Loading...
R-90-1509 - 9/13/1990RESOLUTION NO. / WHEREAS, the City of Round Rock has duly advertized for bids for irrigation for the Trees for Round Rock Project, and WHEREAS, Cunningham Constructors & Associates, Inc. has submitted the lowest and best bid for the needed work, and WHEREAS, the City Council wishes to accept the bid of Cunningham Constructors & Associates, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Cunningham Constructors & Associates, Inc. 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 Cunningham Constructors & Associates, Inc. for irrigation for the Trees for Round Rock Project; a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 13th day of September, 1990. ATTEST: NE RS09130G LAND, Ci y Secretary A, AL MIKE ROBINSON, Mayor City of Round Rock, Texas CONTRACT: IRRIGATION BIDDERS BID DATE: 8 -7 -90 TIME: 10:30 A.M. CUNNINGHAM CONSTRUCTORS AND ASSOCIATES, INC. PHOENIX IRRIGATION, INC. ENVIRONSCAPES, INC. MALDONADO NURSERY . 1 LOCATION: CITY COUNCIL CHAMBER DESCRIPTION i. WARRANTY /GUARANTEE DELIVERY TIME BOND Bid Bond -5% Cashier Check -5% Bid Bond -5% Cashier Check -5% ITEM UNIT QUANTITY PRICE PRICE PRICE PRICE PRICE IRRIGATION INSTALLATION $16,875.00 . $21,900.00 $21,326.00 $25,000.00 TREE PIT EXCAVATION 10,250.00 13,500.00 28,955.00 22,000.00 HAUL & DISTRI- MATE PLANT MATERIALS S 7,500.00 2,800.00 7,925.00 22,000.00 TOTAL $34,625.00 $38,200.00 $58,206.00 $69,000.00 CITY OF ROUND ROCK PARKS AND RECREATION DEPARTMENT BID TABULATION DATE: September 11, 1990 Sip: City Council Meeting, September 13, 1990 ITEM: 14G. Consider a resolution authorizing the Mayor to enter into a contract for irrigation on the Trees for Round Rock Project. STAFF RESOURCE PERSONS: SHARON PRETE STAFF RECOr4ENDATION: Four (4) bids were received and opened on Friday, September 7, 1990 (see attachment). Staff recommends that the bid be awarded to Cunningham Constructors and Associates, Inc. in the amount of $34,625.00. The contractor is responsible for installing the irrigation system, excavating the tree pits and distributing plant materials to the appropriate intersections (Hester's Crossing, EM 620, Hwy. 79 and EM 3406). ECONOMIC: The Trees for Round Rock Project is being funded by a matching grant with the highway department. The Council approved a $100,000.00 allocation in 1987. 1509k.) OWNERS AND CONTRACTORS PROTECTIVE LIABILITY POLICY 2000 Ross Avenue Dallas, Texas 75201 INSURANCE IS PROVIDED BY THE COMPANY DESIGNATED ON THE INFORMATION PAGE (A Stock Insurance Company) THIS POLICY CONSISTS OF: — DECLARATIONS — A COVERAGE PART CONSISTING OF • ONE OR MORE COVERAGE FORMS • APPLICABLE FORMS AND ENDORSEMENTS 333522) (11-85) (2500 11.87) BAP 190(7)-X DESIGNATION OF CONTRACTOR Designation of Contractor and Mailing Address Cunningham Construction & Associates, Inc. P.O. Box 40014 Georgetown, Texas 78628 LOCATION OF COVERED OPERATIONS RE: Highway & Street Program Phase 1 Landscape, Irrigation, Improvements and Tree Pit Preparation LIMITS OF INSURANCE Aggregate Limit $ 1,000,000.00 Each Occurrence Limit $ 1,000,000.00 BUSINESS DESCRIPTION Form of Business: ❑ Individual ❑ Joint Venture ❑ Partnership El Organization (Other than Partnership or Joint Venture) Business Description : General Contractor PREMIUM Rate per Classification Code No. Premium Basis $1,000 of Cost Advance Premium $ Construction Operations, Contractor 16291 34,000.00 .825 103.00 Total Advance Premium $ . 103.00 FORMS AND ENDORSEMENTS (other than applicable Forms and Endorsements shown elsewhere in the policy) Forms and Endorsements applying to this Policy and made part of this policy at time of issue : CG2855;IL0021 Q r1 _ OWNERS AND CONTRACTORS PB LIABILITY POLICY Policy No. OCP 7 40 15 16 DECI3AR/S/9NS INSURANCE IS PROVIDED BY THE COMPANY DESIGNATED BY AN El ® Trinity Universal Insurance Company 0 Security National Insurance Company ▪ Trinity Universal Insurance Company of Kansas, Inc. EXECUTIVE `F yes L TEXAS Named Insured and Mailing Address (No, street, Town or City, County, State, Zip Code) City of Round Rock 221 E. Main Street Round Rock, Texas 78664 New Renewal of Number Policy Period : From 10 -19 -90 to 02 -09 -91 address shown above. Countersigned: 10 -30 -90 jc By at 12:01 A.M. Standard Time at your mailing IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. Authorized Representative THESE DECLARATIONS, IF APPLICABLE, TOGETHER WITH THE COMMON POLICY CONDITIONS, COVERAGE FORKS) AND FORMS AND ENDORSEMENTS, IF ANY ISSUED 10 FORM A PART THEREOF, COMPLETE THE ABOVE NUMBERED POLICY. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 1982, 1984 33 -3522 (ES, 11 -85) JOL 190 (7) -0 (Ed, 11 -85) f THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART, 1. The CANCELLATION Condition (Section dVi is replaced by the following CANCELLATION A. You may cancel this Coverage Part by mailing or delivering t� us advance writ- ten notice of cancellation , B. We may cancel this Coverage Part by mailing or delivering to you and the "contractor" written notice of cancella- tion at least 45 days before the effec- tive date of cancellation, except. - 1. Upon your failure or the "contrac- tor's" failure to discharge his or her obligation in the payment of premium for this Coverage Part or any install- ment thereof, whether payable directly to us or our agents or indirectly un- der any premium finance plan or ex- tension of credit, we may cancel the policy by mailing written notice to you at least 10 days prior to the effective date of cancellation; - 2 Upon a substantial change in oper- ations resulting in an increase in ex- posure within the control of the insured which would produce an in- crease in rate, we may cancel this Coverage Part' by mailing written no- tice to you and the "contractor" at least 10 days prior to the effective date of cancellation, • 3. Upon a determination by the State Board of Insurance that the continua tion of the policy would violate - or place us in violation of the Insurance Code, we may cancel this Coverage Part by mailing written notice to Yyou and the "contractor at least 10 days l prior to the effective date of cancel- ation; 4. Where a company has been placed in supervision, conservatorship, or receivership, we may cancel this Cov- erage Part by mailing written notice to you and the "contractor" at least 10 days prior to the effective date of cancellation upon approval or at the direction of the supervisor, conservator or receiver, or 5. On a new policy, not a renewal in the same company, we may cancel = within 60 days of the initial effective date of the policy by mailing written TEXAS CHANGES COMMERCIAL GENERAL LIABILITY notice to you and the "contractor at least 10 days prior to the effective date of cancellation. We may comply with this provision by requiring or permitting our agent to notify the policyholder However, the responsi- bility of ?lying notice to you and the "contractor' remains with us if the agent fails to carry out the instructions to no- tify you and the "contractor' C We will mail or deliver our notice to the "contractor s" and your last mailing addresses known to us D. Notice of cancellation will state the ef- fective date of cancellation The policy period will end on that date, E. If this Coverage Part is cancelled, we will send the contractor" any premium refund due If we cancel, the refund will be pro rata If you or the "contractor" cancels, the refund may be less than pro rata The cancellation will be ef- fective even if we have not made or offered a refund. F If notice is mailed, proof of mailing will be sufficient proof of notice 2. The following is added and supersedes any provision to the contrary. WHEN WE DO NOT RENEW If we decide not to renew this Coverage Part, we will mail or deliver to you and the "contractor' written notice of the +� nonrenewal not less than 45 days before the expiration date, except where a com pany has been placed in supervision, conservatorship, or receivership, we may decline renewal of this Coverage Part by mailing written notice to you at least 10 days before the expiration date upon ap- proval or at the direction of the supervisor, conservator or receiver. We may comply with this provision by re- quiring or permitting our agent to notify the policyholder. However, the responsibility of giving notice to you and the "contractor" "remains with us if the agent fails to carry out the instructions to notify you and the "contractor ". - If notice is mailed, proof of mailing will be sufficient proof of notice CG 28 55 06 86 Copyright, Insurance Services Office, Inc, 1986 ❑ THIS ENDORSEMENT CHANGES POLICY. PLEASE READ IT CAREFULLY. ' . NUCLEAR 'ENERGY LIABILITY EXCLUSION ENDORSMENT (Broad Form) -,•• • rn „ , - This endorsement modifies'insuranCe pi under the follOwing: • • •'•• ••'‘ a•c_ BUSINESSOWNERS POLICY , 7.y% • 1 • y COMMERCIAL AUTO COVERAGE PART • .`, COMMERCIAL GENERAL LIABILITY COVERAGE PART FARM COVERAGE PART ' „‘, ""' . • 1 PRODUCTS/COMPLETEDOPERATIONS LIABILITYCOVERAGEPART 0 ••• LIQUOR LIABILITY COVERAGE PART _1.. POLLUTION LIABILITY COVERAGE PART'''. OWNERS AND CONTRACTORS•PROTECTIVE LIABILITY,COVERAGE PART,: . RAILROAD PROTECTIVE LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY NEWYORK DEPARTMENTOFTRANSPORTATION 1: The insurance does' not apply: • A ?" . • A. Under any Liability 'Coverage, to "bodily • t injury" or "property damage:" (1) With respect to which an "insured" under the policy is also an insured under a nuclear energy liability policy issued by Nuclear Energy Liability Insurance Asso- ciation, Mutual Atomic Energy Liability Underwriters, Nuclear Insurance Associa- tion of Canada or any of their successors, or would be an insured under any such policy but for its termination upon ex- haustion of its limit of liability; or (2) Resulting from the "hazardous proper- ties" of "nuclear material" and with " respect to which (a) any person or organi- zation is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amendatory thereof, or (b) the "insured" is, or had this policy not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, under any agreement entered into by the United States of America, or any agency thereof, with any person or organization. B. Under any Medical Payments coverage, to ex- penses incurred with respect to "bodily in- jury" resulting from the "hazardous proper- ties" of "nuclear material" and arising out of the operation of a "nuclear facility" by any person or organization. - C. Under any Liability Coverage, to "bodily injury" or "property damage" resulting from the "hazardous properties" of "nuclear ma- Jerial," if: , IL 00 21,1185 ^ Coright, Insurance Services Office, Inc. 1983, 1984 (1) The "nucleai material" (a) is at any "nuclear facility" owned by or operated by or on , behalf of, an "insured" or (b) has been dis- charged or dispersed therefrom; • (2) The "nuclear material" is contained in "spent fuel" or "waste" at any time possessed, handled, used, processed, stored, transported or disposed of by or , on behalf of an "insured;" or (3) The "bodily injury" or "property dam- age" arises out of the furnishing by an "insured" of services, materials, parts or equipment in connection with the plan- ning, construction, maintenance, opera- tion or use of any "nuclear facility," but if such facility is located within the United States of America, its territories or pos- sessions or Canada; this exclusion (3) applies only to "property damage" to such "nuclear facility" and any property thereat. 2. As used in this endorsement: "Hazardous properties" include radioactive, toxic or explosive properties; "Nuclear material" means "source mate- • rial," "Special nuclear material" or "by-pro- , duct material;" "Source material," "special nuclear mate- rial," and "by-product material" have the meanings given them in the Atomic Energy Act of 1954 or in any law amendatory thereof; -• "Spent fuel" means any fuel element or fuel component, solid or liquid, which has been used or exposed to radiation in a "nuclear reactor;" ' 2 .,page 1 of 2 0 • ( , ' h ;l ••• r' .. } • "Waste "'means'anyl waste material (a).contain"-`")',;',! r.1" Anyequipmentord'evic"e used for the pro- ing "by- product material" other than the tailings • cessing, fabricating or alloying of "special or wastes produced. by the .extraction or coh- � �•tt x r " t' nuclea "r material" if at any time;the - total centration of ur'aniurn or thorium from any "' amount of'such'mateerial in the custody of processed primarily for its "source •m t� aterial "c t, t p i f the "insured" at the premises where content, and (b) resulting from the operation by such equipment or device is located con - any person or organization of any "nuclear . ., sistsoforcontainsmorethan25gramsof facility" included under the first two paragraphs plutonium or uranium 233 or any com- bination thereof, o ?'more than 250 grams 15i.'' of uranium 235; IT 4 (a) Any "nuclear reactor;" (d) Any structure,'basin, excavation, prem- of the definition of "nuclear facility." "Nuclear facility" means: „ ises or place prepared :or us the (b) Any equipment or device designed'o'r „if • „1;( . , s or disposal of ' waste;' ' used for (1) separating the isotopes of uranium or plutonium, (2) processing or and includes the site on which any of the forego - utilizing "spent fuel,” or (3) handling, pro- ' -', ng is located, all operations conducted, on such • cessing or packaging "waste;" i RA S t , is sate and all premises used for such operations; - c: .l"NUclea'r'reactor" means any apparatus de- signed or used to sustain nuclear fission in a self- ' supporting reaction or to contain a critical mass of fissionable material; " Property damage" includes all forms o radioac- tive contamination of property. • rr •, i. r: }1 . . • ;r•e' 4 ) ?1 E: 4J C 1n 1 6 r • • .. ••rr ^ Page 2of2 ' tt r1 ., r' , sr; I;. 1'I(' • ' _ ' sr r 44 T .. r ?. it .1 , — , w , ` i s 1G if r, ' r • r= 4 y•• t. Copyright, Insurance Services Office,' Inc., 1983, 1984 IL 00 21 11 85 In Witness Whereof, we have caused this policy to be executed and attested, and, if required by state law, this policy shall not be valid unless countersigned by our authorized representative. 1 070 , 4/ 7 : - -- �"" dl/ Secretary Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1982, 1983 _ President T 11 E A'M E R I C A N 1 1 1 Standard Form of Agreement Between 1 1 1 1 it 1 1 •1 1 1 1 . . 1 AGREEMENT made as of the Nineteen Hundred and BETWEEN the Owner: (Name and address) and the Contractor: (Name and address) The Project is: (Pame and location) All references made to the "Architect" in this agreement shall instead mean "Landscape Architect ". an scape The rc lteCt IS: (Name and address) Owner and Contractor 90 I N S T I T U T E O F A R C I I I T E C T S AIA Document A101 where the basis of payment is a STIPULATED SUM 1987 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The 1987 Edition of AIA Document A201, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. This document has been approved and endorsed by The Associated General Contractors of America. 18 th day of City of Round Rock 221 East Main Street Round Rock, Texas 78664 The Owner and Contractor agree as set forth below. September Cunningham Constructors & Associates, Inc. P. 0. Box 40014 Georgetown, Texas 78628 Landscape Irrigation Improvements & Tree Pit Preparation Highway & Street Tree Program - Phases: One City of Round Rock, Texas Belanger & Smith Associates, Inc. 712 C West 14th Street Austin, Texas 78701 Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 01987 by The American Institute of Archi• sects, 1735 New York Avenue, N W , Washington, D C 20006 Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution G'W /509R in the year of AIA DOCUMENT A101 • OWNER.CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W , WASHINGTON, D C.20006 A101 -1987 1 1 1 1 1 1 r 1 1 1 1 1 1 1 , 1 1 1 1 1 ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. NONE STIPULATED ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured, and shall be the date of this Agreement, as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement, f a differs from the date of this Agreement or, fapphcable, state that the date will be fixed In a notice to proceed) September 24, 1990 Unless the date of commencement is established by a notice to proceed issued by the Owner, the Contractor shall notify the Owner in writing not less than five days before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than (Insert the calendar date or number of calendar days after tbe date of commencement Also insert any requrrements for earlterSubstanbal Completton of cer- tain pornmts of the Work, tf not stated elsewhere in the Contract Documents.) Shall have completed all tree pit excavation and materials distribution by November 9,1990. Shall have installed all irrigation systems to provide water to all designated locat via hose bibb y by NN No e vem � ber 7 9,19 g 9 g 0 Substantial ad of this Contract ir i n th co n t ract h 5r fie 0 nts. (Insert pror rstons, if any, for liquidated damages relating to failure to complete on ttme) completion NONE STIPULATED AIA DOCUMENT A101 • OWNE &CONTRACTOR AGREEMENT • TWELFTH EDITION • AIAe • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W, WASHINGTON, D C 20006 A101 -1987 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Thirty four thousand six hundred twenty five no /00 Dollars ($ 34 625.00 ), subject to additions and deductions as provided in the Con- tract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other ldentff cation of accepted alternates. If doctstons on other alternates are to be made by the Owner subsequent to the exe[uuon of lbfs Agreement, attach a schedule of such other alternates showing the amount for each and the date anti whit, that amount Is valid ) BASE BID: Landscape irrigation systems Tree Pit Excavation Hauling & materials distribution NO ALTERNATES 4.3 Unit prices, if any, are as follows. $16,875.00 $10250.00 $7,500.00 Reference attached unit prices submitted along with the September 7,1990 Bid Proposal. AIA DOCUMENT A101 • OWNER CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASI•INGTON, D C 20006 A101 -1987 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Reference below 5.3 Provided an Application for Payment is received by the Architect not later than the twenty — fifth (25th) day of a month, the Owner shall make payment to the Contractor not later than the eighteenth (18th) day of the next month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than clays after the Architect receives the Application for Payment. 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This Schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows. 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent ( 10 %). Pending final determination of cost to the Owner of changes in the Work, am ounts no in dispute may be included as provided in Subparagraph 7.3.7 of the General Conditions even though the Contract Sum has not yet been adjusted by Change Order; 5 6 2 .Add-th:u.pouionaEtbr C rr c,,.,, prop, -ly to..rnazormis ��ri equipwonr deliuered any+ suitab y- stored.t_ the site foesubsequent -i Hear} lerat ien- i.n- the-eompleted_eenstruetion (or, ifapgrevc- d- laaehraaec -4y-(1 eQwner suitably-storet# of tke site ata-beat.rni agreedtipeerin-wrising)Tless-retalnsge-ts(--- percentf - - -- 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5.6.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Para- graph 9.5 of the General Conditions 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following circumstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent( 90 %) oftheContract Sum, less such amounts as the Architect shall determine for incomplete Work and unsettled claims; and 5.7.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditions. 5.8 Reduction or limitation of retainage, if any, shall be as follows. (If It Is intended, prior to Substantial Completion of the entire Work, to reduce or bmit the retaoage resulting from lbepercentages inserted in Subp a graphs 5.6 and 5.62 above, and this is not explained elsewhere ut the Contract Documents, Insert hereptomslors for such reduction or lunttation.) NONE STIPULATED AIA DOCUMENT A101 • OWNER CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W , WASHINGTON, D.C. 20006 A101 -1987 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment; and (2) a final Certificate for Payment has been issued by the Architect; such final payment shall be made by the Owner not more than 30 days after the issuance of the Architect's final Certificate for Payment, or as follows. As stated above in Article 6 ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the ref- erence refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any) NONE STIPULATED (Usury laws and requirements under the Federal Truth to Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the locati on of tbe Project and elsewhere may affect the validity of this provision Legal advice should be obtained with respect 10 deletions or modifications, and also regarding requirements such as written disclosures or wavers ) 7.3 Other provisions: NONE STIPULATED ARTICLE 8 TERMINATION OR SUSPENSION 8.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 14 of the General Conditions. AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • TWELFTH EDITION • AIAe • ©19R7 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W , WASHINGTON, D C 20006 A101 -1987 5 1 1 1 1 a 1 1 1 1 1 1 1 1 1 1 1 ' 1 1 9.1 The Contract Documents, except for Modifications Issued after execution of this Agreement, are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor, AIA Document A101, 1987 Edition. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction, AIA Document A201, 1987 Edition 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated August 1 r 1990 , and are as follows. Document Title Pages Reference attached Project Manual. ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 9.1.3, and are as follows. (Either list the Specification bere or refer to an eobrbrt attached to Ibis Agreement) Section Title Pages Reference attached Project Manual. AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 TIIE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N W., WASHINGTON, D.C. 20006 A101 -1987 6 9.1.5 The Drawings are as follows, and are dated November 1,1989 mess a different date is shown below: (Either list the Draavngs here or refer to an exhibit attached Io Ibis Agreement ) Number Title Date - Reference exhibit attached to this agreement. 9.1.6 The Addenda, if any, are as follows: Number NONE Date Pages Portions of Addenda relat ng to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. AIA DOCUMENT A101 • OWNER - CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA. • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W , WASHINGTON, D C. 20006 A101 -1987 7 1 1 1 1 1 1 i 1 1 1 1 1 1 i 1 9.1.7 Other documents, if any, forming part of the Contract Documents are as follows: (bst here any additional documents winch are attended to form part of the Contract Documents 7be General Conditions provide that bidding rrqurrcments such as advertuemenl or rnvltatlon to but, lnsMnchons to udders, sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated In Ibis Agreement They should be listed here only f intended to be part of the Contract Documents ) Contractor's Certificate of Insurance G702 Application and Certificate of Payment G703 Continuation sheet for G702 G704 Certificate of Substantial Completion Attach to final pay request. G706A Contractor's Affidavit of Release of Liens Attach to final pay request This Agreement is entered into as of the day and year first written above and a executed in at least three original copies of which one is to be delivered to the Contractor, one to the Architect for use m the administration of the Contract, and the remainder to the Owner Date: r JC'"7 o knr / - + IKE Rohl - 4.5.o >u (Printed name and true) 3/ 1990 OWNER CONTRACTOR 4. (Signature) (Signature) /iA 'to Q Date: /0 AIA DOCUMENT A101 • OWNER.CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA® • ©1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D C 20006 ,3i. Z ..S.Ki fhi,- J e (Printed name and title) A101 -1987 8 3/87 1 1 1 1 1 1 1 1. 1 a 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 September 17, 1990 Mr. M.L. Cunningham, President' Cunningham Constructors & Associates, Inc. P.O. Box 40014 Georgetown, Texas 78628 Re: Landscape Irrigation Improvements Highway & Street Tree Program - Phase One City of Round Rock, Texas Mr. :Cunningham: On Thursday, September 13, 1990, the City Council of Round Rock took action and accepted your bid for the above referenced project. Please respond with appropriate bonding requirements and insurance certificates as stipulated in the Instructions to Bidders. - I have enclosed a copy of the Owner's and Contractor's Agreement for your information. Call me if you have any questions. Respectfully, - Robert Belanger xc: Joe Vining, Director of Planning, City of Round Rock Encl. BELANGER & SMITH ASSOCIATES, INC. Landscape Architecture Development Planning 712 -C West 14th Street Austin, Texas 78701 (512) 472.4868 bo so Act Cat P-G oNi - 1562 &.3- 2fs 1 .1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 } UNITED PACIFIC INSURANCE COMPANY HOME OFFICE, FEDERAL WAY, WASHINGTON STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 (McGREGOR ACT — PUBLIC WORKS) (Penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That (hereinafter called the Principal), as Principal, and UNITED PACIFIC INSURANCE COMPANY, a Washington Corpora- tion of Federal Way, Washington (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Round Rock (hereinafter called the Obligee), in the amount of THIRTY FOUR THOUSAND SIX HUNDRED TWENTY FIVE AND NO /100 DOLLARS (5 34,625.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 18th d o f September 19 90 ,to Landscape Irrigation Improvements & Tree Pit Preparation Highway & Street Tree Program —Phase One which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in. said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities an this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this da of September 19 90 Y BDU -2838A Ed. 2187 (Texas) Cunningham Cons -r 6tors && Associates, Inc. UNITE .PACIFIC INSU ;;NCE ,OMPANY By Prince pal es,' In Local Recording License No. 00070353 1 1 1 1 1 . 1 1 1 1 1 1 1 1 1 1 1 1 .NOTICE In the event the insurer is unable to fulfill its contractual obligation under this policy or contract or application or certificate or evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNITED PACIFIC INSURANCE COMPANY HEAD OFFICE, FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make, constitute and appoint Laura Espinoza, Amy R. Brown, Steve Deal. and Donal alley, individually, of Wichita Falls, Texas its true and lawful Attorney-in-Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of Suretyship, and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)•in - Fact may do in pursuance hereof. The Power of Attorney is granted under and by authority of Article VII of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE Vil — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to.authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attomey-in-Fact at any time and revoke the power and authority given to him. 2. Attomeys- in•Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in • the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof. 3. Attorneys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or section thereof. The power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signature of such directors and off icers and the seal of the Company may be affixed to any such power of attorney or any certif icate relating thereto by facsimile, and any such power of attorney or certificate bearing such faccimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it Is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these pr sents to b by its Vice Prsident, and its corporate seal to be hereto affixed, this 27th day of February 19 UNITED CIFICIN J ANC,EQOMPA STATE OF COUNTY OF Pennsylvania ss. Philadelphia On this 27th day of February , 19 89 personally appeared Raymond MacNeil to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing Instrument and affixed the seal of said corporation thereto, and that Article VIt, 1,2, d 3 of the By-Laws said company and the Resolution, se[ forth therein, are still in full force. 40 ... '` � � My Commission Expires: r . , 1992 _y ,. Notary Public in and for S[a eof Pennsylvania Residing at Philadelphia L P. D. Crossetta , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attomey executed by UNITED PACIFIC INSURANCE COMPANY, which Is still in full force - and effect. mviy� IN WITNESS WHEREOF, I have hereunto set my hand and affixekthbvi id Company this 25th day of Se August 10 BDU•1431 Ed. 6/79 Vice President 19 90 •L411 •" �[ri ! i Assistant Secrete ' CERTIFICATE OF INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS PRODUCER Bole oley- Featherston Insurance NO OE TER THE THE cOV 88P0�ED Hy THE 310LICIE 0SI.014.R NC AMEND, P 0 Drawer 10 -Wichita 5 Falls, TX PRDNr•817 -723 -7111 INSURED Cunningham Const. & Asso., Inc P.O. Box 40014 Ge rgetoWB, TX CO VTR A GENERAL LIABILITY bj1 COMMERCIAL GEN LIABILITY 11 ( 1 clams MADE (X1 occ. 11 QYJNSR'S s CORTRACTOAB PROTECTIVE AUTOMOBILE LIAB B L(-1 ANY AUTO 9L] ALL OWNED AUTOS (1 SCHEDULED AUTOS ] SIRED AUTOS ) NOE -OWNED AUTOS ( ] OAAACE LIABI1107 1) EXCESS LIABILITY A K1 UMBRELLA FORM ( ) OTHER THAN UMDRELLA FORM WORKERS EMPLOYERS' LIAB OTHER MgRD 25 - f3/8g1 GL7382 TCA651533 U07481168 10/31/ COMPANIES AFFORDING COVERAGE COMPANY LEITER Trinity Universal Insurance Co cammu LETTER B Trinity COMPANY L8TFER C minor LETTER D COMPANY LETTER E ..=........ THIS I Y DD s THIS E TO C TEAT POLICIES IS LIBTEDTEE �COND10 ON OP ANY CONTRACT DR OTHER D 000umENT N1� AE8PECT TO PERIOD INDICATED. Z.THSTAN1883 G ANY Y REOUI REQUIRTA WHICH THIS CERTIPICA!OO TB HAY DC ISBURD OR MAY PERTAIN, THE INSURARCB AFFORDED BY TUX POLICI88 DESCRIBED BSASIH IB SUBJECT ALI. TERME, EXCLUSIONS, AND CONDITIONS OP OUCH POLI0180. LIMITS SHOWN MAY RAPS BEEN REDUCED BY PAID CLAIMS. p 01.ICY mom POLICY EX? TYPE OF INBtmANCE DATE J POLICY EVF DAMN 02/09/90 01/31/9 02/09/90 02/09/91 Universal of Kansas 01/31/91 02/09/91 ALL LIMITS IN matrons GENERAL AGGREGATE PRODS- Ca)P /OP8 AGO. 000 - - -- YERB. 6 ADVD. INJURY 500 EACH OCCURRENCE TIRE DANAOE (Almon PTAH) MEDICAL EXPENSE (ANY ONE PERSON) CS1 BODILY INJURY (PER PRAWN) BODILY INJURY (PER ACCIDENT) PROPERTY 500 50 5 500 was 0011 1 AOOAEGATE 1 1000 , 1 1000 STATUTORY RACE ACC DISEASE- POLICY LIMIT DISEASE -EACH EMPLOYEE DESCRIPTION or OnERATIoNS /LOCATIONS /VESICLES /B0BCIAL ITEMS Description of Project: Landscape Irrigation Improvements & Tree Pit Preparation Highway_& Street Tree Program Phase One City of Round Rock is named as additional insured. AMENDED CERTIFICATE OF INSURANCE R �AC D �NG � CERTIFICATE DATED ---- 10/19/90 ' -`� -_ ? CERTIFICATE HOLDER G • SHOULD ANY OF THE ABOVE D88CRIBED POLICIES BE CANCELLED BEFORE TEE EX- . FIRATION DATE THEREOF, TAE /S80IRG COMPANY WILL ENDEAVOR TO MAIL 30 DAYS wan= NOTICE TO THE CERTIFICATE HOLDER NAMED 10 THE LEFT, BUM City as Round Rock T Street • PAIL IRS TO NAIL BUCK NOTICE S8ALL IMP08H NO OSLICATION OR LIABILITY OP 76664 R 2 d Rock, kock, , TX _ AN Y KIND 1P oN TVS COMPANI R REPREDCNTAT - - -- - AUTHORISED REPRESENTATIVE 1 1 1 1 1 1 1 1 ' 1 1 : 1 1 1 1 1 1 1 1 INSURANCE BINDER: PROD coley- Featherston P 0 Drawer 10 Wichita Falls, TX 76307 -7513 Boley Featherston FEGNE817 -723 -7111 CODE INaURED City of Round Rock 221 East Main Street Round4 Rock, TX > COVER= < TYPE OF INSURANCE Property CAU8S8 OP LOSS [ 1 BASIC 1 I BROAD [ ] SPECIAL 1 I General Liability [ ] COmmuiCIAL GENERAL LIABILITY [_1 [ ] CLAims MADE ]t3 oc1. ] OwIER•S L CONTRACTORS PROTECTIVE [ ] I1 Automobile [ ] LIABILITY 3 ] RON /O.OIED [ ] HIRED 1 1 GARAGE I Auto Physical Damage ] 1 COLLISION FED: 1 ] OTC DEB, Excess Liability [ ] WD]RELIA FORM I 1 OLEER THAN UMBRELLA FORM 1w orker's Compensation and Liability Insurance Insurance BUB -CODE SPECIAL CONDITIOND /NESTRICTIONE /OTHER COVERAGES > NAME G ADDRESS < [ 1 MOHTCA0EE 1 I ADDITIONAL /NOUREP [ ) LOSS PAYEE ( LOAN COVERAGES /FORMS RETRO DATE FOR CLAIMS NAPE: 10 /31 /2Q COMPANY 1Bn]DER No. 2)/6.19 Trinity Universal Insurance Col EPFECTIVE I DATE ( TIME 1 10/19/90 12:01 (1 1 1 THI8 FINDER IB ISSUED TO E1Ct'END COVERAGE IN THE ABOVE NAMED COI@ANY PEN EXPIRING POLICY N0.: 1 DESCRIPTION OF OPENATIONS/VEDICLEe /PROPERTY (INCLUDING LOCATION) Landscape Irrigation Improvements & Tree 'Pit Preparation - Highway and Street 'Proram Phase One 'Contractor; Cunningham, Construction & Asso. Texas AMO ITY DED IN co N CO-INS [ ] ALL VEHICLES I ] SCHEDULED VEHICLES [ 1 ALL VEHICLES ( 1 SCHEDULED VEHICLES PETRO PATE FOR CLAIMS RADE1 COL 5 HI p0RS /ACCID $ PD 5 MED. PAY 5 PIP $ UM S []ACV 1 [ ] STATED AMOUNT 1 $ ( ] OTHER EACH OCCURRENCE STATUTORY $ 116INAT2031 1 02/09/91 DATE [ ] MORTGAGEE [ 1 ADDITIONAL•INSURED [ ] LOSS PAYEE 1 LOAN s 1 AUTHORIZED REPRESENTATIVE JA�ORD 75 -S (2/88) 1 Boley Featherston Insurance TIME [XIIT:01A14 [ ) NOON GENERAL AGGREGATE 15 1000 PRODUCTS- COMP /0P8 A00 1$ PERe0NAL G ADVTG INJURY 1$ EACH OCCURRENCE 1$ 1000 FIRE DAMAGE 1$ (ANY ONE FIRE) KM IMP (ANY OR8 PERS) IS 1 SELF -INSURED AGGREGATE 1 RETENTION (EACH ACCIDENT) (DISEASE- POLICY LIMIT) (DIBEABE -EACH PMLOYE8) 1 Tide binder is a temporary idourenoe contract, subject to the conditions shown. CONDITIONS: This Company binds the kind(e) of insurance stipulated on this form. This insurance 1s subject to the terms, conditions and limitations of the p0licy(iee) in Current uee by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be oflxtivo. This binder may bo cancelled by the Company by notice to the Insured in accordance with the policy condition.. This binder Se cancelled when replaced by a policy. If this binder aced by a poi 31. the co Is entitled to charge a premium for the binder ecaording to the Ru1oe and Rat00 in uee y ,`� i 1 ' UNITED PACIFIC INSURANCE COMPANY HOME OFFICE, FEDERAL WAY, WASHINGTON BID BOND IP APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A -310 IFEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we i Cunningham Constructors & Associates, Inc. as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of Federal Way, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Round Rock as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID BY I PRINCIPAL Dollars ($ 5% of Bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Trees for Round Rock NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th (Witness) 1 DISCLOSURE Of GUARANIY FUND NONPARTICIPATION B the event the insurer (Surety) is unable tofu Its contra,- tu ai fulfill obligation under this policy or contract or application or cartifictne or evidence of coverage, the policyholder or Old iflcatehoider 1* not protested by In Insurance gummy or otter solvency ptoNation arrengemeat. 1 BDU -2305 Ed. 5/81 day of September Bond No. A.D. 19 90 Cunningham Constructors & Associates, Inc Principal) (Seal) Y (Ttie) UNITED PACIFIC INSURANCE COMPANY �. Amy R.M rown Attorney -in -Fact 1 1 1 1 • . 1 00 '90 1337 13 K p.,ERING SERVICERAITP.APPYI Thisistd■Cer*fhtlt CUNNINGHAM CON$InCIORS AND ocIdetsx ASSOCIATES INC. Insw P 0 BOX 40014 GEOAGETOWN, TX 78628 th; JJit ■10 111.Nd h CL. , 11r,1 ,nr 114.J Nat.:. .71 • •::J s••••, .1. In4il fern', .4n1 .441,141 ...n4 4. no; 4 1;44;4,J I•4 ■4 ;_pra,,,;! :4 4, .:•.:111.1. •.4nIt ..rn mJ 'e '—gta• TYPE OF POLICY woRx3RS' COmPINSATION 1 r, i-ift•i3ivi : ; 7 Sc.NEOuti Mu; • ::::. it . I .--;Ti1;1;:ii."MaZ,..-. _ _. -....,„5 ..,,,TE,......, 1 . - : :7 OwNitn a , } • ; NCII•OreNED , 6 1 1 . HIAID : .... .I.ATION4S)07- C 1 C3F1 . :INF DATE. ' 1 1 PILIcr rzw,1 5 MC2-391479310-020 Ravissd Cattificate 10/1/90 POLICY :COYfeAGE AMOROE> . JNOE ; LOW Of THE TOLLJ T01. :5 : :$ r lonit:talt o:9 ‘'ontan*41‘ 4ol:d159 tVF. yo:J w.II nvw.t ncr,vavdt. yv; Do isnric,ary of !lo oor.r.n641:-On 01 00VVII)3 %0TICE 07 CANCELLATIO:u: THE COAAPA?Nf Witt 4.01 TEPAtiNATE ^tiCE Th iNSURANCE itfi UNDER NE A3OV: POUC:ES UNLESS 0 OATS rsicric: OF 51aCM 01( RE0LIC71:ON rIAS 33I:N LED TO: The City of Roiznd Rock 221 S. Main Sc. City Hail Round Rock, TX 73664 C/o Belanger 6 Smith Af2O0c , 712 W, Az.cn;Rcb TEXAS 3 timiT AND 1AC:1F1P1Ck Ak ACCIDES■ CCC:ARENCE S DON 2302 i:;-6 57.1 103 Clar4ET0, TX c • (7 / LIMIT %Jr P.2 LIBE RTY 7 .0;11"11iA T At'....5hEGATE s !-10t Ar_C;UNT $ 100 .000 ZA. A.C.C!":".EHT ! {100 !HAIRY 1Q0.000 tA PF0SON WM:7 015EAS.E ; , 300,000 BODILY NjURY 4... PROP.:RD!' 040■ACS:=. (.74C,IAtirocq A70 .$ : Ar.2 ANn !.. O OCC:JAREivnO" 0E0tIZ91oN . 11? , ri.n.?•12to Ooi';'',• no :frt.! 74:: :7 1- Bid Proposal ti ,1 0,f53,/ y00 /1 �`O.e6fTpcv v 7 t 716 2-1 LANDSCAPE IRRIGATION IMPROVEMENTS AND TREE PIT PREPARATION FOR CITY OF ROUND ROCK, TEXAS , ��JJ / PROPOSAL OF: LG/NN /�v,f /4" LOn. /ds[croes t A65ou,¢Tte$ LNG (Address) Highway and Street Tree Program Phase One August 1, 1990 To: Joanne Land, City Secretary 221 East main Street Round Rock, Texas 78664 Having carefully examined the Specifications and Drawings, and Addenda to the Specifications and Drawings, as well as the premises and all the conditions affecting the work, the undersigned proposes to furnish all labor, specified materials, taxes, testing, permits, equipment, tools, warranties and services required to complete in accordance with the Specifications and Conditions contained herein and shown on the accompanying Drawings dated August 1, 1990: DATE: .4p7F4 7 /WO (Individual) 1. Landscape Irrigation Systems S 64.0 ,v77/46- DOLLARS ($ /6 /876-'°' 2'. Tree Pit' Preparation BEN Two 44.4 ea, // 4 DOLLARS ($ /4 lSo • o 0 3. Hauling & Distributing Landscape Materials - SE ✓E.0 7:4"5.44ta 4 . DOLLARS ($ 1,5 •O ) ) August 1, 1990 Round Rock, Highway and Street Tree Program Bid Proposal Page Two 4. Sum and 3. 2 of Parts Total oarts 1, a 14.7 410 4 , -d � � 4€ DOLLARS ($ 351, 62.5% oo ) The undersigned agrees, if awarded the Contract, to commence to execute and complete all work "as outlined by the Drawings and Specifications. It is understood that the City of Round Rock reserves the r right to accept or reject any and all bids and to accept not necessarily the lowest bid,'and to waive all formalities. It is further agreed that this bid shall be valid and not withdrawn for a period of one hundred and twenty (120);days from the date of opening thereof. b = , It is understood that all employees directly employed on the work shall not be paid less than the minimum wage by the ' contractor as regulated by the State of Texas and the Federal Government. Receipt is hereby acknowledged of the following addenda: 1 - 2 3 4 5 , Submitted by, A. L. (' 1 Title: V' r /,/�� Z�c PO. l ex X/ f/ (l vier' 7 X, �6 2 y II f (Busin Address) Note: Attach written description of procedure and method(s) that will be used to excavate all tree pits. A �/ p,Vs /0 h. /72ech4a ;c.a.iiy dog .1 UNIT PRICES: In the event a greater or lesser amount of work is done, the following unit prices will apply. Unit prices cover the cost of work and specified materials in place, equipment, labor, taxes, overhead, profit, maintenance and guarantee required to render the same , complete. IRRIGATION SYSTEM Reference Section 02441, Part 2.05, Materials, for materials to be furnished by the Owner and installed by the Contractor. Provide appropriate Add /Delete Cost for labor, overhead, profit, taxes, maintenance and guarantee required to render the same complete for the installation of those materials to be furnished by Owner. Trenching, installing materials, & �� backfilling / /LF Bubbler with Piping Assembly 4 /EA ITEM ADD /DELETE COST Check Valve 45e Electric Valve, installed only 2/EA 3/4 ".Hose Bibb on.PVC Nipple, Staked 0 /EA Backflow assembly Lie/EA Pressure Regulating Valve in Valve Box 45 EA Automatic Irrigation Controller & m Battery Box, installed only 'tS /EA ' Conduit Boring Beneath Pavement, up to 2" Diameter 30 %LF Rock Saw with Operator Trenching Machine with Operator - . 5 /HR Job Foreman /Licensed Irrigator 30 ao %HR Laborer f 5 /HR Cushion Sand, Installed 7 /CY August 1, 1990 - Round Rock, Highway and Street Tree Program Unit Prices 0 Page Two TREE PIT EXCAVATION Reference Section 02481 for description of work and materials to be furnished by the Owner and installed by the Contractor. Provide appropriate Add /Delete Cost for labor, overhead, profit, taxes, maintenance and guarantee required to render the same complete for all work including installation of those materials to be furnished by Owner. ITEM Tree pit excavation, including tree stake installation. Hauling 'excavated dirt to City disposal site. Landscape Laborer Landscape Foreman Tractor with Operator Bobcat with Operator Dump Truck with Operator ADD /DELETE COST /2 /EA 7 /CY /5 ‘f25 /HR /HR 35 / HR 2.5 /HR 25' /HR 1 1 1 1 1 1 • 1 1 1 1 1 1 1 Is INFORMATION REQUIRED OF ALL BIDDERS All bidders are required to supply the following information with the bid proposal form. Additional sheets may be attached if necessary." . ti . (1) 4- Addres gux 401914: Gee 0 .�,. -� .1 . -% --L (2) Telephone 511 -$63 -7 - 1 1 (3) Type of firm: ( )Individual, ( - )Partnership, ( y )Corporation (4) Corporation organized under the laws of the State of TE X4 , (5) List the names and address of all members of the firm -or names and titles of all officers of the corporation: . L. C..ud� :N� - P.-es 4.4 = P.o.6ex 400l c �e� e { 1 (6) Number of years experience (7) Bidder's Texas Irrigators License Number ?753 (8) List at least (3) projects completed as of recent date: Contract Amount Date Completed Name and Address of Owner - Town- S 1E 4)0ek $3 TExhe - A 114Tu 1/51 I :. ( 9 do I. ,s -r,ff — Pork;, - Vte W oAc - 40 F/oe ibloo, �>< (9) Have you had any complaints against your company by the Texas Irrigation Board or the Better Business Bureau? X NO YES IF YES/ PLEASE EXPLAIN: (10) List the name and address of each subcontractor who will perform work in or about the work or improvements in excess of one -half (1/2) of one percent (1 %) of the total bid price and indicate what part of the work will be done by each subcontractor. Name p Address Work to be / Performed Sure +t Zak•r +AI•Md • Ko..(AO Rb[.�C'• ..'? 71ft crA--r ad • s' 1 (11) Payment of Taxes, in the State of TEx4S , Yeses No (12) If requested by the Owner, the Selected Bidder(s) shall 1 submit a notarized financial statement, financial data or other information and references sufficiently comprehensive to- permit ;an appraisal'of his.current financial condition. 3'. . - 1 h• • Page 2 1 1 • 1 1 1 1 1 1 1 1 1 HIGHWAY Si STREET TREE PROGRAM CITY OF ROUND ROCK, TEXAS 1 IN COOPERATION WITH 1 1 ' & PUBLIC TRANSPORTATION 1 LANDSCAPE COST SHARING PROGRAM 1 1 1 1 1 1 1 TREES FOR ROUND ROCK STATE DEPARTMENT OF HIGHWAYS PHASE ONE: SPECIFICATIONS MANUAL FOR LANDSCAPE IRRIGATION & TREE PIT PREPARATION AUGUST 1, 1990 August 1, 1990 Trees For Round Rock Phase One: Landscape Irrigation Improvements and Tree Pit Preparation for the Highway and Street Tree Planting Program, City of Round Rock,Texas Prepared by: BELANGER & SMITH ASSOCIATES, INC. Landscape Architecture Development Planning 712 -C West 14th Street Austin, Texas 78701 (512) 472 -4868 TABLE OF CONTENTS INVITATION TO BID INSTRUCTION TO BIDDERS INFORMATION REQUESTED OF BIDDERS PROPOSAL UNIT PRICES PERFORMANCE BONDS GENERAL CONDITIONS SUPPLEMENTAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS - LANDSCAPE IRRIGATION SYSTEM - TREE PIT PREPARATION TREE PIT EXCAVATION DETAIL PIT SAFETY MARKER DETAIL EXHIBITS OF UTILITY LINES WITHIN CONTROLLED HIGHWAYS August 1, 1990 TREES FOR ROUND ROCK Highway and Street Tree Program Phase One: Landscape Irrigation Improvements and Tree Pit Preparation ROUND ROCK CITY COUNCIL MAYOR: Mike Robinson MAYOR PRO TEM: Charles Culpepper COUNCIL MEMBERS: Robert Stluka Tish Oatman Pete Correa Earl Palmer Jimmy Joseph CITY MANAGER: Robert L. Bennett, JR, AICP DIRECTOR OF PLANNING AND COMMUNITY DEVELOPMENT: Joe Vining, AICP DIRECTOR OF PUBLIC WORKS: James Nuse DIRECTOR OF PARKS AND RECREATION: Sharon Prete STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION DISTRICT ENGINEER: William C. Garbade, PE DISTRICT 14 INVITATION TO BID PROJECT: Phase One: Landscape Irrigation Improvements and Tree Pit Preparation for the Highway and Street Tree Planting Program, City of Round Rock, Texas. Plans, specifications and bidding documents may be obtained from the office of the'landscape architect, Belanger & Smith Associates, Inc. by depositing Twenty Dollars ($20.00) per set. The check shall be made payable to the City of Round Rock. The deposit shall be refunded provided the documents are returned in good condition at the same time the bids are submitted to the City Secretary. SUBMIT BIDS TO: Joanne Land, City Secretary 221 East Main Street, City Hall Round Rock, Texas 78664 UNTIL: Friday, September 7, 1990, at 10:30 AM CST. Bids received after this time will not be accepted and returned unopened. The public bid opening will commence in the City Council Chambers on September 7, 1990 at 10:30 AM CST. Bid or Bids shall be awarded only upon the review and recommendation of the City Department of Planning to the City Council at the next available City Council Meeting. Additional information with regards to the plans and specifications may be obtained from: Belanger & Smith Associates, Inc. 712 -C West 14th Street Austin, Texas 78701 (512) 472 -4868 Contact: Robert Belanger NOTICE: One pre b id conference will be conducted on Tuesday, September 4, 1990 at 9:00 AM CST in the City Council Chambers, 221 East Main Street, Round Rock, Texas 78664. INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal. - 2. Should the bidder find discrepancies in, or omissions from, the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders. Bids received after posted time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bids shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5 %) 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 the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty -five (25) days after bids are opened, INSTRUCTIONS TO BIDDERS Page Two 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. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100 %) of the total contract price. 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 in a form acceptable to the City of Round Rock. Said performance bond, or letter of credit, if applicable, and payment bond shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, INSTRUCTIONS TO BIDDERS - Page Three shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and /or material furnished. 17. No Texas sales tax shall be included in the prices bid for work under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act. The contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95- 0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 - 0.09 as amended to be effective July 1, 1979. 18. No conditional bids will be accepted. INFORMATION REQUIRED OF ALL BIDDERS All bidders are required to supply the following information with the bid proposal form. Additional sheets may be attached if necessary. (1) Address (2) Telephone (3) Type of firm: ( )Individual, ( )Partnership, ( )Corporation (4) Corporation organized under the laws of the State of (5) List the names and address of all members of the firm or names and titles of all officers of the corporation: (6) Number of years experience (7) Bidder's Texas Irrigators License Number (8) List at least (3) projects completed as of recent date: Contract Amount Date Completed Name and Address of Owner (9) Have you had any complaints against your company by the Texas Irrigation Board or the Better Business Bureau? NO YES IF YES/ PLEASE EXPLAIN: (10) List the name and address of each subcontractor who will perform work in or about the work or improvements in excess of one -half (1/2) of one percent (1 %) of the total bid price and indicate what part of the work will be done by each subcontractor. Page 2 Name Address Work to be Performed (11) Payment of Taxes, in the State of Yes No (12) If requested by the Owner, the Selected Bidder(s) shall submit a notarized financial statement, financial data or other information and references sufficiently comprehensive to permit an appraisal of his current financial condition. Bid Proposal PROPOSAL OF: LANDSCAPE IRRIGATION IMPROVEMENTS AND TREE PIT PREPARATION FOR CITY OF ROUND ROCK, TEXAS (Address) Highway and Street Tree Program Phase One August 1, 1990 To: Joanne Land, City Secretary 221 East main Street Round Rock, Texas 78664 1. Landscape Irrigation System DATE: DOLLARS ($ 2. Tree Pit Preparation CHECK ONE: (Corporation)(Individual) (Partnership) Having carefully examined the Specifications and Drawings, and Addenda to the Specifications and Drawings, as well as the premises and all the conditions affecting the work, the undersigned proposes to furnish all labor, specified materials, taxes, testing, permits, equipment, tools, warranties and services required to complete in accordance with the Specifications and Conditions contained herein and shown on the accompanying Drawings dated August 1, 1990: DOLLARS ($ 3. Hauling & Distributing Landscape Materials DOLLARS ($ August 1, 1990 - Round Rock, Highway and Street Tree Program Bid Proposal Page Two 4. Sum Total of Parts 1, 2 and 3. 1 DOLLARS ($ The undersigned agrees, if awarded the Contract, to commence to execute and complete all work as outlined by the Drawings and Specifications. It is understood that the City of Round Rock reserves the right to accept or reject any and all bids and to accept not necessarily the lowest bid, and to waive all formalities. It is further agreed that this bid shall be valid and not withdrawn for a period of one hundred and twenty (120) days from the date of opening thereof. It is understood that all employees directly employed on the work shall not be paid less than the minimum wage by the contractor as regulated by the State of Texas and the Federal Government. Receipt is hereby acknowledged of the following addenda: 2 3 4 5 Title: Submitted by, (Business Address) Note: Attach written description of procedure and method(s) that will be used to excavate all tree pits. UNIT PRICES: In the event a greater or lesser amount of work is done, the following unit prices will apply. Unit prices cover the cost of work and specified materials in place, equipment, labor, taxes, overhead, profit, maintenance and guarantee required to render the same complete. IRRIGATION SYSTEM Reference Section 02441, Part 2.05, Materials, for materials to be furnished by the Owner and installed by the Contractor. Provide appropriate Add /Delete Cost for labor, overhead, profit, taxes, maintenance and guarantee required to render the same complete for the installation of those materials to be furnished by Owner. ITEM ADD /DELETE COST Trenching, installing materials, & backfilling /LF Bubbler with Piping Assembly /EA Check Valve /EA Electric Valve, installed only /EA 3/4" Hose Bibb on PVC Nipple, Staked /EA Backflow assembly SEA Pressure Regulating Valve in Valve Box /EA Automatic Irrigation Controller & Battery Box, installed only /EA Conduit Boring Beneath Pavement, up to 2" Diameter /LF Rock Saw with Operator /HR Trenching Machine with Operator /HR Job Foreman /Licensed Irrigator /HR Laborer /HR Cushion Sand, Installed /CY August 1, 1990 Round Rock, Highway and Street Tree Program Unit Prices Page Two TREE PIT EXCAVATION Reference Section 02481 for description of work and materials to be furnished by the Owner and installed by the Contractor. Provide appropriate Add /Delete Cost for labor, overhead, profit, taxes, maintenance and guarantee required to render the same complete for all work including installation of those materials to be furnished by Owner. ITEM ADD /DELETE COST Tree pit excavation, including tree stake installation. /EA Hauling excavated dirt to City /CY disposal site. Landscape Laborer /HR Landscape Foreman /HR Tractor with Operator /HR Bobcat with Operator /HR Dump Truck with Operator /HR CITY OF ROUND ROCK Highway & Street Tree Program, Phase One SDH &PT MATERIALS AND EQUIPMENT TO BE FURNISHED BY THE CITY FOR PHASE ONE Sheet: 1 2 3 4 5 PVC Pipe (In Feet) August 1, 1990 Page 1 of 3, 10% Column 7 Add'l Total 1 -1/2" 760 1160 0 160 1440 48 840 440 4840 1 -1/4" 0 720 - 0 1160 80 360 600 290 3200 1" 640 880 0 560 680 720 880 440 4840 3/4" 1200 3120 0 1920 1840 560 1360 1000 11000 1/2" 1520 1120 1440 1520 4560 600 4240 1500 16500 PVC Couplings (Each) 1 -1/2" 10 15 0 2 18 2 11 6 64 1 -1/4" 0 9 0 15 2 5 8 4 43 1" 8 11 0 7 9 9 11 6 61 3/4" 15 40 0 25 24 7 17 13 140 1/2" 19 14 18 18 57 9 53 19 207 PVC Tees (Each) 1/2 -1/2" 34 69 31 14 90 12 53 30 303 1/2 -3/4" 0 26 0 45 70 20 27 19 210 1/2 -1" 38 29 0 12 10 60 35 18 200 1/2 to 1 -1/4" 29 25 0 34 0 1 16 10 110 1/2 to 1 -1/2" 0 0 0 0 0 1 10 1 12 PVC Ells (Each) 1/2 -1/2" 303 447 93 315 510 282 393 2350 2600 1/2 -3/4" 0 5 0 5 5 5 5 25 25 1/2 -1" 5 5 0 5 5 5 5 25 25 1/2 to 1 -1/4" 5 5 0 5 5 5 5 25 25 1/2 to 1 -1/2" 5 5 0 5 5 5 5 25 25 Irrigation Materials (Cont.) August 1, 1990 Page 2 of 3 Equipment (Each) 30 - 1" Electric Valves, 214 PR with DC Latching Solenoid 14 - 1 - 1/2" Electric Valves, 216 PR with DC Latching Selenoid 10 - 1" Febco 805Y, Double Gate /Check Assembly 12 - 1 -1/2" Bronze Gate Valve 7 - IBOC - 4 Controller 3 - IBOC -2 Controller 60 - PVC Gate Valve, 1" 20 - 24" x 18" Plastic Vault ( Ametek), for Backflow Device and Water Meter. 60 - PVC Check Valve, 1" 64 - 10" Plastic Valve Box (Ametek), for Electric and Ball Valves. 60 - 7" Plastic Valve Box, ( Ametek) 19,000LF - 24 Volt, 12 Gauge Valve Wire 8,000LF - 24 Volt, 12 Gauge Valve Wire (Common) 30 Bags - Gel -tite Wire Connectors, 10 per bag 1,050 - Richdel Model 535 Bubbler, Adjustable NOTE: Reference Section 02441, Part 2.05, Materials, for manufacturer, model numbers, and descriptions of fittings, etc. EQUIPMENT AND MATERIALS TO BE PURCHASED AND INSTALLED BY THE CONTRACTOR (REFERENCE SECTION 02441 FOR MATERIALS DESCRIPTION AND INSTALLATION) 18 - 12 Volt Batteries for Controllers 85 - Brass Hose Bibbs, 1/2" 85 - Schedule 40 PVC Threaded Nipples, 18" long, for hose bibbs 85 - No. 3 Steel Reinforcing Bar, 24" long, for hose bibbs Irrigation Materials (Cont.) August 1, 1990 Page 3 of 3 950 - No. 3 Steel Reinforcing Bar, 18" long 950 - 1/2" x 4" PVC Threaded Nipples Tapes, as required Solvent Cleaner, as required PVC Cements, as required Non - Hardening Pipe Dope, as required Lumber and Concrete Mix for 9 Controller Stands, per details Pea Gravel, as required 950 - 1/2" PVC Pipe Caps Misc. Fittings for Backflow Assembly Installation, as required Misc. Sized PVC Tee's and Ell's, Bubbler Head Assemble, as required Misc. Electrical Parts, Conduit, as required Sand for Backfill and Pipe Cushioning, as required PERFORMANCE BOND The Owner will require the Contractor to furnish a Performance Bond signed by the Contractor as Principal and by an established reputable bonding or insurance company (satisfactory to the Owner) as Surety, on the Standard American Institute of Architects form, or approved equal, in the penal sum of one hundred percent (100 %) of the Contract Price, as security for the faithful performance of all work included in the contract. Provided however, if the contract price is less than $50,000.00, the Contractor shall have the option of providing a Letter of Credit in lieu of a Performance Bond,. said Letter of Credit in a form acceptable to the City of Round Rock. Said Performance Bond, or Letter of Credit, if applicable, shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. If the contract price is less than $25,000.00, the Performance Bond will be waived by the City of Round Rock. The Bond or Letter of Credit shall remain in full force and effect from the date of signing the Contract until final inspection and written acceptance by both the Owner and the landscape Architect. The Contrator shall include a written statement along with the Bid Proposal confirming that his company is bondable for the bid amount and can secure bonding within 10 calendar days after written notification of award of contract. The Owner reserves the • right to reject any and all bids that are not accompanied by this written statement of fact. The cost of the Performance Bond or Letter of Credit shall be included in the bid price. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS END OF GENERAL CONDITIONS Page 1 The General Conditions for the project shall be the standard for of "General Conditions of the Contract for Construction ", "A.I.A. Document A- 201 ", 1987 Edition, as prepared by the American Institute of Architects. The "General Conditions of the Contract for Construction" constitutes an official document and shall govern the entire contract and its operations as amended by the "Supplementary General Conditions and Special Conditions ", included in the Contract Documents. SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTS The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction ", "A.I.A Document A- 201 ", 1987 Edition. Where any Article of the General Conditions is modified or deleted by these supplements, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause remain in effect. ARTICLE 1 - CONTRACT DOCUMENTS 1.1.1 Modify the first sentence by inserting the following after the word "Specifications ": Advertisement for Bids, Instructions to Bidders, Proposal Form. 1.1.8 MISCELLANEOUS DEFINITIONS 1.1.8.1 The term "product" as used in these Supplementary General Conditions includes materials, systems and equipment. 1.1.8.2 The term "provide" as used in these Specifications means to furnish and install. 1.1.8.3 The word "Landscape Architect" where used in the Contract Documents means the same as "Architect" as defined in the General Conditions. ARTICLE 2 - OWNER 2.5 OWNER'S OCCUPANCY 2.5.1 The Contractor shall agree that the Owner may occupy or use portions of the work before substantial completion of entire work, and further agrees that such use or occupancy of portions of the work shall not in any way evidence the substantial completion of the entire work or signify the Owner's acceptance of the entire work. ARTICLE 8 - TIME 8.1 DEFINITIONS 8.1.2 Change first sentence to read, "The Contractor shall begin the work within ten (10) days from the notice t0 proceed (date of commencement) as defined in subparagraph 8.1.2 ". 8.3 DELAYS AND EXTENSIONS 9.3 Page 2 8.3.4 Extensions of time shall be allowed for rain, snow, sleet, hail or other weather conditions which delay work only upon written request, review and acceptance by Owner or his representative. Floods, tornados, or other extremely severe weather conditions which damage the work in progress on the site, shall be allowed "extension time" to extend time required to restore the damage. ARTICLE 9 - PAYMENTS AND COMPLETION APPLICATIONS FOR PAYMENT 9.3.1 Add the following sentence: "The form of Application for Payment shall be furnished by the Landscape Architect and prepared by the Contractor and submitted in quadruplicate. 9.3.1.3 The application for monthly payment will be submitted monthly, providing two notarized applications to the Landscape Architect, on or before the 25th day of each month, based on the Application for Payment date for work -in- place. Owner's payments will be released to Contractor by the 15th day of the following month. 9.3.1.4 The Owner will retain ten percent (10 %) of the amount due to the Contractor for a maximum of 15 days following written final acceptance of the completed project (Ref. 9.10.2) ARTICLE 11 - INSURANCE AND BONDS Maintain insurance as described in Article 11 of the General COnditions of the Contract for Construciton, written for the minimum limits of liability and with the further provisions hereinafter specified. Maintain insurance with a reliable company (having at least "AA" or better financial rating and "A +" or better general policy holder's rating according to latest A.M. Best Report) of Contractor's choice, acceptable to and approved by owner, and authorized to do business in the State where project is located. The Contractor shall require his subcontractors to carry life insurance (with adequate limits) that ' is referred to under this heading. 11.1 CONTRACTOR'S LIABILITY INSURANCE 11.1.1.8 Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including: 1. Premises - Operations (excluding X -C -U). 2. Contractor's Protective. 3. Products and Completed Operations. 4. Contractual - including specified provisions of the Contractor's obligations under Paragraph 4.18, Indemnification. 5. Owner, non -owner and hired motor vehicles. 11.1.2 Add the following: Page 3 Statutory Workers' Compensation and minimum $100,000 Employers Liability Insurance. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or a Combined Single Limit of $600,000. Owner's and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance". Page 4 When offsite storage is permitted, policy will be endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in "Commercial General Liability Insurance" and "Automobile Liability Insurance" as described above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amount specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to Owner. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East main Street, Page 5 Round Rock, Texas 78664, of any and all changes to policy 30 days prior to change. 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually with a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and /or renewal. It is also agreed that Contractor shall invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this Article during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to reveive copies of policies and all 11.3 PROPERTY INSURANCE (Delete all of 11.3) END OF SUPPLEMENTARY CONDITIONS - Page 6 endorsements thereto and may make any reasonable request for deletion or revision or modification of particular policy terms, conditions, limitations or exlusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by this Article shall be paid by Contractor. 11.1.3.1 Add new clause: Furnish one copy of certificates herein required for each copy of Agreement; specifically set forth eveidence of all coverage required by 11.1.2. The form of the certificate shall be A.I.A. Document G -705. Furnish to the Owner copies of any endorsements that are subsequently issued amending coverage or limits. Add clause: 'The Contractor will be responsible for his materials and equipment and hereby waives (including Contractor's insurance carrier) all right of recovery from the Owner because of loss or damage to his material or equipment regardless of cost. The Contractor shall make all necessary provisions which are acceptable to the Owner to protect his work from vandalism or theft. Secured material storage areas will be permissable. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL. CONDITIONS These Special Conditions shall be subject to the requirements of the General Conditions of the Contract as well as the Supplementary General Conditions. These Special Conditions shall be used in conjunction there with as a part of the Contract Documents. 1. PERMITS AND REGULATIONS: The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the work of this contract, and shall obtain all permits and pay all fees, licenses, and deposits required by law or ordinance to comply with the work of these specifications. 2. TAXES: The Contractor agrees, as part of his Bid, to assume full responsibility for payment of all Federal, State, and other forms of taxes (excluding State sales tax), social, security, old age benefit, unemployment, and income tax withholding. 3. PROTECTION OF MATERIALS: The Contractor shall properly and effectively protect all materials and equipment furnished by him during and after their installation. Contractor's equipment, may be stored on the premises, but they shall be stored so as not to interfere with the visibility sight line views of the general public, contractors or state highway personnel. Security of the area(s) will be the sole responsibility of the Contractor. 4. PROTECTION OF PUBLIC: The Contractor shall protect all others using and on the site and shall take whatever steps are necessary to save them from harm. He shall erect barricades around all open excavations and equipment. Erect moveable contruction warning signs alerting the general public. All construction workers shall wear an orange vest when working within the highway right of way. 5. SIGNS: No signs for advertisements will be allowed to be displayed. 6. COOPERATION WITH OTHER CONTRACTORS: The Contractor is reminded that other contractors may be working on the site. He is to cooperate fully with them and conduct his work so as not to interfere with their access to work. Page 2 7. WATER FOR WORK: The City will provide the water at no cost to the contractor, from the approximate locations shown on the plans. The water shall be used only for work related tasks, such as flushing lines, adjusting and testing irrigation heads. The contractor shall be charged for the careless use of water, such as line breaks or allowing the unsupervised operation of the system. 8. . ELECTRICAL ENERGY: Electrical energy required for construction will be provided by the Contractor. 9. MEASUREMENTS: Before doing any work,the Contractor shall verify all dimensions at the job site and shall be responsible for their accuracy. No extra charge or compensation will be allowed for differences between actual dimensions and those shown on the Drawings. Any difference from that shown on the plan and existing on site, shall be submitted to the Landscape Architect before proceeding with the work. 10. DIRECTION OF THE WORK: A. The Contractor shall be held responsible for the full direction and supervision of all work under this contract and shall give all instructions from the Landscape Architect or Owner to the work forces. B. The Contractor shall have on the job at all times while the work is in progress, a licensed irrigator /superintendent, acceptable to the Landscape Architect and Owner, who shall direct operations and receive instructions in the absence of the Contractor. The superintendent shall coordinate the work of his various subcontractors. 11. DRAWINGS AND SPECIFICATIONS: A. The Contractor shall keep one copy of all drawings and specifications, memoranda and shop drawings at the job at all reasonable times, available to the Owner and the Landscape Architect. B. These specifications and accompanying drawings are to be interpreted according to their full intent, meaning and spirit, whether taken 1 I 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 Page 3 separately or together. Taken together, they shall be deemed mutually to explain each other and to be descriptive of the work to be performed under this contract. Should there be any discrepancy between the drawings and specifications, the drawings shall govern; between the descriptive writings on the drawings and the legend designating the materials,the descriptive writings shall govern. The large -scale details shall be followed in preference to smaller -scale drawings. C. Should there be anything shown on the drawings and not described in the specifications or not shown on the drawings and described in the specifications. the same shall be fully executed and carried out as if drawn, shown, or described in both; and the Contractor is not to make any alterations or corrections on the drawings or in the specifications. Should any error appear, the same is to be referred to the Landscape Architect before the bids are submitted or the work is commenced,,or as otherwise specified herein. 12. LAYOUT: The Contractor shall be responsible for accurately laying out all work under this contract and setting any necessary control points. All must be approved before work progresses. 13 DAMAGES: The Contractor shall be responsible for damage to the site or improvements thereon, including underground improvements, incurred through his execution of this work, and shall agree to have such damage repaired by a qualified workman. All construction operations and associated work shall be confined to construction areas and other such areas of the right -of -way that may be required to gain access to the site(s) specified herein. The contractor shall vary access routes across the right -of -way to prevent damage to slopes and existing vegetation. The contractor shall be responsible for the repair and replacement of damaged right -of -way and vegetation which, in the opinion of the state engineer, could have been avoided. All material and work required for repair and replacement shall be provided by the contractor. 14. COMPLETION REOUIREMENTS: Page 4 A. Final Inspection: Landscape Architect will make final inspection of work included in Contract as soon as practicable after work is completed and ready for acceptance. If work is not acceptable to Landscape Architect at time of such inspection, he will inform Contractor in writing as to the particular defects before final acceptance will be made. B. Guarantee: Contractor shall guarantee in writing all work performed under Contract for a period of one year from date of acceptance in addition to those items which are guaranteed for longer periods under terms of the Contract. Upon written notice from Landscape Architect or City, Contractor shall remedy any defects due to negligence, faulty workmanship or faulty materials within a reasonable time frame agreed upon by both parties. C. After work is completed or substantially complete and before final payment is made, Contractor shall deliver the following applicable items to 1. Affadavit that all bills chargeable against Contract are paid in the form of waiver or lien. 2. All guarantees, warranties, and /or bonds as required on specific branches of the work including General Contract Guarantee as noted above. 3. Subcontractors List: A complete list of names, addresses and telephone numbers of all subcontractors and suppliers employed on the project shall be provided. D. As -Built Drawings: Contractor shall, upon completion of project, furnish to Landscape Architect a complete set of drawings showing all changes and /or alterations in the work and constituting an "As- Built" set of drawings, whether or not they are covered by an official change order including deviations 17. BID ITEMS /ALTERNATES: General: D. Refer to Drawings and Technical Specifications sections for items of work affected by Alternates, if Alternates are indicated on the Proposal Form. END OF SPECIAL CONDITIONS Page 5 from all phases of work. This is applicable only to the landscape irrigation system. Reproducibles will be provided to the contractor to prepare the as -built plans. A. Bidders are required to submit additive and /or deductive amounts to the Bid as described in the Alternates, if Alternates are indicated on the Proposal Form. Failure to submit Alternate amounts in the spaces provided on the Proposal Form shall be basis for disqualification of Bid. B. Bidders shall not modify, withdraw or cancel any of the Bid items or Alternates or any part thereof for 120 days after receipt of bids. C. Contractor shall be responsible for any changes in the Work affected by acceptance of any Alternates. Claims for extras resulting from changes caused by Alternates will not be allowed. PART I GENERAL 1.01 WORK INCLUDED 1.02 RELATED WORK SECTION 02441 UNDERGROUND IRRIGATION SYSTEM A. Furnish and install the underground landscape irrigation system including all products, equipment and labor required to complete the system as specified and shown on the Drawings B. System may include, but is not limited to: 1. Installing and testing main lines and lateral lines, and backflow prevention assembly. 2. Boring under pavements, main and lateral lines, electrical valves and wiring, valve boxes, controllers, sprinklers, valves and boxes, associated plumbing and electrical work accessories to complete the work. 3. Obtaining and paying for State permits, fees, inspections and tests required for the installation. The City waives all City fees for permits and inspections. A. Section 02480: Landscape Planting 1.03 SAFETY AND QUALITY ASSURANCE A. Perform work in compliance with applicable requirements of governing authorities. B. The Contractor shall be responsible for protection of the Owner's materials and his equipment. C. During execution of the work, utmost care shall be exercised to prevent damage to any utilities, structures or roadway slopes within the highway right of way. 1 D. Warning devices /markers etc. shall be used in accordance with Highway Department Standards necessary to protect the public health and welfare from construction operations and practices. E. The Contractor shall cooperate with State Highway personnel to coordinate established procedures for accessing and exiting site areas. At no time shall traffic be impeded by the work of the Contractor. At no time shall vehicles and /or equipment or materials be parked or left on any road surface or paved shoulder. Storage of materials and equipment on State Highway right of way must be first approved by the State Highway Department. Direct all requests through the Landscape Architect. F. At no time shall the Contractor access or exit a site area (right of way) by using the northbound or southbound lanes (main lanes) of Interstate 35. Citations will be issued if Contractor does so. Access to the site shall be from the adjoining frontage roads only. 1.04 APPLICABLE STANDARDS A. Underground pipe. All underground pipe shall be domestic extruded pipe manufactured from PVC 1120, type I, grade I, PVC compound. The pipe shall be SDR 13.5, 315 working pressure, for all 1/2 ", pipe and SDR 21, class 200 for all other sizes, pressure rated with twin gasket couplings and fittings or slip type solvent welded joints. All fittings incorporated into the system shall be regularly manufactured parts, (reducers, bushings, and other appurtenances), intended for use with the aforementioned materials. All pipe and fittings shall conform to ASTM D -1784 and shall be marked in accordance with ASTM D -2241. B. ASTM 2287 - C. ASTM D2464 - Plastic Pipe D. ASTM D2466 - Plastic Pipe 40. Flexible PVC. Poly (Vinyl Chloride) (PVC) Fittings, Threaded, Schedule 40. Poly (Vinyl Chloride) (PVC) Fittings, Socket Type, Schedule 2 E. ASTM D2564 - Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings. F ASTM D1557 - Standard Test Methods for Moisture - Density Relations of Soils. 1.05 WARRANTY AND GUARANTEE A. Provide a one year warranty against Contractor - provided material, installation of ALL materials, and operation defects. Repairs, adjustments and replacements of defective irrigation system materials provided by the Contractor, including materials which have been installed on the work during the warranty period shall be at Contractor's expense. B. Guarantee backfilling of irrigation system excavations for one year after completion of the work. 1.06 TESTING C. Reference maintenance period, section 3.21, Maintenance. D. At the end of one year after completion of the installation, provide maintenance of the system, including at least the following: 1. Raise or lower bubblers to compensate for settling of root ball and water retention rings. 2. Clean and adjust bubblers. 3. Test irrigation controllers for malfunctions, reset time clock as required. A. Perform testing required by specifications under supervision of Landscape Architect. Give 24 HOURS NOTICE that such tests are to be conducted. 1.07 COORDINATION A. Anticipate "last minute delays" that may necessitate overtime work to complete the system on schedule. Coordinate irrigation work with the city and other contractors on the job site. 3 1.08 WORK SCHEDULE PART II PRODUCTS 2.01 GENERAL A. Begin installation of the irrigation system upon notification by the Landscape Architect. B. Work shall proceed continuously on the site, with exception of bad weather days, until Project is completed and operable. A. The following materials necessary for the installation of the irrigation system shall be furnished by the City. These materials shall be held in storage at the City Public Works Yard and will be removed by the contractor on an as- needed - basis. The Contractor shall maintain a log of the materials removed from the yard and installed. This log shall be submitted along with the monthly request for payment. The Contractor assumes full responsibility when the materials are removed from the yard. B. The Contractor shall be responsible for paying for and furnishing certain designated materials indicated on the Drawings and in these Specifications. THE CITY HAS AN EXEMPT SALES TAX STATUS. C. Manufacturers: As noted herein and on the drawings. D. Sprinkler Mains: Portion of piping from water source to operating valves. This portion of piping is subject to surges, being a closed portion of sprinkler system. E. Lateral Piping: Portion of piping from operating valve to sprinkler heads. This portion of piping is not subject to surges, being an "open end" portion of the sprinkler system. 2.02 POLYVINYL CHLORIDE PIPE (PVC PIPE) A. PVC Pipe: Manufactured in accordance with standards noted herein. B. Marking and Identification: Continuously and permanently marked PVC pipe with manufacturer's name, pipe size, type of pipe 4 material, SDR number, ASTM standard number and the NSF (National Sanitation Foundation) seal. 2.03 FLEXIBLE PVC NIPPLES 2.04 WIRE A. Composed of Standard Schedule 40 PVC fittings, solvent welded to flexible PVC as manufactured by Spears Corporation, Sylmar, California, or approved equal, and meeting noted standards. B. Meet the following pressure test: 200 PSI static pressure for 2 hours and quickburst test exceeding 400 PSI. C. Nipples for bubbler risers to be nominal one - half (1/2) inch diameter x five (5) inches long. A. Minimum of Type OF with 4/64 inch insulation, copper, Underwriter's Laboratory approved for direct burial when used in a National Electrical Code Class II circuit 30 volts AC or less. B. Size and install valve wire according to lengths between electric source (controller) and irrigation valves. Reference wire sizing chart on plans. 2.05 MATERIALS (to be furnished by the City and installed by the Contractor) A. FITTINGS: Manufacturer Model Number Description Richdel 533 Richdel 200 Series electric remote Model 214PR, control with DC latching solenoid IRRI -TROL adjustable bubbler IBOC,2 and 4 station battery operated controllers, pedestal mounted, ref. detail 5 GENERAL IRRI -TROL BP -1 Febco 805Y 1" Ametek Box 182001 Cover 182002 Ametek Box 181014 Cover 181015 Ametek Box 190106 Cover 192101 Richdel CT- 3- Gel -Tite 3.01 Spears PART III EXECUTION 2012 -010 Battery box for IBOC controller. double check assembly 7" dia. valve box and cover 10" dia. valve box and cover Jumbo- structural plastic vault water tight gel filled wire connectors 1" PVC gate valve in 7" dia. valve box 1" check valve, PVC - grey /EPDM 0-rings Spears 2229 -010 Eveready Heavy Duty B. PVC Irrigation Pipe: 1. Piping under roadway pavement: Class 200 PVC pipe within schedule 40 sleeves. 12 Volt battery for controllers 2. All irrigation piping: Class 200, except 1/2 inch, which shall be Class 315. A. Verify existing and proposed locations of all site utilities (including gas, water, electric, telephone, sanitary and storm sewers) prior to any trenching and laying of pipe. B. Coordinate all irrigation work with the Landscape Architect. C. Exact location and configuration of rights of way islands, pavements, walls, and roads may 6 vary from that shown on Drawings. For discrepancies that cause adjustments to irrigation system, verify revised layout of piping with Landscape Architect prior to trenching. D. Piping layout shall be considered as schematic in layout; however, every effort shall be made to follow the plan if possible or otherwise record all deviations for preparation of as -built plans. Refer to the Drawings for tree locations and closely coordinate work and schedules with Landscape Architect, as applicable. 3.02 CONDITION OF SURFACES A. The Contractor shall make an examination of the site of the proposed work and completely familiarize himself with the nature and extent of the work to be accomplished. No extra compensation will be allowed for any work made necessary by unusual conditions or obstacles encountered during the progress of the work, when such conditions can be determined upon a visit to the site. B. The Contractor shall become familiar with existing surface conditions and subsurface conditions. C. Upon completion of irrigation equipment installation, return the area to a condition equal to or better than its condition prior to installation. 3.03 INSTALLATION A. General: 1. Piping shall be generally laid out according to Drawings. In the event of a piping layout conflict, notify and obtain approval of the Landscape Architect prior to trenching. 2. Refer to Drawings for locations of the existing domestic water sources. B. Excavations: 1. All excavations shall be unclassified. Trenches shall be 4 inches wide and to the depth required as noted herein. 7 C. Backfill in Landscape Areas: 1. Backfill trenches with material removed during excavation, except where rock is encountered. In this case the pipe shall be laid in a cushion sand bed surrounding the pipe a minimum of 4 inches deep. 2. Compact and water - settle all excavation to prevent after settling. Hand rake excavation areas and adjoining areas to leave grade at the previous elevation and in as good or better condition than before installation. 3.04 PIPE INSTALLATION 2. Over - excavation shall be backfilled with cushion sand at the Contractor's expense. Promptly remove all unsuitable or excess material from the site. 3. Dewater excavations as required for dry work, including both surface and ground water. 4. Trenches shall have sides as nearly vertical as possible and bottoms shall be shaped to provide continuous bedding of each section of pipe along its entire length in undisturbed soil or thoroughly compacted fill. A. Pipe installation includes all irrigation piping required for water and electrical wiring to complete the automatic irrigation system. B. General: Provide firm, uniform bearing for entire length of each pipeline to prevent uneven settlement. Wedging or blocking of pipe will not be permitted. Remove foreign matter or dirt from inside of pipe before welding and keep piping clean by approved means during and after laying of pipe. C. Backfilling shall not be done in freezing weather, 32 degrees Fahrenheit and below. D. Depth of Piping: 1. All piping under paving shall be a 8 minimum of 18 inches deep from top of pavement to top of pipe. 2. All piping in landscaped areas shall be a minimum of 10" deep from finished grade to top of pipe unless otherwise noted on plans. - f 3.05 PVC PIPE AND FITTING ASSEMBLY A. Solvent: Use only solvent recommended by manufacturer to make solvent welded joints. Thoroughly clean pipe and fittings of dirt, dust and moisture before applying solvent. B. PVC to Metal Connection: Work metal connections first. Use non - hardening pipe dope (Permatex No. 2) on threaded PVC to metal joints. Use only light wrench pressure. C. Threaded PVC Connection: Where required, use threaded PVC adapters into which pipe may be welded. D. Solvent welded pipe shall not be installed when air temperature is below 40 degrees , Fahrenheit. 3.06 SPRINKLERS A. General: 1. Provided in accordance with Materials List. 2. Before installation is started, place a stake where each tree and sprinkler is to be located, in accordance with the drawings. Anticipate minor revisions to configuration of trees and adjust head layout accordingly. 1 3. Notify Landscape Architect of revisions. Staking of all trees /bubblers shall be approved by Landscape Architect before proceeding with trenching. B. Irrigation Head: Bubbler heads on this system shall be plastic, with an adjustable rate of application. All bubbler heads shall have filter screens. Bubblers shall be installed as per detail in an uphill position above the trunk and root ball of the tree so 9 3.07 ELECTRIC VALVES 3.10 WIRING that water may be trapped by the water retention ring and percolate into the root system. A. Provided in accordance with the Materials List and sized as shown on Drawings. B. Install in a level position, according to the manufacturer's recommendations and the detailed Drawings. C. The manufacturer's specifications and installation instructions for the valve supplied shall become a part of these Specifications. D. Set all valves adjacent to sidewalks or curbs and within landscaped areas. Staked location to be verified by Landscape Architect. E. A minimum of 18 inches of extra control wire valve and common shall be coiled below the valve in the valve box. 3.08 VALVE BOXES A. Sized as specified in the Materials List, set flush with finish grade and set over all electric and gate valves. 3.09 GRAVEL BACKFILL IN VALVE BOXES AND VAULTS A. Excavate under all valve boxes at electric valve locations and provide a minimum 4" layer of clean, washed pea gravel graded 3/4" in the bottom of all boxes. Gravel backfill shall not cover valves. A. Install electric control wires in the piping trenches wherever possible. Place wire in trench to one side of pipe. Install wire with as much slack as possible to allow for expansion and contraction of the wire. Expansion joints in wire may be provided at 20 foot intervals by making 5 -6 turns of the wire around a piece of 1/2 inch pipe in 1i eu of slack. Where it is necessary to run wire in a separate trench, wire shall be placed in PVC pipe, diameter to be field determined. 10 B. Provide sufficient "slack" at wire connections to remote control valves, either direct- buried or in control boxes, and at all wire splices so that the valve bonnet or splice may be brought to the surface without disconnecting the wires when repair is required. C. Each remote control valve is to be connected to one station of a controller unless otherwise noted. All remote control valves, which are to be connected to the same controller, shall be connected to a common ground,wire system. Only those remote control valves which are being controlled by one specific controller shall be connected to that controller's common ground wire system. D. All wires shall be tested prior to backfilling to insure continuity from valve location to controller location. Any wire not indicating continuity shall be repaired or replaced immediately. 3.11 ELECTRICAL WIRE CONNECTIONS A. Make wire connection to remote control electric valves and splices of wire in the field, using Gel -Tite wire connectors as follows: . 1. Strip ends of wire. 2. Twist wires together and mechanically bond together using crimp sleeve and crimp pliers or solder strip. 3 Insert wire connection into base of gel - tite connector. 4. Sna lid onto base of connector assuring complete contact. . B. Provide tight joints to prevent leakage of water and corrosion build -up on the joint. 3.12 CONTROLLER A. Install the specified controller as per detail, in its own weatherproof housing. B. Installation of controller(s). Controller(s) shall be in accordance with the drawings and details. The location of 11 controller(s) shall be as shown on the plans. Adjustment of the location may be necessary to meet unforseen site conditions. Should relocation be necessary, the Contractor shall contact the Landscape Architect immediately and the Landscape Architect will work with the Contractor to establish the final location. Such a relocation shall be considered an incidental change and there will be no additional compensation. C. Provide rigid conduit from controller down into grade to accommodate valve wires. D. Pull valve wires, program the controller and put controller in operation. Connect controller to battery power source, as recommended by manufacturer. E. All valve station numbers shall correspond to those shown on the Drawings. 3.13 BATTERY BOX A. Install battery box(s) as per detail. Wire connecting battery box to controller shall be within rigid conduit. B. Furnish and install two 12 -Volt batteries in each battery box location. Warrant batteries for 6 months from date of final acceptance. . C. Locks to be installed and provided by the City upon final acceptance. 3.14 DOUBLE CHECK BACKFLOW ASSEMBLY A. Install in accordance with City and State regulations and manufacturer's recommendations. Refer to Drawings for location of Backflow Assembly. B. The manufacturer's specifications and installation instructions for the Backflow Assembly supplied shall become part of these Specifications. 3.15 CHECK VALVE A. The Contractor and landscape Architect will field spot Check Valve locations with consideration to site slope and drainage conditions. 12 3.16 HOSE BIBB B. Accurately note the locations of check valves on the as -built drawings. A. Contractor shall install temporary Hose Bibbs as indicated per the plans. Reference detail for installation. 3.17 GATE VALVES A. Following installation and pressurization of the irrigation main and lateral lines, the Contractor shall field spot Gate Valves in order to regulate and fine tune the pressure distribution of the system. The Gate Valves shall also be located to establish isolation zones within the system. All locations to be field verified by the Landscape Architect. 3.18 PROJECT SUPERVISION A. The Contractor shall continuously maintain a competent superintendent, licensed by the state of Texas as an Irrigator and satisfactory to the Landscape Architect, on the site during all construction operations. The superintendent shall be able to make decisions and direct the work as the representative of the Contractor. It shall be the responsibility of the superintendent to notify the Landscape Architect at least 48 hours in advance of required onsite inspections and to maintain a set of plans on the site at all times on which all field adjustments or deviations from the Drawings are to be recorded for the preparation of the as -built drawings. The field plans shall at all times be available for the inspection of the Landscape Architect. 3.19 TESTING OF PIPE INSTALLATION A. All testing called for in the specifications is to be carried on under the supervision of the Landscape Architect. Provide 48 HOURS NOTICE that such tests are to be conducted. B. Pipe Pressure Test: 1. The sprinkler main and all piping under paving shall be tested for a period of twelve (12) to fourteen (14) hours under normal water pressure and proved tight. 13 If leaks occur, the joint or joints shall be replaced and the test repeated. 2. All laterals in landscaped areas shall be pressure tested for a minimum of 1 hour. C. All tests shall be completed prior to backfilling. However, sufficient backfill material may be placed in trenches between fittings to insure stability of the line under pressure. In all cases, fittings and couplings must be open to visual inspection for the full period of the test. D. Correct and repair all leaks and defects. Retest piping prior to backfilling. E. Test all bubbler heads, joints, valves, controllers for leaks or defects. Correct all discrepancies prior to final adjustments, and final inspection. F. The Contractor shall also test and assure the proper electrical working order of the system. The Contractor shall set the valve sequence as well as duration and frequencey of water application as indicated on the Drawings. 3.20 FINAL TESTING AND ADJUSTMENT A. After installation has been completed, final adjustment shall be made of sprinkler system preparatory to the Landscape Architect's final inspection. B. The system shall be completely flushed to remove any and all debris from lines before attaching bubbler assembly. C. All bubblers shall be checked for proper operation and rate of flow. D. Each section shall be checked for operating pressure and balanced to all other sections by use of the flow adjustment on top of each valve. 3.21 MAINTENANCE A. Maintenance Period: The irrigation system(s) shall be inspected once a month for 6 months following final acceptance. 14 B. The Contractor shall perform the following maintenance activities as a minimum: 1. Work with the City and maintain the controllers(s) programs to insure the proper distribution of water. 2. Inspect, repair, and /or replace any equipment that is found defective or may be damaged by other maintenance activities. (Reference materials list for materials to be furnished by the City.) 3. Make any adjustments that may become necessary to ensure the proper delivery of water to the plant material. 3.22 . AS -BUILT DRAWINGS AND SUBMITTALS A. Provide "as- built" MYLAR REPRODUCIBLE record drawings. The drawings shall indicate all changes in line and valve locations as well as material substitutions and line sizes. Valves locations to be indicated by dimensions. 3.23 CLEAN UP B. Furnish the Owner with catalogs, manufacturer's maintenance manuals and applicable warranties for all equipment installed. All warranties become effective to the City upon final written acceptance, not the purchase date of equipment. A. Clean the site daily of trash and debris resulting from construction operations. All walks, roads and circulation routes shall be kept clean and free from debris, material and equipment. B. Upon completion of the work covered by this section,1clean up all work areas by removing spoil piles, surplus material and equipment from the site. The ground surface shall be restoredlto its original condition. END OF SECTION 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1' 1 1 � 1 PART I GENERAL ' SECTION 02481 TREE PIT PREPARATION 1.01 WORK INCLUDED A. Excavation of tree pits. 1.02 RELATED WORK A. Section 02441: Underground Irrigation System 1.03 SAFETY AND QUALITY ASSURANCE A. Perform work in compliance with applicable requirements of governing authorities. B. The Contractor shall be responsible for protection of the Owner's materials and his equipment. C. During execution of the work, utmost care shall be exercised to prevent damage to any utilities, structures or roadway slopes within the highway right of way. D. Warning, devices /markers etc. shall be used in accordance with Highway Department Standards necessary to protect the public health and welfare from construction operations and practices. E. The Contractor shall cooperate with State Highway'personnel to coordinate established procedures for accessing and exiting site areas. At no time shall traffic be impeded by the work of the Contractor. At no time shall vehicles and /or equipment or materials be parked or left on any road surface or paved shoulder. Storage of materials and equipment on State Highway right of way must be first approved by the State Highway Department. Direct all requests through the Landscape Architect. F. At no time shall the Contractor access or exit a site area (right of way) by using the northbound or southbound lanes (main lanes) of Interstate 35. Citations will be issued if Contractor does so. Access to the site 1 1.04 WORK SCHEDULE PART II EXECUTION A. The Contractor shall work continuously on the site with exception of bad weather delays until the project is completed. B. The Contractor shall be ready to begin work within 5 working days notice to proceed from the Landscape Architect. 2.01 EXISTING CONDITIONS A. Examine proposed work areas and conditions of installation prior to construction. B. Verify the location of all utilities prior to tree pit excavation. Coordinate with the Landscape Architect. 2.02 EXCAVATION shall be from the adjoining frontage roads only. A. General: 2.03 PREPARATION 1. Protect all existing improvements within the highway right of way, such as slopes, lawn areas and utilities, from damage caused by excavation operations. 2. This Contractor shall be held liable for the repair of, and /or provide adequate compensation for, any damage to the property by this Contractor. B. Soil Excavation: Reference Section 2.04. A. Coordination: Coordinate all work with the Landscape Architect. B. Work shall be performed only by experienced workmen familiar requirements and procedures under the supervision of a qualified supervisor. C. Prior to excavating any tree pits within a given quadrant of any highway intersection, 2 the Contractor shall stake all tree pit locations. D. All staking shall be approved by the Landscape Architect. No additional compensation will be provided for field adjustments to tree pit locations. 2.04 TREE PIT EXCAVATION A. Tree pits shall be excavated exactly as per dimension and diagram, reference detail. B. Tree pits shall be perfectly round in shape at top and at bottom of pits. C. Sidewalls of the pits shall be straight, with no tapering or protrusions, ie. rock, roots or debris. D. Bottom pits shall be flat with sharp insidecorners. E. In circumstances where pits will occur on sloped conditions, the depth of the hole shall be measured from the downside edge of the slope to the bottom of the tree pits. Reference detail. F. All material excavated from tree pits shall be unclassified. The Contractor shall become expressly familiar with all site locations regarding excavation conditions and soils. No additional compensation will be permitted regarding existing soil materials and /or conditions. G. All excavated material shall be hauled directly off each site. No stockpiling of material will be permitted to remain after the conclusion of each work day. The Contractor shall be reponsible for the proper and legal disposal of all excavated material. The City, will provide disposal locations at no charge. H. The Contractor must, in order to qualify his bid, submit along with the bid, a written description of the procedure and method(s) that will be used to excavate all tree pits. I. Upon excavating each tree pit, the Contractor shall promptly install two metal posts (to be provided by the City) into each pit and tie 3 2.05 CLEAN UP plastic ribbon to stakes. Reference detail. A. During work, keep premises neat and orderly, including organization of storage areas. B. Remove trash from site daily as work progresses, including debris and excavated soil from work areas. 2.06 TRANSPORTING & DISTRIBUTING LANDSCAPE MATERIALS A. As and when directed by the Landscape Architect, the Contractor shall haul and distribute exact quantities of soil mix, topsoil and bark mulch to each excavated tree pit. All materials will be furnished by the City and centrally located at all planting sites. 2.07 ACCEPTANCE B. As and when directed by the Landscape Architect, the Contractor shall transport and distribute all 20 gallon trees from the City storage yard to all planting sites. A. Contractor shall maintain his work to remain in good condition until final inspection and acceptance of the project. B. Inspection to determine the acceptance of the work will be made by the Landscape Architect, upon the Contractor's request. END OF SECTION 4 um we No I I ma am MI WI ma gm — UN as EXISTING GRADE VARIES, 6" MINIMUM IN LOCATIONS WHERE PITS OCCUR ON SLOPED CONDITIONS, THE DEPTH OF THE HOLE SHALL BE MEASURED FROM THE BOTTOM SLOPE EDGE OF THE SLOPE TO THE BOTTOM OF THE PIT. SLOPED SITE CONDITION TREE PIT TO BE .ERFECTLY CIRCULAR IN SHAPE AT TOP AND AT BOTTOM OF PI TREE PITS TO BE EXCAVATED EXACTLY AS PER DIMENSION. REMOVE ALL EXCAVATED MATERIAL FROM SITE. 20 GALLON CONTAINER ONLY SHAPE TOP EDGE OF TREE PIT TO MAXIMUM 45% PITCH. ' _TOP SLOPE EDGE BOTTOM SLOPE EDGE TREE PIT EXCAVATION DETAILS SIDEWALL OF PIT SHALL BE STRAIGHT, NO TAPER OR PROTRUSIONS, IE. ROCKS, • ROOTS OR DEBRIS. __11.1_11 .J. ■ EXISTING GRADE FLAT SITE CONDITION z a PIT SAFETY MARKER INSTALL 2 METAL STAKES (PROVIDED BY THE CITY) IN TREE PIT AND WRAP WITH ORANGE SURVEY TAPE AS WARNING MARKER. MAINTAIN AND REPAIR MARKERS AS REQUIRED UNTIL TREES ARE PLANTED. ALL STAKES 10 BE INSTALLED PERPENDICULAR 10 MI 35 MAIN LANES TREE PIT • J 1 1 1 1 1 1 1 1 1 1 1 • Form 1082 Rev. 12 -87 Notice of Proposed Installation Utility Line on Controlled Access Highway To the State Highway and Public Transportation Commission do District Engineer ( . State Department of Highways and Public Ttansportation District 14 Austin ,Texas- 'Formal notice is hereby given that City- of Round Rock, • Texas Company proposes to place a 14" PVC Landscape Irrigation line within the right -of -way of Interstate Highway No. 35 in Williamson I County, Texas as follows: (give location, length, general design, etc.) Originating at Sta. Pt. 1426+95 (south bound Frontage Road R.0.W. line) running East, directly to existing 6" PVC conduit located beneath Frontage Road at Sta. Pt. 1426 +95. Reference plan. The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in. accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). The location and description of the proposed line and appurtenances,is more fully shown by attached xerox copies of drawings attached to this notice. Construction of this line will begin on or after the 20th day of December 19 89 Firm By 4■C •, ut�z Title ' Address • Date November 20, 1989 City. of Round Rock Senior Engineer 221 East Main Street Round Rock, Texas 78664 1 1 1 'LNG SOUTHBOUND MAIN LANES -i 0 6 1 1 1 1 1 1 1425 EXISTING IH35 - N ITDTisb �1N REMOVE EXISTING LIGHT POLE r � • 6' PVC SCH40 (60') • M N � M a J ENO T IH3F 47.0' F , S16'39 G ' -t/2 • Ix 1 1 ' Notice of Proposed Installation Utility Line on Controlled Access Highway 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Form 1082 Rev 12 -87 To the State Highway and Public Transportation Commission c/o District Engineer State Department of Highways and Public Transportation District 14 Austin , Texas City of Round Rock, Texas 1 Company proposes to place a 1 PVC Landscape Irrigation line within the right -of -way of LOOP Highway No. 384 in WILLIAMSON I County, Texas as follows: (give location, length, general design, etc.) Originating at Sta. Pt. 19 +00 (Loop 384) running westerly from east R.0.W. line of Loop 384 to proposed landscape planting located 30 feet off back curb of Loop 384. Reference landscape plans prepared under the landscape Cost Sharing Program, on record at District 14, Landscape Section. Formal notice is hereby given that 11 b ff The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S 6705d). The location and description of the proposed lineand appurtenances is more fully shown by xerox copies of drawings attached to this notice Construction of this line will begin on or after the 20th day of December 19 89 Firm Date November 20, 1989 • CiLy of. Round Rock By LiL4 1: 2 * P rifle Senior Eng] neer Address 221 East Main Street Round Rock, Texas 78664 attached 1 1 1 1 1 GE F 4.00 1 1 LOOP 384 17 < CURB & Gl''TTER YPE 1 I e EXISTING R.O.W. - rnn n e ,r.,r..r nr., 1 1 For 1082 Rev 12 -87 Notice of Proposed Installation Utility Line on Controlled Access Highway To the State Highway and Public Transportation Commission c/o District Engineer State Department of Highways and Public Transportation District 14 Austin , Texas Formal notice is hereby given that Ci ty of Round Rock, Texas Company proposes to place a 1.i." PVC I andscape Irrigation ..,Win the right•of -way of INTERSTATE Highway No 35 in WILLIAMSON County, Texas as follows: (give location, length, general design, etc.) Originating at Sta. Pt. 1345+55,(outhbound Frontage Road) running north 100 feet, 2 feet inside west R.O.W., to Sta. Pt. 1344 +55, turning 90 to the east, running 25 feet to existing 6" PVC conduit located beneath southbound Frontage Road. Reference plan Date _ November 20, 1989 The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transports on - Our Firrn further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.0 -5 670 d) The location and description of the proposed line and appurtenances is more fully shown by xerox copies of drawings attached to this notice. Construction of this line will begin on or after the 20th day of . December t9 89 Firm lisle City of Round Rock ey- off. "".JJ , PS, Senior Engineer attached Address 221 East Main Street Round Rock, Texas 78664 1 ' .4.-- • 1 k - ✓-' 1" 1 N I 1 REMOVE EXISTING `v 1 ' 1/4.■ o 10 II 1 y II BEGIN RAMP BRIDGE II it STA. II II 1345 +72 II II LIGHT POLE ' 1345 X00 , `-j. II , I I fl I .S19 °34'01.14•E I I , II II v � JJ�� .T�.�� 111 I( 1 I 1 � II 1 I L n II I1 II 1 1 L i II 1I I L(� y II 11 11 II ( , a 1 IBGF 1 �N. U r \ ff Or IEL SOUTHBOUND STEEL BARREL ATTENU TOR 6' PVC SCH40 (7'5') EXIS1ING — — I6' water — , — ,, - - - - - - - -� 1 -TAS ti 1 )4,11-IQ51T "G" . (n 'ei`l 8' Wastewater 11 rtt —i(z. J BEGIN S.B. FR.RD. BRIDGE STA. 1346 +20 Form 1023 Rev. 12 -87 17TIDIT Notice of Proposed Installation Utility Line on Non - Controlled Access Highway To the State Highway and Public Transportation Commission c/o District Engineer State Department of Highways and Public Transportation Di Srri r.r •14 Austin • Texas Formal notice is hereby given that City of Round Rock, Texas Company proposes to place a 1;" PVC Landscape Irrigation line within the right -of -way of INTERSTATE Highway No. 35 and R.M. 620 in WILLIAMSON County, Texas as follows: (give location, length, general design, etc) Originating at Sta.'Pt. 3 +25 ( R.M. 620 east of I.H. 35) running 10 feet to a proposed utility bore (1'—�" water line for irrigation) at Sta. Pt. 3 +25, R.M. 620, running 70 feet beneath R.M. 620 to south R.O.W., turning 90° to the west, running 2 feet inside R.O.W., (620), turning 90 to the south, running 2 feet inside R.O.W., (I.H. 35), for 95 feet, turning 60° to the west for 68 feet to existing 6" PVC conduit located beneath northbound Frontage Road of I.H. 35, Sta. Pt. 1340 +60. Reference plan and profile. The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and, policies of the State Department of Highways and Public Transportation. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d) The location and description of the proposed line and appurtenances is more fully shown by attached xerox complete sets of drawings attached to this notice. 20th December 89 Construction of this line will begin on or after the day of , 19 . Firm City of Round Rock By 1GCUr.. a ZL #1 Title Senior Engineer Address221 East Main Street Round Rock, Texas 78664 Date November 20, 1989 P. E. 1 HIplar •t7• LIGHT POLE 6 PVC SCH 40 (60" ) 240, LF MBGF (BLK OUT) 1-TAS 1 1 1 CONC. SDWLK • 1-7 ' - ' .......... ......... r-ff ...... 2;. !TrItZTN/X ATTI\altlp ricor11- 1 1340 00 t4ot aumV\Nr off fr f-M 020 c _ g 4- in CJ w LiJ "■t S19°34'05.14 'E 12.1..139 N -- ow i m — No we ow in E, um es a i'1�� t y °pa 10 - 4 1 0'-0 " Carve 4hsz 1112 M/C I IQY' 11cN UN� e o' - o° 1 lo' MIN NI 020 • �rn•�°r- �t a Form 1082 Rev 12 -87 To the State Highway and Public Transportation Commission c/o District Engineer - State Department of Highways and Public Transportation District 14 . Austin Texas Formal notice is hereby given that City of Round Rock, Texas . Company proposes to place a 14" PVC Landscape Irrigation line within the right -of -way of INTERSTATE Highway No. • is in WILLTAMSON County, Texas as follows: (give location, length, general design, etc.) -Originating at Sta. Pt. 1340+30,(southbound Frontage Road of I.H. 35), running east from west R.O.W. line, to existing 6" PVC conduit, located beneath southbound Frontage Road at Sta. Pt. 1314 +30. Reference'plan. The line will be constructed and maintained 00 the highway right -of -way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. . , Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d) The location and description of the proposed line and appurtenances is more fully shown by attached xerox copies of drawings attached to this notice. Construction of this line will begin on or after the 20th IrI I itrq Notice of Proposed Installation Utility Line on Controlled Access Highway Firm By Title Address day of Date November 20, 1989 December City of Round Rock P Senior Engineer 221 East Main Street Round Rock, Texas 78664 19 89 1 4- ilk!'(" ' *" 1 1 1 1 1 1 1 RT. 1 1 REMOVED DI.) LUG N QUN91NT off - ;n t � 1 6' PVC' SCH40 (G0') SOUTHBOUND MA CURB & GUTTER TYPE I • Form 1082 Rev. 12 -87 Notice of Proposed Installation Utility Line on Controlled Access Highway' To the State Highway and Public Transportation Commission do District Engineer State Department of Highways and Public Trans District 14 Austin ,Texas . Date November 20, 1989 Formal notice is hereby given that City of Round Rock, Texas Company proposes to place a 1;" PVC Landscape Irrigation line within the right -of -way of INTERSTATE Highway No. 35 in WILLIAMSON County, Texas as follows: (give location, length, general design, etc.) Originating at Sta. Pt. 1313+80 (8feet behind curb of northbound Frontage Road), running west from east R.O.W. line, to existing 6" PVC conduit located beneath northbound Frontage Road at Sta. Pt. 1313 +80. Reference plan. The line will be constructed and :maintained on the highway right -of -way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). The location and description of the proposed line and appurtenances is more fully shown by xerox copies of drawings attached to this notice. Construction of this line will begin on or after the 20th dayof December Firm City of Round Rock By ^r" P, fit/ ng J Title Senior Engineer Address 221 East Main Street Round.Rock, Texas 78664 attached ,19 89 1 1 1 •r �. FR. RD. a STA. 1309 +99.98 = t t STA. 1310 +00, 223.06' LT. 48' -18' RCP TO BE REMCNED 76' PVC SCH 4Q .69" 1315 0 1 a J = REMOVED I NSITION 10' TO 6' 11 +40 CONC.DRV 0 i«tr "Pa aff. GZUN9s", pF L.1- + HN -r: 1 _ $ NORTHBOU BEGIN LANE TRANSITION N.B. FR. RO. El STA. 1313 +45 37.5'RT. ENO TAPER IH35 . STA. 1313 +48.71 68.0' LT. CONC.DRVWY. 47.0' LT. CURB & GUTTER CONC.DRVWY c END LANE TRANSITION N.B. FR. RD. STA. 1314 +95 25.5'R T. CURB & GUTTER 1 1 1315 +00 �-- y H % Noni -i uN4 1313'02'8.64'E , 1315 ±00 NO 1 Form 1082 Rev 12 -87 Notice of Proposed Installation Utility Line on Controlled Access Highway To the State Highway and Public Transportation Commission do District Engineer State Department of Highways and Public Transportation District 14 Austin Texas Date July 26,1990 1 Formal notice is hereby given that City of Round Rock, Texas Company proposes to place a 1 1/2" PVC Landscape Irrigation line within the right - of - way of U.S. Highway No. 79 I in Williamson County, Texas as follows: (give location, length, general design, etc.) Install a 1'—," PVC irrigation line originating at Sta. Pt 9992 +60 running east I 4 feet off north R.0.W. line (U.S. 79) to a proposed 4" diameter utility bore beneath concrete driveway apron, beginning at Sta. Pt. 9993 +10 and ending at Sta. Pt. 9993 +70, and proceeding 4 feet off north R.0.W. line (U.S. 79), then turning 90 to the south at Sta. Pt. 9993 +96 running 15 feet to existing 4" 1 diameter PVC conduit located beneath the westbound lanes of U.S.. 79 and terminating at the raised grassed median of U.S. 79. Reference plan and profile. 1 The line will be constructed and maintained on the highway right - of - way as shown on the attached drawing and in accordance with governing laws, including, but not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. - I - Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform I Act Regulating Traffic on Highways" (V.C.S. 6701d). .- The location and description of the proposed line and appurtenances is more fully shown by attached I xerox copies of drawings attached to this notice. Construction of this line will begin on or after the 5th dayof August 19 90 . 1 Firm City of Round Rock . By Title Senior Engineer:. - 1 Address 221 East Main Street tX MOPE ) ')' Round Rock, texas r.. nr rl • - ■I INN - r - N r r ■r r - - - . - ANN IF2 f f\P NpUI'I N O.0N � [Doi 3?) (u i) Wts META;' �H. 4o' fVC c lr�ui'r T i °1°1 °12 •+- &o 6^1.' LI•'E 21.23 721.17 731.03 720190 720. - - 1 Pope) .1 < u r war ECaNn 22. 23 722.07 721.93 721. 80 • 721.66 I 721, 52 721 39 , , °It. 61 o 7 65 720.71 720.57 723.44 719. 30 720. 1 7 72 ,_.� - i. ... , �9 a. PO 5955•C3 ___ __ ( 9997.00 720.56 722 : h\ - 6 ^ 1\72131 7Z7_17 721. 55 726 01 • 720 ; k17 720.74 C 1 l r FS Id �•- 722.61 722.59 722.35 2 1 621,11 2661 !L51 TUN AID 1ria l2. I. b°1 721.33 721.16 720. 90 I JCTIr�l9 II 8.112 IGIN^TioN hT i t�rzr -1 - 72 • -" c Jr1JI1 JUL( 26 (ri L��R _ 11/ t � t ( .1) t. 3 C4 1 .95 ,95 719.81 719. 7 19 •54 719.43 719. 715.. 72 - • 720.75 720. 61 72Q,_]_� 720 • F5 -1a 966 LINE • 5 MI -2/2 1.11 -6L ;o 1 1 - 720161 720.67 720.53 720.50 720.26 723.1:- i: 19.91 719.77 719.63 719.59 719.36 719. - IDTINO 4 1141 ` f o CGNI S 6 • '.1° CCO - • 0 Ric NI actor- 4116 9 T1�i;L cix=tHm 7° >✓e t � tm IY rro L - 2 oNr of IN2 Yyofzl� 4 CPC p q,p 4 - • D C/'e7IN& IN I-t 1 Pu -INm 1 o , nT1oN• IY+ j/C. rwcorcrlorl L-Ii $O NN6 . CO I Il pNu \T1oNtKoNe u°. `r JULY 26,1 lo' -o° Form 1023 Rev. 12 -87 To the State Highway and Public Transportation Commission c/o District Engineer ,State Department of Highways and Public Transportation Di strict 14 Austin Texas Formal notice is hereby given that - City of Round Rock, Texas - *Company proposes to place a 14" PVC Landscape Irrig'a€ion line within the right -of -way of INTERSTATE Highway No. 35 and F.M. 3406 in WILLIAMSON County, Texas as follows: (give location, length, general design, etc.) Originating at Sta. Pt. 487 +40 ( F.M. 3406) running 10 feet south from the north R.O.W. line, turning 90 to the east, running 15 feet to proposed utility bore ( le PVC irrigation line) beginning at Sta. Pt. 487 +55, ending at STA. PT. 488 +20, continuing to Sta. Pt. 489 +40, within 2 feet of north R.O.W:, turning to the north at Sta. Pt. 1239 +80 ( I.H. 35), running 80 feet to`Sta.'Pt. 1239 +00, turning 90° to the east, running 15 feet to proposed utility bore ( 1;" PVC irrigation line, in 4" dia. bore) at Sta. Pt. 1239 +00. Reference plan and profiles. ' The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in accordance with .governing laws, including, but not limited to any rules, regulations and policies of the .State Department of Highways and Public Transportation. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d) The location and description of the proposed line and appurtenances is more fully shown by attached r-rox complete sets of drawings attached to this notice. 20th December 89 Construction of this line will begin on or after the day of 19 tiIDI r n -tr Notice of Proposed Installation Utility Line on Non- Controlled Access Highway City of Round Rock Firm (� By 1 i:r7 Title Seni or Engineer Address221 lust Main Street Round Rock, Texas 78664 Date November 20, 1989 1 1 1: N w au NT, or ` 4 Fri • •, 1 •' IIH 35 West Frontage Rd c_ 'Curve Data • P 1 Sta 1 238 +73.5 l • p - 47' 17' 50.11• Lt D = 8' 00' 00' - • • T - 313. 62' L - 591.22' ▪ PC Sta 1235 +59.89 PT 5 1 2 4 1 1 Omits of HMACP R• n wet Prr 'r- -c• VJ -'� /" 1 , • 4 ° . ^UCG✓�: i 'N\ f�.F zi r : ArtiL -p". - 1 ,- FM 3 -406 c_ Curve .Data P I Sta 486 +48.88 44' 37'00' Rt 0 - 4' 30' 00' 29.97' ___ Grade to Drain ' riiN 2 z I r2" tqlolvst- To i (r' ``H! Cos' -OIL Q.l`BIN0 li 4 zR Q eANC? I V2" rvo II I ur ca DIVE ! M . . LATINO Ulvervt T ivrtN.r011 i r'(o 4 fib.20 C20' -0 Cpe to r-i J 9o'-o 17\VE 1etJf - 1/49 p Z p L ts- rJ' ric 7IION L N� ID' r'(IN. In' 1 2i. INffinT ri\oNTt c effrlYfo& ti • ttINT" I2�°i +ce N • ,I Nom" 1 1 - 1 1 1 1 Formal notice is hereby given that City of Round Rock, Texas Company proposes to place a 14" PVC Landscape Irrigation -. - I line within the right -of -way of INTERSTATE Highway No. 35 • in W'ILLIAMSON County, Texas as follows: (give location, length, general design, etc.) 1 1 1 1 1 The line will be constructed and maintained on the highway right -of -way as shown on the attached drawing and in accordance with governing laws, including, but. not limited to any rules, regulations and policies of the State Department of Highways and Public Transportation. Our Firm further understands that the State considers proper traffic control measures as those complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices required for adoption by the "Uniform Act Regulating Traffic on Highways" (V.C.S. 6701d). ' The location and description of the proposed line and appurtenances is more fully shown by attached xernx complete sets of drawings attached to this notice. 20th December 89 Construction of this line will begin on or after the day of 19 1 1 1 1 1 • Form 1023 Rev. 12-87 Notice of Proposed Installation . Utility Line on Non - Controlled Access Highway To the State Highway and Public Transportation Commission do District Engineer State Department of Highways and Public Transportation Di strict 14 Austin ,Texas Originating at Sta. Pt. 1241 +00 (I.H. 35) running west from east R.O.W. for 30 feet to proposed utility bore (11" Pvc irrigation line in 4" dia. bore) beneath east Frontage Road at Sta. Pt. 1241 +00. Reference plan and profile. Firm City of Round Rock t P. Title Senior Engineer By Address221 East Nain Street. Round Rock, Texas 78664 Date November 20, 1989 1 . 1 1 1 1 1 1 1 0 r 25'Term - Anch Sect PVC) (SCH 40) (4 IN) to 496 +25 bs dlrected by Engineer. �► n P41-tityrr N.� T' ©F Exist MBGF To be removed •ec'. `! \ ; \k p Prop 1 I I LF X Conc 'C & G Ty 1 1 �' 125 LF Remov �`• B .r '\ - Old Conc C& G G oo Y Limits of HMACP 4"1- \ Prop k� L•F' Conc C & G Ty 1 1 136 LF\ emov Old Conc C & G 1 S 't\Remov Old Conc (R 1 pra 13 SY Nmov O,d Conc (Rlpra Pr 311 LF Conc C & C 311 LF Remov Old Conc `0I "'VS-66 39'• 18` E Remove LProp IS 91 LF Rea & replacE -Prop 61 LF 64 SY Remov NM MN NM MN - - -- a - - -- MOM= I NM MO 4o' -o" t°fvert-iJ[ 4 iQ c r.12 - -- \ y2 1 it r n ul.i 10' MIN. 4 1.11. T roN e 10 iT m.5ioro �r MCP' fl 121 too CHANGE ORDER AIA DOCUMENT G701 PROJECT: "tltr 'rG►Z F'oIND ROCK (name, address) j 41A y TO (Contractor): ra•NLNG1 -1 Cam:11100M PccrevoolPc1 p, o, Sorg 4001 ljtootzte •taNr.1 1'( 186 Nth : 1. 142.' 1 s lv VPd.VV 2. 1 Ge.to ./Prwm 3 1 z44 PLf tC vP�u�t M. to" f'I.Pv3TIc VM-Vt e 5. ft.i. &rlc IrmsloPctlbN pUI61..b4Z R IV1 Nc0 Pvfi c p 04 141 / 41 141 "‘rla 11 ARCHITECT —I1 c 1F!• 14_ Address .�-• N 1 17L BY DATE AIA DOCUMENT G701 • CHANGE ORDER • APRIL 1978 EDITION • AIA • © 1978 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE , N W , WASHINGTON, D C 20006 Distribution to: OWNER ARCHITECT CONTRACTOR FIELD OTHER BY A DATE r O'SI /'507,7 _ JAN 16 1991 • ❑. CITY OF ROUND ROCK PLANNING DEPT. 0 0 CHANGE ORDER NUMBER: b2» INITIATION DATE:. -1 (4 N 3 P7 , f 1 ��1 ARCHITECT'S PROJECT NO: 92)( CONTRACT FOR: S1z1 ..lQ,ta i©) beer rir #c,KJA 11e4 1 CONTRACT DATE: S *> 11,1z. t`bt`1 You are directed to make the following changes in this Contract: tDuct 'tie cost or . isrAcibc1"1oN) MPr{vs1lhl uNocccooNt b 117-DM 11 ODNt'IzP C r kM00Nr {3 LOIN. (a.04111 1"Y uNp.ccou N tt7D 6 Not valid until signed by both the Owner and Architect Signature of the Contractor indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time. t395. The original (Contract Sum) (Guaranteed Maximum Cost) was ' $ 3 6 00 Net change by previously authorized Change Orders $ y "1Fj The (Contract Sum) (Guaranteed Maximum Cost) prior to this Change Order was $ 1j 5c 0 i'6, "1 The (Contract Sum) (Guaranteed Maximum Cost) will be (increased) (decreased) (unchanged) by this Change Order $ "1C7.0 I The new (Contract Sum) (Guaranteed Maximum Cost) including this Change Order will be $ 3 o f , I a..,14- The Contract Time will be (increased) (decreased) (unchanged) by ( i ) Days. The Date of Substantial Completion as of the date of this range Order therefore is - . Apkhorized: p�siSM1 ti4 AbSbG CUNNlt342kfPcM 5N WI Urf or guND 124CW CONTRACTOR o. t 4 14 . • OWNER22 l. ` , 1 r „ • N Adr oms 1 1 .3 4 . i 2' Addre P'r `r BY DATE t iP en 4• I i % 7 Q 2-70-,1 T G701-1978 5b Cunningham Construction & Associates, - Inc. P. 0. Box 40014 Georgetown, Texas 78628 512/862-2131 Fax # 512/865 -0728 DATE A � � q) TIME C.C.A, INC. 5128690728 FACIMILE TRANSMITTAL LETTER SENDER Donna van der Hagen These a pages (including cover sheet) are PRIORITY. Please notify the intended re Tent immediately. FIRM QJr ___ FAX # •/ P. -asr- 62(.07 PLEASE GIVE TO 99c V COMMENTS: P.01 __ DATE TIME % 4 M R i OF li PHONED PHONE RETURNED YOUR CALL ,PLEASE CALL WILL CALL AGAIN AB W E MESSAGE NUMBER . EXTENSION A / A ..i� -� .L =- . �__ L. L- L' � rn a CAME TO SEE YOU WANTS TO EE YOU • l ill.r«i 4..,__,, , ♦ gm IGNED " V .. / 4 ' _ r Flu TOP ' =FORM 4003 (PHONE C A L L )