISTED BELOW. - �� ALTER "-
This is to Certify that
JEZEK CONSTRUCTION CO., INC.
P.O. BOX 2005
ROUND ROCK, TX 78580
IS, at the issue date of this certificate, insured by the Company under the po1c (ics) listed beioyv" - The
insurance worded by the listed poliey(ies) is subject to all their terms, exclusions and conditions rind s
not altered by any requirement, teen or condition of any contract or othcr document v; ith respect to 1c11:11
this certificate may be issued.
NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE
AFFORDED UNDER THE ABOVE POLICIES UNLESS 45 DAYS NOTICE OF SUCH TERMINATION CR
,REDUCTION HAS BEEN MAILED TO:
THE CITY OF ROUND ROCK
221 EAST MAIN STREET
ROUND ROCK TX 78664
AU: H031ZED FEPR:515:01.0:
7 7
Name and
Address of
Insured
Producer's Name and Address
PHIL LEIBOWITZ - TEMPLE INSURANCE
P.O. BOX 219
TEMPLE, TX 76503
9/27/89DW
DAIS ISSt1E0
INSURANCE E ce .M A N r P alto, , Co.
_cn ins trance .as . s .flan - y y I. � Cora Ennl„ is execu,,.a LISER NSL,r4C C. ,_
TYLER
Mayor
Mike Robinson
Mayor Pro-tem
Charles Culpepper
Council Members
John Hood
Tish Oatmnn
Pete Correa
Ronnie Jean
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L. Sheets
Dear Mr. Jezek
THE CITY OF ROUND ROCK
East Main Street
Round Hark, Texas 78664
.512 - 255-3612
Jezek Construction Company, Inc.
Post Office Box 2005
Round Rock, Texas 78680
PROJECT: Meter/Pump Repair Shop
NOTICE OF AWARD
The Owner has considered the Bid submitted by you for the above
described work in response to its Advertisement for Bids
You are hereby notified that your Bid has been accepted for items
in the amount of $ 57,250.00-
You are required by the Instructions to Bidders to execute the
Agreement and furnish the required Contractor's Performance Bond,
Payment Bond and Certificate of Insurance within ten (10) calendar days
from the date of this Notice to you. If you fail to execute said
Agreement and to furnish said Bonds and Certificate of Insurance within
ten (10) days from the date of this Notice, said Owner will be entitled to
consider all your rights arising out of the Owner's acceptance cf your Bid
as abandoned and as a fort-aithre of your Bid Bond. The Owner will be
entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of
Award to the Owner.
Dated this 18 day of September 1989.
The Iri $ ROC k
By: F J I(I IJ IIn
Public Works Department
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged by
U z' W..IetEK this the fl ay of a tpT. 1989.
notawd/4
jEtEK Lorl5TAILTIol4 Lo. , (rk .
ONTR CTOR
By:
Title: f iPt' T
DATE:
TO:
PROJECT: Meter/Pump Repair Shop
Dear
of , 1989.
NOTICE TO PROCEED
You are hereby notified to commence work in accordance with the
Agreement dated , on or before
and you are to complete the work within consecutive calendar days
thereafter. The date of completion of all work is therefore
The City of Round Rock
By:
ACCEPTANCE OF NOTICE
CONTRACTOR
By
Title
Public. Works Department
Receipt of the above NOTICE TO PROCEED is hereby acknowledged by
, this the day
BD-8
GENERAL CONDITIONS OF AGREEMENT
L Definitions 1
2. General Provisions 2
3. Contractor's Obligations and Responsibilities 9
4. Owner's Obligations and Responsibilities 13
5. Scheduling and Progress of Work 14
6. Indemnity 16
7. Termination of Contract 18
8. Abandonment of Contract by Contractor 19
9. Measurement and Payment 21
gccont/5
GENERAL CONDITIONS OF THE AGREEMENT
C ONTENTS
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
1.01 Calendar Day. A calendar day shall be the 24 hour period from one
midnight to the next consecutive midnight.
1.02 Contract Documents. The Contract Documents shall consist of the
Invitation to Bidders; the Instruction to Bidders; the Proposal; the
Signed Agreement; the Performance and Payment Bonds; the
General Conditions of the Agreement; the Special Conditions of the
Agreement; the 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 a]]_ In case of conflict
between any of the Contract Documents, priority of interpretation
shall be in the following order: Signed Agreement, Performance and
Payment Bonds, Proposal, Special Conditions of the Agreement,
Invitation to Bidders, Specifications, Plans, and General Conditions
of the Agreement.
1.03 Contractor. "Contractor" shag 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 tor
the performance ct the work covered thereby, and its, his, or their
duly authorized agents and other legal representatives.
1.04 Extra Work. The term "extra work" as used in this contract shall be
understood to mean and include all work that may be required by
the Owner to be done by the Contractor to accomplish any change,
alteration, or aridition 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.
1.05 Owner. "Owner" shall mean the City af Round Rock, Texas, named
and designated in the Agreement as the "Party of the First Part"
acting through its duly authorized officers and agents.
1.06 Plans. "Plans" shall mean and include (a) all drawings prepared by
the Owner as a boars for proposal, (b) all supplementary drawings
furnished by the Owner as and when required to clarify the intent
and meaning of the contract and (c) drawings submitted by the
Contractor to the Owner for acceptance prior to construction.
1.07 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner as a
hasis for proposals, (b) all supplementary written material furnished
by the Owner as and when required to clarify the intent or
meaning of all written descriptions, methods and instructions
and (c) all written descriptions, methods and instruction submitted
by the Contractor for acceptance by Owner prior to Construction.
-1-
gc /ag /3
1.08 Subcontractor. "Subcontractors" 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.
1.09 Substantially Completed. The term "substantially completed" shall
mean that the structure or facility has been made siitahle for use
and is in condition to serve its intended purpose, but still may
require minor miscellaneous work and adjustments.
1.10 Work. "Work" shall mean the work to be done and the equipment,
supplies, material, and rervices to be furnished under the Contract
unless some other meaning is indicated by the context.
1.11 Working Day. A "working day" is defined as any day not including
Sundays or any legal holidays, in which weather or other conditions,
not under the control of the Contractor, will permit construction of
the 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.
1.12 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 know to him who gives the notice.
2. GENERAL PROVISIONS
2.01 CONTRACTOR STATUS AND AUTHORITY. It is mutually agreed by
and between the parties to this Contract that the Contractor 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 Owner shall in all cases decide every question which may
arise relative to the execution of the Contract on the part of the
Contractor; that his decisions and findings shall be the conditions
precedent to the right of the parties hereto arbitration or to any
action on the Contract and to the rights of the Contractor to
receive any money under this Contract; provided, however, that
should the Owner render any decision or give any direction which
in the opinion of either party hereto is not in accordance with the
meaning and intent of this Contract, either party may file within
30 days a written objection to the decision or direction so
rendered. It is the intent of this Agreement that there shall be no
delay in the execution of the work, and the derision or directions
of the owner as rendered shall be promptly carried out.
gc /ag/3
-2--
2.02 Right of Owner 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 Owner may direct the
Contractor in writing to increase their safety or improve their
character and efficiency and to cease operations under this
Contract until such direction is complied with. No claims shall be
made against the owner for damages caused by any delay resulting
from such order.
2.03 Changes and Alterations. The Contractor agrees that the Owner
may make such changes and alterations as the Owner may see fit in
the line, grade, form, dimensions, plans, or materials for the work
herein contemplated or any part thereof either before or after the
beginning of the construction without affecting the validity of this
Contract and the accompanying bonds. If such changes or
alterations diminish the quality ot the work to be done, they shall
not constitute the basis for a claim for damages or anticipated
profits on the work that may be dispensed with. If they increase
the amount of work and the increased work can fairly be classified
under the specifications, such increase shall be paid for according
to the quantity actually done and at the unit price established for
such work under this 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 lahor so used, for any actual loss occasioned by
such change, and for the actual expenses incurred in preparation
for the work as orginally planned.
2.04 Damages. The right of general supervision by the Owner shall not
make the Contractor an agent of the Owner, and the liability of
the Contractor for all damages to persons, firms, and corporations
arising from the Contractor's execution of the work shall not be
lessened because of such general supervision. The Contractor is an
independent contractor in regard to work under this Contract, and
as such is solely liable for all damages to any persons, firms,
corporations, or their property as result of the prosecution of the
work.
2.05 Low from natural Causes. All Ices or damage arising out of the
nature of the work to be done or from the action of the elements
or from any unforeseen circumstances in the prosecution of the
work or from unusual obstructions or difficulties which may be
encountered and borne by the Contractor at his own casst and
expense.
gc /ag/3
-3-
2.06 Law 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 indemnify and save hannless 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 License, 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 t.-1.7.L to the Contractor.
2.08 Royalties and Patents. The Contractor shall protect and save
harmless the Owner from all and every demand for damages,
royalties, or fees on any patented 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
rpleace or indemnity shall be borne and paid by the Owner direct
unless such cost is determined and directed to be included in the
bid price at the time the Proposal is submitted.
2.09 Keeping of Plans and Specifications Accessible. The Contractor
shall furnish the Owner with four (4) sets of accepted and
executed Plans and Specifications without expense to the Owner
and the Contractor shall keep one copy of the same constantly
accenthle on the work, with the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed that it is the
intent of this Contract that all work must be done and all material
must be furnished in 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 Owner shall define
which is intended to apply to the work.
2.11 Contractor's Understanding. It is understood and agreed that the
Contractor has, by careful examination, satisfied himself as to the
nature and location of the work, the conformation of the ground,
the character, quality and quantity of the materals to be
encountered, the character of equipment and facilities needed
preliminary to and during the prosecution of the work, the general
and 1nra1 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, shag affect
or modify any of the terms or obligations herein contained.
-4- (gc /ag/3)
2.12 Extra Work. The term "extra work" as used in this Contract shall
be understood to mean and include all work that may be required
by the Owner 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 Owner when presented with a written
Change Order signed by the Owner.
No claim for extra work of any kind will be allowed unless
ordered in writing by the Owner. In rase 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 Owner 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 Owner 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 W ork. It is agreed that the compensation to be
paid the Contractor for performing extra work shall be determined
by one or more at the (Mowing 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%.
gc /ac /3
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 cast 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 Owner 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 saes 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
-5-
where the premiums therefor are based on payroll and material
costs. The Owner may direct the form in which accounts of the
"actual field costs" sha]1 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.
2.14 Assignment and Subletting. The Contractor shall not assign or
sublet the work or any part thereof without the previous written
consent of the Owner, nor shall he assign, by power of attorney or
otherwise, any of the money payable under this Contract unless by
and with the consent of the Owner to be signified in like manner.
If the Contractor assigns all or any part of any monies due or to
become due under this Contract, the instrument cf assignment shall
contain a clause substantially to the effect that it is agreed that
the right af the assignee in and to any monies due or to become
due to the Contractor shall be subject to all prior liens of all
persons, firms, and corporations for services rendered or materials
supplied for the performance of the work called for in this
Contract
2.15 Subcontractors. The Contractor shall be as fully respon to the
Owner for the acts and omissions of his euhc^ontractors 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 Owner.
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 sha]1 have the right to
take possession at 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
Owner 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
Owner.
2.18 Materials. All materials furnished by the Contractor shall be as
required by the Plans and Specifications as accepted by the Owner
or as otherwise stipulated. The Contractor shall not start delivery
of materials which he is to furnish until the Owner has accepted
the source of supply of such materials.
gc /ag / -6-
2.19 Receiving and Storage of Materials The Contractor shall make
arrangements for receiving and storing materials. The Owner will
not sign for or receive shipments of materials consigned to the
Contractor. The Owner will not furnish storage space for materials.
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 Owner requesting approval of the use of a
material, product, or article he feels is truly equal to the one
specified The Owner 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 Owner 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 supplies] 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 of public or private property and utilities when such
property is liable to injury or damage through the performance of
the work, and he shall make all necessary arrangements with such
owner or owners relative to the removal and replacement or
protection of such property or 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 tor
any damage resulting thereto. The Contractor shall not be entitled
to any damages or extra pay as a result of any postponement,
interference, or delay caused by any such structures and facilities
being on the line of the work whether they are shown on the Plans
or not.
2.24 Shelters for Workmen and Materials. The building or structures for
housing men or the erection of tents or other forms of protection
for workmen or materials will be permitted only as the Owner
gc /ag -7-
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 0 wner.
2.25 Sanitary Facilities. Necessary sanitary toilet facilities for the use
of all employees on the work shall be of a type complying with
State and local sanitary regulations and shall be properly secluded
from pnh1ir observation. These facilities shall be constructed and
maintained. Their use shall be strictly enforced.
gc /ag/3
-8-
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES.
3.01 Labor, 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 and Payment Bonds. It is further agreed by the Parties
to the Contract that the Contractor will execute separate
performance and payment bonds, each in the sum of 100% of the
total contract price in standard forms for this purpose,
guaranteeing faithful performance of the work and the fulfillment
of any guarantees required and further guaranteeing payment to all
persons supplying labor and materials or furnishing him any
equipment in the execution of the Contract. If the contract price is
less than $50,000.00, a letter of credit may be furnished in lieu of
a performance bond. It is agreed that the Contract shall not be in
effect until such performance bonds or letters of credit, and
payment bonds are furnished and approved by the Owner. The cost
of the premium for the performance bonds or letters of credit, and
payment bonds shall be included in the price bid by the Contractor
for the work under this Contract, and no extra payment for such
bonds or letters of credit will be made by the Owner.
The surety company or companies underwriting the performance and
payment 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.
adequacy /3
-9-
3.03 Adequacy of Design. It agreed that the Contractor shall be
responsible for the adequacy of the design and the safety of the
structure; provided the Contractor has complied 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.
3.04 Con actor's Ability to Perform. Upon request by the Owner the
Contractor shall furnish su+ is ent 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 perogative of the Owner to terminate the Contract
as outlined in Section 7 "Termination of Contract", if job progress
indicates that the Contractor lacks either appropriate experience
or ability.
3.05 Superintendent and Inspections. 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 Owner,
on the work continuously during its progress. The sapperintendent
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 pericris of time the
Owner 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.
3.06 Character of Employees. The Contractor agrees to employ only
orderly, competent, and skillful persons to do the work, and
whenever the Owner shall inform him that the work being
accomplished is of substandard 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 Owner is satisfied
that the conditions causing such faculty work have been corrected.
3.07 Contractor's Duty to Protect Persons and Property. In the
performance of this Contract, the Contractor shall protect the
adequacy /3
-10-
public and the Owner fully by taking reasonable precautions 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 nondelegahlp, 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.
3.08 Safety Codes. The Contractor shall comply with all applicable
provisions of any Federal, State, 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 reguations.
3.09 Barricades. When barricades are used to satisfy safety
requirements, such barricades shall be properly identified with the
Contractor's name prominently stenciled on both sides of the
barricades with letters at least 2 inches high.
3.10 Minimum Wages. All employees directly employed on the work shall
be paid not less than the established prevailing wage cra1P for work
of a similar character in this 1rirality. A -alp of prevailing wages
is included in the Special Conditions of these Contract Documents.
The Contractor shall pay not less than the general prevailing wages
shown on said scale and shall keep accurate wages records
accessible in accordance with Article 5159 of the Revised Civil
Statues of Texas.
3.11 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 Owner as unsuitable or not in conformity with the
accepted plans and specifications, the Contractor shall, after
receipt of written notice thereof from the Contracting officer,
forthwith remove such material and replace, rebuild, or otherwise
remedy such work so that it shall be in full accordance with this
Contract.
adequacy /3
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 Owner may
direct that the work be done by others and that the cost of the
work be deducted from monies due the Contractor.
3.12 No Waiver of Contractor's Obligations. The Owner or inspector
shall have no power to waive the obligations of this Contract
for the furnishing by the Contractor cf good material and of his
performing good work herein described and in full accordance
with the plans and specifications. No fail„re or omission of the
Owner, or inspector to condemn any defective work or material
shall relea a 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 0 wner, or inspector shall
upon request of the Contractor inspect and accept or reject any
material furnished, and once the material has been accepted by the
Owner, or inspector such acceptance shall. be binding on t h e
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 Owner
prior to final acceptance, and if found not in accordance with the
specifications 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 by the Owner.
3.13 Site Clean Up. The Contractor shall not allow the site of the work
to become littered with trash and waste material, but shall
maintain the site in a neat and orderly condition throughout the
construction period. The Owner 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 conduites, shall tear down and remove all temporary
structures built by him, shall 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 Owner.
3.14 Guarantee. During a period of 12 months from and after the date of
the substantial completion 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 each period.
If within 10 days after the mailing of a notice in writing to the
Contractor or his agent the said Contractor shall neglect to make
or to undertake with due diligence the aforesaid repairs, the Owner
-12-
is hereby authorized to make such repairs at the Contractor's
expense; provided, however, that in rase of an 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 shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONS BILLIES
4.01 Lines and Grades All necessary lines and grades shall be furnished
by the Owner. 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 therefor. The Contractor shall give the Owner ample
notice of the time and place where lines and grades will be needed.
All stakes, marker, etc. shall be carefully preserved by the
Contractor, and in case of carele destruction ar removal by him
or his employees such stakes, marks, etc. shall be replaced by the
Owner at the Contractor's expense.
4.02 Right of Ent The Owner reserves the right for its personnel or
its agents to enter the property or location on which the work
herein contracted are being constructed or installcri for the purpose
of supervising and inspecting the work for the purpose of
constructing or installing such collateral work as the Owner may
desire.
4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner
shall appoint such inspectors as the said Owner may deem necessary
to inspect 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 0 wner or inspectors for the proper
inspection and examination of the work and all parts thereof. The
Contractor shall regard and comply with the directions and
instructions of the Owner, supervisors, or inspectors so appointed
when such directions and instructions are consistent with the
obligations of this Contract.
4.04 Collateral Work. The Owner reserves the right to provide all labor
and material essential to the completion of the 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 thid Contract. The
respective rights of and operations of the various interests involved
shall be established and coordinated by the Owner.
4.05 Right -of -Way. Fa.v.ments across private property and lands needed
for construction under this Contact will be provided by the Owner.
adequacy /3
-13-
5. SCHEDULING AND PROGRESS OF WORK.
5.01 Order and Prosecution of the Work. It is the meaning and intent of
this Contract, unless otherwise herein c—lly 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 substantially completed as a whole or in part in
accordance with this Contract within the time of completion
hereafter designates; provided also that the Owner 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
prohahility of danger to the public or to anticipate seasonal
hazards tram the elements or to coordinate with other work being
done for ar by the Owner.
5.02 Rate of Program. The Contractor shall give the Owner 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 Owner to be
unsafe, inefficient, or inadequate to insure the required quality or
rate of progress of the work, the Owner may order the
Contractor to increaea or improve his facilities or methods, and the
Contractor shall promply comply with such orders; but neither
compliance with such orders nor failure of the Owner to issue
such orders shall relieve the Contractor from his obligation to
secure the degree of safety, the quality of work, and the rate of
progress required by this Contractor. The Contractor alone shall be
responsible tor the safety, adequacy, and efficiency of his plant,
equipment and methods.
5.03 Sunday, Holiday, and Night Work. Except in connection with the
care, maintenance, or protection of equipment or of work already
done, no wank 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 Owner.
5.04 Hinderance 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 wank 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.
gencond5 /3
-14-
Should delays repeatedly occur due to the Contractor's failure to
provide adequate plant, equipment, or personnel, or where the
Owner determines that unreasonable inconvenience to the public is
due to such failure, the Contractor's operation shall be suspended
until he shall have provided adequate plant, equipment, and
personnel to prop°r1y resume and continually prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed in the final
completion at the work by any act or neglect of the owner, or of
any employee, or by any other contractor employed by the Owner,
or by strikes, fire or other cause or causes outside of and beyond
the control af the Contractor and which the Owner determines
could have been neither anticipated nor avoided, then an extension
of time sufficient to compensate for the delay as determined by the
Owner shall be granted; provided, however, that the Contractor
shall give the Owner prompt notice in writing of the cause of delay
in each c,aee. Extensions of time will not be granted for delays
caused by unfavorable weather, unsuitahlP ground conditions or
inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time.
The Contractor agrees that time is of the essence of this Contract
and that the definite value of damages which would result from
delay would be incapahlP 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 a penalty but as liquidated damages, the sum
per day given in the following schedule:
Amount of Liquidated
Amount of Contract Damages Per Day
gencond5 /3
Less than $ 5,000.00 $ 30.00
$ 5,001.00 to $ 15,000.00 $ 35.00
$ 15,001.00 to $ 25,000.00 $ 40.00
$ 25,001.00 to $ 50,000.00 $ 50.00
$ 50,001.00 to $ 100,000.00 $ 70.00
$ 100,001.00 to $ 500,000.00 $200.00
$ 500,001.00 to $1,000,000.00 $300.00
$1,000,001.00 to $2,000,000.00 $400.00
$2,000,000.00 to $5,000,000.00 $500.00
-15-
6. INDEMNITY
6.01 Contractor's Indemnity Provision. To protect the Owner from
the Contractor's failure to perform any of the foregoing duties or
any at the terms of this Contract, the Contractor shall indemnity
and save harmless the Owner and the Owner's agents and
employees from all losses, damages, judgments, decrees, and
expenses or costs of any nature whatsoever arising out of or in
anyway connected with any claims or actions at law or in equity
brought against the Owner and the Owner's agents and employees
for the death or injury to persons or for damage to property
caused, or allegedly caused, by any willful acts, negligence,
nuisance, or breach of any term or condition of this Contract by
the Contractor, his agents, servants, subcontractors, or employees.
The Contractor shall furthermore indemnify and save harmleEs the
owner and the Owner's agents and employees from all demands of
subcontractors, workers, material persons, or suppliers of machinery
and parts thereof, equipment, power tools, and supplies incurred in
connection with work to be performed under this Contact.
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, subcontractors or their
employees and subcontractors shalt 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,
mediral or other benefits, which may become due or payahlP
thereunder, and to protect and indemnify 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 statue.
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 T•iahility 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
Indemnity Provision ". The liability coverage under this policy shall
cover Independent Contractors. Liability limits for the
Compresensive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000. each person
$300,000. each accident
Property Damage $ 25,000. each accident
$ 50,000. each aggregate
indemty /4 -16-
p„hlir Liability and Property Damage to protect the Contractor,
any of his sub - contractors and the 0 wner against claims arising
from personal injury, including accidental death, as well as claims
for property damage.
The amount of liahility is $100,000./$300,000. The amount of
property damage is $100,000. per accident.
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, and
Owner's and Contractor's Protective Policy which co-insures the
Owner and the Owner's agents and employees with the same
Comprehensive General liahility coverage as described in 6.03
above entitled "Comprehensive General liahility 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 Automohilp Tiahility 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 insur
contractual liahility of the Contractor assumed under the above
Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The
liahility limits for the Comprehensive Automobil T.iahility
insurance coverage shall not be less than the following:
Bodily Injury $100,000. each person
$300,000. each accident
Property Damage $100,000. each accident
$100,000. each aggregate
6.06 Builders Risk Insurance is necessary to cover lass 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, prior to
start of work.
6.07 Insurance Certificate. In connection with the insurance coverage
set cut in section 6.02, 6.03, 6.04, 6.05 and 6.06 above, the
Contractor shall furnish the Owner with a certificate verifying said
insurance. Said certificate shall state that the Owner shall be
given 45 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.
indemty /4
-17-
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 as to the nature and extent of such
violation, may without p ejndir'e to any other resources or remedy
give the Contactor written notice of termination of the
employment of the Contractor 10 days subsequent to such notice.
Immediately following such date the Owner may take possession of
the site of the work and all material, equipment, tools, and
appliances thereon and may finish the work in accordance with the
provisions 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 10 days written notice to the Owner,
terminate this contract and recover from the Owner payment for
all completed work.
7.03 Removal of Equipment. In the event that the Contract should be
terminated for any reason whatsoever, the Owner may request the
Contractor in writing to remove any or all of his equipment:, tools,
and supplies, and the Contractor shall comply with the request
within 10 days after receipt of the notice Should he fail to do so
within 10 days after receipt of such notice, the Owner shall have
the right to remove such equipment and supplies at the expense of
the Contractor and to place such equipment, tmis and supplies in
storage at the risk and expense of the Contractor.
indemty /4
-18-
8. ABANDONMENT OF CONTRACT BY CONTRACTOR.
8.01 Notification of Contractor. If the Contractor should abandon and
fail to refuse to resume work within 10 days after written
notification from the Owner 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. In
such event the Surety on the bond shall be notified in writing and
directed to complete the work, and a copy of said notice shall be
delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by Owner.
After receiving said notice 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 therefor except when used in connection with extra
work where credit shall be allowed as provided for under Section
2.12 entitled "Extra W ork ", 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 hereinbefore
provided within 10 days after service of such notice, then the
Owner may provide for completion of the work in either of the
following elective manners:
a. The Owner may thereupon employ such force of 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 an 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 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 (-age such expense
is greater than the sum which would have been payable under
this Contract if the same has 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 pealed bias, after 14 days notice published
two or more times in a newspaper having a general
circulation in the county of location of the work, may let the
aband/5 -19--
contact for the completion of the work under substantially
the same terms and conditions which are provided in this
Contract. In rase of any increase in cast 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 bond
therefor. However, should the cost to complete any such new
contact prove to be less than what would have been the cost
to complete under this Contract, the Contractor or his Surety
shall be created therewith.
8.04 Final Acceptance. W hen the work has been completed 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 accounts certified by
the Owner 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 15 days after the date of
such Contract Completion Certificate
8.05 Disposition of Contractor's Equipment. In the event the statement
of accounts shows that the cost to complete the work is less than
that which would have been the cost to the Owner had the work
been completed by the Contractor under the terms of this Contract
or when the Contractor or his Surety pay the balance shown to be
due 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 contact price, and the Contractor or his
surety fail to pay the amount due to 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 ay 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 subect only to the duty of the Owner to exercise
ordinary care to protect such property. After 15 days from the
date of said notice the Owner may sell such machinery, equipment,
tools, materials, or supplies and apply the net sum derived from
such qa1e to the credit of the Contractor and his Surety. Such sales
may be made at either pill or private ales, 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.
aband/5 -20-
9. MEASUREMENT AND PAYMENT.
9.01 Character of Measurements. No extra or customary measurements
of any kind will be allowed, but the actual length, area, solid
contents, number, and weight only shall be considered unless
otherwise specifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimated quantities
stipulated in the proposal form under unit price items are
approximated and are to be used only (a) as a hair for estimating
the probable cost of the work and (b) for the purpose of comparing
the proposals submitted for the work. It is understood and agreed
that the actual amounts of work done and materials furnished under
unit prices items may differ from such estimated quantifies and
that the hasis 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 amounts of work actualy performed and matprials
actually furnished and the amounts estimated therefor m the
proposal or other Contract Documents; provided, however, that if
the actual quantity of any item should become as much as 25
percent more than or 25 percent less than the estimated or
contemplated quantity for such items, then either party to this
Contract shall be entitled upon demand to revised consideration on
the portion of the work above or below 25 percent of the estimated
quantity prior to initiating work or furnishing materials for the
overrun or underrun quantities. such revised considerations shall be
determined by agreement between the parties or otherwise by the
terms of this Contract as provided under Section 2.12 entitled
"Extra W ork ".
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 rdalivery
of all material embraced in this Contract in full conformity with
the specifications and stipulations contained herein, the 0 wner
agrees to pay the Contractor the amount set forth in the Proposa1
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 materials and all labor required for the aforesaid
work, for all expense incurred by him, and for well and truly
performing the same and the whole thereof in the manner and
according to this Contract, the attached specifications, and
requirements of the Owner.
measu/5 -21-
9.04 Monthly Estimates and Payments. By the 25th of each month,
Contractor shall submit to the Owner a statement showing the total
value of the work performed up to and including the 24th day of
such month. The statement shall also include the value of all such
materials, equipment and machinery delivered on the job site with a
release of liven or a paid invoice to be included in the work to
transfer the ownership to the City, all partially completed work
whether bid as a lump sum or a unit price item which in the opinion
of the Owner is acceptable. The Owner shall examine and approve
such statements within 5 ralendar days.
9.05 Certificates of Completion. Within 10 days after the Contractor
has given the Owner notice that the work has been completed the
Owner shall inspect the work and satisfy himself by examination
and test that the work has been finally and frilly completed in
accordance with the plans, specifications and contract so the
Owner shall issue a Contract Completion Certificate to the
Contractor. Such certificate when issued shall constitute final
acceptance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Completion
Certificate has been issued the Contractor shall proceed to make
final maaa and to prepare a final estimate of the work
done and materials furnished under this Contract and the vain
thereof. The Owner shall certify the Final Estimate and submit it
within five (5) days from the date of the Contract Completion
Certificate.
measu
On contracts in which the successful bid amount is ]ems than
$400,000.00, the Owner shall pay the Contractor the total amount
of the approved statement, less 10 percent of the amount thereof,
which 10 percent shall be retained until final payment., and further
less all previous payments and all further sums that may be
retained by the Owner under the terms of this Agreement. On
contracts in which the successful bid amount is $400,000.00, or
more, the amount of retainage shall be 5 percent of the amount of
the approved statement. The amount due may be paid or mailed on
or before the twentieth (20) day of the following month. It is
understood, however, that in either case, if the whole work be near
to completion and some unexpected and unne21a1 delay occurs due to
no fault or neglect on the part of the Contractor, the Owner may
pay a reasonable and equitahla portion of the retained percentage
to the Contractor. or the Contractor, at the Owner's option, may
be relieved of the nhligation to fully complete the work and, there
upon, the Contractor shall receive payment of the balance due him
under the contract sabpct only to the conditions stated under
"Final Payment ".
The Owner shall pay the Contractor in accordance with the
requirements of 9.04. However, it is to be specifically understood
-22-
that the final payment will not be paid by the Owner to the
Contractor under any circumstances until the Notarized Affidavit
required by Section 9.07 entitled "Notarized Affidavit ", has been
submitted to the Owner.
All prior estimates and payments shall be subject to correction in
the final estimate and payments; but in the absence of error or
manifest mistake, it is agreed that all estimates, when approved by
the Owner, shall be conclusive evidence of the work done and
materials furnished.
9.07 Notarized Affidavit. Before final payment for the work by the
Owner the Contractor shall submit to the Owner 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 matarialc for the work have been fully
paid or satisfactorily secured. Such affidavit shall bear or be
accompanies] by a statement, signed by the Surety Company who
provided the performance bona 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 liahility
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
fulfiAment of any warranty which may be required in the Contract
Documents.
9.10 Payments Withheld. The Owner may, on account of subsequently
diccovered evidence, withhold or nullify the whole or part of any
payment to such extent as may be necessary to protect himself
from lass on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating probable
filing of claims.
c. Failure of the Contractor to make payments 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.
measq/5 -23-
SPECIAL CONDITIONS
OF
THE AGREEMENT
SECTION 01- INFORMATION
01-01 OWNER
The word Owner in these Specifications shall be
understood as referring to the City of Round Rock, 221 East
Main Street, Round Rock, Texas 78664.
01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
The Agreement will be prepared in not less than five (5)
counterpart (original signed) sets. Owner will furnish
Contractor two (2) sets cf conforming Contractor Documents,
Technical Specifications and Plans tree of charge, and
additional sets will be obtained from the Owner at
commercial reproduction rates plus 20% for handling.
01 -03 GOVERNING CODES
All construction as provided for under these Plans and
Specifications shall be governed by any existing Resolutions,
Codes and Ordinances, and any subsequent amendments or
revisions thereto as set forth by the Owner.
01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE
TIME
01 -05 LOCATION
Refer to the General Conditions of Agreement, Section 5.06,
Page 17 for description.
The location of work shall be as mentioned in the Notice to
Contractors and as indicated on PlanS.
01 -06 USAGE OF WATER
All water used during construction shall be provided by the
City. The Contractor shall strive to use that amount ot water
which is reasonable to perform the work mated with this
contract and shall endeavor to avoid excessive waste. The
Contractor will be required to pay for all water used if it is
found that unnecessary or excessive waste is occurring during
construction.
01-07 PAY ESTIMATES
If pay estimates from the Contractor are not received by the
Owner 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 Contractor.
SC -1 (seclinfo/4)
SECTION 02- SPECIAL CONSIDERATIONS
02 -01 CROSSING UTILITIES
Prior to commencing the work associated with this contract,
it shall be the Contractor's responsibility to make
arrangements with the Owner 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 race, the Contractor will cause such work to be done at
his own expense.
02 -02 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing his own
utility service while performing the work aseociated with this
contract. No additional payment will be made for this item.
02 -03 GUARANTEES
Guarantee work, including equipment installed, shall be free
from defects due to faulty workmanship for a period of one
(1) year from the date of substanial completion by the Owner.
Materials furnished shall be free from defects for a period of
one (1) year or the period provided by the manufacturer,
whichever is longer, from the date of sabstanial completion
by the Owner. Upon notice from Owner, the Contractor shall
repair defects in all construction or materials which develop
during specified period and at no cost to Owner. Neither
substantial completion, Certificate of Completion, final
payment nor any provision in Contract Documents relieves
Contractor of above guarantees. Notice of observed defect;
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. A maintenance bond in the amount of 100 % of
contract shall be furnished to the Owner and shall remain in
effect for one year after s bstanial completion.
Provide a written warranty that all sheet metal work shall be
free of leaks and defects in material and workmanship for
two years.
02-04 MINIMUM WAGE SCALE
Minimum wage ac-aie as specified and regulates by the State
of Texas and the Federal Government.
seclinfo /4
SC -2
02 -05 LIMIT OF FINANCIAL RESOURCES
The Owner has a limited amount of financial resources
committed to this Project; therefore, it shall be understood
by all bidders that the Owner may be required to change
and/or delete any items which he may feel is necessary to
accomplish all or part of the scope of work within its limit of
financial resources. 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 -06 CONSTRUCTION REVIEW
The Owner shall provide a pro representative to review
the quality of materials and workmanship.
02 -07 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to complete all
work included in this contract, so authorized by the Owner,
as described in the contract documents and technical
specifications. All items of work not specifically paid for in
the bid schedule shall be included in the unit price bid. Any
questions arising as to the limits of work shall be left up to
the interpretation of the Owner.
seclinfo /4
SC -3
GENERAL REQUIREMENTS
GENERAL :REQUIREMENTS
CONTENTS
1. PROJECT OVERVIEW
1.01 Scope of Work:
6. GEOTECHNICAL
6.01 Description
1
Page
1
2
2
2. SUBMITTALS 3
2.01 General 3
2.02 Requirements 4
3. STANDARDS 5
3.01 General 5
3.02 Quality Assurance 5
4, SCHEDULE OF VALUES 6
4.01 General 6
4.02 Progress Report 6
5. MATERIALS 7
5.01 General 7
5.02 Metal Building 7
5.03 Meter Shop, Offices, and Restroom 8
5.04 Electrical 9
SECTION 1 - PROJECT OVERVIEW
1.01 Scope of Work - General
The proposed Meter /Pump Repair Shop is to be a pre -
engineered metal building. The building shall be white in
color and insulated with two (2) inches of insulation (R -9)
one side having a vinyl vapor barrier. The building will
house a meter shop, offices, and a restroom. The purpose of
the building is to provide a maintenance wort: area for the
repair of pumps, motors, and water meters. The building also
has a fire hydrant work: pit. A overhead crane system is
proposed to facilitate ease of lifting and transporting
heavy objects in the main work bay area.
The meter shop, offices, and restroom shall be of wood frame
construction as detailed on the bidding plans. The rooms
shall be insulated with a minimum of R -19 rated batts.
Contractor responsible for finishing out of rooms as called
for in the bidding plans. An one (1) hour tenant seperation
is between offices and meter shop per code.
The H.V.A.C. for the meter shop, offices, and restroom shall
be a high efficiency heat pump system (S.E.E.R. > or = 9.0).
The work bay shall be ventilated through louvers and a
forced air fan and appropriately sized space heaters shall
be supplied. Lighting shall generally be flourescent
fixtures. The building electrical needs is shown on the
contract plans and shall be designed accordingly.
- end of section -
SECTION 2 - SUBMITTALS
2.01 General
This section describes the procedures for submittal
requirements applicable to work related items, such as shop
drawings, product data, samples and miscellaneous work
related submittals.
Each submittal shall be reviewed and checked for general
conformance to the project requirements and applicable
city codes. The Owner's review or acceptance of shop
drawings shall not constitute an approval of all dimensions,
quantities, and details of the material, equipment, device
or item shown and does not relieve the Contractor from any
responsibility for errors or deviations from the contract
requirements.
The submittal shall be clearly identified as to the
specific work related section it pertains to and each is
defined as follows:
A) Shop drawings shall include specially prepared
technical drawings, diagrams, performance data,
templates, patterns, reports, calculations,
instructions, measurements and similiar information not
in standard printed form for application to more than
one project.
E) Product data includes standard printed information on
materials, products and systems, not specially prepared
for this project, other than the designation of
selections from among available choices printed
therein.
C) Samples include both fabricated and unfabricated
physical examples of materials, products and units of
work, both as complete units and as smaller portions of
units of work, either for limited visual inspection for
(where indicated) for more detailed testing and
analysis.
D) Miscellaneous submittals related directly to the work
(non - administrative) include warranties, maintenance
agreements, workmanship bonds, survey data, statements
of applicability, quality testing and certifying
reports, copies of industry standards, field
measurement data, operating and maintenance materials,
security /protection /safety keys and similiar
information, devices and materials applicable to the
Work and not processed as shop drawings, product data
or samples.
2.02 Requirements
A) Scheduling
The Contractor shall submit to the Owner, with such
promptness as to cause no delay in his own work or in
that of any other contractor, seven (7) Contractor
copies, unless otherwise specified, of all shop
drawings, product data, samples, and miscellaneous data
required for the work of the various trades, and the
Owner shall pass upon them with reasonable promptness,
making desired notations. The Contractor shall make any
modifications recommended by the Owner and resubmit
four (4) corrected copies prior to any installation or
material placement. No extension of time will be
authorized because of Contractor's failure to transmit
submittals to the Owner sufficiently in advance of
work.
B) Preparation of Submittals
Provide permanent marking on each submittal to identify
project, date, Contractor, subcontractor, submittal
name and similiar information to distinguish it from
other submittals. Show Contractor's approval marking
and executed review and professional seal and provide
space for Owner's acceptance marking.
C) Transmittal Form
The transmittal form used to transmit submittals shall
be as enclosed copy.
- end of section -
4
Mayor
Mike Robinson
Mayor Pro-tem
Charles Culpepper
Council Members
John Hood
Tish Outman
Pete Con-ea
Ronnie Jean
Jimmy Joseph
City Manager
Robert L Bennett, Jr.
City Attorney
Stephan L. Sheets
PROJECT TITLE:
CONTRACTOR:
SUPPLIER:
MANUFACTURER:
C.
OWNER'S COMMENTS:
TRANFORM/F
THE CITY OF ROUND ROCK
221 East Main Street
Round Rock, Texas 78664
512- 255 -3612
TRANSMITTAL FORM
Transmittal of shop drawings, monolith drawings, equipment data, material
sample or manufacturer's certificate's of compliance of acceptance.
SUBMISSION DATE: / /
SUBMITTAL NO.: REVISION No.
NEW TRANSMITTAL: RESUBMITTAL:
M ATE RIA L/ PRODUCT -DESC RIPTION/IDENT7F1CATION:
A.
B.
CONTRACTOR SIGNATURE DATE
SIGNED: DATE:
SECTION 3 - STANDARDS
3.01 General
All construction, installation, workmanship, equipment, and
materials shall conform to all acts, laws, rules and
regulations having jurisdiction in the area where the
Project is to be located, and to the latest edition of the
following standards, practices or codes:
a) Standard Building Code (SECCI)
b) Round Rock Electrical Code (RREC)
b) National Electrical Code (NEC)
c) National Fire Protection Association (NFPA)
d) Illuminating Engineering Society (IES)
e) American Institute of Steel Construction (RISC)
f) Metal Building Manufacturers Association (MBMA)
g) American Concrete Institute (ACI)
h) American Society of Heating, Refrigeration & Air
Conditioning Engineers (ASHRAE)
i) American Society for Testing and Materials (ASTM)
3.02 Quality Assurance
1. Design. The Contractor shall submit technical drawings
bearing the seal of a Registered Professional Engineer. The
act of sealing each drawing will be taken to indicate that
the sealing engineer has personally reviewed the
requirements of the project and his /her submission meets or
exceeds applicable standards or codes.
2. Workmanship. Workmanship shall be of the highest quality
and all work shall be done by personnel skilled in the
trades involved.
-end of section-
5
SECTION 4 - SCHEDULE OF VALUES
4.01 General
Within 10 days after award of the Contract, the Contractor
shall submit a breakdown of the lump sum bid items to the
Owner for use in the progress estimates for the project. The
breakdown shall tabulate quantities and unit prices to be
applied for the various features of the Work in sufficient
detail to permit its use in progress payments.
The Owner will not accept a progress estimate for payment
until a satisfactory cost breakdown has been submitted.
4.02 Progress Report
The Contractor shall submit a progress Report in bar -graph
form detailing and supporting the Contract completion date
based upon the Notice to Proceed.
' Submit four (4) copies to the Owner detailing the
commencement and completion date of each item of work.
The Progress Report shall be submitted 20 days after the
Notice to Proceed is issued to the Contractor.
-end of section-
6
SECTION 5 - MATERIALS
5.01 General
This section is provided to summarize minimum requirements
for materials. This section is not inclusive but provides a
general direction that the Contractor can assume will
be sufficient to the Owner in submitting material for
acceptance.
The Contractor is responsible for furnishing all
superintendence, labor, equipment, supplies, materials to
complete the metal building as described in the plans and in
the proposal. In general this consists of excavation,
trenching, plumbing, electrical, steel erection, piping,
reinforced concrete construction, and cleanup.
5.0 Metal Building
A) All material shall be new and of superior quality. All
material shall be resistant to sunlight fading and not
susceptible to corrosion.
H) All structural members shall be shop coated with no
visual abrasions, blemishes, or paint defects.
C) Metal siding and roof shall be 26 gauge, hot dipped
galvanized pre- finished sheet metal. The panels shall be
free of abrasion, nicks and other defects. The building
color shall be white with light gray trim.
D) The building shall gutters with downspouts and
splash blocks. Material to be same as siding.
E) The building shall be weatherized which includes
caulking, insulation, and weatherstripping.
F) Garage roll -up door to be of hot dipped galvanized pre -
finished steel with roll enclosure mounted inside of metal
building. The door shall have a manual chain drive supplied.
H) The crane system shall have a rated lifting capacity of
1 -1/2 tons. It shall be of trolley type with a manual chain
drive provided for the trolley beam. The Contractor is
responsible for supplying the trolley with an hook or eye
for the Owner to attach its own lifting hoist.
5.03 Meter Shop, Offices, and Restroom
A) The rooms shall be wood frame construction of #2 grade
lumber or better. All framed walls shall be insulated with a
minimum of R -19 insulation. The office ceiling shall be
insulated with a minium of R -19 insulation.
7
8) 5/8" inch fire rated gypsum board to be installed.
Outside wall of meter shop to be 5/8" plywood (smooth side
out).
C) All sheetrock walls and ceilings shall be taped, bedded,
and textured. No finish painting is proposed.
D) Flooring for offices to be 5/8" inch tongue & groove
plywood with 1/2" inch plywood underlayment. Wearing surface
to be of smooth grade.
E) Restroom to recieve flush valve type toilet (Eljer
toilet, Royal valve or approved equals). A large self
supporting wash basin (non -wall mount) to be supplied. A
stainless steel paper dispenser and a double dispenser type
toilet paper holder to be supplied. All items to be of
industrial grade and suited for commericial type
environments.
F) Doors (metal building ?x rooms): All doors shall be
galvinized steel and seamless and be pre- finished. Minimum
18 gauge heavy duty type. 3/0 X 6/8 doors are proposed. All
doors shall have a window except for the restroom. Exterior
door shall have a insulated core. Interior- doors shall have
a sound - deadening core. All door frames shall be of welded
construction. Hardware for doors shall be of commericial
quality; door- lock required for exterior door only. Minimum
two (2) sets of keys to be delivered to Owner at substantial
completion.
3) Windows for the offices and meter shop shall be
horizontal sliding, aluminum with an anodized finish
(black), 2/8 by 3/0 double pane with tinted glazing, or
approved alternate.
I) HVAC shall be accomplished with a heat pump type system:
the unit shall be a high efficiency heat pump (minimum 2-
ton) with a SEER rating of 9.0 or higher, a back -up heat
strip shall be part of the unit sized according to
manufacturers recommendation, Carrier or approved alternate.
The Contractor shall be responsible for all associated
installation and mechanical requirements. Duct wok: layout
and routing shall be proposed by the Contractor; flex; duct
runs limited to eight (8) ft. otherwise fiberboard required.
Duct chase(s) permitted through offices with appropriate
concealment and finishing of chase(s).
5.04 Electrical
A) The Contractor shall be responsible for furnishing all
labor, equipment, supplies and materials and perform all
operations necessary to complete the installation of a
working electrical system for the proposed building and
associated systems as designed on the plans and called for
in the specifications. The work shall include, but not be
limited to, all conduit systems including pipe, wire,
junction boxes, fittings, straps, and anchors; and lighting,
receptables, switches, panel boards, alarms, telephone,
controls and connecting Owner furnished equipment. The
Contractor is responsible for acquiring all fees, licenses,
and permits associated with completing the electrical
requirements.
8) Allowable Tolerances - Scaling dimensions are allowed
unless otherwise noted. The Owner reserves the right to
relocate any outlet, switchlight, fixture, junction box or
any other equipment or device, up to three (3) ft. if
conductors have not been installed in affected conduit.
C) Submittals - The Contractor shall submit for Owners
acceptance all data, product information, etc..,, for
lighting fixtures, panel boards, transformers, switchgear,
disconnects, starters, switches, receptacles, alarm systems,
time clocks or any other controlling or activating device.
Also any operation & maintenance data shall be supplied.
0) It is the responsibility of the Contractor to verify all
existing conditions pertaining to the job. No provisions
shall be allowed for any oversight on the Contractors part,
Where a definite product is specified, it is the intent to
set a minimum standard. No substitutes shall be made without
written approval from the Owner.
E) Conduit Systems - The conduit system shall be a minimum
of 1/2" galvanized rigid steel. E.M.T. acceptable in walls
and ceilings and in areas six (6) ft. or higher from
finished floor.
F) Buried conduit to be minimum 3/4" PVC, encased in
concrete (5 sack) if less than 24" deep.
8) Steel -flex (1 /" or larger) acceptable in accordance with
Round Rock electrical code.
H) Building Wire - THW or THWN 600V soft drawn copper only
and shall only be used as the following:
a. #12 AWG - lighting and power circuits of 15 amps or
less.
b. #10 AWG - lighting and power circuits of 16 -25 amps
only.
9
c. #14 AWG - control wiring only.
d. All other conductors shall be utilized at 807. of
their maximum capacity only.
e. Conductors #14 thru #10 AWG shall be solid, all
others shall be stranded.
I) Switches, plates, covers, etc... - all single pole, a-
way, 4 -way and double pole switches shall be 20 amp 277volt
commericial grade ivory. Single and duplex receptacles shall
be 20 amp 125volt grounded commericial grade (Ivory color).
All plates in the office areas shall be stainless steel. All
covers in the shop area shall be 4" square.
J) Conduit Fill - 1/2" shall not have more than 5 #12 AWG or
equivalent including ground. 3/4" conduit shall not have
more than 8 #12 AWG or equivalent including ground.
K) Testing - The Contractor shall perform an insulation
resistance test at 500 volts DC for 30 seconds on each
conductor with respect to ground and adjacent conductors.
The Contractor shall furnish to the Owner a certified,
noterized report of the test detailing circuit number,
conductor size, testers name, test date, test instrument
type and serial number and resistance between A -E, A -C, A -G,
8 -C, B -G, and C -G. For single phase A -8, A -G, B -G.
- end of section -
10
SECTION 6 - GEOTECHNICAL
6.01 Description
Attached is a copy of a geotechnical report that was done
for recent improvements to the water treatment plant area.
This report is being furnished for information purposes
only. Bidders are required to visit the site to satisfied
themselves as to the actual field conditions.
-end of section-
11
APPENDIX
GEOTECHNICAL INVESTIGATION REPORT
WATER TREATMENT PLANT
ROUND ROCK, TEXAS
TRINITY ENGINEERING TESTIIIL CORPORATION
GEOTECHNICAL INVESTIGATION
WATER TREATMENT PLANT
ROUND ROCK, TEXAS
FOR
RAYNIE AND KALLMAN, INC.
ROUND ROCK, TEXAS
GEOTECHNICAL C■GIHEERING DIVISION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINCERING TESTING CORPORATION
TABLE OF CONTENTS
INTRODUCTION
General 1
Scope of Investigation 1
FIELD INVESTIGATION 3
LABORATORY INVESTIGATION 5
SITE CONDITIONS
Site Geology 7
Subsurface Stratigraphy 7
FOUNDATION DESIGN CRITERIA
General 8
Expansive Characteristics 8
Select Fill Material 8
Plant and Control Building,
Boring Nos. 1 - 6 9
Earthen Holding Tanks,
Boring Nos. 7 - 10 11
Water Storage Tank,
Boring Nos. 11 -12A 11
ILLUSTRATIONS
Location of Borings 1
Summary of Classification Tests II
Summary of Unit Weight, Moisture Content and
Unconfined Compression Test Results III
APPENDIX
Explanation of Symbols and Key to Classification
Used on Logs of Borings
Logs of Borings
PAGE
PLATE
INTRODUCTION
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL INVESTIGATION
WATER TREATMENT PLANT
ROUND ROCK, TEXAS
General. The geotechnical investigation reported herein is an analysis
of the subsurface materials and conditions at the proposed site of a
Water Treatment Plant. The site is located just west of Interstate
Highway 35 near Round Rock, Texas. It is understood that the plant
facilities will consist of a dual clarifier and control building, two
earthen holding tanks, and a 100 -ft- diameter, 16 -ft -high, steel water
storage tank. This investigation was conducted in general accordance
with our proposal letter dated December 12, 1980 and verbally author-
ized by Mr. Haynie on December 16, 1980.
Scope of Investigation. The objectives of this investigation have been
to develop information on soil and foundation conditions at the site
and to use this information in developing criteria for use in the
foundation design process. To accomplish these objectives the various
stages of the investigation were conducted as follows:
1. Subsurface core borings were drilled in order to
(a) explore subsurface stratigraphy at the site,
(b) obtain samples for laboratory testing,
(c) investigate in situ rock characteristics through
THD cone penetrometer tests, and
(d) investigate groundwater conditions present at
the site.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
subsequent sections of this report.
TRINITY ENGINEERING TESTING CORPORATION
2. Samples of subsurface materials from the core borings
were analyzed in the laboratory by
(a) visual examination and classification,
(b) Atterberg limits tests,
(c) minus 200 -mesh sieve tests,
(d) unit dry weight and moisture content tests, and
(e) unconfined compression tests.
3. An engineering analysis was then made using the informa-
tion obtained from the subsurface exploration and labora-
tory investigation to develop recommendations to guide
foundation design and construction.
The various phases of this study, as mentioned above, are presented in
1
1
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
FIELD INVESTIGATION
TRINITY ENGINEERING TESTING CORPORATION
Subsurface conditions and stratigraphy at the proposed Water Treatment
Plant Site were explored by fourteen borings drilled at the locations
shown on Plate I in the Appendix. The borings were advanced to depths
ranging from10.0 to 15.0 feet below the ground surface. The various
depths to which each boring extended and the types of subsurface mate-
rials encountered are noted on the attached Logs of Borings.
The borings were drilled with the aid of a truck- mounted drilling rig.
Undisturbed or representative samples of the cohesive soils were ob-
tained by hydraulically pushing a 3 -in. diameter thin - walled tube sam-
pler into the soil. Thereafter, samples of the primary formation were
obtained by continuous rock coring with an NX -size double -tube core
barrel equipped with an insert bit. All of the samples obtained in
the borings were visually classified and logged in the field during the
investigation. After the samples had been examined and classified,
they were sealed in appropriate packaging for shipment to our labora-
tory for further study.
Existing in situ conditions of the subsurface materials were also ex-
plored by Texas Highway Department (T1U)) cone penetration tests per-
formed at periodic intervals while the boreholes were being advanced.
The THD cone penetration test consists of a measurement of the resist-
ance to penetration of a 3 -in. diameter steel cone that is driven with
a 170-lb weight dropped approximately 24 in. The amount of penetration
3
GEOTECHNICAL ENGINEERING. DIVISION
attached Logs of Borings.
TRINITY ENGINEERING TESTING CORPORATION
of the cone after an application of 100 blows is recorded on the
The borings were advanced to depths ranging from 0.0 to 3.0 feet below
the ground surface prior to using drilling fluid. Groundwater obser-
vations below these depths were inhibited due to the use of drilling
fluid. Results of the observations to investigate groundwater condi-
tions at the site are shown by the notes on the attached Logs of
Borings.
4
GEOTECHNICAL ENGINEERING DIVISION
LABORATORY INVESTIGATION
TRINITY ENGINEERING TESTING CORPORATION
All samples and cores of subsurface materials recovered from the bor-
ings were examined and logged in the laboratory by a soil technician.
The laboratory testing program was then designed to evaluate the per-
tinent physical properties of the foundation soils. Due to the nature
of the proposed project, emphasis was directed toward evaluation of
the compressive strength and shrink /swell potential of the underlying
strata.
Atterberg limits tests and minus 200 -mesh sieve tests were performed
to estimate the shrink /swell potenital of the soil and to aid in soil
classification. Laboratory classifications of the subsurface mate-
rials are based upon the "Unified Soil Classification System" as ex-
plained on the attached Key to Classification used on Logs. Results of
the Atterberg limits tests, minus 200 -mesh sieve tests, natural moisture
content and soil classifications are presented on attached Plate II.
Unconfined compression tests were performed on selected specimens in
order to determine the compressive strength of the soil and rock
strata. Water content and unit dry weight determinations were also
made for soil specimens subjected to unconfined compression tests.
The results of the strength tests are tabulated on Plate III.
The type and number of tests performed in the laboratory for this in-
vestigation are presented on the following page:
5
GED,CNNICAL ENGiNECRING DIVISION
TRINITY ENGINEERING TESTING CORPORATION
Type of Tests Number of Tests
Unconfined Compression 12
Atterberg Limits 4
Percent Passing 200 -Mesh Sieve 4
Moisture Content 8
Unit Weight 4
6
GEOTLCNNICAL ENGINCE RING DIVISION
1'
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SITE CONDITIONS
TRINITY ENGINEERING TESTING CORPORATION
Site Geology. According to information developed by the Bureau of
Economic Geology at the University of Texas at Austin, the primary
geologic formation at this site is the Edwards formation. This forma-
tion is of the Lower Cretaceous Geologic Age and consists mainly of
limestone. In the unweathered state, the Edwards formation consists
of gray limestone having honeycomb seams and layers or solution cavi-
ties. Weathering of the primary gray limestone creates a tan lime-
stone stratum having hard limestone layers and interbedded soil -
like layers or pockets. Severe weathering and the addition of or-
ganic matter results in an upper dark brown soil layer that can be
classified at this site, as a high plasticity clay.
Subsurface Stratigraphy. In general, the stratigraphy encountered in
the borings is fairly uniform having approximately 0.5 to 4.0 ft of
dark brown high plasticity clay overlying a weathered limestone or
massive limestone of the Edwards formation. As indicated in Boring
Nos. 1 through 6 and 11, a honeycomb structure exists in the limestone
formation. This honeycomb structure varies in depth from 7.8 to 15.0
ft below the ground surface but is generally encountered at the 10 ft
depth. The only peculiarities from the general stratification de-
scribed above was found to occur in Boring Nos. 8 and 11 where a black
chert and sand andgravellayer was encountered, respectively. The
depth intervals at which the chert and granularlayerswere encountered
are 11.8 to 12.0 ft and 5.0 to 6.0 ft, respectively.
.G EOTECNNICAL ENGINELRING DIVISION
FOUNDATION DESIGN CRITERIA
TRINITY ENGINEERING TESTING CORPORATION
General. This geotechnical investigation encompasses several proposed
structures including a plant and control building, two earthen holding
tanks, and a water storage tank. The subsurface conditions are essen-
tially similar at each structure location. However, each building or
problem area will be discussed separately within this report in order
to cover particular foundation systems or problems associated with the
individual structures.
Expansive Characteristics. The surficial soils at this site are pri-
marily very stiff, high plasticity clays. As indicated by the Atter-
berg limits tests, the shrink /swell or expansive potential of the clays
is relatively high with plasticity indexes ranging from 37 to 47. In
addition, using the Potential Vertical Rise Method developed by McDowell
and a worst case condition of 4 ft of expansive material, a potential
vertical movement of 1.75 in. was computed. This potential movement
is considered to be moderately high and could be of significance with
respect to structures supported on shallow foundations. Therefore,
it is suggested that consideration be given to eliminating the poten-
tial detrimental movements where shallow foundations are proposed by
removal and replacement of the expansive clay stratum with a select,
non - expansive fill material.
Select Fill Material. Fill material used within the building areas
should be a low plasticity material that has been properly compacted
OFO f.NI.INEERING DIVISION
TRINITY ENGINEERING TESTING CORPORATION
to prevent settlements of loosely placed material and to insure ade-
quate load.bearing characteristics. The fill material should be com-
pacted to at least 95 percent of the maximum density as determined by
the procedure of ASTM D698 in lifts not to exceed 6 -in. compacted
thickness. The select material should have primarily granular
characteristics with a PI less than 15 and not more than 40 percent
passing the No. 200 sieve. Crushed limestone products are locally
available and may be considered for use at this site.
Plant and Control Building, Boring Nos. 1 - 6. At present, it is
planned to construct within the Plant Section of the proposed building
two conical shaped clarifiers and filters that will extend to a depth
of about 10 ft below the existing ground surface. Accordingly, the
loads imposed by the clarifiers and filters will be transferred to
the supporting tan limestone stratum through concrete mats. These
mats should be designed in accordance with an allowable bearing pres-
sure of 20,000 lb /sq ft. The given design value includes an applied
safety factor of at least 2.0 and assumes that the supporting lime-
stone formation is competent and continuous.
Although no large cavities were encountered in the borings drilled
for this investigation, the presence of honeycomb layers in the bor-
ings indicates the possibility of cavities. As a result, it is sug-
gested that the competency of the limestone directly beneath the
proposed foundation be investigated by drilling 2- in- diameter
GEOTECMMICAL ENGINEERING DIVISION
TRINITY ENGINEERING TESTING CORPORATION
test holes, or a size hole equivalent to those produced by standard
shot -hole drilling equipment. As indicated on Plate IV, measurements
of the hole diameter should be made with calipers or a probe. The
drilling should be performed at a grid spacing sufficient to assure
the adequacy of the foundation strata and the hole depth should be
equal to 5 ft or twice the foundation width, whichever is less. If
substantial cavities larger than a few inches in diameter or highly
porous rock are encountered during the investigation, then placement
of lean concrete or slush grout in the voids may be necessary.
The Control Section of the proposed building is assumed to be a rela-
tively light structure housing primarily piping, control values, and
monotoring equipment. The exterior loads of the building may be sup-
ported by a perimeter strip -type foundation if the strip is founded at
a depth of at 1.0 ft into the tan weathered limestone and designed in
accordance with an allowable bearing pressure of 6,500 lb /sq ft. The
interior slab of the building may be supported by select well com-
pacted fill (see above section) if designed using an allowable bearing
pressure of 2,500 lb /sq ft. Should loads imposed on the interior slab
exceed the bearing capacity of the fill material, consideration may
be given to the use of isolated shallow footings for support of
heavily- loaded slab sections. The footings should be founded at a
depth of 5 ft below the ground surface and designed for a maximum
bearing pressure of 10,000 lh /sq ft.
10
G[OTrCNNICAL ENGINEERING DIVISION
1"
1
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
It is understood that a deep splitter box will be used to channel
plumbing from the clarifiers and filters into the control building.
Presently, it is planned to place the base of the splitter box at a
depth of 10 ft below existing ground surface. At this depth, the
box may be designed in accordance with an allowable bearing pressure
of 20,000 lb /sq ft.
Earthen Holding Tanks, Boring Nos. 7 -10. The two holding tanks, cen-
trally located at the proposed site, are scheduled to be constructed
such that the tank bases will extend into the primary tan limestone
stratum. Accordingly, consideration may need to be given to lining
the bases and the sides in order to prevent migration of impounded
water. The surficial dark brown clay existing at the site will pro-
vide an excellent liner material and may be used to construct the
sides of the tanks. The material should be compacted at or near opti-
mum moisture content, to a density of at least 95 percent of the maxi-
mum dry density as determined by ASTM D 698 and in lifts not to ex-
ceed 6 in. compacted thickness. The embankment slopes may be con-
structed at a slope of 1- vertical to 3- horizontal but, in order to
prevent erosion, consideration may be given to using flatter slopes.
Alternatively, some type of slope proctection, i.e. sod, asphalt or
bituminous surfacing, or synthetic liners, may be used.
Water Storage Tank, Boring Nos. 11 -12A. The 100 -ft- diameter by 16-
ft -high steel water tank can be supported by either of two foundation
alternatives. The first alternative would include the use of a
]1
GEOTECHNICAL ENGINEERING DIVISION
TRINITY ENGINEERING TESTING CORPORATION
reinforced concrete ringwall supporting the tank shell while the
second would use a steel ring founded on select fill material. A
schematic cross- section of both of these foundation alternatives is
illustrated on Plate V. For either scheme, the high plasticity sur-
ficial clay layers existing at the site should be removed from the
foundation area and a granular, low plasticity fill should be placed
beneath the bottom of the tank. This fill material should be similar
to that described previously and should be placed in accordance with
the associated compaction recommendations. It is further suggested
that the top 6 in. of fill be oil saturated during construction in
order to reduce potential corrosive action on the bottom of the tank.
If a reinforced concrete ringwall is used to support the tank shell,
the ringwall should be founded approximately 6 in. into the tan weath-
ered limestone and designed in accordance with an allowable bearing
pressure of 6,500 lb /sq ft. The width of the ringwall should be pro-
portioned so that the pressure at the base of the ringwall does not
exceed the soil pressure at the same level beneath the interior of
the tank due to the weight of the stored water and the containment
structure itself.
For the steel ring and compacted fill scheme, a compacted supporting
base ring of fill should be used instead of a concrete ringwall. The
material used to construct the base ring should be crushed limestone
meeting Texas Highway Department Item 248, type A, grade 2 or better
12
GEOTECNNICAL ENGINEERING DIVISION
requirements. A safe allowable load intensity of 3,500 lb /sq ft may
be used for the crushed limestone provided that the material is com-
pacted to a minimum of 95 percent of ASTM D 698, method D maximum
density with lifts not to exceed 6 in. compacted thickness. Bearing
plates may be required in order to reduce the applied bearing stresses
at the tank -fill interface. In addition, the select fill should also
extend inward and outward a minimum of 2.0 ft from the tank edge and
be constructed with interior and exterior slopes of approximately 1-
vertical to 2- horizontal. This will help to achieve proper drainage
of surface water and will also help to prevent undermining of the
foundation and infiltration of water.
Respectfully submitted,
TRINITY ENGINEERING TESTING CORPORATION
Geotechnical Engineering Division
Mark W. Bierschwale
•
Au -148
January 27, 1981
TRINITY ENGINEERING TESTING 'CORPORATION
William J. Berger, P.E.
Geotechnical Project Engineer
13
TRINITY ENGINEERING TESTING CORPORATION
ILLUSTRATIONS
RLANr
/ CLARntICRS owe
C/L reRs
B -5
COA7ROL
BOIL DM/0
NOTE: PLANT SITE LOCATED JUST NORTH OF
WESTINGHOUSE PLANT PROPERTY.
BORING LOCATIONS STAKED BY
HAYNIE B KALLMAN, INC.
100
Scale
leas
(
1
L_
APPROXIMATE LIMITS OF
PROJECT
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNICAL ENGINEERING DIVISION
SCALE AS SnOII
DRAWN BY 0N'//
WATER TREATMENT PLANT
ROUVO RCIK, TCXAS
LOCATION OF BORINGS
I DATE• /6 JAN 1981 I RATE /
I - - - - - - - - M I - MI I MOM - NM
WATER TREATMENT PLANT
ROUND ROCK, TEXAS
SUMMARY OF CLASSIFICATION TESTS
Liquid Plasticity % Passing Natural
Boring Depth Limit Index 200-Mesh M.C. Classi-
No. ft. % % % % fication Description a,
z
n �
8 1.5- 2.7 71.4 46.6 92.6 31.0 CH Dark Brown Clay
z
9 1.5- 2.5 65.8 36.9 93.1 27.3 CH Dark Brown Clay
z
1 1
2 1.1
10 1.5- 2.5 68.4 38.5 93.7 29.6 CH Dark Brown Clay
z
z n
11 0.0- 1.4 64.5 36.8 81,8 28.5 CH Dark Brown Clay of$
0
= s
H
O
2'
r
MN 1M NM NM MO I I• MO =.,
WATER TREATMENT PLANT
ROUND ROCK, TEXAS
SUMMARY OF UNIT WEIGHT, MOISTURE CONTENT
AND UNCONFINED COMPRESSION TEST RESULTS
Boring Depth U.D.W. M.C. Qu
No. in Feet Lbs. /Cu.Ft. X T /Sq.Ft.
1 10.4 -10.9 208.56
2 8.5- 9.3 424.20
2 11.2 -11.6 256.69
3 7.3- 8.2 374.33
3 11.9 -12.3 103.13
4 10.0 -10.8 504.20
5 12.0 -12.6 286.48
6 9.4- 9.9 376.05
8 1.5- 2.7 87.8 32.1 1.40
9 1.5- 2.5 89.6 27.3 1.30
10 1.5- 2.5 85.1 28.4 1.09
11 0.0- 1.4 86.0 24.5 0.96
Description
Tan Limestone
Tan Honeycombed Limestone
Tan Honeycombed Limestone
Tan Limestone
Tan Limestone with Siltstone Seams
Tan Limestone
Tan Limestone -
Tan Honeycombed Limestone
Dark Brown Clay
Dark Brown Clay
Dark Brown Clay
Dark Brown Clay
1
1
V / / / / / / / / ///
' ROCK
/ //////////
/
1
1
1
1
1
1
1
1
1
1
1
1
3/6 to 1 /2- DIAMETER PROBE ROD
WITH CHISEL POINT
or
SURFACE RECORDING
CALIPERS
2- in- DIAMETER, —
PERCUSSION - DRILLED
TEST HOLE
OT
EOUIVALENT
/
/
/
/
B
///
/
/
/
/
/
I - ft min.
20 or 5' mO•.
/ iii /r
V / / / / / / / / / ///
TYPICAL FOOTING
EXCAVATION
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNICAL ENGINEERING DIVISION
WATER TREATMENT PLANT
RONNO ROCK, rtrAs
METHOD OF EVALUATING CHARACTER OF ROCK
BELOW FOUNDATION BASE
SCALE
DR AWN BY OM N , DATE: .72. PLATE - [p
TRINITY ENGINEERING TESTING CORPORATION
APPENDIX
GEOTECNNICAL ENGINEERING DIVISION
DEPTH
FEET
ST MBOL
LOOT N 3
SMO1B - N
31dnVS
MATERIAL DESCRIPTION
0311180
3UO3
CORE
RECOVERED
Gw
1 ! SEE wfT TO CLASS/F /CATFOM )
on- 5.0000 4...N. 500.0•Sand
,N9... L1m..t w E..
Undisturbed Shelby Tube Sample
t
*
000 4,9010 Orono., 400..1 -Saw
W.1 , Lotto or no E.rt
w.ms w Iln.wl
GM
3. 5
'4- -- Pocket Penetrometer Test
Disturbed Sample
GC
4 . 7t 1 4 ,
/
it ,
y
— 5
15
Standard Penetration Test and Sample
Moll - ..1 w
0 Saw., 5,019 Se.,
Lama w rims
SP
4--
-
SM
5C
Wash Boring No Sample
4 Sae., Soe -Cb, w.,,...
0155- 00I2•50 501.5
W es Mon M 0 ll . ..
..•3 • S.ISLLR Shoo
Tn
200 5.... 5••
[-- - Recovery
ML
110,00,. Su. 9 4ory 9190 5904., 0.0k
rlon,, 5111/ 9. Cb9.r E. 59,.. or
CbN9 Salt. 9100 S00e. Pb.1.ap
C L
—10
-
I 4,.. SI
.. 5.1,. a ONG. N 00N
1I1I!�i et Low Pie. ,
Core Drilling Testable
1 001.5 546, r o a
4 wsow to
sent, E.t.e Sam
S11n b
/ / 1. `pen.. Cie's el WO Pbslrlp,
m u.,n
4 —NX - Sample
Pool r 400., 0.50,, 0.5090 S.1.
l
gl
a
I
E
r 0003
0,0111, ONome Sal.
PI
5.0'
5.0'
N AaR DIVI510,05
01'OUP
STNBOLS
OESERIPTIONS
C0.52 -G.040 503.5
W. TMs moil of II.I..•1 • L•ROER TS. W 500 5... S.
uw■ a35.7 R M y
' ae ^ N J
u
..., o
— 513..20
10.35
w A. 03x•1
Gw
9
G fl
on- 5.0000 4...N. 500.0•Sand
,N9... L1m..t w E..
GP
t
*
000 4,9010 Orono., 400..1 -Saw
W.1 , Lotto or no E.rt
w.ms w Iln.wl
GM
PI
I`
f
GC
5,119 G.. 00m- Sw0.5.11
GrGrove,
r�lmn.
GC
4 . 7t 1 4 ,
/
it ,
099 G. SIs, 5, .I- 50w -CI.r
50...00.
SAMOS
Mel, Coarse
F.e snon .. SMALLER T..n W.
• 5... 5...
1..
w so 00'11
..w woos,
sw
Moll - ..1 w
0 Saw., 5,019 Se.,
Lama w rims
SP
Gm.. P r- Gm. S... 0 50,4.,
0.0,0, 50,.,
Lnu. 9r m P -o
Go, I. lo .•r
.paa..S•M1
'•0 OPLOS
SM
5C
- II Ir a. 5010 Sena, So,.- 9,0 910. .
l ..
: 1a :
4 Sae., Soe -Cb, w.,,...
0155- 00I2•50 501.5
W es Mon M 0 ll . ..
..•3 • S.ISLLR Shoo
Tn
200 5.... 5••
SILTS ow/ CLAYS 5.55 .n4 01.T5
L.10 L.ni. 0 LV.41 L*I L...
Tn. 50 }Lon 50
ML
110,00,. Su. 9 4ory 9190 5904., 0.0k
rlon,, 5111/ 9. Cb9.r E. 59,.. or
CbN9 Salt. 9100 S00e. Pb.1.ap
C L
� Plow• Pb.m Clans of Lw to
a / , 400..11, C1ry., Sow/
Oy., 0. ENN. Low Clot.
OL
I 4,.. SI
.. 5.1,. a ONG. N 00N
1I1I!�i et Low Pie. ,
MH
C H
OH
1 001.5 546, r o a
4 wsow to
sent, E.t.e Sam
S11n b
/ / 1. `pen.. Cie's el WO Pbslrlp,
m u.,n
o.9a clan N roe.,- to u.0
Nov. .% 4.59,1. Sato
Pool r 400., 0.50,, 0.5090 S.1.
l
gl
a
I
E
r 0003
0,0111, ONome Sal.
PI
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORA T ION
EXPLANATION OF SYMBOLS USED ON OF BORINGS
KEY TO CLASSIFICATION USED ON LOGS
GEOTECNNICAL ENGINEERING 0101010N
LOG OF BORING
FOR
WATER TREATMENT PLANT
December 30, 1980 BoNING NO 1
PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan
OEFTN
FEET
'MINAS
37dN'WS
N -BLOWS
PER FOOT
MATERIAL DESCRIPTION
031
31103
03N3ADDTh
3H03
N011VA313
DEPTH SCAL
.
-
-
---- honeycombed,
- - -
_____
'1 Dark Brown Clay r
1
-
-
Tan Weathered Limestone with Red Clay
Pockets
iK
1 I
— 5
,..
-
—10
-
-
-
—15
THD Penetration
Tan Limestone 100 Blows = 0.75"
7.8' -9.2'
-- thin honeycombed layer
12.1' to13.2' THD Penetration
5.0'
4.7'
-
-
-
,--
-
-
-
5.0'
4.8'
100% water loss @13.3' 100 Blows =0.0"
-
-
-
Total Depth of Boring = 15.0 Feet
Note: Boring was advanced from the
ground surface down by the use of drill-
ing fluid thus inhibiting positive
groundwater observations.
N
-
-
-
-
1'
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNIC*L ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLANT
DATE: December 31, 1980 BORING NO 2
PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION. Sec Plan
z s-
W
a
o
DESCRIPTION
7
}
„
W
J
a
<
0
s 0
p
m a 11.
2
MATERIAL
0
W W
-1
o
Q
C
c
W W
u U
C
=
G
F
4
W
W
W
V
_
W
0
gm
-- with
- Dark Brown Clay r
-
-
-
-
Tan Weathered Limestone
Red Clay Layers THD Penetration
E11
1M
�I�
W1
5
��
with
100 Blows =2.0”
5.0'
4.8'
4.0'
-
--
-
-
IM1
10
'
Tan Honeycombed Limestone
siltstone seams, 12.0' to 12.5'
MII
-4
5.0'
1 1,
I11
15
I I
Total Depth of Boring = 15.0 Feet
Note: Boring was advanced from the
ground surface down by the use of drill-
ing fluid thus inhibiting positive
groundwater observations.
-
-
_
-
_
-_
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLAN"
January 2, 1981 BONING No 3
PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan
133A
N1430
1O0611S
314NVS
100! Mad
SMO1 -N
MATERIAL DESCRIPTION
CORE
DRILLE0 1 1
103M3AO33M
31107
NOIlVA313
1 31YD5 141d30
--
.- - N Dark Brown Clay with Sand /—
- -
—
—
—
—
—
— 10
—
—
—
—15
Tan Limestone with Small
Solution Cavities THD Penetration
100 Blows =1.75"
-- honeycombed layer, 8.4' to 10.0' 5.0'
1002 water loss at 8.5'
L
4.3'
—
—
—
T
Tan Limestone with Siltstone Seams
— — siltstone layer, 12.4' to 13.2' 5.0'
■
4.7'
—
—
—
I
' `
—
—
—
—
—
--
—
Total Depth of Boring = 15.0 Feet
Note: Boring was advanced from the
ground surface down by the use of drill—
ing fluid thus inhibiting positive
groundwater observations.
—
—
—
—
.—
H
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLANT
December 30, 1980 BORING NO 4
PROJECT LOCATION: Round Rock, Texas TYPE. Core LOCATION See Plan
1331
NL130
1 1
IOBMAS
31d NVS
-BLOWS
PER FOOT
MATERIAL DESCRIPTION
CORE I
DRILLED
f 03H3A033d
3UO3
NOI1 VA313
DEPTH SCALEI
—
-
` 10
_
--15
Tan Limestone TND Penetration
'
1 1
1
1 1
100 Blows= 2.25'
honeycombed limestone layer,
9.0' to 10.0'
5.0'
4.0'
4.0'
_
_
=
1
I I
��
5.0'
1
_
_
_
Total Depth of Boring = 15.0 Feet
Note: Boring was advanced from the
ground surface down by the use of drill-
ing fluid thus inhibiting positive
groundwater observations.
_
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLANT
December 30, 1980 BORING NO i
PROJECT LOCATION: Round Rock, Texas TYPE: Core LOCATION See Plan
1331
H1/30
lOS 11 AS
3ldM.s 1
N -SLOWS
PER FOOT
MATERIAL DESCRIPTION
0 3111 SO
31103
03P3A003N
3b03
NOI1 VA3 13
1 31FDS H1d30
—
_
10
—
—
— 15
1 Dark Brown Limestone
Tan Limestone
TRD Penetratio
I
I I
100 Blows =1.25'
100% water loss at 8.5'
thin honeycombed seam at 9.0'
5.0'
4.8'
—_
_
_
II
5.0'
_
4.6
I [
r
I
I I
—
—
—
Total Depth of Boring = 15.0 Feet
Note: Boring was advanced from the
ground surface down by the use of drill—
ing fluid thus inhibiting positive
groundwater observations.
_
_
_
r.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLANT
December 30, 1980 BORING NO 6
PROJECT LOCATION: Round Rock, Texas TYPE- Core LOCATION See Plan
1334
141130
1oS 1116
SAMPLE
10011:13d
SMO10 -N
MATERIAL DESCRIPTION
0311INd
31103
CORE
RECOVERED
ELEVATION
131V7S N1d30
---- honeycombed
- - -
-----
-1 Dark Brown Clay with Sand
-
-
`
.
r -
Tan Limestone with Clay Layers
--- 5
_
-
- 10
-
-
THD Penetration
I
1
Tan Limestone with 100 Blows =3.0"
Calcite Seams and
Nodules
limestone layer, 8.6' -10.5'
-- 100% water loss at 11.0'
honeycombed limestone with thin silt-
stone Seams, 13.0'- 14.5'
5.0'
4.9'
4.6'
-
-
-
—
-
_
-
I
I I I
.--,„_-
5.0'
— 15
_
-
-
_
-
—
Total Depth of Boring = 15.0 Feet
Note: Boring was advanced to 0.6 foot
below the ground surface prior to using
drilling fluid and water was not encoun-
tered above that depth.
N
_
-
_
-
-
`.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNIC•L ENGINEERING DIVISION
LOG OF BORING
FO R
WATER TREATMENT PLANT
December 29, 1980 BORING NO 7
PROJECT LOCATION Round Rock, Texas TYPE: Core LOCATION See Plan
133,1
M1d30
SYMBOL
SAMPLE
M•BLOWS
PER FOOT
MATERIAL DESCRIPTION
03111tl0
3NO3
03tl3A033M
3MO3
NO11VA313
1 H1d30
—
—
—
Dark Brown Clay
".
—1
Tan Weathered Limestone with Brown Clay
Layers
_ 5
`
Tan Limestone
MI
5.0'
4.8'
=1
MI
em
.1.
---10
Total Depth of Boring = 10.0 Feet
Note: Boring was advanced to 1.8 feet
below the ground surface prior to using
drilling fluid and water was not encoun-
tered above that depth.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLAN
December 29, 1980 DORMS NO 8
PROJECT LOCATION: Round Rock, Texas TYPE• Core LOCATION See Plan
133A
141430
1Oe.IAS
SAMPLE
N - BLOWS
PER FOOT
MATERIAL DESCRIPTION
CORE
DRILLED
03143A09314
31409
NOI11A313
DEPTH SCALE]
- -
Dark Brown Clay
LL =71.4 P1 =46.6 (- )200 =92.6%
with limestone gravel, 2.0' -4.0'
-
5
10
TRU Penetration
100 Blows =1.0"
Tan Weathered Limestone with Red Clay
Pockets and Seams
----black chert seams 11.8' to 12.0'
THD Penetration
5.0'
--4--
\
4.4'
3.4'
-
—
, 1 1 ( '
5.0'
'
15
100 Blows =0.5"
Total Depth of Boring = 15.0 Feet
Note: Boring was advanced to 3.0 feet
below the ground surface prior to using
drilling fluid and water was not encoun-
tered above that depth.
-
-
—
—
—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION
1 LOG OF BORING
FOR
WATER TREATMENT PL /"
December 29 1980
PROJECT LOC*T ON: Round Rock, Texas TYPE Core
BORING NO 9
! e Plan
1 �i
1414130
100NAs
10Od N3d
SY018 -N
31dNVS
MATERIAL OESCRIPTION
0311W0
3NO3
03tl3A033U
I I 3003
N01111A 313
1 . 3 -7 1113S 141d30
- - -
Dark Brown Clay
- -LL =65.8 PI =36.9 (- )200 =93.1%
J
--
-
5
\
THD Penetration
I
i
100 Blows-2.0"
Tan Limestone
\
5.0'
[
—
—
10
Total Depth of Boring a 10.0 Feet
Note: Boring was advanced to 2.5
below the ground surface prior to
drilling fluid and water was not
countered above that depth.
feet
using
en-
\
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNICAE ENGINEERING DIVISION
ss
LOG OF BORING
FOR
WATER TREATMENT PLANT
December 29, 1980 No RING No 10
1PROJECT LOCATION Round Rock, Texas TYPE: Core LOCATMN See Plan
DEPTH
FEET
IOSNAS
SAMPLE
N -BLOWS
PER FOOT
MATERIAL DESCRIPTION
0311W0
3NO3
CORE
RECOVERED
MO11vA113
OEPTH SCAL
`
Dark Brown Clay
—
5
\
Tan Weathered Limestone with Red
Clay Pockets 'MID Penetration
—
100 Blows =1.75"
Tan Limestone
5.0'
4.7'
—
-'
1
1 1
- 10
—
`
'
Total Depth of Boring = 10.0 Feet
Note: Boring was advanced to 2.5 feet
below the ground surface prior to using
drilling fluid and water was not en-
countered above that depth.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLANT
December 20, 1980 BORMG NO 11
PROJECT LOCATION: Round Rock, Texas TYPE Core LOCATION See Plan
1331
N1d30
10BN1S
31d$•S
N• SLOWS
PER FOOT
MATERIAL DESCRIPTION
CORE
DRILLED
0383AO33N
3803
80118A313
131V3S 81430
_
—
_ _
Dark Brown Clay
L1 =64.5 PI =36.8 (- )200 =81.8%
_
_
1
,
Tan Honeycombed Limestone with Red Clay,
— 5
_
_
Pockets / THD Penetration
1
100 Blows =2.0"
—sand & gravel seam,
5.0' -6.0'
Tan Limestone
5.0'
4.6'
I1
10
-
-
Total Depth of Boring = 10.0 Feet
Note: Boring was advanced to 1.5 feet
below the ground surface prior to using
drilling fluid and water was not en-
countered above that depth.
-
-
-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
'TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION •
LOG OF BORING
FOR
WATER TREATMENT PLAT
January 1, 1981 BORING No 11A
PROJECT LOCATION: Round Rock, Texas TYPE Core LOCATION See Plan
133!
H1•30
SYMBOL
31d1IVS
1 N - BLOWS
PER FOOT
MATERIAL DESCRIPTION
I 03111y0
31iO3
03113AO33d
3NO3
NO LVA313
1 31V3S Nid30
Dark Brown Clay
rte
MOH
Tan Weathered Limestone with Red Clay
Pockets
r r
rte
5
MEM
THD Penetration
100 Blows =1.5"
Tan Limestone with Siltstone Seams
5.0'
5.0'
1
E
MOM
IIMM
•
10
THD Penetration
100 Blows= 1.25"
Total Depth of Boring = 10.0 Feet
1
Note: Boring was advanced from the
ground surface down by the use of drill-
ing fluid thus inhibiting positive
groundwater observations.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECNNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLANT
December 30, 1980 RORiNG NO 12
PROJECT LOCATION Round Rock, Texas TYPE' Core LOCATiON See Plan
133!
14.1.4130
SYMBOL.
31d ITVS
1 N -BLOWS
PER FOOT
MATERIAL DESCRIPTION
CORE
DRILLED
03u3A0D3tl
3803
ELEVATION
3lVDS )41030
—
_
-' Dark Brown Clay �-
Tan Severely Weathered Limestone
—
—
— 5
_
\
Tan Weathered Limestone with Red Clay
Pockets
_
THD Penetration
100 Blows =1.75"
Tan Limestone
5.0'
ITT
— 10
—
—
—
—
-
Total Depth of Boring 10.0 Feet
Note: Boring was advanced to 2.0 feet
below the ground surface prior to using
drilling fluid and water was not en-
countered above that depth.
�rTIT�T1 r T I I f 1 I 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION
LOG OF BORING
FOR
WATER TREATMENT PLANT
January 2, 1981 2A
PROJECT LOCATION: Round Rock, Texas TYPE Core LOCATiON See Plan
133!
10BM &S
SAYPLE
1003M34 1
SMO1D -N
MATERIAL DESCRIPTION
0311410
3 UO3
CORE
RECOVERED
N OIIVA 313
1 31V3S H1d30
.-
5
—
Dark Brown Clay f
-
-
Tan Weathered Limestone with Brown
Clay Pockets THD Penetration
I s I s
100 Blows =1.511
Weathered Limestone with Siltstone
Tan Seams
THD Penetration
5.0'
1.8'
-
-
I
10
-
,--
-
-
— -
J
100 Blows=4.0"
Total Depth of Boring = 10.0 Feet
Note: Boring was advanced from the
ground surface down by the use of drill-
ing fluid thus inhibiting positive
groundwater observations.
_
_ I
-
-"
-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TRINITY ENGINEERING TESTING CORPORATION
GEOTECHNICAL ENGINEERING DIVISION