R-89-1352 - 9/28/1989WHEREAS, the City of Round Rock has duly advertised for bids for
the Oxford to Greenlawn 12" line Project and the Little Oaks
Waterline Improvements Project, and
WHEREAS, Rhode Construction Company has submitted the lowest and
best bid, and
WHEREAS, the City Council wishes to accept the bid of Rhode
Construction Company, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Rhode Construction Company is hereby accepted as
the lowest and best bid, and the Mayor is hereby authorized and
directed to execute on behalf of the City a contract with Rhode
Construction Company for the Oxford to Greenlawn 12" line Project and
the Little Oaks Waterline Improvements Project; a copy of said
contract being attached hereto and incorporated herein for all
purposes.
RESOLVED this 28th day of September, 1989.
ATTEST:
C- RS09289L
LAND, City Secretary
RESOLUTION NO. /35,2.,
MIKE ROBINSON, Mayor
City of Round Rock, Texas
`f2 -e_e_O(
oulter
ngineering
COULTER ENGINEERING COMPANY
PO, Box 2141
309 E Main
Round Rock, Texas 78680
(5121 244 -6276
Mr. James R. Nuse, P.E.
Director of Public Works
300 South Blair
Round Rock, Texas 78664
Dear Jim:
Re: Oxford to Greenlawn &
Little Oaks Subdivision Waterlines
JBC /ks
Attachments
September 21, 1989
Sincere
Jams B. Coulter, P.E.
JAMES B. COULTER, P.E.
Cf Lane Planning
Construction Inspection
Construction AEmmistral,on
After reviewing the six bids received September 19, 1989 on the
above referenced projects, I would recommend that award of both
contracts go to Rhode Construction Company, the low bidder on both
projects. The total bid for both contracts is $52,937.85. The
attached bid tabulation sheets detail all the bids received.
The bid package included an add alternate for 8" diameter pipe
in lieu of 6" for the Little Oaks Project. The low bidder included a
figure of $6,116.15 for this item. If the funds are available, I
would recommend inclusion of the alternate for a total of $59,054.00,
which is still more than $7,000.00 below the nearest competitor's
base bid.
Please feel free to contact me if you have questions or
comments.
I BIDDER
Rhode Construction Co
J. C. Evans
Haeqelin Construction
C.C.E.
Austinn inPPrinq
({
ITEM
UNIT
PRICE
TOTAL
T
CE
TOTAL
UNI
PRI
TOTAL
NIT
•;ICE
TOTAL
UNIT
RI
TOTAL
.
. • Imo
775 L.F. 12"
Water Malin
18.60
14,415.00
20.80
16,120.00
24.40
18,910.00
21.19
16,422.25
26.00
20,150.00
5,950.00
2.
70 L.F. 12"
Bore & Encase
60.00
4,200.00
107.00
7,490.00
105.00
7,350.00
76.40
5,348.00
85.00
3.
3 EA. 12"
Gate Valve
900.00
2,700.00
905.00
2,715.00
850.0C
2,550.00
1,000.0C
3,000.00
960.00
2,880.00
425.00
4.
1 EA. 6"
Gate Valve
360.00
360.00
440.00
440.00
375.0E
375.00
444.4
444.42
425.00
5.
1 EA. 5i"
Fire Hydrant
1,100.00
1,100.00
925.0C
925.00
1,000.00
1,000.00
1,200.00
1,200.00
1,100.00
1,100.00
6.
2 EA. 12"
Wet Connect.
400.00
800.00
655.00
1,310.00
750.0C
1,500.00
350.0C
700.00
500.00
1.000.00
7.
0.73 T. Fittings
3,100.00
2,263.00
2,800.01
2,044.00
2,500.00
1,825.00
1,694.00
1,236.62
200.00
2,000.00
1,000.00
1,460,00
1,000.00
8.
1 L.S. Trench Safety
100.00
100.00
845.00
845.00
400.00
400.00
200.00
TOTAL CONTRACT ONE:
-
25,938.00
-
31,899.00
-
33,910.00
28,550.67*
31.965.00
CONTRACT TWO:
1. 960 L.F. 6"
Water Main
10.75
10,320.00
18.35
17,616.00
17.1C
16,416.00
15.65
15,024.00
24.50
23,520.00
2.
6 EA. 6"
Gate Valve
360.00
2,160.00
450.00
2,700.00
375.00
2,250.00
477.00
2,862.00
425.00
2,550.00
3. 2 EA. 5:"
'Fire Hydrant
1,100.00
300.00
2,200.00
300.00
950.00
450.00
1,900.00
450.00
1,000.00
700.00
2,000.00
700.00
1,200.00
1,052.00
2,400.00
1,052.00
1.100 00
400.00
2.200.00
400.00
4.
1 EA. 8" X 6"
Wet Connect.
5. 1 EA. 8" X 6"
Pressure Tap - 11,000.00
1,100.00
1,365.00
1,365.00
1,700.00
1,700.00
1,052.00
1,052.00
1,400.00
1,400.00
Oxford to Greenlawn &
PROJECT: Little Oaks Subdivision Waterlines
OWNER: Citv of Round Rock
DATE: September 19, 1989 2:00P.M.
*As Corrected
e Offer
ngineering
COULTER ENGINEERING COMPANY
PC 13.2141
Room Rook Tess m*a
(5721 -627fi
BID TABULATIONS
JOB NO.
CE -160 & 161
BIDDER
Rhode Construction Co
J. C. Evans
Haegelin Construction
C.C.E.
Austin
Engineering
TOTAL
ITEM
- ITEM
DR
TOTAL
PRICE
TOTAL
RIFE
TOTAL
���1�NN
RUE
TOTAL
PRICE
6. 0.32 T. Fittings
3,300.00
1,056.00
2,900.0C
928.00
2,500.00
800.00
2,136.0C
683.52
2,000.00
640.00
7. 1 EA. Dbl. Water SVC.
480.00
480.00
515.0C
515.00
650.00
650.00
1,100.0C
1,100.00
440.0C
440.00
8. 12 EA. Sgl.
Water SVC.
385.00
4,620.00
435.0C
5,220.00
550.00
6,600.00
667.0F
8,004.96*
400.0C
4,800.00
9. 349 L.F. Pavement Cut
and Repair
13.6
4.763.85
13.50
4,711.50
10.00
3,490.00
19
6,714.76*
5.0C
1,745.00
TOTAL CONTRACT TWO:
-
26,999.85*
-
35,405.50
34,606.00
-
38,893.24*
37,695.00
DEDUCT FOR AWARD
OF BOTH:
_.
- 2,000.00
-
- 670.00
-
-0-
-
- 2,000.00
-
- 2,800.00
TOTAL CONTRACTS
ONE & TWO:
- .
52.937.85*
-
-
66,624.50
-
68,516.00
-
67,443.91*
-
68,860.00
ADD FOR 8" IN LIEU 6"
FOR CONTRACT TWO:
-
6,116.15
2,800.00
-
3,300.00
-
4,500.00
-
5,600.00
TOTAL INCLUDING
ADD ALTERNATE
-
59,054.00
-
69,424.50
_
71,816.00
-
71,943.91
-
74,460.00
*As Corrected
Oxford to Greenlawn &
PROJECT: Little Oaks Subdivision Waterlines
OWNER: City of Round Rock
DATE: September 19, 1989 2:00P.M.
CE OUIEgr
ngineering
COULTER ENGINEERING COMPANY
P.O. Box 21s1
%UM Rea. Tem 73633
151212u6276
BID TABULATIONS
JOB NO.
CE -160 & 161
BIDDER
Parker and Rogers
ITEM
n �E
TOTAL
0. E
TOTAL
RgTC .
TOTAL
17 7
gRi E
TOTAL
TOTAL
i svnuYl.i DELL'
1 1. 775 L.F. 12"
Water. •Main
30.00
23, 250.00
2. 70 L.F. 12"
Bore & Encase
90.00
6,300.00
3. 3 EA. 12"
Gate Valve
900.00
2,700.00
4. 1 EA. 6"
Gate Valve
400.00
400.00
5. 1 EA. 51"
Fire Hydrant
1,000.00
1,000.00
6. 2 EA. 12"
Wet Connect.
500.00
1,000.00
7. 0.73 T. Fittings
2,500.00
1,825.00
1 8. 1 L.S. Trench Safety
500.00
500.00
TOTAL CONTRACT ONE:
_
36,975.00
CONTRACT TWO:
1. 960 L.F. 6"
Water Main
23.00
22,080.00
1 2. 6 EA. 6"
Gate Valve 400.00
2,400.00
j 3. 2 EA. 5a"
'Fire Hydrant 1,000.00
2,000.00
4. 1 EA. 8" X 6"
Wet Connect. :1,200.00
1,200.00
5. 1 EA. 8" X 6"
Pressure Tap • 1,800.00
1,800.00
Oxford to Greenlawn &
PROJECT: Little Oaks Subdivision Waterlines
OWNER: City of Round Rock
DATE: September 19, 1989 2:00P.M.
C
ngineering
COULTER ENGINEERING COMPANY
PO. eo.ra
Round nook. Teas 716e3
Ism 24 -6Z75
BID TABULATIONS
JOB N0.
CE -160 & 161
BIDDER
Parker and Rogers
ITLM_
Rt�E
TOTAL
R
BRTCE
TOTAL
FTFE
TOTAL
TFE
TOTAL
�R - fir
TOTAL
6. 0.32 T. Fittings
2,500.00
800.00
7. 1 EA. Dbl. Water SVC.
600.00
600.00
8. 12 EA. Sal.
Water SVC.
600.00
7,200.00
I 9. 349 L.E. Pavement Cul
and Repair
10.00
3,490.00
TOTAL CONTRACT TWO:
-
41,570.00
DEDUCT FOR AWARD
OF BOTH:
-
-0-
TOTAL CONTRACTS '
ONE & TWO:
-
78,545.00
ADD FOR 8" IN LIEU 6"
FOR CONTRACT TWO:
-
5,200.00
TOTAL INCLUDING
ADD ALTERNATE
83,745.00
Oxford to Greenlawn &
PROJECT: Little Oaks Subdivision Waterlines
OWNER: City of Round Rock
DATE: September 19, 1989 2:00P.M.
e ngineering
CCUUER ENGINE! ING CJuPAM
PQ 8=2,41
RRoun" Rork Tms 7MW
Is,2I 2-526
BID TABULATIONS
JOB NO.
CE -160 & 161
DATE: September 25, 1989
SUBJECT: Council Agenda, September 28, 1989
ITEM:
11L. Consider a resolution authorizing the Mayor to enter
into a contract with Rhode Construction Company for
the Oxford Drive to Greenlawn Drive 12" waterline and
the Little Oaks waterline improvements project.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
On September 19, 1989 six bids for the construction of the Oxford
Drive to Greenlawn Blvd. 12" waterline and the Little Oaks waterline
improvements were received. Rhode Construction Company was the
lowest and best bidder.
Staff recommends that the award of the base bid be awarded to Rhode
Construction for the sum of $52,937.85.
`t oulter
ngineering
COULTER ENGINEERING COMPANY
PO. Box 2141
309 E. Main
Round Rock, Texas 78680
(512) 244 -6276
Joanne Land
City Secretary
221 East Main
Round Rock, Texas 78664
Dear Joanne:
Attachments
October 16, 1989
Attached are the executed contracts that are ready for the
Mayor's signature for the Oxford to Greenlawn 12" Line and Little
Oaks Subdivision Waterline Improvements.
Thank you for your attention in this matter.
Sincerely,
James B. Coulter, P.E.
JAMES B. COULTER, P.E.
Civil Engineering
Land Planning
Construction Inspection
Construction Admin istratlon
)35aI
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
OXFORD TO GREENLAWN 12" LINE
AND
LITTLE OARS SUBDIVISION
WATERLINE IMPROVEMENTS
CONTRACT DOCUMENTS AND SPECIFICATIONS
JOB NO. CE -160 AND CE -161
Bids will be received at
The City of Round Rock Council Chambers
211 East Main, Round Rock, Texas 78664
until 10:00 a.m., Tuesday, August 15, 1989
Specification No. Z
• e
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO BIDDERS
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
AGREEMENT
PERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
CERTIFICATE OF INSURANCE
INFORMATION REQUIRED OF LOW BIDDER
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
BASIS OF MEASUREMENT AND PAYMENT
NOTICE TO BIDDERS
Sealed proposals 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 the OXFORD TO GREENLAWN 12" LINE AND THE
LITTLE OAKS SUBDIVISION WATERLINE IMPROVEMENTS (work consists of
approximately 775 linear feet of 12" line and approximately 960
linear feet of 6" or 8" line and appurtenances) will be received
until September 19, 1989 at 2:00 p.m. then publicly opened and read
aloud. Any bids received after the scheduled bid opening time will be
returned unopened.
Bids must be submitted on the proposal forms provided and must be
accompanied by an acceptable bid security as outlined in the Instruc-
tions to Bidders, payable to the City of Round Rock, Texas, equal to
five percent (5 %) of the total bid amount. Plans and Specifications
may be obtained at the office of the engineer, Coulter Engineering,
309 East Main Street, Round Rock, Texas, 78664, beginning September
5, 1989 for a nonrefundable deposit of twenty -five dollars ($25.00)
per set.
In case of ambiguity, duplication, or obscurity in the bids, the
City of Round Rock reserves the right to construe the meaning there-
of. 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 perfor-
mance, payment and maintenance bonds as described in the bid docu-
ments.
Publication dates: September 3, 1989, September 10, 1989, and
September 17, 1989.
PROPOSAL
INSTRUCTIONS TO BIDDERS
The proposal shall be submitted on the bidding forms which are
included herein, and shall be enclosed in a sealed envelope addressed
to:
City Manager
City of Round Rock
211 East Main
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR OXFORD TO GREENLAWN 12" LINE AND LITTLE OAKS SUBDIVISION
WATERLINE to be opened at 2:OOp.m., Tuesday, September 19, 1989."
A proposal will not be accepted unless prepared on the bidding form
provided. The sealed proposals will be publicly opened and read at
the time and place stated in the Notice To Contractors. Bidders or
their authorized agents are invited to be present. Unauthorized
conditions, limitations or provisions attached to a proposal will
render it informal and may cause its rejection. The complete proposal
forms shall be without addition, alterations or erasures. Alternative
proposals will not be considered unless called for. No oral,
telegraphic or telephonic proposals or modifications will be
considered. The proposal may be withdrawn upon request by the bidder
without prejudice to himself prior to, but not after, the time fixed
for opening of bids, provided that the request is in writing, has
been executed by the bidder or his duly authorized representative,
and is filed with the Owner.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, form, partnership,
corporation or association under the same or different names, will
not be considered. Reasonable grounds for believing that any bidder
is interested in more than one proposal for the work contemplated
will cause the rejection of all proposals in which such bidder is
interested. If there is reason for believing that collusion exists
among bidders, all bids will be rejected and none of the participants
in such collusion will be considered in future proposals.
PROPOSAL GUARANTEE AND BOND REOUIREMENTS
All proposals shall be accompanied by a certified cashier's check
upon a national or state bank in the amount of five (5 %) percent of
the total maximum bid price payable without recourse to The City of
Round Rock, or a bid bond in the same amount from a reliable surety
company, as a guarantee that bidder will enter into a contract and
execute performance bond within ten (10) days after notice of award
1.
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 Owner within sixty (60) days
after the bid opening. The bid security must be enclosed in the some
envelope with the bid. Bids without check or bid bond will not be
considered. All bid securities will be returned to the respective
bidders within twenty -five (25) days after bids are opened, except
those which the Owner elects to hold until the successful bidder has
executed the contract. Thereafter all remaining securities, including
security of the successful bidder, will be returned within sixty (60)
days. The Owner reserves the right to reject any or all bid
proposals, to accept the lowest responsible bidder's proposal, and to
waive any informality in any proposal. 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 holding certificates of
authority from the Secretary of the Treasury of the United States) or
other surety or sureties acceptable to the Owner, with approval prior
to bid opening.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written contract with
the Owner on the form of agreement provided. Failure or refusal to
enter into a contract as herein provided, or to conform to any of the
stipulated requirements in connection therewith shall be a just cause
for the annulment of the award. If the successful bidder refuses or
fails to execute the Contract, the Owner may award the Contract to
second lowest responsible bidder. If the second lowest responsible
bidder refuses or fails to execute the Contract, the Owner may award
the Contract to the third lowest responsible bidder. On the failure
or refusal of such second and third lowest responsible bidder to
execute the Contract, the work may be re- advertised.
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
2 .
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.
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed and his
full name and his address shall be given; if it is made by a firm it
shall be signed with the co- partnership name by a member of the firm,
who shall sign his own name, and the name and address of each member
shall be given; and if it is made by a corporation the name of the
corporation shall be signed by its duly authorized officer or
officers attested by the corporate seal, and the names and titles of
all officers of the corporation shall be given.
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration will be
given not only to the financial standing, but also to the general
competency of the bidder for the performance of the work covered by
the proposal. To this end each proposal shall be supported by a
statement of the bidder's experience, on the form entitled
"Information Required of Low Bidder ", bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed work and
the Contract Documents therefor. It will be assumed that the bidder
has investigated and is satisfied as to the conditions to be
encountered; as to the character, quality and quantity of materials
to be furnished and as to the requirements of the Contract,
Specifications and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of the Plans
or Specifications must make request for such information in writing
to Engineer, prior to 48 -hours before the bid opening. Answers to all
such requests will be given in writing to all bidders, in Addendum
form, and all Addenda will be bound with, and made a part of, the
Contract documents. No other explanation or interpretation will be
considered official or binding. Should a bidder find discrepancies
in, or omissions from the Plans, Specifications or other Contract
Documents, or should he be in doubt as to their meaning, he should at
once notify the Engineer in order that a written Addendum may be sent
to all bidders. Any Addenda issued prior to twenty -four (24) hours of
the opening of bids will be mailed or delivered to each Contractor
contemplating the submission of the proposal on this work. The
proposal as submitted by the Contractor will be so constructed as to
include any Addenda if such are issued by the Engineer prior to
twenty -four (24) hours of the opening of bids.
3.
CONTRACT ONE: WATER IMPROVEMENTS
JOB NAME: OXFORD TO GREENLAWN 12" LINE
JOB LOCATION: SOUTH SIDE OF WINDY TERRACE, SECTION ONE,
WILLIAMSONCOUNTY, TEXAS
OWNER CITY OF ROUND ROCK
Gentlemen:
Pursuant to the foregoing Advertisement for Bids and Instructions to
Bidders, the undersigned bidder hereby proposes to do all the work,
to furnish all necessary superintendance, 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
Oxford to Greenlawn 12" Line, 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:
WATER IMPROVEMENTS
Bid Item Description Unit
Item Ouantity Unit and Written Unit Price Price Amount
1 775 L.F. 12" Water Main, at all depths,
complete in place, per linear
foot
2
3
PROPOSAL BIDDING SHEET
for I :C.Nm - rp.) Dollars
and SIXTY Cents $ Is. $ /'/'I,5 o
70 L.F. 12" Bore and 16" Encasement,
at all depths, complete in
place, per linear foot
for :51)(7Y Dollars
and - Ain Cents $ 60." $ H2oa.°°
3 EA 12" Gate Valve, including box,
cover and extension complete in
place, per each
for hatms: Dollars
and - ri ° Cents $ 9OO $ 2.700• °0
Bid Item Description Unit
Item Ouantity Unit and Written Unit Price Price Amount
4
5
6
8
1 EA 6" Gate Valve, including box
cover and extension, complete
in place, per each
for INRE& NuwPKFA SkxTY Dollars
and No- Cents
1 EA 5 -1/4" Fire Hydrant, including
6" D.I. Lead, complete in
place, per each
for k.4.E I Dollars
and - No- Cents $ I100. $ 110p,°O
2 EA 12" Wet Connection,
place, per each
for Four -pumeozen
and
7 0.73 Ton Cast Iron Fittings,
place, per ton
complete in
Dollars
Cents
complete in
$ 3(Oc $ 31,0
.pQ.
$ £!00 $ 800 a
for /4I27Y ONF Navz E.b Dollars
and — Nn Cents $ 3/00&$ 22
1 L.S. Trench Safety Design and
Implementation, complete in
place, per lump sum
for 01\17 Dollars
and No-
TOTAL WATER IMPROVEMENTS CONTRACT ONE:
Cents $ I00 $ I0O,
$ '�`54c1-M3.'°
CONTRACT TWO: WATER IMPROVEMENTS
JOB NAME: LITTLE OAKS SUBDIVISION
JOB LOCATION: SOUTH OF RANCH ROAD 620
AND EAST OF LAKE CREEK PARKWAY,
WILLIAMSON COUNTY, TEXAS
OWNER CITY OF ROUND ROCK
Gentlemen:
Pursuant to the foregoing Advertisement for Bids and Instructions to
Bidders, the undersigned bidder hereby proposes to do all the work,
to furnish all necessary superintendance, 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
Little Oaks Subdivision, 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:
WATER IMPROVEMENTS
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
1
2
3
PROPOSAL BIDDING SHEET
960 L.F. 6" Water Main, at all depths,
complete in place, per linear
foot
for 7c Dollars
and SEvE'J F.vE Cents $ )0 : $
14
6 EA 6" Gate Valve, including box,
cover and extension complete
in place, per each •
for TuakE lluroner• h Shun' Dollars
and _ ti0 _ Cents $ 3 (oO $ ? U O oo
2 EA 5 -1/4" Fire Hydrant, including
6" D.I. Lead, complete in place,
per each
for 6 LE= , 0 //)mbg.Gb Dollars
and - o - Cents $ 1100. $ %. %00 °a
1
Uld Item Description Unit
Item Ouantitv Unit and Written Unit Price Price Amount
4 1 EA 8" x 6" Wet Connection,
I complete in place, per each
for TNEEZ Muh)tRF, Dollars
and - No- Cents $_,1x)11 $ 300.
5 1 EA 8" x 6" Pressure Tap, including
Tapping Saddle and Valve,
I complete in place, per each
for Owc Tu„,ieatvn Dollars
and - n,o- Cents $ 100C $ IOOO. °°
' 6 0.32 TON Cast Iron Fittings, complete in
place, per ton
1 for TAin.TY Taav= l4U Th mk, Dollars
and - NII Cents $3300° ° $ 1OS6
I 7 1 EA Double Water Service to existing
meters and boxes, complete in
place, per each
1 for rouR, /Jr,n &!& ry Dollars
and —No- Cents $ SWZ'''$ ','$a
1 8 12 EA Single Water Service to
existing meter and box,
complete in place, per each
' for 7;kE /damn✓ EL>1= rrHrYFlve_Dollars
and - No - Cents $ _ 3° ° $ 4' 2O,pb
' 9 349 L.F. Pavement and /or Driveway Cut
and Repair, complete in place,
per linear foot
1 for /i i r_1=n/ Dollars
and Six rY h, VF_ Cents $ /3 (,5 $ . 7c 3,Sc
1
TOTAL WATER IMPROVEMENTS CONTRACT TWO: $
DEDUCT AMOUNT IF AWARDED BOTH CONTRACTS: -($ 200 4,
' TOTAL WATER IMPROVEMENTS CONTRACTS ONE AND TWO: $ 50,3 1."clS
ADD FOR 8" LINE AND APPURTENANCES IN LIEU OF 6"
FOR CONTRACT TWO: $ 6,116. f5•
1
1
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal is
hereby respectfully submitted by:'
KN �D� !OIi.7 G1!Tr do • 9 - -Fs1
Name of Contractor Date
2 4 V leg PP.FS i DENT
Executed by (S'ignature) Title or Position
Rf r2 l3vx ,4
Address
Oa 68.2
Telephone
qa ltLSBceo //aL TK95 7'66
City County State Zip Code
(Seal if Bid is by a Corporation)
ATTEST:
THE STATE OF TEXAS
COUNTY OF LUILLIHm SOrI
AGREEMENT
THIS AGREEMENT, made and entered into this day of
, 198, A.D. by and between The City of Round Rock of
the City of Round Rock, the County of Williamson, and the State of
Texas, acting through thereunto duly
authorized so to do, Party of the First Part, hereinafter termed
OWNER, and R H E C _nxST i2 uo.ri nrJ Cpm A4b/V of the City
of I- I'LLSL3 on' r) , County of I-} ILL and
State of 'rFXIFS , Party of the Second Part,
hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the
Party of the First Part (OWNER), and under the conditions expressed
in the bond bearing even date herewith, the Party of the Second Part
(CONTRACTOR), hereby agrees with the said Party of the First Part
(OWNER) to commence and complete the construction of certain
improvements described as follows:
OXFORD TO GREENLAWN 12" LINE
AND
LITTLE OAKS SUBDIVISION
WATERLINE IMPROVEMENTS
further described as the work covered by this specification consists
of furnishing all labor, equipment, appliances, and materials, and
performing all operations in connection with the excavation,
installation of pipe lines and appurtenances, backfilling and
compaction of trenches complete in accordance with the Plans, and all
extra work in connection therewith, under the terms as stated in the
General Conditions of the Agreement and at his (or their) own proper
cost and expense to furnish all the materials, supplies, machinery,
equipment, tools, supervision, labor, insurance, and other
accessories and services necessary to complete the said construction,
in accordance with the conditions and prices stated in the Proposal
attached hereto, and in accordance with the Notice to Contractors,
General Conditions of Agreement, Special Conditions, Technical
Specifications, Plans and other drawing and printed or written
explanatory matter thereof, and the Specifications and addenda
therefor, as prepared by COULTER ENGINEERING, 309 East Main, Round
Rock, Texas 78664, herein entitled the ENGINEER, each of which had
been identified by the CONTRACTOR'S written proposal, the General
Conditions of the Agreement, and the Performance, Payment and
Maintenance Bonds hereof and collectively evidence and constitute the
entire contract.
The CONTRACTOR hereby agrees to commence work within seven (7) days
after the date written notice to do so shall have been given to him,
and to complete the same within 30 calendar days for each contract
after the date of the written notice to commence work, subject to
such extensions of time as are provided by the General and Special
Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the proposal, which forms a part of this contract,
such payments to be subject to the General and Special Conditions of
the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this
Agreement in the year and day first above written.
�lTy of Foam) T'ociS
Party of the First Part
(OWNER)
By: N
ATTEST:
1141K RoBINSoN fAyoR
i� Hnni7 NSTRLICriow C' f
Party of the Second Part
(CONTRACTOR)
By:9 Z "9o$/av-
ATTEST:
(The following to be executed if the Contractor is a Corporation).
I ' , certify that I am
the Secretary of the Corporation named as Contractor herein;
that &-Q s ; , who signed this
Contract on behalf of the Contractor was then V. encck .V,n4.k
(official title) of said Corporation, that said Contract was duly
signed for and on behalf of said Corporation by authority of its
governing body, and is within the scope of its corporate powers.
(Corporate Seal)
Signed: a ®� z
THE STATE OF TEXAS
PERFORMANCE BOND
COUNTY OF /,()' OOi- -vn n n:,, )
KNOW ALL MEN BY THESE PRESENTS, THAT tLTh�� )
CLYYN ` _ � rbst.4 of the City of r' O0al.�(r>>
County of u iL: , and State of c$s41 -0
as principal, and %i4Otrt, 4 n iJ en. 07✓Ipdt,rZ
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
0..r ;4 k t9 ,.,141 )eOrk i (OWNER) , in the penal sum of / y"
- a.,na.4.4E. 14 4 VA t8 o 0n,04. A Dollars ($ g7) 931, o (► )
for the payment whereof, the said Principal and Surety bind
themselves, and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner dated the
day of , 19_,
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION I5 SUCH, that if
the said Principal shall faithfully perform said Contract and shall
in all respects duly and faithfully observe and perform all and
singular the covenents, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and
performed, and according to the true intent and meaning of said
contract and the Plans and Specifications thereto annexed, then this
obligation shall be void; otherwise to remain in full force and
effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
accordance with the provisons of said Article to the same extent as
if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the term of the
contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in anywise
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this the day of
19
Pri cipal
Title: Vwi`r J -
Address:
( e11r ex ( ,
TA/
761,4.5'
i OWARD COWAN
P.O. Box 53910--- -_ -
1__hback, Toxas 70153
SAFECO INSURANCE CO. OF AMERICA
Surety
By:
HOWARD COWAN
Title: ATTY IN
Address:
P.0 .D 5
The name and address of the Resident Agent of Surety is:
COMPLAINT NOTICE ANY DISPUTE ARISING ABOUT YOUR PRE-
MI UM OR ABOUT A CLAIM THAT YOU HAVE FILED CONTACT THE
AGENT OR WRITE THE COMPANY THAT ISSUED THE BOND. IF
THE PROBLEM IS NOT RESOLVED, YOU MAY ALSO WRITE THE
STATE BOARD 00 INSURANCE, DEPARTMENT C, 1110 SAN
JACINTO, AUSTiN, TEXAS 79786. THIS NOTICE OF COMPLAINT
PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT
BECOME A PART OR CONDITION OF THIS BOND.
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF Lt)
KNOW ALL
� MEN BY THESE PRESENTS, THAT 1 p nel
/
( 1»'it `m of the City of W .'/ h<u,
.,
County of 7rY. /l , and State of o1./,?,y
as principal, and cAnplr CFA <4:1/1
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
C )1 1e044 / (OWNER), in the penal sum of
flay u ate,, Q t `�i., As.� . hQ.et / - nonvYJe �lk� Dollars ($ 5.0) g,37 8=c )
for the payment whereof, the said Principal and Surety bind
themselves, and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner dated the day of , 19_,
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if
the said Principal shall pay all claimants supplying labor and
material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in
accordance with the provisons 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 the day of
19
7� r. nm.✓Y}n >.n_Y_.�r_ Oil
Principal Surety
By :/
Title: lie,e'i J P oar d OM�'i
Address: Pt c cf Cr I4-5
o LOA-b-04). 1
P.O. Box 53910
Lu . • - 9453
SAf iriSUtcnnl,t60.
By: 1‘
HOWARD COWAN
Title: ATTY IN FACT
Address:
P O Rnx 53
Lubbock, Texas 79453
The name and address of the Resident Agent of Surety is:
HOWARD COWAN
COMPLAINT NOTICE: rNY DISPUTE ARISING ABOUT YOUR PRE.
MILL;: OR ABOUT A CLAIM THAT YOU HAVE FILED CONTACT THE
AGENT OR WRITE THE COMPANY THAT ISSUED THE 00110, IF
THE PROBLEM 10 NOT RESOLVED, YOU MAY ALSO WRITE THE
STATE BOARD OF INSURANCE. DEPARTMENT 0, ;110 SAN
JACINTO AUSTIN, T0000 7a786. THIF NOTICE OF G CV. PLA;N
PROCHOURE IS FOR INFORMATION 0010 AND DOES NOT
BECOME A PART OR CONDITION 00 THIS BOND.
THE STATE OF TEXAS
COUNTY OF 1
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that we
Bond No. 559 9 b'
, as Principal, and a Corporation duly
organized under the laws ofUthe St of 1(3_ as Surety,
are held and firmly bound unto y ` = ,.t� g q( eJ _Pori
� � Obligee, J in the penal sum of C•�r* � ./�.AUq�.,a.��� t �A.�
A(1i.17}- ZentM U AMIAA3- to which payment will and truly to be made, we do
bind ourselves, our and each of our heirs, executors, administrators,
successors and assigns jointly and severally, firmly by these
presents.
WHEREAS, the said Principal has constructed
L l.fAi) 9, ( ) 0 A > 14.4.10. 1.4A4 ✓11 t1n i 4 i bm o�]
WHEREAS, said Obligee requires that the Principal furnish a bond
conditioned to guarantee for the period of one year after approval by
The City of Round Rock against all defects in workmanship and
materials which may become apparent during said period;
NOW, THEREFORE, THE CONDITION OF THE OBLIGATION IS SUCH, that if
said 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
Page 1 of 2
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
19
Ye ./ O .414// ttA.i. -2.,) SAFEW ftI UNNIWC Yu. ur AMERICA
__Surety
Principal
By: k
Address: Q 07 � d'!, 14L5
1,1 Rea.-151.1) TY
6 44 1 .6 --.
day of
HOWARD COWAN
Title: 12d.C:2 eniifl,.a Title: ATTY INFACT
P.O. Box 53910
Address: Lubbock, Texas 79453
The name and address of the Resident Agent of Surety is:
HOWARD COWAN
P.0. Box 53910
Lubbock, Texas 79453
,7,
n - - r 5r. +7 :
R `SO A C A/M T AT LED CO T S PRE. U, 1' ;RTE THE C � AT' %n UF.D T Hx x f THE
THE PRO T I; t: E V THAT IRSUED THE BOND. It;
STATE BOARD INSURANCE, RESOLVED, THE ALSO WR THE
JACINTO. AUSTIN. TEXASR ANCE, 78786. DEPARTMENT NOTICE OF' MP
PROCEDURE IS 105 INFORMATION ONLY AND COMPLAINT
NoT
BECOME A PART OR CONDITION OF THfS BOND. OE NOT
SAFECO
KNOW ALL BY THESE PRESENTS:
POWER
OF ATTORNEY
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each
a Washington corporation, does each hereby appoint
S -974 R10 3/86
HOWARD COWAN; CARLA WADDELL, Lubbock, Texas
its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings
and other documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY
OF AMERICA have each executed and attested these presents
this 2nd
this
CERTIFICATE
day of
No
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
8035
September
19 87
"Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys -in -fact or under other appropriate titles with authority lc,execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any
instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be
impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
•
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and .
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of
Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the
By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
day of 19
POINTED IN U.S A.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
_P
v 1
INSURED
RHODE CONSTRUCTION COMPANY
P.O. BOX 53370
LUBBOCK, TX 79453
GENERAL LIABILITY
Air CCMMERC:AL GENEPAL . AEILIT!
I c,Aats•a:cE � C :F °'E•.c5 691N85887
;NNE; 5 3 ViTAC ':.A
A
..0000 E.
THE INWEST GROUP
SIX DESTA DRIVE, SUITE 5550
MIDLAND, TX 79705
X
OTHER
TYPE CF INSI:PANCE
AUTOMOBILE LIABILITY
ANY AUTO
AL, DINED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
XI NON-OWNED AUTOS
3AWLGE - .!ABiIIT•!
EXCESS LIABILITY
OTHER'HAN JMBREL_.
WORKERS' COMPENSATION
AND WV09201809
EMPLOYERS' LIABILITY
'B
"Pa C
CMPANv
L: ER D
COMPANr E
= E
POLICY NUM
T 'ALL[0�•'rI
691NH5887 -1
10/6/89
'CIS C•RT'F'CATE :5 ISSUED AS A '.A'TER OF ■NFCRMATICH ONL'! AND CONFERS
IC RIG, -5 JPCN - 55 :EA'IFICA T E ICLCES. T'IIS CERTIFICATE ICES NOT AMEND.
:ATEN° OR ALTER - HE CCVERAGEE AFFCRCEO 3Y 7-I5' :LCES SEL'CW.
1 10/1/89
I
591TX7524 10/1/89 ' 10/1/90
COMPANIES AFFORDING COVERAGE
_v� n• A
= THE ST. PAUL INSURANCE COMPANY
THIS 15 TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
OTHER DOCUMENT
BE ISSUED OR MAY ERTA N. THE N URANCE AFFORDED BY THE POLICES OESCRI EDHERENS SUBJECT TO ALL THE T RMS. EXCLUSIONS. 0 S AND CONON
'TONS OF SUCH POLICIES.
10/1/89 ; 10/1/90 I- : - :_. :. s :C.EP r.5
zi
10/1/90
c . .1. 1.11 :..._
10/1/89 10/1/90 1 S500
I 500
15500
SLL _.ru N THOUSANDS
1000
5 10,000
15 2000
18 2000
'S 10o0
1
5 50
I S
510,000
:ESCPIPTICN,^,F OPEaAT' C. S , OCAT'CNS. - • E—CLES•RESTPIC"CNS SPECI 'MS
RE: CITY OF ROUND ROCK, TEXAS — OXFORD TO GREENLAWN 12" LINE AND LITTLE OAKS SUBDIVISION
WATERLINE IMPROVEMENTS
TE HOLDER
AC01ED ZIA E11I111E
CAMCELLIWI OM
iHCLIC'aN' :F -:E .BCNE :ESCPIBE7 .CL.C:ES 3E :ANC °i 3EFCa
E "HE Ex
a•PA",N ;A -2 EPECF _ SS;;:NG :CMP ANA ELXXXXEKR.MSHAL
pA.L 10 :A .S VRI • .0 "C' _• :ER C.. 5 CL.EP NAMED'. "HE
uA L ,LC' • .C - - C - ,mss._ .lH 55 •.0 :BL.GA "CN :P
•�
•. 15�L. /'� v 1:NC . i. _ ;�MPI•.. '
EEBACORD CORPORATION 1E16
CITY OF ROUND ROCK
211 EAST MAIN
ROUND ROCK, TX 78664
GENERAL CONDITIONS OF AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
1. DEFINITIONS Page
1
2. GENERAL PROVISIONS 2
2.01 Engineer's Status and Authority 2
2.02 Right of Engineer to Modify Methods
and Equipment 3
2.03 Changes and Alterations 3
2.04 Damages 3
2.05 Losses from Natural Causes 4
2.06 Laws and Ordinances 4
2.07 Licenses, Permits, and Certificates 4
2.08 Royalties and Patents 4
2.09 Keeping of Plans and Specifications
Accessible 4
2.10 Discrepancies and Omissions 4
2.11 Contractor's Understanding 5
2.12 Extra Work 5
2.13 Payment for Extra Work 5
2.14 Assignment and Subletting 6
2.15 Subcontractors 6
2.16 Owner's Status 6
2.17 Completed Portions of Work 7
2.18 Materials 7
2.19 Receiving and Storage of Materials 7
2.20 "Or Equal" Clause 7
2.21 Completed Work 7
2.22 Materials Furnished by the Owner 7
2.23 Protection of Property 7
2.24 Shelters for Workmen and Materials 8
2.25 Sanitary Facilities 8
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 8
3.01 Labor, Equipment, Materials and
Construction Plant 8
3.02 Performance and Payment Bonds 8
3.03 Contractor's Ability to Perform 9
3.04 Superintendence and Inspection 9
3.05 Character of Employees 9
3.06 Contractor's Duty to Protect Persons
and Property 9
3.07 Safety Codes 10
3.08 Barricades 10
3.09 Minimum Wages 10
3.10 Unsuitable Work or Materials 10
3.11 No Waiver of Contractor's Obligation 11
3.12 Site Clean Up 11
3.13 Guarantee 11
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 12
4.01 Lines and Grades 1
4.02 Right of Entry 12
4.03 Owner's Inspectors 12
4.04 Collateral Work 12
4.05 Right -of -Way 1
4.06 Adequacy of Design 12
5. SCHEDULING AND PROGRESS OF WORK 13
5.01 Order and Prosecution of the Work 13
5.02 Rate of Progress 13
5.03 Sunday, Holiday, and Night Work 13
5.04 Hindrances and Delays 13
5.05 Extensions of Time 14
5.06 Liquidated Damages for Failure to
Complete on Time 14
6. INDEMNITY 15
6.01 Contractor's Indemnity Provision 15
6.02 Workmen's Compensation Insurance 15
6.03 Comprehensive General Liability Insurance 15
6.04 Owner's Protective Insurance 16
6.05 Comprehensive Automobile Liability
Insurance 16
6.06 Insurance Certificate 16
7. TERMINATION OF CONTRACT 16
7.01 Right of Owner to Terminate 16
7.02 Right of Contractor to Terminate 17
7.03 Removal of Equipment 17
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 17
8.01 Notification of Contractor 17
8.02 Retention of Contractor's Equipment
and Materials by Owner 17
8.03 Methods of Completing the Work 18
8.04 Final Acceptance 18
8.05 Disposition of Contractor's Equipment 18
9. MEASUREMENT AND PAYMENT 19
9.01 Character of Measurements 19
9.02 Estimated vs. Actual Quantities 19
9.03 Payment 20
9.04 Monthly Estimates and Payments 20
9.05 Certificates of Completion 20
9.06 Final Estimate and Payment 20
9.07 Notarized Affidavit 21
9.08 Release of Liability 21
9.09 Contractor's Obligation 21
9.10 Payments Withheld 21
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
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 Notice to Contractors; Advertisement; the Instructions to
Bidders; the Proposal; the Signed 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
all. 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, Addenda, Proposal, Special Conditions of the Agreement,
Notice to Contractors, Specifications, Plans, and General
Conditions of the Agreement.
1.03 Contractor. "Contractor" shall mean the business organization
or individual named and designated in the Contract Agreement
as the "Party of the Second Part ", who has entered into this
contract for the performance of the work covered thereby, and
its, his, or their duly authorized agents and other legal
representatives.
1.04 Engineer. "Engineer" shall mean Coulter Engineering, or such
other Engineer, supervisor, or inspector who has been
designated, appointed, or otherwise employed or delegated by
the Owner for this work, or their duly authorized agents, such
agents acting within the scope of the particular duties
entrusted to them in each case.
1.05 Extra Work. The term "extra work" as used in this contract
shall be understood to mean and include all work that may be
required by the Engineer or Owner to be done by the Contractor
to accomplish any change, alteration, or addition to the work
shown on the Plans, or reasonably implied by the
Specifications, and not covered by the Contractor's Proposal,
except as provided under "Changes and Alterations ", herein.
1.06 Owner. "Owner" shall mean , named
and designated in the Agreement as the "Party of the First
Part" acting through its duly authorized officers and agents.
1.07 Plans. "Plans" shall mean and include (a) all drawings
prepared by the Owner as a basis for proposal, (b) all
supplementary drawings furnished by the Engineer as and when
required to clarify the intent and meaning of the drawings
submitted by the Owner to the Contractor, and (c) drawings
submitted by the Contractor to the Owner when and as approved
by the Engineer.
1.
1.08 Specifications. "Specifications" shall mean (a) all written
descriptions, methods and instructions prepared by the Owner
as a basis for proposals, (b) all supplementary written
material furnished by the Engineer as and when required to
clarify the intent or meaning of all written descriptions,
methods and instructions submitted by the Owner to the
Contractor, and (c) written descriptions submitted by the
Contractor to the Owner when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer only to a
business organization or individual having a direct contract
with the Contractor for (a) performing a portion of the
Contract work, or (b) furnishing material worked to a special
design according to the Contract plans or specifications; it
does not, however, include one who merely furnishes material
not so worked.
1.10 Substantially Completed. The term "substantially completed"
shall mean that the structure or facility has been made
suitable for use is in condition to serve its intended
purpose, but still may require minor miscellaneous work and
adjustments.
1.11 Work. "Work" shall mean the work to be done and the
equipment, supplies, material, and services to be furnished
under the Contract unless some other meaning is indicated by
the context.
1.12 Workina Day. A "working day" is defined as any day not
including Sundays or any legal holidays, in which weather or
other conditions, not under 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.
1.13 Written Notice. "Written notice" shall be deemed to have been
duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for
whom it is intended, or if delivered at or sent by certified
or registered mail to the last business address known to him
who gives the notice.
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually agreed by and
between the parties to this Contract that the Engineer shall
have general supervision and direction of the work included
herein. In order to prevent delays and disputes and to
discourage litigation it is further agreed by and between the
parties of this Contract that the Engineer shall in all cases
determine the amounts and quantities of the several kinds of
work which are to be paid for under the Contract; that he
shall determine all questions in relation to said work and the
construction thereof, that he shall in all cases decide every
question which may arise relative to the execution of the
2.
Contract on the part of the Contractor; that his decisions and
findings shall be the conditions precedent to the right of the
parties hereto to arbitration or to any action on the Contract
and to the rights of the Contractor to receive any money under
this Contract; provided, however, that should the Engineer
render any decision or give any direction which in the opinion
of either party hereto is not in accordance with the meaning
and intent of this Contract, either party may file with the
Engineer within 30 days a written objection to the decision or
direction so rendered. It is the intent of this Agreement that
there shall be no delay in the execution of the work, and the
decision or directions of the Engineer as rendered shall be
promptly carried out.
2.02 Right of Engineer to Modify Methods and Equipment. If at any
time the methods or equipment used by the contractor are found
to be unsafe or inadequate to secure the quality of the work
or the rate of progress required under this Contract, the
Engineer may direct the Contractor in writing to increase
their safety or improve their character and efficiency and to
cease operations under this Contract until such direction is
complied with. No claims shall be made against the Owner for
damages caused by any delay resulting from such order.
2.03 Changes and Alterations. The Contractor agrees that the
Owner, through the Engineer, may make such changes and
alterations as the Owner may see fit in the line, grade, form,
dimensions, plans, or materials for the work herein
contemplated or any part thereof either before or after the
beginning of the construction without affecting the validity
of this Contract and the accompanying bonds. If such changes
or alterations diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for damages or
anticipated profits on the work that 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 labor so used, for any actual loss occasioned
by such change, and for the actual expenses incurred in
preparation for the work as originally planned.
2.04 Damages. The right of general supervision by the Owner shall
not make the Contractor an agent of the Owner, and the
liability of the Contractor for all damages to persons, firms,
and corporations arising from the Contractor's execution of
the work shall not be lessened because of such general
supervision. The Contractor is an independent contractor in
3.
regard to work under this Contract, and as such is solely
liable for all damages to any persons, firms, corporations, or
their property as a result of the prosecution of the work.
2.05 Losses from Natural Causes. All loss or damage 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 in the prosecution of
the work shall be sustained and borne by the Contractor at his
own cost and expense.
2.06 Laws and Ordinances. The Contractor shall at all times
observe and comply with all Federal, State, and local laws,
ordinances, rules and regulations which in any manner affect
the Contract or the work and shall indemnify and save harmless
the Owner against any claim arising from the violation of any
such laws and ordinances whether by the Contractor or his
employees or his subcontractors and their employees.
2.07 licenses, Permits and Certificates. Except as hereinafter
stipulated, all licenses, permits, certificates, etc. required
for and in connection with the work to be performed under the
provisions of these Contract Documents shall be secured by the
Contractor at his own expense. In the event a building permit
is required such permit will be obtained by the Owner at no
cost to the Contractor.
2.08 Royalties and Patents. The Contractor shall protect and save
harmless the Owner from all and every demand for damages,
royalties, or fees on any patented invention used by him in
connection with the work done or material furnished under this
Contract; provided, however, that if any patented material,
machinery, appliance, or invention is clearly specified in
this Contract, the cost of procuring the rights of use and the
legal release 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 Engineer
shall furnish the Contractor with three (3) sets of executed
Plans and Specifications without expense to him, and the
Contractor shall keep one copy of the same constantly
accessible on the work, with the latest revisions noted
thereon.
2.10 Discrepancies and Omissions. It is further agreed that it is
the intent of this Contract that all work must be done and all
material must be furnished in 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
4.
meaning and intent of any portion of the Contract,
Specifications or Drawings, the Engineer shall define which is
intended to apply to the work.
2.11 Contractor's Understanding. It is understood and agreed that
the Contractor has, by careful examination, satisfied himself
as to the nature and location of the work, the conformation of
the ground, the character, quality and quantity of the
materials to be encountered, the character of equipment and
facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other
matters which can in any way affect the work under this
Contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or
after the execution of this Contract, shall affect or modify
any of the terms or obligations herein contained.
2.12 Extra Work. The term "extra work" as used in this Contract
shall be understood to mean and include all work that may be
required by the Owner through the Engineer to be done by the
Contractor to accomplish any change, alteration, or addition
to the work shown by the Plans or reasonably implied by the
Specifications and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
It is agreed that the Contractor shall perform all
extra work under the direction of the Engineer when presented
with a written Change Order signed by the Engineer.
No claim for extra work of any kind will be allowed
unless ordered in writing by the Engineer. In case any orders
or instructions, either oral or written, appear to the
Contractor to involve extra work for which he should receive
compensation, he shall make a written request to the Engineer
for a written Change Order authorizing such extra work. Should
a difference of opinion arise as to what does or does not
constitute extra work or concerning the payment therefor and
the Engineer insists upon its performance, the Contractor
shall proceed with the work after making a written request for
a written Change Order and shall keep an accurate account of
the "actual field cost" thereof as provided under Method "C"
below.
2.13 Payment for Extra Work. It is agreed that the compensation to
be paid the Contractor for performing extra work shall be
determined by one or more of the following methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
Method "C" - If neither Method "A" or Method "B" can be agreed
upon before the extra work is commenced, then the Contractor
shall be paid the "actual field cost" of the work plus 15 %.
5.
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 foremen, mechanics, craftsmen, and laborers; (b) the cost
of all materials and supplies not furnished by the Owner; (c)
rental for all power- driven equipment at agreed -upon rates for
the time actually employed or used in the performance of the
extra work; (d) transportation charges necessarily incurred in
connection with any equipment authorized by the Engineer for
use on said extra work and which is not already on the job;
(e) all power, fuel, lubricants, water, and similar operating
expenses; (f) all incidental expenses incurred as a direct
result of such extra work including sale or use taxes on
materials, payroll taxes, and the additional premiums for
construction bonds, workmen's compensation, public liability
and property damage, and other insurance required by the
Contract where the premiums therefor are based on payroll and
material costs. The Engineer may direct the form in which
accounts of the "actual field costs" shall be kept and may
also specify in writing before the work commences the method
of doing the work and 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 of assignment shall contain a clause
substantially to the effect that it is agreed that the right
of the assignee in and to any monies due or to become due to
the Contractor shall be subject to all prior liens of all
persons, firms, and corporations for services rendered or
materials supplied for the performance of the work called for
in this Contract.
2.15 Subcontractors. The Contractor shall be as fully responsible
to the Owner for the acts and omissions of his subcontractors
and of persons either directly or indirectly employed by them
as he is for the acts and omissions of persons directly
employed by him. Should any subcontractor fail to perform the
work undertaken by him in a satisfactory manner, his
subcontract shall be immediately terminated by the Contractor
upon written notice from the Owner.
2.16 Owner's Status. Nothing contained in this Contract shall
create any contractual relation between any subcontractor and
the Owner.
6.
2.17 Completed Portions of Work. The Owner shall have the right to
take possession of and to use any completed or partially
completed portions of the work prior to completion of the
entire work, but such use shall not constitute an acceptance
of any of the work not completed in accordance with the
Contract Documents. If the Engineer determines that taking
possession of and using partially completed work substantially
increases the cost of or delays construction, the Contractor
shall be entitled to extra compensation or extension of time
or both as determined by the Engineer.
2.18 Materials. All materials furnished by the Contractor shall be
as required by the Plans and Specifications or as otherwise
stipulated. The Contractor shall not start delivery of
materials which he is to furnish until the Engineer has
approved the source of supply of such materials.
2.19 Receiving and Storage of Materials. The contractor shall make
arrangements for receiving and storing materials. The Owner
will not sign for or receive shipments of materials consigned
to the Contractor. The Owner will not furnish storage space
for materials except where the written permission of the
Engineer is given.
2.20 "Or Equal" Clause. Whenever a material, product, or article
is specified or shown on the Plans by using the name of the
proprietary product or of a particular manufacturer or vendor
and is followed by the term "or equal" the Contractor may
submit a written request to the Engineer requesting approval
of the use of a material, product, or article he feels is
truly equal to the one specified. The Engineer will evaluate
the request to determine if the material, product, or article
is of equal substance and function and if it will perform
identically the duties imposed by the general design. Written
approval of an or equal" material, product, or article must
be obtained from the Engineer before it may be incorporated
into the work as a substitute for that specified in the
Contract Documents.
2.21 Completed Work. The Contractor shall maintain continuous
adequate safeguards to protect all completed work from damage,
loss, or the intrusion of foreign elements.
2.22 Materials Furnished by the Owner. The Contractor shall assume
responsibility for and safeguard any and all materials
supplied by the Owner against loss or injury. The provision
shall extend to the taking of all necessary sanitary
precautions to avoid contamination of such materials that must
be maintained and incorporated into the work in a sanitary
condition.
2.23 Protection of Property. The Contractor shall give reasonable
notice to the owner or owners of public or private property
and utilities when such property is liable to injury or damage
7.
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 for any damage resulting thereto. The
Contractor shall not be entitled to any damages or extra pay
as a result of any postponement, interference, or delay caused
by any such structures and facilities being on the line of the
work whether they are shown on the Plans or not.
2.24 Shelters for Workmen and Materials. The building or
structures for housing men or the erection of tents or other
forms of protection for workmen or materials will be permitted
only as the Engineer shall authorize or direct. The sanitary
conditions of the grounds in or about such structures shall at
all times be maintained in a manner satisfactory to the
Engineer.
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 public observation. These facilities
shall be constructed and maintained by the Contractor in such
manner and at such points as shall be approved by the
Engineer. Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor Equipment. Materials and Construction Plant. The
Contractor shall provide all labor, tools, 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. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are furnished
8.
and approved by the Owner. The cost of the premium for the
performance and payment bonds shall be included in the price
bid by the contractor for the work under this Contract, and no
extra payment for such bonds will be made by the Owner.
The surety company or companies underwriting the 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.
3.03 Contractor's Ability to Perform. Upon request by the Owner
the Contractor shall furnish sufficient evidence of his
ability to perform the work which is outlined in this
document. This shall include an equipment inventory and
records showing the satisfactory completion of projects of
equal magnitude in the past. It shall be the prerogative of
the Owner to terminate the Contract as outlined in Section 7
"Termination of Contract ", if job progress indicates that the
Contractor lacks either appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall give
personal attention to the faithful prosecution and completion
of the Contract and shall keep a competent superintendent and
any necessary assistants, all of whom are satisfactory to the
Engineer, on the work continuously during its progress. The
superintendent shall represent the Contractor in his absence,
and all directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superintendent are
both absent from the site of the work for prolonged periods of
time the Engineer may order any or all work under this
Contract to be stopped until the Contractor provides
continuous and proper supervision of the work. Such stoppage
shall not constitute a basis for any claim against the Owner
for damages caused by delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to employ only
orderly, competent, and skillful persons to do the work, and
whenever the Engineer shall inform him that the work being
accomplished is of sub- standard character by reason of
carelessness, incompetence, or inexperience on the part of the
workers the installation of such work shall be immediately
suspended and shall not be resumed until the Engineer is
satisfied that the conditions causing such faulty work have
been corrected.
3.06 Contractor's Duty to Protect Persons and Property. In the
performance of this Contract, the Contractor shall protect the
public and the Owner fully by taking reasonable precaution to
safeguard persons from death or bodily injury and to safeguard
property of any nature whatsoever from damage. Where any
9.
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 conneciton with the performance of this
contract unless necessary to its performance, and in that
event the Contractor shall provide and maintain at all times
reasonable means of warning of any danger or nuisance created.
The duties of the Contractor in this paragraph shall be
nondelegable, and the Contractor's compliance with the
specific recommendations and requirements of the Owner as to
the means of warning shall not excuse the Contractor from the
faithful performance of these duties should such
recommendations and requirements not be adequate or reasonable
under the circumstances.
3.07 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 regulations.
3.08 Barricades. When barricades are used to satisfy safety
requirements, such barricades shall be properly identified
with the Contractor's name prominently stenciled on both sides
of the barricades with letters at least 2 inches high.
3.09 Minimum Wages. All employees directly employed on the work
shall be paid not less than the established prevailing wage
scale for work of a similar character in this locality. A
scale of prevailing wages is included in the Special
Conditions of these Contract Documents. The Contractor shall
pay not less than the general prevailing wages shown on said
scale and shall keep accurate wage records accessible in
accordance with Article 5159 of the Revised Civil Statutes of
Texas.
3.10 Unsuitable Work or Materials. It is understood and agreed
that if the work or any part thereof or any material furnished
by the Contractor for use in the work or selected for the same
shall be deemed by the Engineer as unsuitable or not in
conformity with the 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.
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
10.
Engineer may direct that the work be done by others and that
the cost of the work be deducted from monies due the
Contractor.
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or inspector shall have no power to waive the
obligations of this Contract for the furnishing by the
contractor of good material and of his performing good work as
herein described and in full accordance with the plans and
specifications. No failure or omission of the Engineer,
supervisor, or inspector to condemn any defective work or
material shall release the Contractor from the obligation to
at once tear out, remove, and properly replace the same at any
time prior to final acceptance upon the discovery of said
defective work or material; provided, however that the
Engineer, supervisor, or inspector shall upon request of the
Contractor inspect and accept or reject any material
furnished, and once the material has been accepted by the
Engineeer, supervisor, or inspector such acceptance shall be
binding on the Owner unless it can be clearly shown that such
material furnished was not as represented and does not meet
with the specifications for the work. Any questioned work may
be ordered taken up or removed for re- examination by the
Engineer prior to final acceptance, and if found not in
accordance with the 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 for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the site of the
work to become littered with trash and waste material, but
shall maintain the site in a neat and orderly condition
throughout the construction period. The Engineer shall have
the right to determine what is waste material or rubbish and
the manner and place of disposal. On or before the completion
of the work the Contractor shall, without charge therefor,
carefully clean out all pits, pipes, chambers, or conduits,
shall tear down and remove all 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 Engineer.
3.13 Guarantee. During a period of 12 months from and after the
date of the final acceptance by the Owner of the work embraced
by this Contract, the Contractor shall make all needed repairs
arising out of defective workmanship or materials, or both,
which in the judgement of the Owner shall become necessary
during such period. If within 10 days after the mailing of a
notice in writing to the Contractor or his agent the said
Contractor shall neglect to make or to undertake with due
diligence the aforesaid repairs, the Owner is hereby
authorized to make such repairs at the Contractor's expense;
provided, however, that in case of an emergency where, in the
judgment of the Owner, delay would cause serious loss or
damage, repairs may be made without notice being sent to the
Contractor, and the Contractor shall pay the cost thereof.
11.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades shall be
furnished by the Engineer. Whenever necessary, work shall be
suspended to permit performance of this work, but such
suspension will be as brief as practicable, and the Contractor
shall be allowed no extra compensation therefor. The
Contractor shall give the Engineer ample notice of the time
and place where lines and grades will be needed. All stakes,
marks, etc. shall be carefully preserved by the Contractor,
and in case of careless destruction or removal by him or his
employees such stakes, marks, etc. shall be replaced by the
Engineer at the Contractor's expense.
4.02 Right of Entry. The Owner reserves the right for its
personnel or its agents to enter the property or location on
which the work herein contracted is being constructed or
installed for the purpose of supervising and inspecting the
work or for the purpose of constructing or installing such
collateral work as the Owner may desire.
4.03 Owner's Inspectors. It is agreed by the Contractor that the
Owner shall appoint such Engineer, supervisors, or 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 Engineer, supervisors, or
inspectors for the proper inspection and examination of the
work and all parts thereof. The Contractor shall regard and
comply with the directions and instructions of the Engineer,
supervisors, or inspectors so appointed when such directions
and instructions are consistent with the obligations of this
Contract.
4.04 Collateral Work. The Owner reserves the right to provide all
labor and material essential to the completion of work that is
not included in this Contract either by a separate contract or
otherwise. Any collateral work shall be prosecuted in such a
manner that it will not damage the Contractor nor delay the
progress of the work being accomplished under this Contract.
The respective rights of and operations of the various
interests involved shall be established and coordinated by the
Engineer.
4.05 Right -of -Way. Easements across private property and lands
needed for construction under this contract will be provided
by the Owner.
4.06 Adeauacv of Design. It is agreed that the Owner shall be
responsible for the adequacy of the design, sufficiency of the
Contract Documents, the safety of the structure and
practicability of the operations of the completed project;
provided the Contractor has complied with the requirements of
12.
the said Contract Documents, all approved modifications
thereof, and additions and alterations thereto approved in
writing by the Owner. The burden of proof of such compliance
shall be upon the Contractor to show that he has complied with
the said requirements of the Contract Documents, approved
modifications thereof and all approved additions and
alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning and
intent of this Contract, unless otherwise herein specifically
provided, that the Contractor shall be allowed to prosecute
his work at such times and seasons in such order of precedence
and in such manner as shall be most conducive to economy of
construction; provided however, that the order and time of
prosecution shall be such that the work shall be completed as
a whole or in part in accordance with this Contract within the
time of completion herein designated; provided also that the
Engineer may direct the time and manner of constructing any
part or parts of the work when in his opinion such should be
given priority to lessen the probability of danger to the
public or to anticipate seasonal hazards from the elements or
to coordinate with other work being done for or by the Owner.
5.02 Rate of Progress. The contractor shall give the Engineer full
information in advance as to his plans for carrying on any
part of the work. If at any time prior to the start or during
the progress of the work any part of the Contractor's plant or
equipment or any of his methods of executing the work appear
to the Engineer to be unsafe, inefficient, or inadequate to
insure the required quality or rate of progress of the work,
the Engineer may order the contractor to increase or improve
his facilities or methods, and the Contractor shall promptly
comply with such orders; failure to comply will result in
placing Contractor in abandonment per Section 8 "Abandonment
of Contract by Contractor "; but neither compliance with such
orders nor failure of the Engineer to issue such orders shall
release the Contractor from his obligation to secure the
degree of safety, the quality of work, and the rate of
progress required by this Contractor. The Contractor alone
shall be responsible for the safety, adequacy, and efficiency
of his plant, equipment, and methods.
5.03 Sunday, Holiday, and Night Work. Except in connection with
the care, maintenance, or protection of equipment or of work
already done, no work shall be done between the hours of 6:00
p.m. and 7:00 a.m. or on Sundays or legal holidays without
written consent of the Engineer.
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any cause
during the progress of any portion of the work embraced by
13.
this Contract except where the work is stopped by order of the
Owner. If the Owner stops the work for just cause because the
Contractor is not complying with the plans and specifications
or the intent thereof, the Contractor shall have no claim for
damages, hindrances, or delays. However, if the Owner stops
the work for any other reason, the Contractor shall be
entitled to reimbursement paid by the Owner for such expenses
actually incurred which in the judgement of the Engineer
occurred as a result of the work stoppage.
Should delays repeatedly occur due to the Contractor's failure
to provide adequate plant, equipment, or personnel, or where
the Engineer determines that unreasonable inconvenience to the
public is due to such failure, the Contractor's operations
shall be suspended until he shall have provided adequate
plant, equipment, and personnel to properly resume and
continually prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed in the
final completion of the work by any act or neglect of the
Owner or Engineer, or of any employee of either, or by any
other contractor employed by the Owner, or by strikes, fire or
other cause or causes outside of and beyond the control of the
Contractor and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of time
sufficient to compensate for the delay as determined by the
Engineer shall be granted by the Owner; provided, however,
that the Contractor shall give the Owner prompt notice in
writing of the cause of delay in each case. Extensions of time
will not be granted for delays caused by unfavorable weather,
unsuitable ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time. The
Contractor agrees that time is of the essence of this Contract
and that the definite value of damages which would result from
delay would be incapable of ascertainment and uncertain, so
that for each day of delay beyond the number of days herein
agreed upon for the completion of the work herein specified
and 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 Contract
Less than $ 5,000.00
$ 5,000.00 to $ 15,000.00
$ 15,000.01 to $ 25,000.00
$ 25,000.01 to $ 50,000.00
$ 50,000.01 to $ 100,000.00
$ 100,000.01 to $ 500,000.00
$ 500,000.01 to $1,000,000.00
$1,000,000.01 to $2,000,000.00
$2,000,000.01 to $5,000,000.00
14.
Amount of Liquidated
Damages Per Day
$ 30.00
$ 35.00
$ 40.00
$ 50.00
$ 70.00
$200.00
$300.00
$400.00
$500.00
6. INDEMNITY
6.01 Contractor's Indemnity Provision. To protect the Owner from
the Contractor's failure to perform any of the foregoing
duties or any of the terms of this Contract, the Contractor
shall indemnify and save harmless the Owner and the Owner's
agents and employees from all losses, damages, judgements,
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 harmless 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 Contract. Property of any description, including
property of the Owner, which shall be damaged in the
performance of this Contract by the Contractor, his agents,
employees, subcontractors or their employees and
subcontractors shall be restored to its condition prior to
damage by the Contractor at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor agrees to
comply with the Workmen's Compensation Act of the State of
Texas, and to pay or cause to be paid all compensation,
medical or other benefits, which may become due or payable
thereunder, and to protect and 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 statute.
6.03 Comprehensive General Liability Insurance. The Contractor
shall provide and maintain during the life of this Contract
and until all work under said Contract has been completed and
accepted by the Owner, a comprehensive General Liability
insurance policy, said policy and the issuing carrier approved
by the Owner, which specifically insures the contractual
liability of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The liability
coverage under this policy shall cover Independent
Contractors. Liability limits for the Comprehensive General
Liability insurance coverage under this policy shall not be
less than the following:
15.
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall provide
and maintain during the life of this Contract and until all
work under said contract has been completed and accepted by
the Owner, an Owner's and Contractor's Protective Policy which
co- insures the Owner and Owner's agents and employees with the
same Comprehensive General Liability coverage as described in
6.03 above entitled "Comprehensive General Liability
Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The Contractor
shall provide and maintain during the life of this Contract
and until all work under said Contract has been completed and
accepted by the Owner, a Comprehensive Automobile Liability
insurance policy, said policy and issuing carrier approved by
the Owner, covering the operation on or off the site of the
work of all motor vehicles licensed for highway use, whether
they are owned, non - owned, or hired by the Contractor, in
which shall specifically insure contractual liability of the
Contractor assumed under the above Paragraph 6.01 entitled
"Contractor's Indemnity Provision ". The liability limits for
the Comprehensive Automobile Liability insurance coverage
shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 accident
6.06 insurance Certificate. In connection with the insurance
coverage set out in sections 6.02, 6.03, 6.04 and 6.05 above,
the Contractor shall furnish the Owner with a certificate
verifying said insurance. Said certificate shall state that
the Owner shall be given 10 days advance written notice before
any provisions of the policies are changed or in the event
said policies shall be cancelled. This Certificate of
Insurance shall be provided to the Owner prior to starting any
construction work in connection with this Contract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the Contractor should be
guilty of substantial violation of the Contract or any
provision thereof, the Owner, upon certification by the
Engineer as to the nature and extent of such violation, may
without prejudice to any other resources or remedy give the
Contractor written notice of termination of the employment of
the Contractor 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
16.
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 Rictht of Contractor to Terminate. If work should be stopped
by order of any public authority or court through no act or
fault of the Contractor for a period of three (3) months or if
the Owner should substantially fail to perform the provisions
of the Contract with regard to Owner's obligations to the
Contractor, then the Contractor may, upon ten (10) days
written notice to the Owner, terminate this Contract and
recover from the Owner payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract should
be terminated for any reason whatsoever, the Owner may request
the Contractor in writing to remove any or all of his
equipment, tools, and supplies, and the Contractor shall
comply with the request within ten (10) days after receipt of
the notice. Should he fail to do so within ten (10) days after
receipt of such notice, the Owner shall have the right to
remove such equipment and supplies at the expense of the
Contractor and to place such equipment, tools and supplies in
storage at the risk and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should abandon
and fail or refuse to resume work within ten (10) days after
written notification from the Owner or the Engineer or if the
Contractor fails to comply with the orders of the Engineer
when such orders are consistent with this Contract or with the
specifications hereto attached, then the Contractor shall be
deemed as having abandoned the Contract. In such event the
Surety on the bond shall be notified in writing and directed
to complete the work, and a copy of said notice shall be
delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by Owner.
After receiving said notice of abandonment the Contractor
shall not remove from the work any 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 Work ", it being understood
that the use of such equipment and materials will ultimately
reduce the cost to complete the work and will be reflected in
the final settlement.
17.
8.03 Methods of Completing the Work. If the Surety should fail to
commence within ten (10) days after service of such notice,
then the Owner may provide for completion of the work in
either of the following elective manners:
a. The Owner may thereupon employ such force of workers and
use such machinery, equipment, tools, materials, and
supplies as said Owner may deem necessary to complete the
work and charge the expense of such labor, machinery,
equipment, tools, materials, and supplies to said
Contractor, and the expense so charged shall be deducted
and paid by the Owner out of such monies as may be due or
that may thereafter at any time become due to the
Contractor under and by virtue of this Contract. In case
such expense is less than the sum which would have been
payable under this Contract if the same had been completed
by the Contractor, then said Contractor shall receive the
difference. In case such expense is greater than the sum
which would have been payable under this Contract if the
same had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of such
excess to the Owner.
b. The Owner under sealed bids, after fourteen (14) days
notice published two or more times in a newspaper having a
general circulation in the county of location of the work,
may let the contract for the completion of the work under
substantially the same terms and conditions which are
provided in this Contract. In case of any increase in cost
to the Owner under the new contract as compared to what
would have been the cost under this Contract such increase
shall be charged to the Contractor, and the Surety shall
be and remain bound therefor. However, should the cost to
complete any such new contract prove to be less than what
would have been the cost to complete under this Contract,
the Contractor or his Surety shall be credited therewith.
8.04 Final Acceptance. When the work has been completed, 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 Engineer as being correct shall then be
prepared and delivered to the Contractor and his Surety,
whereupon the Contractor, his Surety or the Owner, as the case
may be, shall pay the balance due as reflected by said
statement within fifteen (15) days after the date of such
Contract Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event the
statement of accounts shows that the cost to complete the work
is less than that which would have been the cost to the Owner
had the work been completed by the Contractor under the terms
of this Contract or when the Contractor or his Surety pay the
18.
balance shown to be due by them to the Owner, then all
machinery, equipment, tools, materials, or supplies left on
the site of the work shall be turned over to the Contractor or
his Surety. Should the cost to complete the work exceed the
contract price, and the Contractor or his Surety fail to pay
the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment,
tools, materials, or supplies on the site of the work, notice
thereof together with an itemized list of such equipment and
materials shall be mailed to the Contractor and his Surety at
the respective addresses designated in this Contract;
provided, however, that actual written notice given in any
manner will satisfy this condition. After mailing or other
giving of such notice, such property shall be held by the
Owner at the risk of the Contractor and his Surety subject
only to the duty of the Owner to exercise ordinary care to
protect such property. After fifteen (15) days from the date
of said notice, the Owner may sell such machinery, equipment,
tools, materials, or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety.
Such sale may be made at either public or private sale, with
or without notice, as the Owner may elect. The Owner shall
release any machinery, equipment, tools, materials, or
supplies which remain on the work and belong to persons other
than the Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary measurements
of any kind will be allowed, but the actual length, area,
solid contents, number, and weight only shall be considered
unless otherwise specifically provided.
9.02 Estimated vs. Actual Ouantities. Any and all estimated
quantities stipulated in the proposal form under unit price
items are approximate and are to be used only (a) as a basis
for estimating the probable cost of the work and (b) for the
purpose of comparing the proposals submitted for the work. It
is understood and agreed that the actual amounts of work done
and materials furnished under unit price items may differ from
such estimated quantities and that the basis of payment for
such work and materials shall be for the actual amount of such
work done and the actual quantity of materials furnished.
The Contractor agrees that he will make no claim for damages,
anticipated profits, or otherwise on account of any difference
between the amounts of work actually performed and materials
actually furnished and the amounts estimated therefor in the
proposal or other Contract documents; provided, however, that
if the actual quantitiy 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 a revised
consideration on the portion of the work above or below 25
percent of the estimated quantity prior to initiating work or
19.
furnishing materials for the overrun or underrun quantities.
Such revised consideration shall be determined by agreement
between the parties or otherwise by the terms of this Contract
as provided under Section 2.12 entitled "Extra Work ".
9.03 Payment. In consideration of the furnishing of all the
necessary labor, equipment, and material and the completion of
all work by the Contractor, and on the completion of all work
and the delivery of all material embraced in this Contract in
full conformity with the specifications and stipulations
contained herein, the Owner agrees to pay the Contractor the
amounts set forth in the Proposal attached hereto which has
been made a part of this Contract. The Contractor hereby
agrees to receive such amounts in full payment for furnishing
all material and all labor required for the aforesaid work,
for all expense incurred by him, and for well and truly
performing the same and the whole thereof in the manner and
according to this Contract, the attached specifications, and
requirements of the Engineer.
9.04 Monthly Estimates and Payments. On or about the first day of
each month the Engineer will make an approximate estimate of
the value of work done in conformity with the plans and
specifications during the previous calendar month. The
Contractor shall furnish to the Engineer such detailed
information as he may request to aid him as a guide in the
preparation of monthly estimates. After each such estimate
shall have been approved by the Owner, the Owner shall pay to
the Contractor 95 percent of the amount of such estimated sum
on or before the 15th day of said month.
It is understood, however, that in case the whole work is near
to completion and some unexpected or unusual delay occurs due
to no fault or neglect on the part of the Contractor, the
Owner may, upon written recommendation of the Engineer, pay a
reasonable and equitable portion of the retained percentage to
the Contractor.
9.05 Certificates of Completion. Within 10 days after the
Contractor has given the Engineer notice that the work has
been completed, the Engineer shall inspect the work and
satisfy himself by examination and test that the work has been
finally and fully completed in accordance with the plans,
specifications and Contract. If so, the Engineer shall issue a
Contract Completion Certificate to the Owner and the
Contractor. Such certificate when issued shall constitute
final acceptance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Completion
Certificate has been issued, the Engineer shall proceed to
make final measurements and to prepare a final estimate of the
work done and materials furnished under this Contract and the
value thereof. The Engineer shall certify the Final Estimate
and submit it to the Owner within five (5) days from the date
of the Contract Completion Certificate.
20.
The Owner shall pay the Contractor within fifteen (15) days
from the date of the Contract Completion Certificate the
entire sum shown due on the certified Final Estimate prepared
by the Engineer after deducting all amounts to be kept and
retained under any provision of this Contract. However, it is
to be specifically understood that the final payment will not
be paid by the Owner to the Contractor under any circumstances
until the Notarized Affidavit required by Section 9.07
entitled "Notarized Affidavit ", has been submitted to the
Engineer.
All prior
correction
absence of
estimates,
evidence of
estimates and payments shall be subject to
in the Final Estimate and payment; but in the
error or manifest mistake, it is agreed that all
when approved by the Owner, shall be conclusive
the work done and materials furnished.
9.07 Notarized Affidavit. Before Final Payment for the work by the
Owner, the Contractor shall submit to the Engineer a notarized
affidavit in duplicate stating under oath that all
subcontractors, vendors, and other persons or firms who have
furnished or performed labor or furnished materials for the
work have been fully paid or satisfactorily secured. Such
affidavit shall bear or be accompanied by a statement, signed
by the Surety Company who provided the performance bond for
the work, to the effect that said Surety Company consents to
final payment to the Contractor being made by the Owner.
9.08 Release of Liability. The acceptance by the Contractor of the
last payment shall operate as and shall be a release to the
Owner and every officer and agent thereof from all claims and
liability hereunder for any thing done or furnished for or
relating to the work or for any act or neglect of the Owner or
of any person relating to or affecting the work.
9.09 Contractor's Obligation. Neither the Contract Completion
Certificate nor the Final Payment nor any provision in the
Contract Documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be
required in the Contract Documents.
9.10 Payments Withheld. The Owner may, on account of subsequently
discovered evidence, withhold or nullify the whole or part of
any payment to such extent as may be necessary to protect
himself from loss on account of:
a. Defective work not remedied.
b. Claims filed or reasonable evidence indicating probable
filing of claims.
c. Failure of the Contractor to make payments properly to
subcontractors or for material or labor.
d. Damage to another contractor.
21.
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.
22.
SPECIAL CONDITIONS OF AGREEMENT
1. CROSSING UTILITIES
SPECIAL CONDITIONS OF THE AGREEMENT
Every attempt has been made to locate existing utility lines.
However, prior to commencing construction, it shall be the
Contractor's responsibility to make arrangements with the Owners
of such utility companies to uncover their particular utility
lines or otherwise confirm their location. Certain utility
companies perform such services at their own expense, however,
where such is not the case, the Contractor will cause such work
to be done at his own expense.
2. "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions on all of
his copies of the working drawings. Upon completion of the
Project and prior to final acceptance and payment, the
Contractor shall deliver this correctly marked set of drawings
to the Engineer.
3. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans, present
obstructions to grade and alignment of pipe, immediately notify
Engineer, who without delay, will determine whenever existing
improvements are to be relocated, or grade and alignment of pipe
changed. Where necessary to move services, poles, guy wires,
pipelines, or other obstructions, contractor will make
arrangements with Owners of utilities. Owner will not be liable
for damages on account of delays due to changes made by Owners
of privately owned utilities which hinder progress of work.
4. LIMIT OF FINANCIAL RESOURCES
It shall be understood by all 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.
5. CONSTRUCTION INSPECTION
The Owner at his option, may provide an inspector to review the
quality of materials and workmanship.
1.
6. COORDINATION WITH UTILITY COMPANIES
The Contractor shall be responsible for contacting the
appropriate utility company when working in the vicinity of its
facilities to ensure safety and guard against damage. The
following are names and phone numbers for the various companies:
1. Lone Star Gas - Transmission Lines: (817) 778 -8700
Bob Andrews
- Distribution Lines: (512) 255 -2679
Terry Bertrand or
Bobby Mucha
2. Bell Telephone - (512) 870 -5977
James Kokel
3. Texas Power & Light Co. - (512) 255 -3666
Jim Chase
4. City of Round Rock (water & sewer) - (512) 255 -3612
Jim Huse, Director of Public Works
7. LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to complete all
work included in this Contract, so authorized by the Owner, as
shown on the drawings or described in the Contract Documents and
Technical Specifications. All items of construction not
specifically paid for in the bid schedule shall be included in
the unit price bids. Any question arising as to the limits of
work shall be left up to the interpretation of the Engineer.
8. COPIES OF PLANS AND SPECIFICATIONS
The Agreement will be prepared in not less than five (5)
counterpart (original signed) sets. Owner will furnish
Contractor three (3) sets of conforming Contract Documents,
Technical Specifications and Plans free of charge, and
additional sets will be obtained from the Engineer at commercial
reproduction rates plus 20% for handling.
9. UTILITY SERVICES FOR CONSTRUCTION AND TESTING
The Contractor will be responsible for providing his own utility
services during construction and testing. No additional payment
will be made for this item.
10. UTILITY APPURTENANCES ADJUSTMENTS
The Contractor shall, as his own expense, raise the manhole
covers and valve boxes to the finished paved street grade. All
manhole covers and valve boxes within the proposed street paving
area shall be constructed six (6) inches below the subgrade of
the street and raised to finished street grade prior to paving.
2.
In unpaved areas, manhole covers and valve boxes shall be raised
by the Contractor, at his own expense, to two (2) inches above
natural ground.
11. CONSTRUCTION STAKING
The Contractor shall provide construction staking for this
project.
12. BLASTING
When the use or storage of explosives or other hazardous
materials or equipment is necessary for the execution of the
work, the Contractor shall exercise the utmost care and shall
carry on such activities under the supervision of properly
qualified personnel.
All blasting,
explosives and
Federal, State,
The following
State and Local
including methods of storing and handling
highly flammable materials, shall conform to
and Local Laws and Ordinances.
is a list of requirements in addition to Federal,
Laws and Ordinances:
1. The Contractor shall furnish the Owner with a Certificate
of Blasting Insurance in the amount of $300,000 for each
contract, at least twenty -four (24) hours prior to using
explosives. If blasting is covered under the Contractor's
General Insurance Certificate for each contract, a separate
blasting certificate will not be required.
2. The Contractor shall notify the City of Round Rock on every
occasion at least twenty -four (24) hours prior to the use
of explosives.
3. Explosive materials to be used shall be limited to blasting
agents and dynamite, unless prior approval of other
materials is obtained in writing from the Engineer.
4. During blasting, all reasonable precautions shall be taken
to protect pedestrians, passing vehicles, and public or
private property. Blasting mats or protective cover shall
be used when required by the Owner or his agent, the
permit, or by safe blasting practices.
5. The Engineer or his representatives shall have the right to
limit the use of explosives and /or blasting methods which
in his opinion are dangerous to the public or nearby
property of any kind.
6. The Contractor, at his expense, shall promptly repair or
replace all items known to be damaged as a result of
blasting.
3.
The Contractor is fully responsible for all claims resulting
from his blasting operation. All damage or loss to any property
referred to in this article caused in whole or in part by the
Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them, or by anyone whose acts any of them may
be liable, shall be remedied by the Contractor, except damage or
loss attributable solely to faulty Drawings or Specifications or
solely to the acts or omissions of the Owner or Engineer or
anyone employed by either of them, and not attributable in any
degree to the fault or negligence of the Contractor.
13. COORDINATION BETWEEN UTILITY CONTRACTOR & STREET CONTRACTOR
The streets will be excavated and bladed by the street paving
Contractor to the subgrade prior to the utility Contractor
beginning his gravity sewer line and water line construction
operations in the street right -of -ways. Upon completion of the
gravity sewer line and water line and storm sewer construction,
the utility Contractor shall dress and blade the street to
upgrade to the same condition it was in when accepted by the
utility Contractor and to the satisfaction of the street paving
Contractor and the Engineer.
The utility Contractor shall, at his own expense, raise the gate
valve boxes and manhole frames and covers to the finished paved
street grade. All gate valve boxes and manhole frames and
covers within the proposed street paving area shall be
constructed 6- inches below the subgrade of the street. It shall
be the responsibility of the paving Contractor to verify with
the utility Contractor that all utility castings in the area
have been raised or that no valve box, clean -out covers or
manhole covers need to be adjusted. This shall be obtained in
writing 48 hours prior to placing any curb and gutter, concrete
valley gutters and final pavement (concrete or asphalt) and a
copy shall be provided for the Engineer.
Each Contractor shall be fully responsible for verifying the
existence of all property corners before commencing work. Any
missing property pins shall be replaced by the Engineer at the
expense of the previous Contractor.
14. MONTHLY PAYMENT ESTIMATES
Owner shall pay for 90% of materials on hand when properly
stored on the jobsite. When payment for materials on hand has
been paid by the Owner to the Contractor, the Contractor shall
furnish evidence the following month that he had paid for those
materials prior to the following month's monthly estimate being
approved for payment.
15. LIOUIDATED DAMAGES
Refer to the GENERAL CONDITIONS OF THE AGREEMENT, Paragraph
5.06 - Liquidated Damages for Failure to Complete on Time.
4.
Delete the schedule of "Amount of Liquidated Damages Per Day"
and substitute the following: The amount of liquidated damages
per day shall be $500.00.
16. MAINTENANCE BOND
Per City of Round Rock Ordinance, a two (2) year Maintenance
Bond naming the Owner and the City of Round Rock as dual obligee
will be required for public streets constructed without lime
stabilization of subgrade material when the Plasticity Index of
the subgrade is above 25. Maintenance Bond shall remain in
effect for two (2) years from date of City of Round Rock
acceptance of improvements.
A one (1) year Maintenance Bond will be required for all other
improvements.
5.
TECHNICAL SPECIFICATIONS
CONTROL OF WORK
MATERIALS
NOTES FOR REFERENCING CITY OF AUSTIN SPECIFICATIONS
FOR WORK WITHIN THE CITY OF ROUND ROCK
The current City of Austin Standard Construction Specifications of
Water and Wastewater Department and Engineering Department are
incorporated into this project by reference and they shall be applied
to this project except as modified in these specifications and on the
plans. whenever the term "City of Austin" is used in the Austin
specifications, it shall be construed to mean the City of Round Rock.
Wherever the term "Engineer" is used in the Austin Specifications, it
shall be construed to mean Coulter Engineering.
1. During construction the Contractor shall keep the site free and
clean from all rubbish and debris and shall clean -up the site
promptly when notified to do so by the Engineer.
The contractor shall, at his own expense, maintain the streets
and roads free from dust, mud, excess earth or debris which
constitutes a nuisance or danger to the public using the
thoroughfare, or the occupants of adjacent properties.
Care shall be taken to prevent spillage on streets and roads
over which hauling is done, and any such spillage or debris
deposited on streets, due to the Contractor's operations, shall
be immediately removed.
2. The Contractor shall coordinate his operations in such a manner
as to prevent the amount of clean -up and completion of back
works from becoming excessive. Should such a condition exist,
the Engineer may order all or portions of the work to cease and
refuse to allow any work to commence until the back work is done
to the Engineer's satisfaction.
3. The Contractor shall do such grading in the area adjacent to
streets and drainage facilities as may be necessary to leave the
area in a neat and satisfactory condition approved by the
Engineer.
1. Except as specified otherwise, wherever in the specifications an
article or class of material is designated by a trade name or by
the name or catalog number of any maker, patentee, manufacturer,
or dealer, such designations shall be taken as intending to mean
and specify the articles described or another equal thereto in
quality, finish, and serviceability for the purpose intended, as
may be determined and judged by the Engineer in his sole
discretion.
1.
2. No material which has been used by the Contractor for any
temporary purpose whatever is to be incorporated in the
permanent structure without the written consent of the Engineer.
Where materials or equipment are specified by a trade or brand
name, it is not the intention of the owner to discriminate
against an equal product of another manufacturer, but rather to
set a definite standard of quality for performance, and to
establish an equal basis for the evaluation of bids. Where the
works "equivalent ", "proper" or "equal to" are used, they shall
be understood to mean that the item referred to shall be
"proper ", the "equivalent" of, or "equal to" some other item, in
the opinion or judgement of the Engineer. Unless otherwise
specified, all materials shall be the best of their approved
samples. Notwithstanding that the words "or equal to" or other
such expressions may be used in the specifications in connection
with a material, manufactured article or process, the material,
article or process specifically designated shall be used, unless
a substitute is approved in writing by the Engineer, and the
Engineer will have the right to require the use of such
specifically designated material, article or process.
STREET CONSTRUCTION
1. Subgrade density tests are required prior to depositing base
material.
2. Base density and thickness tests are required prior to
application of prime coat.
3. All testing shall be made by an independent laboratory at the
Owner's expense. An authorized representative of the Owner shall
be present when such tests are made. The number of tests
required shall be determined by the Engineer or his authorized
representative.
4. Pavement surface shall be Type "D" hot -mix, hot -lay asphaltic
concrete with a minimum asphalt content of 5 %.
5. Backfill behind curbs shall be compacted to obtain a minimum of
95% of maximum density. Material used for curb backfill shall be
primarily granular (clay materials with higher P.I. than 35 are
prohibited) and free from boulders and clods larger than 6" in
their greatest dimension. Refer to Standard Detail No. 1 - "Pipe
Bedding" for backfill procedures.
6. For Item No.
203 attached.
7. For Item No.
210 attached.
203 in Austin Specifications, substitute Item No.
(For paving projects only.)
210 in Austin Specifications, substitute Item No.
(For paving projects only.)
2 .
1
WATER IMPROVEMENTS
1. Water mains shall be PVC C -900, Class 200 or ductile iron, class
50. The type and size of pipe shall be shown on the plans.
2. Gate Valves shall conform to AWWA Specification C -500 with ends
appropriate to installation on piping. Testing of Gate Valves
shall be factory leak tested on both sides for 200 psi.
3. Service material shall be as shown on plans.
4. Fire hydrants shall be 3 -way Mueller, improved AWWA type, or
approved equal, with pump nozzle for 4 -1/2" fire hose. A 6" gate
valve and valve box shall be provided on each fire hydrant.
5. Compact trench backfill to obtain a minimum of 95% of maximum
density. Density of backfill trenches under pavement shall be
tested by an independent laboratory. Such testing will be paid
for by the Owner, and an authorized representative of the City
of Round Rock shall be present when such tests are made.
6. All testing of pipe shall be done under the supervision of the
City, and the Contractor shall perform such tests as required
and furnish all equipment and material for same.
7. Sterilization of mains shall be done under the supervision of
the City, and the Contractor shall perform such sterilization
and furnish all material and equipment for same. The City will
be responsible for bacteriological test samples.
SEWER IMPROVEMENTS
1. Sewer pipe shall be PVC SDR -35 unless shown otherwise.
2. Compact trench backfill to obtain a minimum of 95% of maximum
density. Density of backfill trenches under pavement shall be
tested by an independent laboratory. Such testing will be paid
for by the Owner, and an authorized representative of the City
shall be present when such tests are made.
3. All testing of pipe shall be done under the supervision of the
City, and the Contractor shall perform such tests as required
and furnish all material and equipment for same.
3.
BASIS OF MEASUREMENT AND PAYMENT
1. WATER
2. PIPE
3. FITTINGS
4. VALVES
BASIS OF MEASUREMENT AND PAYMENT
WATER & WASTEWATER IMPROVEMENTS
Unless stated otherwise in the contract documents, it is
understood that all payments made are for finished work and
include all labor, tools, materials, constructing and completing
the item on which payment is made.
When called for in the proposal, pipe shall be paid for at the
unit contract price bid per linear foot, for the size and type
of pipe specified, complete in place. The bid price per linear
foot shall include all clearing, excavation, laying of pipe,
backfilling and clean up. Measurement for length shall be the
horizontal distance along the centerline of the pipe as surveyed
by the Engineer. Payment will also represent compensation for
replacement of pavement, curb, drainage structures, driveways
and any other improvements damaged during construction. Concrete
blocking for supporting and reinforcing bends, concrete retards
and thrust blocks shall be included in the cost for pipe.
No separate payment will be made for welded joints, or harnessed
joints required for thrust restraint which are scheduled or
indicated on the drawings.
Cast iron and ductile iron fittings furnished in accordance with
these Specifications will be paid for according to ANSI A21.10
(AWWA 0110) scheduled weights for mechanical joint fittings
furnished. Class to be as specified in the contract documents.
Short body fittings are approved.
Steel cylinder concrete pipe fittings will not be paid for
separately. The contractor shall include these in his bid for
the laying of pipe.
Valves will be paid for at the unit price bid, including valve
stem casing and cover, excavation, setting and adjusting to
proper grade, and anchoring in place.
5. AUTOMATIC AIR RELEASE VALVE ASSEMBLIES
Installation of automatic air release valve assemblies shall be
paid for at the unit price bid per air valve installation and
shall include threaded valve or corporation cock, pipe,
fittings, concrete box and cover, complete in place.
6. FIRE HYDRANTS
Fire hydrants will be paid for at the unit price bid per each
and shall include all pipe and fittings except valves between
the main line fitting and the fire hydrant.
7. FIRE HYDRANT BARREL EXTENSIONS
In cases where the bury of the fire hydrant is greater than six
(6') feet, barrel extension will be paid for by the vertical
foot, complete in place, including rod extensions, bolts and all
other required accessories.
8. WET CONNECTIONS
Wet connections shall be paid for at the unit price bid per
each, complete in place, according to the size of the main that
is in service and shall be full compensation for the work except
that cast iron fittings and valves shall be paid for as a
separate item, unless otherwise specified in the Bid Proposal.
9. BORING, JACKING AND TUNNELING
When called for in the
shall be paid for at
foot, including all
backfilling, cleanup,
including carrier (water)
10. CONCRETE ENCASEMENT AND CONCRETE CAP
11. STANDARD MANHOLES
12. EXTRA DEPTH FOR MANHOLES
proposal, boring, jacking and tunneling
the unit contract price bid per linear
excavation, all necessary grouting,
and the specified pipe casing not
pipe, complete in place.
When called for in the proposal, concrete encasement and
concrete cap shall be paid for at the unit contract price bid
per linear foot for the size of pipe specified, complete in
place.
When called for in the proposal, standard manholes shall be paid
for at the unit contract price bid per each for such structures
and backfilling, complete in place. The depth of such structures
shall be understood to be the perpendicular distance from the
top of the ring to the invert of the structure. No separate
payment will be made for "eyes ". The cost of these should be
included in bid items for manholes.
When called for in the proposal, manholes with extra depth over
eight feet (8') will be paid for at the unit contract price bid
per vertical foot, including all excavation, coatings and
backfilling, complete in place.