Loading...
R-00-06-08-11A2 - 6/8/2000Re\ WPDOCS \RESOLUTI \R00608A2.WP0 /¢c RESOLUTION NO. R- 00- 06- 08 -11A2 WHEREAS, the City of Round Rock has previously accepted a bid for the demolition of the Chisholm Valley standpipe, and WHEREAS, the Council has determined that the project should be re -bid, and WHEREAS, the City of Round Rock has duly advertised for the re- bid of the demolition of the Chisholm Valley standpipe, and WHEREAS, Hunter Demolition & Wrecking Corporation has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Hunter Demolition & Wrecking Corporation, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Hunter Demolition & Wrecking Corporation, for the demolition'of the Chisholm Valley standpipe. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. ATTEST: RESOLVED this 8th day of June E LAND, City Secretary 2 ROB RT A. STLUKA, 3it., Mayor City of Round Rock, Texas o F 5�'.r z •'a�sr�.'�>,�n trj �,'� 1 Fes' � �� 1a•3iy�s� zygg 51 ' xf • c � t`��.�••, �• ^' �?' war ,' s ^r t 00. WX "RW 3, t ►' Ari ,�.y�,ss**tt ��'��`;,1;��;'�• ,y k� �'�����1� '� to£�0. �� ,�4a�,—i �_�1£r�;� 'f t��t�^'��4�•�^.- fix pA- ,F"�e.�• .t jj ff .r*t C ,�' 1�• -re`� y � � t� '�`�� 2 5���-- r �, `I�'�s�t���S i�a,t �,�,.,�✓,f ^,},^,'�s'�1\ �'� �� �.�".,�-"".`...--•-a_.,..-a...`" F�,,i3,a, ���� t+a".rti iy �y 1'aki ,ems r � �' i` '�i •i , �"'�, 't-" a♦ .�! ,tLt } �, r tyy, ',' >fe�. z '"r{ © i FV? v '+nn-.r h! 'rv► x` t �. r �,^v i {I s�'' t a It,, �� f s fi 1 aa�} �� a T t f� r7•�a 'a�.��"� �,�' i`� �;� �:rt �" tz•� a: zt f� � � 4,��,M �'�:i�3 � x t4M�i�rT MAY. 26. 2000 10:25AM May 26, 2000 Mr. Steve Miller, P.B. Utilities Engineer City of Round Rock 2008 Enterprise Round Rock, TX 78664 HDR ENGINEERING INC. - AUSTIN Re: City of Round Rock Water System Improvments Contract No. 4A REBID Chisholm Valley Standpipe Demolition Dear Mr. Miller: On May 23, 2000, HDR assisted the City in opening bids for the project referenced as Contract No. 4A — REBID — Chisholm Valley Standpipe Demolition. Five bid proposals were received. A tabulation of the bids is attached. The lowest qualified, responsive Bidder for the project is Hunter Demolition & Wrecking Corporation with a Bid amount of $16,000. We have confirmed the project requirements and schedule with Hunter's project manager, reviewed the qualifications statement submitted with the bid proposal, and contacted several of their references. Although their bid is somewhat lower than the second place bidder, Hunter confirmed that they understand the project specifications and requirements and are comfortable with the amount bid. In addition, we uncovered no other concerns with their ability to perform the work indicated. Therefore, we recommend award of the contract to Hunter Demolition and Wrecking Corporation in the amount of $16,000. Please call should you have any questions or need any further information. Sincerely, Neil A. Graff, P.E. Project Manager N0. 5506 P. 2 05/26/2000 FRI 11:27 tT % /R% NO 6975] fj002 Ise ler Demolition, Inc. Y Y 1,500.00 31,750.00 33,250.00 Hunter Demolition & Wrecking Corporation Y Y 0.00 16,000.00 16,000.00 A & R Demolition Y Y 7,500.00 28,000.00 35,500.00 J. T. B. Services Y Y 1,200.00 23,649.00 24,849.00 Pittsburg Tank & Tower, Inc. Y Y 3,415.00 33,515.00 36,930.00 Bidder Bid Opeing May 23. 2000 City of Round Rock Water System Improvements Contract No. 4A REBID - Chisholm Valley Standpipe Demolition Bidders Tabulation Sheet 0 5/24/00 DATE: June 2, 2000 SUBJECT: City Council Meeting — June 8, 2000 ITEM: 11.A.2. Consider a resolution authorizing the Mayor to execute a contract with Hunter Demolition & Wrecking Corporation for the demolition of the Chisholm Valley Standpipe. The low bid of $16,000 submitted by Hunter Demolition was received on May 23, 2000, and based upon HDR Engineering, Inc. review and recommendation this bid should be accepted. Staff concurs and recommends approval. A previous demolition project for Chisholm Valley Standpipe was cancelled due to safety concerns and the adequacy of the demolition plan as submitted by another contractor. This current plan calls for the cutting and dismantling of the tank piece by piece. Staff Resource Person: Jim Nuse, Public Works Director. 1/Hi/19'54 17 � zi un4D1/[a CERT OF LU8ILITY INSURANCE PRODUCER Sammy J. Ray Insurance Agency P.O. Box 1226 Euless, TX 76039 a INSURED Odyssey Resource Management, Inc. C 204 N. Ector Re: Hunter Demolition & Euless, TX 76039 Wrecking Corp. D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operatic= hereinafter described, forthe types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter deaanbed. Exceptions to the polities are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE WIRATION LIMITS LTR NUME= DAZE DATE GENERAL t1AIIUTY AUTOMOBILE I1AEUllY EXCESS LIABILITY - EACH OCCURRENCE S AGGREGATE S WORKERS COMPENSATION AND EMPLOYERS Li ABILITY TSF 0001084137 A OTHER PBD-7 - _aiiliAl'� MJrI I CRUCI.IULI 11LJrvl.Unr RECEIVED J N 19 2000 Date: 06 /15/00 COMPANIES AFFORDING COVERAGE A Texas Workers' Comp. Insurance Fund GENERAL AGGREGATE S PRODUCTS- COMPIOP AOC. r PERSONAL & ADV. INJURY f EACH OCCURRENCE S FIRE DAMAGE (Anyone fire) S MED. EXPENSE (My oat person)S COMBINED SINGLE LIMIT f BODILY INJURY (Per person) 5 BODILY INJURY (Per amdcat) S PROPERTY DAMAGE - S STATUTORY LIMITS 11-1,41- LPG EACH ACCIDENT S 1,000,000 DISEASE - POLICY LIMIT S 1, 000 , 000 DISEASE - EACH EMPLOYEE S 1 , 000 , 000 DESCRIPTION OF oPERAnoNS11LCATtortsNraocszs :PBCJAL ITFILYnxcernoNs Project Re: City of Round Rock; Water System Improvement; Chisholm Valley Standpipe Demo. The City of Rowel Rock is nneo0 U additional hired with respect to as sondes except workers' Compensation and Employers' liability. Should any of the above deaalbsd policies by auweBed or cheeped befote the expiration date thereof, the issuing company wdt mad thiny (30) days written notice to the certiftwe holder named below. CERTIFICATE HOLDER: sty of Round Rock SIGNATURE OF ORIZEDRE ATIVE =E. alai. Street Road Rrck, Tem 71664 Wu: Jaaaas Land Name Sammy J. Ray , 21/33/1994 19:48 2105451724 ;Tin C.ATE OF LLANLITY INSURANCE Dac.:12/28/00 ICER, Apollo General Insurance P.O. L'o% 1505 , CA 95476-1503 707995-1212 7 07/995-7912 Fax JRED HunLet Demolition & Wrecking Corp. TYPE Of aLSTSIZANCE POLICY NITM:a ER - ..,7o 4 61 51 384 8 8 PXCESS u,kau_rn- OTHR cquipc-ent aenced/Leased PBD-7 RECEIVED .114 0 8 20.01 ., 41.1TERDEND_IT I 0' .R? PAGE 83 CONTAMES AFFORDING COVERAGE AU. S. Fire Insurance Company 't BTravelers/AEINA C North River Insurance Co. :s IS TO CERTIFY rrLkT thc Insurd nana.xi above is ins by thc Companies fisted ahoy:: wi sLi respect co the operations hereinafter dest.sribed, for the cypcs of East= cc and in accordance with the provisioas of CDC standard rtes used by thc companies, and further hereinafter desQ Exoeptfons to the poii:ies . aro noted beto Er/EC EXPIRATION LIMITS DATE DATE OESEF.ALAGG;EGAT= 5 2000000 543086439 .5/2/00 5/24/01 PRODUCTS-COMPIORAGG ; 1000000 PFRSOS ADv. IsruRy s 1000000 E,CHOCCUPRENC= S 1003000 I9E oat S 300000 CAny °cc , 18000 10u0000 BOD:LY Y BODILY (Rcr 5 FROPEICI'Y DAI-tAGE EACH OCCURRENCE AGGREGATE WORKEIRS'COSAnONASDEMPLIABaSTY STA-FITTORYUMITS A:SC.7S E.,T DISEASE ROLIC:f 5 EAC-I E. s 321-085210-5 12/13/00 12/13/01 8530,000 Scheduled 8300,000 icem EXCESS 3005 ICT,Ln-,-;ON op OF ions City of Round Rock Water System Improve. Cnisholm Valley Standoioe Demo. c:it: insured per attached and° rsemenr. C-."Y of Ron Rodc is camcd as e..hdi■docal Cosa:red v•-ith pcbci.= m=cpc Warknr:' Corapc=1. Emplay Liabdity. Shonii of thn abyss dcsm•bcd parscina by ctnsck4 or cbssagod Iscfcrn tbc C131:73-ZCZciacc rIscrnof, the aydU - azii tr.:cry (30) days wratsr: -....- t` ccztif=tc Ino:drr =oat RTUICATE 5WLD City of RoLn:d Rodc 22a E. Maim Sul:cc Rocrad Rod. Two 75564 arm: Scan= Land qt.-1v a E DF i ISTFORIZF_D R.F-FICESATIvE mt Tr...dNmmv Boh ti POLICY NUMBER: 543086439 COMMERCIAL GENERAL LIABILITY r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) (IF REQUIRED BY CONTRACT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: HDR Engineering, Inc., 2211 S. IH -35, Ste 300 Austin, Texas 78741 Fugro South, 1107 West Gibson St., Austin, Texas 78704, Baker - Aicklen & Assoc., 203 E. Man St., Ste. 201, Round Rock, Texas 78664 JOB: City of Round Rock Water System Improve. Chisholm Valley Standpipe Demo. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CANCELLATION PROVISION It is hereby understood and agreed that no cancellation, reduction or modification of coverage herein be invoked until (30) thirty -day prior written notice to the certificate holder herein, except 10 day notice for non - payment. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1934 ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 12/28/00 Named Insured Hunter Demolition & Wrecking Corp. Policy Number 321- 085210 -5 The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Job: City of Round Rock Water System Improve. Chisholm Valley Standpipe Demo. Enter Name and Address of Additional Insured HDR Engineering, Inc., 2211 S. IH -35, Ste 300 Austin, Texa; 78741 Fugro South, 1107 West Gibson St., Austin, Texas 78704, Baker- Aicklen & Assoc., 203 E. Man St., Ste 201, Round Rock, Texas 78664 Is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. t 01/41994 19:48 2105451724 F-U-1TERDEMOLITIQNC0 CEIVEU AUG-2E ITIFICATT OF LIABILITY INSURANCE JCER Apollo General Insurance P.O. Box 1508 Sonoma,. CA .95476 -1508 • 707/996 - 1212 707/996 - 7912 Fax` - URED Hunter Demolition & Wrecking Corp. D IS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the Hess operations hereinafter described, forthe types of insurance and in accordance with the provisions of the standard cies used by the companies, and further hereinafter described. Exceptions to the policies are noted below_ TYPE OF INSURANCE POLICY EFFECTIVE ELATION NUMBER DATE DATE - GENERAL. LIABILITY 543086439 5/24/00 5/24/01 kUTOMOFaaLIABL CAP 461K384 8/20/00 8/20/01 _ EXCESS LIABILITY Equipment Rented /Leased RTTPIC4TE HOLDER: Gty of Round Rocr 221 E. Main Sant Rocs[ Rock Tans 75664 cam: Joanne Land 660356X634A 12/13/99 12/13/00 PBD-7 COMPANIES AFFORDING COVERAGE AU. S. Fire Insurance Company BTravelers /AETNA c . LIMITS GENERAL-AGGREGATE 52000000 PRODUCTS- COMP/OP AGG. 5 1000000 PERSONALS :ADV. INJURY 5 1000000 EACH OCCURRENCE s 1000000 FIRE DAMAGE (My one Frc) S 100000 MED EXPENSE (Amy one persor.) S 5000 COMBINED ,SINGLEUt -5JT 51000000 BODILY INJURY (Per person) 5 BODILY INJURY (Per amdca) S PROPERTY DAMAGE S EACH OCCURRENCE AGGREGATE woRKERS' COMPENSATION AND EMPLOYERS' LIABUITY STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT 5 DISEASE - EACH EMPLOYEE S $530,000 Scheduled $300,000 Item EXCESS BOOM SCRIFTION OF OFERA27ONS LOCvtIOHS iEFDCL2 siSPECLALITEA6/EXCEPT1oNS : City of Round Rock Water System Improve. Chisholm Valley Standpipe Demo: ditional insured per attached endorsement. Datc: 8 /18/00 City of Round Rock is named is addrtioaal rated with r e m to al Fet d= except Workers' Campers-loon and Employers' Laabdity. Should of the aboan described po6cxa by =locied or changed before the expiration dam thmcof, the issuing company will mail thirty (30) days written ice to the oenalkaae bolder wooed be o a(O4ATUREDF AUTHORIZED REPRESENT.ATP'E Typed Name- Boh EIsrer POLICY NUMBER: 543086439 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) (IF REQUIRED BY CONTRACT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: HDR Engineering, Inc., 2211 S. III -35, Ste 300 Austin, Texas 78741 Fugro South, 1107 West Gibson St., Austin, Texas 78704, Baker- Aicklen & Assoc., 203 E. Man St., Ste. 201, Round Rock, Texas 78664 JOB: City of Round Rock Water System Improve. Chisholm Valley Standpipe Demo. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CANCELLATION PROVISION It is hereby understood and agreed that no cancellation, reduction or modification of coverage herein will be invoked until (30) thirty-day prior written notice to the certificate holder herein, except 10 day notice for non - payment. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 8/18/00 Named Insured Hunter Demolition & Wrecking Corp. Policy Number CAP 461K384 The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Job: City of Round Rock !Mater System Improve. Chisholm Valley Standpipe Demo. Enter Name and Address of Additional Insured HDR Engineering, Inc., 2211 S. 1H -35, Ste 300 Austin, Texas 78741 Fugro South, 1107 West Gibson St., Austin, Texas 78704, Baker - Aicklen & Assoc., 203 E. Man St., Ste 201, Round Rock, Texas 78664 Is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF ROUND ROCK WATER SYSTEM IMPROVEMENTS CONTRACT 4A - REBID - CHISHOLM VALLEY STANDPIPE DEMOLITION CITY OF ROUND ROCK, TEXAS APRIL, 2000 HDR ENGINEERING, INC. 2211 S. IH -35, Suite 300 n • Austin, Texas 78741 APPROVO� B CITY` -- 1`1Gi e oo- O6- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF ROUND ROCK WATER SYSTEM IMPROVEMENTS CONTRACT 4A - REBID CHISHOLM VALLEY STANDPIPE DEMOLITION CITY OF ROUND ROCK, TEXAS APRIL, 2000 1 1 1 1 1 1 .1 1 1 1 1 1 1 Contract Documents and Specifications Issued By: 07225 031 036 ADDENDUM NO. 1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF ROUND ROCK WATER SYSTEM IMPROVEMENTS CONTRACT 4A - REBID CHISHOLM VALLEY STANDPIPE DEMOLITION This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated April 2000. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govem. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum in the space provided on the Bid Form. 1. Division 0, Section 1 — Notice to Bidders: Change the date bids will be received from "until May 16, 2000 at 2:00 PM" to say "until May 23, 2000 at 2:00 PM." END OF ADDENDUM . OF Neil A. PE �.. t �1 • * g j q , NEILA.GRAFF i 9t 79287 v�o VS: I NNAL f ' City of Round Rock Water System Improvements Contract 4A - REBID — Chisholm Valley Standpipe Demohuon ADDENDUM NO I Page ADDI -1 Date: 5/il /0 May 2000 1 1 1 1 1 1 i r 1 T 1 1 1 1 1 1 ADDENDUM NO. 2 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF ROUND ROCK WATER SYSTEM IMPROVEMENTS CONTRACT 4A— REBID CHISHOLM VALLEY STANDPIPE DEMOLITION This Addendum will be considered part of the Contract Documents and is issued to change, amplify, add to, delete from, or otherwise explain the Contract Documents dated April 2000. Where provisions of this Addendum differ from those of the original Contract Documents, this Addendum will take precedence and govem. Bidders are hereby notified that they will incorporate this Addendum into their bids, and it will be construed that the Contractor's Bid will reflect with full knowledge all items, changes, and modifications to the Contract Documents herein specified. Bidders will specifically acknowledge receipt of this Addendum in the space provided on the Bid Form. Contract Documents and Specifications 1. Section 01060: Page 01060 -1, Line 12. Add the following sentences at the end of the paragraph: "The ENGINEER will attempt to schedule the Pre - demolition Conference to meet the CONTRACTOR's work schedule. If desirable, the Conference may be held jointly with the CONTRACTOR's mobilization." 2. Section 01060: Page 01060 -1, Lines 14 through 21. Delete lines 14 through 21. A project sign will not be required. 3. Section 01560: Page 01560 -1, Line 37. Insert the following: "B. The OWNER commissioned analytical testing of a single sample of the coating on the exterior of the standpipe. The results of the testing indicate that the single sample collected contains 2.83 % total lead. See test result attached to ADDENDUM No. 2." 4. Section 01560: Page 01560 -2, Line 38. Add the following as the end of the paragraph: "Use of plastic sheeting, canvas, etc. to protect the soil is acceptable provided 0 remains in tact and prevents paint chips or dust from contacting the soil." 5. Section 01560: Page 01560 -5, Line 12: Replace the word "NIOSH" with "National Institute of Occupational Safety and Health (NIOSH)." 6. Section 01601: Page 01601 -2, Lines 30 and 31. Replace with the following: "C. The tank has been drained by the OWNER, is currently empty, and the underground piping has been capped and backfrlled on the north and south property lines." 7. Section 01601: Page 01601 -3, Line 2. Add the followmg words to the last sentence m the paragraph: " ... unless material being dropped is contained within the tank." Issued By: 07225.031.036 END OENDUM co 0 / * • + Date: 5 / 8 4 NEIL A 79287 a • 2 a�• Cn of Round }� y t T� rttents Contract 4A - REBID — 16?4l4Je pipe Demohuon ADDE Page ADD2.1 May 2000 DEL Analytical Date: 18- May-00 CLIENT: CITY OF ROUND ROCK Client Sample ID: 050800 Paint Project Name: Lab ID: 0005034-01A Project No: Collection Date: 5/8/00 9:35 :00 AM Lab Order: 0005034 Maw: PAINT Analyses ICPMS METALS, TOTAL Lead Result RL Qual Units DF Date Analyzed SW8020 Analyst JLS 2.53 1.00 y, 50 5/17/00 9 :41:00 PM S - Spike Recovery outside accepted recovery limit QoallRera: ND - Not Detected at the Reporting limit accepted recovery ;knits - Atsalyte detected below quunimlion limits R. RPD outside B - Analyze detected in the associated Method Blank E - Value above gtandtation range • - Value exceeds Maximum Contaminant Level 1 of 1 TOTAL P.04 1 1 1 1 1 1 1 1 1 1 1 '. 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 ATTACHMENTS TABLE OF CONTENTS DIVISION 0 - CONTRACTS AND CONDITIONS Section 1 Notice to Bidders Section 2 Bid Documents Section 3 Post Bid Documents Section 4 General Conditions Section 5 Special Conditions Section 6 Technical Specifications DIVISION 1 - GENERAL REQUIREMENTS 01025 Measurement and Payment 01060 Special Conditions 01560 Environmental Protection and Special Controls 01601 Job Conditions and Water Tank Demolition 01602 Seeding 01710 Cleaning No. 1 Project Location Map No. 2 Tax Plat Map and Demolition Easement No. 3 Site Plan No. 4 Site Photographs 1 & 2 No. 5 Site Photographs 3 & 4 No. 6 Site Photographs 5 & 6 No. 7 Site Photographs 7 & 8 DIVISION 0 CONTRACTS & CONDITIONS 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1.0 NOTICE TO BIDDERS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTICE TO BIDDERS Sealed bids addressed to the City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the project titled City of Round Rock Water System Improvements, Contract 4A Rebid — Chisholm Valley Standpipe Demolition (project includes demolition and removal from the site of a 500,000 gallon steel water storage standpipe within the City of Round Rock's water distribution system) will be received until May 16, 2000, at 2:OOp.m., then publicly opened and read aloud at the City Hall Council Chambers at the same address. Bid envelopes should state date and time of bid, project title and the words "SEALED BID". No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5 %) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from HDR Engineering, 2211 South IH35, Suite 300, Austin, Tx, 78741, (512- 912 -5100) beginning Thursday, May 4, 2000 for a non - refundable charge of $50.00 per set. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Contractors and subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock. Publish Dates: Austin American Statesman: May 1, 2000 May 8, 2000 NB -1 2.0 BID DOCUMENTS 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 closing 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 (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, BD -1 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. If the total contract price is $25,000.00 or less, the performance and payment bonds will not be required. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, with approval prior to bid opening, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority, the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 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 BD -2 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, 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. The certificate of insurance form included in the contract documents must be used by the Contractor's insurer to furnish proof of insurance. 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. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the finished product under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by BD -3 the Contractor; 2) The Contractor will be paid for these consumable materials by the City of Round Rock as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City of Round Rock. 18. No conditional bids will be accepted. 19. If the bidder's insurance company is authorized, pursuant to its agreement with bidder, to arrange for the replacement of a loss, rather than by making a cash payment directly to the City of Round Rock, the insurance company must furnish or have furnished by bidder, a performance bond in accordance with Section 2253.021(b), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). 20. Because of the unique and critical nature of this project, each prospective bidder shall submit as part of the Bid proposal, additional evidence of relevant qualifications and experience. This information should be submitted on the attached Bidder's Qualifications Requirements form and meet the minimum requirements set forth therein. 21. The Contractor shall be required to perform all work in accordance and complete compliance with all applicable safety and health and environmental regulations. Specific items to be addressed include, but are not necessarily limited to removal and disposal of materials coated with lead -based paints. Prior to beginning work a general health and safety plan along with occupational health programs addressing the items listed above shall be available for review. The general safety and health plan shall include, but not necessarily be limited to the following: 1. Lead Compliance Plan 2. Accident Investigation Procedures 3. Emergency Procedures 4. Fall Protection BD -4 5. Hot Work 6. Hazard Communication 7. Personal Protective Equipment 8. Demolition 9. Cranes, Derricks, Hoists, Elevators and Conveyors 10. Material Handling, Storage, Use and Disposal (Rigging). 11. Powered Platforms, Manlifts, and Vehicle Mounted Work 12. Fire Protection and Prevention 13. Respiratory Protection 14. Medical Surveillance 15. First Aid 16. Noise 17. Toolbox Safety Meetings Upon request of the Owner, the Contractor shall allow the Owner to review the Contractor's Health and Safety Plan for completeness. BD -5 BID BOND KNOW ALL MEN BY THESE PRESENTS THAT WE, as PRINCIPAL and as SURETY, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS hereinafter referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF CITY OF ROUND ROCK WATER SYSTEM IMPROVEMENTS, CONTRACT 4A REBID, CHISHOLM VALLEY STANDPIPE DEMOLITION" for which bids are to be opened at the office of the OWNER on NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two (2) bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this day of Principal: Surety: By: By: (Seal) (Seal) BD -6 PROPOSAL BIDDING SHEET JOB NAME: City of Round Rock Water System Improvement – Contract 4A Rebid – Chisholm Valley Standpipe Demolition. JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: May 16, 2000 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of City of Round Rock Water System Improvement – Contract 4A Rebid – Chisholm Valley Standpipe Demolition and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID (Reference Section 01025 for description of Measurement and Payment) Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1. 1 Lump Mobilization Sum for - - ' dollars and cents. $�---er $ 'fir— 2. 1 Lump Remaining Work including Sum demolish steel standpipe and appurtenances, remove from site complete and restore site. and Ificu,cm�bntss $ \G ° $Il4 oe BD -7 1 1 1 STATEMENT OF SEPARATE CHARGES: 1 1 1 1 1 1 1 1 1 Title for 1 1 1 1 1 TOTAL BASE BID (Items 1 thru 2): If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within ninety (90) calendar days after the date of the written Notice -to- Proceed. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Sub Date ture 'tted, Marty P, Hunter Print Name President Name of Firm 5 -22 -00 Hunter Demolition & Wrecking Materials: All Other Charges: Total: UUlp. BD -8 17934 S.H. 16 South R.Rt.5 San Antonio, Tx, 78264 Address (210) 227 -5100 Telephone Debbie Hunter Secretary, if Contractor is a Corporation 1 1 1 1 1 1 1 1 1 1 EVERGREEN NATIONAL INDEMNITY COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS: BOND NO. 111796 THAT Hunter Demolition & Wrecking Corp., 17934 SH16S RRT5, San Antonio, Texas 78264 as Principal, and EVERGREEN NATIONAL INDEMNITY COMPANY, as Surety, are held and firmly bound unto City of Round Rock, 221 E. Main Street, Round Rock, Texas 78664, as Obligee, in the full and just sum of Five (5 %) percent of the amount bid not to exceed $3,125.00 lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is hereby submitting its proposal for Demolition & Removal of a 500,000 gallon Steel Water Storage , Project No. 01225 -031 -036. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered this 19th day of May, 2000. Hunter De < itio recking Corp. PR PcL . By Weida L I SEAL) EVERGREEN NATIONAL INDEMNITY COMPANY By a — AC/C2 , 7 1 - - ( Anna M. Hilt, ATTORNEY.N•FACT PRINCIPAL ' Five percent of the amount bid not to exceed 3,125.00 CONTRACT AMOUNT AMOUNT OF BOND $ POWER NO. 1 1 1 7 9 6 KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby nom ate c stitutcand a��ot - -- -haul �ameron, A a . Hilt, John W. Schuler - - -- its true and lawful Attomey(s) -In -Fact to make, execute, attest, seal and deliver for and on its behalf, as Surety, and as its act and deed, where required, any and all bonds, undertakings, recognizances and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars ($1,500,000.00). This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of February, 1994: "RESOLVED, That any two officers of the Company shall have the authority to make, execute and deliver a Power of Attorney constituting as Attomey(s) - in - fact of such persons, firms, or corporations as may be selected from time to time. FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile; and any such Power of Attorney or certificate bearmg such facsimile signatures or facsimile seal shall be valid and binding upon the Company; and any such posters so executed and certificate 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 Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and these presents to be signed by its duly authorized officers this 23rd day of February, 1994. Notary Public) State of Ohio) Hunter Demolition & Wrecking Corp. 05/19/00 EFFECTIVE DATE SS: On this 23rd day of February, 1994, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Craig L. Stout and Roswell P. Ellis of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described herein, and who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they are the of of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my official seal at Cleveland, Ohio, the day and year above written. 11 VIII 11I1 VIII VIII 11111 11111 111 111796 '1121198 EVERGREEN NATIONAL INDEMNITY COMPANY CLEVELAND, OHIO POWER OF ATTORNEY SEAL ,nano EVERGItEEN NATION DEMNITY COMPANY miigL. Stout, President Roswell P. Ellis, Treasurer e .ory N. Miracle, Attorney otary Public State of Ohio My Commission has no expiration date Section 147.03 R.C. State of Ohio) SS: 1, the undersigned, Secretary of the Evergreen Natio4Maig mpany, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not bin revoked; and furthermore that the Resolution of the Board of Directors, set forth herein above, is now in force. 19th so u }fit , it', May, 2000 Signed and sealed in Cleveland, Ohio this \ 1t day of i t gitiunury,� �a eyers i SEAL, '''mot OHIOu�`' naaumat Any reproduction or facsimile of this form is void and invalid. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Job Name HUNTER Demolition & Wrecking Corp. 17934 S.H. 16 South Rural Route 5 San Antonio, TX 78264 210 - 227 -5100 FAX 210 - 624 -3707 JOBS RELATING TO WATER TOWERS, WATER STORAGE TANKS & WATER TREATMENT PLANTS Montana Reservoir Elpaso Water Utilities Project 1 Demolition May 95 PettDes Moines Nov. 95 Alamo Cement Towers May 93 McAllen Water Tower Elevated Water Tower May 91 Morey Peak Water Tower 3/96 Description Demoliton of Water Reservoir Demolition of Water Tower Demoliiton of 300,000 gallon water tower Demolition of abandoned waste water treatment plant Demolition of 150,000 & 350,000 gallon water towers Demolition of Elevated Water Tower Owner /Architect El Paso Water Utilities Public Service Board 1154 Hawkins Bldv. El Paso, Tx. 79925 (915) 594-5628 Pitt-Des Moines, Inc. 16825 Northchase Houston, Tx. 77060 Gary Zika (713) 875 -6840 Alamo Cement / Alat}Stovel /Art Quinones /4Ifli1 1(14/S4 (210) 651-6624 City of McAllen City Engineer Abel Beltran (210) 686-6511 City of Austin City Engineer - Jack Doughtery (512) 322 -2731 Bexar Metropolitan Water District 2706 W. Southcross San Antonio, Tx.78211 Thomas Moreno Public Director (210)922 -1221 Winnsboro Water Tower Marion Water Tower 8/96 Poteet Water Tower Demolition of Elevated Water Tower Demolition of Elevated Water Tower Demoliton of Elevated Water Tower City of Winnsboro 501 S. Main Winnsboro, Tx. 75494 (903)597 -2122 fax 597 -3346 Purchasing Director City of Marion 303 S. Center Street Marion, Tx. 78124 Purchasing Director (210)590 -4777 fax 590 -4940 City of Poteet P.O. Box Poteet, Tx. Alfred Catala Mayor (210)742 -3574 fax 742 -8747 City of Bedford Demolition of Elevated City of Bedford 08/97 Water Tower 1813 Reliance Pkwy Bedford, Tx. 76021 (817)952 -2136 Charles Barnett City of Rockport Demolition of Elevated City of Rockport 1/98 Water Tower 622 E. Market St. Rockport, Tx. 78382 (512) 854 -3101 Stephen Grusnewald City of Portland Demolition of Ground City of Portland 2/98 Storage Water Tank P.O. Box 1285 Portland, Tx. 78374 (512) 643-6501 David Vyoral Kelly AFB Demolition of Elevated Durango Services 1 8/98 Water Storage Tank 4502 Mountwood Houston, Tx. 77018 (713) 683 -9081 Tim Wark San Antonio Water Systems (SAWS) 12/98 City of Seadrift 12/98 Demolition of 4 water storage SAWS tanks. (Elevated & ground) 1001 E. Market San Antonio, Tx 78298 (210) 704-7297 Scott Horn Demolition of Elevated Storage Tank City of Seadrift 501 S. Main St. Seadrift, Tx. 77983 c/o G & W Engineers 205 W. Live Oak Port Lavaca, Tx 77979 (512) 552 -4509 Jerry Shepherd Contracts is progress: City of San Antonio Aviation Department 9800 Airport Blvd. San Antonio, Tx. 78216 (210) 207-34 50 u262,600.00 Estimated completion date - June 30, 2000 ' BIDDER'S QUALIFICATIONS REQUIREMENTS MINIMUM REQUIREMENT'S: Bidder shall have a minimum of five (5) years of successful experience as a construction /demolition company with a bonding capacity of at least $2,000,000. Bidder shall have substantial experience in the demolition of steel water storage tanks, specifically tanks over 50 feet tall. Bidder shall complete the following questionnaires and may submit additional information if desired. The Bidder shall possess the knowledge, skill, training, and experience necessary and required to perform the work fully, properly, safely, and in accordance with all applicable laws, ordinances, rules, regulations, standards and lawful orders, including without limitation those relating to the environment, health, safety, and labor. Specifically, the Bidder shall have successful experience in the demolition of structures containing or coated with lead -based paints. The Bidder shall provide copies of any State of Texas licenses or certifications to conduct demolition activities related to the removal and disposal of items coated with lead -based paint, and the handling, transportation and disposal of hazardous wastes. The Owner will evaluate bidder's qualifications to perform the work described herein based on the information from the bidder, and, if solicited by the Owner, the comments of parties who are familiar with the bidders role and performance on selected past projects. The Owner, at his/her sole discretion, may reject the bid of any bidder if the Minimum Requirements are not met, based on the Owner's evaluation of the information submitted, or for the following reasons: • Bidder failed to submit the required information regarding their representative demolition experience with the bid proposal. • Bidder provided insufficient, inaccurate, or incomplete information concerning past projects. Questionnaire: 1. Bidder Name: Hunter Demolition & Wrecking Corporation 2. Years in business under present business name: 11 3. Attach a list of all similar projects completed in the past five vears. Provide the name of the Owner and Engineer for each project and include the name and telephone number of a contact person for each organization. 4. Attach a list of current projects. Provide the name of the Owner and Engineer for each project and include the name and telephone number of the contact person for each organization. Indicate the total value of each contract and the value of the work remaining. BD -9 1 1 Approximately how many similar structures in excess of 50 feet tall has the company demolished in the past five years? ra 5 — To w g/ Volume of gross construction business during the last three years: 1999 $ 1.5 million 1998 $ 2.0 million 1997 $ 1.5 million 1 What percent of annual volume involves tank demolition? 5 to 7 Have you ever failed to complete any work awarded to you? No X Yes _ If yes, explain: Are you presently involved in any litigation or lawsuits involving construction work of any type? No x Yes _ ' If yes, explain: 'J. Has the company received as OSHA citation during the most recent 12 months? If Yes, then how many and for what? No XYes ' If yes, explain: 1 . Has the company experienced lost time accidents during the most recent 12 months? If Yes, then describe each accident and amount of time lost. t No x Yes If yes, explain: 1 1 2. Identify the individuals you propose to serve in the following functions and list the project and contract value of the most recent project they served in the same capacity on: Project Manager: Marty Hunter ' Previous Project: 0.,4 � u.cQr;4'� Project Superintendent: Felix Villarreal I Previous Project: (0`,.I.,_ j Se ar ,,,# 13. Identify your principal bank: Plaza Bank - Dick Layne (210) 222,2211 San Antonio BD -10 ' ' Contact Person: Marty P. Hunter ' ' Phone: (210) 227 - 5100 14. Identify your bonding company /agent: Time Insurance - Austin, Tx. I Contact Person: Phone: John Schuler (512) 441 -1113 ' 1 15. Approximately how many demolition projects in which structures, equipment or piping contained or was coated with Lead - based paints? r : --- 5 > ray I 16. Identify the subcontractors you propose to utilize and the functions the subcontractors are planned to perform, including the name, address, telephone number and a brief description of their ' experience: 1 No Subcontractors will be used on this project. 1. 1. 1 1 1 . 1 1 1. BD -11 3.0 POST BID DOCUMENTS THE STATE OF TEXAS COUNTY OF WILLIAMSON § AGREEMENT THIS AGREEMENT, made and entered into this g t-tt° day of , 20 00 , by and between (Owner) City of Round Rock, Texas of the Sta of Texas, acting through Robert A. Stluka, Jr., Mayor, thereunto duly authorized so to do, hereinafter termed p and (Contractor) Hunter Demolition & Wrecking Sw.a O Corporation of Texas, County of '31 exe r , and State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: . That . for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete th' construction of certain improvements described as follows: City of Round Rock Water System Improvements Contract 4A Rebid Chisholm Valley Standpipe Demolition Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by HDR Engineering, Inc. 2211 South IH 35,.Suite 300, Austin, Texas 78741, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date written notice to do so have been given to him, and all Work will be Substantially Complete within forty-five (45) calendar days after the date of the written Notice to Proceed and ready for final payment with in sixty (60) calendar days after date of the PBD -1 written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXAS (OWNER) ATTEST: Mayor City Secretary Corporate Seal Signed: PBD -2 HUNTER DEMOLITION & WRECKING CORPORATION (CONTRACTOR) ATTEST: Secretary, if Contractor is a Corporation or otherwise registered with the Secretary of State (The following to be executed if the Contractor is a Corporation.) I, foh,' /h n 4e e , certify that I am the Secretary of the Corporation named as Contractor herein; that M ean-rl l .l.qA , , who signed this Contract on behalf of the Contractor was then p s ; n r - (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation_by authority of its governing body, and is within the scope of its corporate powers. THE STATE OF TEXAS COUNTY OF WILLIAMSON PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That of the City of , County of , and State of as Principal, and authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of dollars ($ ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of , 19 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at Length herein consisting of: City of Round Rock Water System Improvements Contract 4A Rebid Chisholm Valley Standpipe Demolition NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the Principal,to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. PBD -3 1 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 _ ' Principal Surety 1 By: By: Title Title 1 Address Address 1 1 Resident Agent of Surety: 1 Printed Name Address 1 City, State & Zip Code 1 Signature 1 1 PBD -4 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That ,of the City of , County of , and State of as Principal, and authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Dollars ($ ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 19, to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: City of Round Rock Water System Improvements Contract 4A Rebid Chisholm Valley Standpipe Demolition NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. PBD -5 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this day of , 19 . Principal Surety By: By: Title Title Address Address Resident Agent of Surety: Printed Name Address City, State & Zip Code Signature PBD -6 JUN 30 '00 '02 APOLLO INSURANCE P.1'3 i t 01!83/ 1 994 19:48 2105451724 HJ'TER0 MLITIOt PAGE 03 _ 1 1 Iaevisid RT1RCATE OF UA&UTY INSURANCE Date 6/16/00 AMR 1;3141PANIES AFFORDING COVERAGE ,olio General Insurance Au. S. Fire Insurance Company O. Box 1508 'nova, CA 95476 -1508 sTravelers /AETNA 17/996 -1212 707/996 -7912 Fax :URFD :rater Demolition & Wrecking Corp. [ISIS TO CERTIFY THAT the IDsered named above is insured by the Companies•listed above with respect to the iinLss operations hutiadter descobed, forthe types of insurance and in accordance with the provisions of the standard Licks used by the companies, and further hereinafter desaibed. Exceptions to the policies are noted below. • TYPE OT IMSODANCE POLICY ETPECTIVE EXPIRATION LIMITS NUMBER DATE DATE G iERAL[SAt6 MY EXCESS LIABILITY 543086439 5/24/00 5/24/01 A47TOMOa ' LLA>nLtlY CAP 461K384 -3 8/20/99 8/20/00 . Eq Rented /Leased PBD-7 GENERALAGGREGATE 62000000 rao D VCrs•cotaror AGG. 6 1000000 PERSONAL Pc ADv. INJURY 51000000 EA UOCCuanaNcn s1000000 11REDAMAGE(Aayoae0ine) S 100000 rJQENSE(Ag•sepanoa)6 5000 ocacHNEDS1NG5ELDOT 51000000 iopAY INJURY (rim pr+ro.) 6 pOD1LYO(NRY(reramdasr) r pRO?EATY DAMAGE 6 EACH OCCURRENCE 6 AGGREGATE 6 wcsismav cosasztsATLON AND rs avamtrL1ADnX Y STATUTORY LmfftS. EAO ACCIDENT S DISEASE - ?OLIcY pun" 5 DISEASE • EACH EMPLOYEE 5 660356 %634A 12/13/99 12/13/00 $300,000 Sche EXCESS BOOM sCAtrltoI OV oreRATtottiaACA •noterv@Da,essasc A1-n'F tsancorrnms OE: City of Round Rock Water System Improve. Chisholm Valley Standpipe Demo.: 1dditional insured per attached endorsement. Le C o!Roand Rods i eem[das fddi0ooalimlmed eidi 1erpeet oo d P° apt Wadoete Compelasooe sad'Etepleyes? L1ab5iry. Should my of the abom dcaaked poiomby n Ltd or dneaed !date t1e °9'irssos 4sa: daaeol dre ssv;s6 eompasy vri8 mad thjt r (30) days.sitrrn odor. rot the onsi5nm botlar named boor. 3SICT1PICATEHOLDERI atyofRoroSacrk 121 F. )gain Srcas Stoo Reek.Tdaa7166 sots: looms Land /J. - .T.4 URR® E[p7 Typedxame Rob F.Te�'er 2 ' JUN 30 '00 22: APOLLO INSURANCE POLICY NUMBER: 543086439 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) (IF REQUIRED BY CONTRACT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: HDR Engineering, Inc., 2211 S. Ill-35, Ste 300 Austin, Texas 78741 Fugro South, 1107 West Gibson St., Austin, Texas 78704, Baker - Aicklen & Assoc., 203 E. Man St., Ste. 201, Round Rock, Texas 78664 JOB: City of Round Rock Water System Improve. Chisholm Valley Standpipe Demo. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CANCELLATION PROVISION It is hereby understood and agreed that no cancellation, reduction or modification of coverage herein will be invoked until. (30) thirty -day prior written notice to the certificate holder herein, except 10 day notice for non - payment. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 P.2/3 JUN 30 '00 •02:83PM APOLLO INSURANCE ADDITIONAL INSURED This endorsement modifies insurance provided under the followings BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date Is indicated below: Endorsement Effective 6/16/00 Policy Number CAP 461K384.3 Named Insured Hunter Demolition & Wrecking Corp. The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Job: City of Round Rock Water System improve. Chisholm Valley Standpipe Demo. Enter Name and Address of Additional insured HIM Engineering, Inc., 2211 S. IH35, Ste 300 Austin, Texas 73741 Fugro South, 1107 West Gibson St., Austin, Texas 73704, Esker- Alckien & Assoc., 203 E. Man St., Ste 201, Round Rock, Texas 78664 Is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage Is afforded under this policy. The additional insured is not required to pay for any premiums stated In the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional Insured in all matters pertaining to this insurance. We will mail the additional Insured notice of any cancellation of this policy. If the cancellation Is by us, we will give ten days notice to the additional Insured. The additional Insured will retain any right of recovery as a claimant under this policy. P.3,3 Jun 30 00 05:16p First Odyssey Group Cam Ic.. C+,l: LYJA y INSURANCE PRODUCER Sammy J. Ray Insurance Agency P.O. Box 1226 Euless, TX 76039 J 8172832601 p.2 Date: 06/15/00 COMPANIES AFFORDING COVERAGE A Texas Workers' Comp. Insurance Fund INSURED Odyssey Resource Management, Inc. C 204 N. Ector Re: Hunter Demolition & Euless, TX 76039 Wrecking Corp. D T IIS IS TO CER2ffY THAT the Insoted named above ii iesated by the Companies listed above with respect to the business operations bermi u*er dea enbod, ba rthe t)pcs of batman¢ and itt aceordanoe with the ptwisions of the standard policies used by the ezmpardes, tad further bcrcinaRer cinched. Exceptions to the policies arc noted below. CO TYPE OF INSURANCE POLICY ISTECTIVE NATION LIMITS L NUM= DAIS DATIL A GI.2JE3tAL LIAIR try AUTOMOeI E L(ABfITy EXCESS LIABILITY WORKERS C Panama• TIOM AND EMPLOYERS' LMABI ITY STATUTORY LIMITS TSF 0001084137 01/01/00 03/31/01 OTHER DESc trTION OF ORNATIONSA.00ATIOtS YRICCLES ,'BCtALITEMVEX rCr TIONS Project Re: City of Round Rock; Water System Improvement; Chisholm Valley Standpipe Demo. The ary or Round Reds ie emend . iddaso..J wend win aspect as at pikes s¢pt workers' Compsmanon and Employers' Liability. Should any oe d.c abr.. daam(bad porcine by anxBed or changed bed= the aspiration due dtereo(. the issuing company mail thiny (30) days written nodre to the attiocaa Wider Imemd below. CERTIFICATE HOLDER Op of Round Rock SIGNATURE OF ORIZED AT(VE III E. Mail Sayer — RanadRock. Tame 75664 nen: Sa.nn. rand -P13D -7 • LrG:[ Y. k to __i_._ f_rx:,. GENERAL AGGREGATE 5 PRODUCTS.COMP1Op ACG. 5 PERSONALt ADV. INJURY 5 EACH OCCURRENCE t FIRE DAMAGE (Any one fire) t MED. EXPENSE (Any one petae.)S COMIIMED SINOLE UMrr S BODILY 1NJURY(ptt pstaa) S BODILY INRMY (pee amdem) $ PROPERTY DAMAGE S EACki OCCURRENCE 1 AGGREGATE S EACH ACCIDENT S 1.000 .000 DISEASE - POLICY LIMIT 5 1, 000 , 000 DISEASE- EACHEMTLOYEE S 1,000,000 1 . JUN. ze.2W0 9: 36f-'M FPOLLO GENZReL INS en( 7912 01/B3/1994 19:48 2105451724 , i¢1NTERDEh171ITICVCORP ERIIFlCATE Of 6URIUIY INSURANCE Date= 6/16/00 1 il` _ JCS. COMlANIES AFFORDING COVERAGE spollo General Insurance ACrtlm S POrster • 0. Box 1508 ionome, CA 95476 -1508 ■Travelers /AETNA T07/996 -1212 707/996 -7912 Pax • ' iSUILED lunter Demolition b Wrecking Corp. D HIS IS TO CERTIFY Y TRAT the blamed named shove is unused by the Companies listed above with respect to the I usiness operations herehmfter desculed, foram types of imam= and in accordance with the provisions of the standard elides used by the companies, and further hereinafter de Gibed. Fsttpttons to the policies are noted below_ 1 33 TYPE ortram MCR PLICY Ortw1 01J t uiuTS ;n1 . • DATE ' ' 4EWEFAt.tZMII1?Y 1 ' B AUTONOBILIS IIAn[LITY 1 EXCESS LIABILITY 1 1 B Equipment 660356X634A 12/13/99 12/13/00 ' Rented /Leased DESCRWPrTOtaoio lP!♦AATtotenoceiI1orminib Standpipe Dt'mnu II RE: City of Round Rock Water System Improve. Chisholm Valley Additional insured per attached endorsement. Y1te of Bawd R*bnamass f rtm i« ithN ipupolites eptwockedCo ,mpenauaa Sochi I any or d Om *elsbymewled or Marred baba The weir:ties Oslo paxmf, the issuing company wilt malt dirty (30) dsyswritTee nodes to the amisaas hog's( used Wow. F AUTHORIZED REPRE TATtvE 1 1 1 1 woIKtWS' COMPENLATION AND MOLDY SW LIABILITY CERTIFICATE IMAM Gyof Rand Rock 3868 Maim Saco ktastReck.Toa7i6i anti: Joanna Land 543086439 5/24/00 5/24/01 CAP 4618384 -3 8/20/99 8/20/00 PSD-7 • • r••44is TypodName Bak Fla EACH OCCURRENCE 6 AGGREGATE 6 $530,000 Scheduled $300,000 Item EBCES$ BOOM NO.495 P.1'7 . . PAGE 03 GENERALAGGREGATE 62000000 PRGDUCTS- CGMPIOPAGC. 81000000 meson's. ADV•I143URY $ 1000000 E a$ocCOIMENCE $ 1000000 FIRE DAMAGE (Ally one Fre) 6 100000 MEP, Easeiseony roe re moo $ 5000 co.t IHenstroLELIMTT 610000UU 4ODZY ODURY (MpeQa) S soAILYQeuURY(Tu$m4Ln0 6 pROPERTY DAMAGE 6 STAIVTORY LSMITS• EACH ACCIDENT 6 DISEASE• POLICY LIMIT 5 DISP.ASE E.ACat EMH.OTEE S RECEIVED JUN 2 3 2000 BY ,.5 JUN. 22.20E0 9:33=11 APOLLO GI: E1 L INS ( ( 7912 NO. 496 P.2/.3 POLICY NUMBER: 543086439 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) (IF REQUIRED BY CONTRACT) This endorsement modifies insurance provided under the following: 1 COMMERCLAL GENERAL LIABILITY COVERAGE PART. ' SCHEDULE Name of Person or Organization: BDR Engineering, Inc., 2211 S. IH -35, Ste 300 Austin, Texas 78741 Fogg South, 1107 West Gibson St., Austin, Texas 78704, Baker- Aicklen & Assoc., 203 E. Man St., Ste. 201, Round Rock, Texas 78664 JOB: City of Round Rock Water System Improve. Chisholm Valley Standpipe Dente. (If no entry appears above, information required to complete this endorsement will be shown in ' the Declarations as applicable to this endorsement) • WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CANCELLATION PROVISION It is hereby understood and agreed that no cancellation, reduction or modification of coverage herein will be invoked untll (30) thirty -day prior written notice to the certificate holder herein, except 10 day notice for non - payment. 1 1 1 CG 20 1011 85 Copyright, insurance Services Office, Inc., 1084 1 1 1 JUN .22.? 9: 39A1 APOLLO GENERAL INS 7079967912 rJ. ADDITIONAL INSURED This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the Inception date of the policy unless another date Is Indicated below: Endorsement Effective 8/16100 Policy Number CAP 4611(3043 Named Insured Hunter Demolition & Wrecking Corp. The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Jobs City of Round Rock Water System Improve. Chisholm Valley Standpipe Demo. Enter Name and Address of Additional Insured HDR Engineering, Inc„ 2211 IL 11145, Ste 300 Austin, Texas 78741 Fugro South, 1107 West Gibson St., Austin, Texas 78704, Baker- Alckten & Assoc., 203 E. Man St., Sts 201, Round Rock, Texas 78864 1s an Insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage Is afforded under this policy. The additional Insured la not required to pay for any premiums stated in the policy or earned from the policy. Any return prsmlum and any dividend, If applicable, declared by us shall be paid to you. You are authorized to act for the additional Insured in all matters pertaining to thls Insurance. We will mall the additional insured notice of any cancellation of this policy. 11 the cancellation Is by us, we will give ton days notice to the additional Insured. The additional insured will retain any right of recovery as a claimant under this policy. BOND NUMBER KNOW ALL MEN BY THESE PRESENTS, That we, Sealed with our seals and dated this and Title: WARRANTY BOND PBD -8 AMOUNT (hereinafter called the "Principal ") as Principal, and the a Corporation duly organized under the laws of the State of and duly licensed to transact business in the State of (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called the "Obligee "), in the sum of dollars ($ ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. day of , A.D. nineteen hundred WHEREAS, the said Principal has heretofore entered into a contract with Dated , 19_, for construction of: City of Round Rock Water System Improvements Contract 4A Rebid Chisholm Valley Standpipe Demolition WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas WARRANTY BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. Principal Surety By: By: Title Title Address Address Resident Agent of Surety: Printed Name Address City, State & Zip Code Signature PBD -9 4.0 GENERAL CONDITIONS Note: These City of Round Rock standard documents have been modified as indicated herein. A ctrikc out indicates that language has been deleted from the City of Round Rock General Conditions. An underline indicates that the language has been added to the City of Round Rock General Conditions. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contents 1. Definition of Terms 1.01 - Owner, Contractor and Engineer 1.02 - Contract Documents 1.03 - Subcontractor 1.04 - Sub - Subcontractor 1.05 - Written Notice 1.06 - Work 1.07 - Extra Work 1.08 - Working Day 1.09 - Calendar Day 1.10 - Substantially Completed 1.11 - Furnish gencond.mstlspec master General Conditions of Agreement 2. Responsibilities of the Engineer and the Contractor 2.01- Owner - Engineer Relationship 2.02 - Observation' : by Engineer 2.03 - Payments for Work 2.04 - Initial Determinations 2.05 - Objections 2.06 - Lines and Grades 2.07 - Contractor's Duty and Superintendence 2.08 - Contractor's Understanding 2.09 - Character of Workers 2.10 - Contractor's Buildings 2.11- Sanitation 2.12 - Shop Drawings 2.13 - Preliminary Approval 2.14 - Defects and Their Remedies 2.15 - Changes and Alterations 2.16 —_ Inspectors Resident Project Representative 2.17 – Substitutions or Approved Equal 3. General Obligations and Responsibilities 3.01 - Keeping of Plans and Specifications Accessible GC -1 1 3.02 - Ownership of Drawings 1 3.03 - Adequacy of Design 3.04 - Right of Entry 3. General Obligations and Responsibilities (cont'd) 3.05 - Collateral Contracts 1 3.06 - Discrepancies and Omissions 3.07 - Equipment, Materials and Construction Plant 3.08 - Damages 3.09 - Protection Against Accident to Employees and the Public 3.10 - Performance and Payment Bonds 3.11 - Losses from Natural Causes 3.12 - Protection of Adjoining Property 3.13 - Protection Against Claims of Subcontractors, etc. 3.14 - Protection Against Royalties or Patented Invention 3.15 - Laws and Ordinances 3.16 - Assignment and Subletting 3.17 - Indemnification 3.18 - Insurance 3.19 - Final Clean -Up 3.20 - Guarantee Against Defective- WorkCorrection or Removal of Defective Work 3.21- Testing of Materials 3.22 - Wage Rates 4. Prosecution and Progress 4.01 - Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01 - Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments gencond.mst/spec master GC - 6. Extra Work and Claims 6.01- Change Orders 6.02 - Minor Changes 6.03 - Extra Work 6.04 -Time of Filing Claims 6.05 - Continuing Performance 7. Abandonment of Contract 7.01- Abandonment by Contractor 7.02 - Abandonment by Owner 8. Subcontractors 8.01- Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9. Separate Contracts 9.01- Owner's Right to Award Separate Contracts 9.02 - Mutual Responsibility of Contractors 9.03 - Cutting and Patching Under Separate Contracts 10. Protection of Persons and Property 10.01 - Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities gencond.mstlspec master GC -3 1. Definition of Terms 1.01 Owner, Contractor and Engineer and the Contractor. 1.02 Contract Documents General Conditions of Agreement The Owner, the Contractor and the Engineer and those persons or organizations identified as such in the Agreement are referred to throughout the Contract Documents as if singular in number and masculine in gender. The term "Engineer" means the Engineer or his duly authorized representative. The Engineer shall be The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any such documents before the execution of the agreement. Drawings showing the details of the Work specified are designated "Drawings" or "Plans ", and together with the Specifications form an integral part of the Contract Documents. Shop Drawings, as referred to in Section 2.12 are not part of the Contract Documents. The Contract Documents are complementary, and what be as binding as if called for by all. In case of conflic Documents, priority of interpretation shal General Conditions of Agreement. Any reference to standard specifications shall always imply the latest edition of such standard specification or specifications available at the time Notice inviting Contractors to bid is published unless otherwise indicated. The cross referencing of specification sections is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. gencond.mstlspec master GC - 1.03 Subcontractor The term "Subcontractor," as employed herein, includes only those having a direct contract with the Contractor. It includes one who furnishes material worked to special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 Sub - Subcontractor The term "Sub- Subcontractor" means one who has a direct or indirect contract with a Subcontractor to perform any of the work at the site. It includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. gencond.mst/spec master GC -5 1.05 Written Notice 1.06 Work Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the Contract Documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which, when so applied, have a well - known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term "Extra Work" shall be understood to mean and include all work that may be required by the Engineer or the Owner to be done by the Contractor to accomplish any change, alteration or addition to the work not indicated in the Plans and Specifications utilized to prepare Contractor's Bid proposal. hown upon the plans - er—r-easonably . - except as provided under "Changes and Alterations" herein. 1.08 Working Day The term "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.09 Calendar Day The term "Calendar Day" is defined as any day of the week or month, no days being excepted. 1.10 Substantially Completed The term "Substantially Completed" shall be understood to mean that the Work gencond.mst/spec master GC -6 structure has been made suitable for use or occupancy or that the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 1.11 Furnish Furnish, Install, Perform. Provide. Supply - The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply." or any combination or similar directive or usage thereof, shall mean FURNISHING AND INCORPORATING IN THE WORK including all necessary labor, materials. equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context." 2. Responsibilities of the Engineer and the Contractor 2.01 Owner- Engineer Relationship The Engineer will be the Owner's representative during construction. The duties, responsibilities and limitations of authority of the Engineer as the Owner's representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the Owner and the Engineer. The Engineer will advise and consult with the Owner, and all of the Owner's instructions to the Contractor shall be issued through the Engineer. 2.02 Observation .. by Engineer The Engineer shall make periodic visits to the site to familiarize himself with the progress of the executed work and to determine in Qeneral, if such work meets the requirements of the is proceeding in accordance with the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspection of the quality or quantity of the work or be responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. 2.03 Payments for Work gencond.mstlspec master GC -7 The Engineer shall review the Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such amounts; such recommendation of payment to the Contractor constitutes a representation to the Owner of the Engineer's professional judgement that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such recommendation of an application for payment to the Contractor shall not be deemed as a representation by the Engineer that the Engineer has made any examination to determine how or for what purpose the Contractor has used the monies paid on account of the contract price. 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the Owner relating to execution or progress of the work or interpretation of the Contract Documents. The Engineer's decision shall be rendered in writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections In the event the Engineer renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the Engineer within thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to litigation as hereinafter provided. 2.06 Lines and Grades his representative. Whenever necessary, construction work shall be suspended to give the Engineer reasonable notice of the -tit ci"h" ;e- replaced at the Contractor's expense. gencond.mst/spec master GC - The Engineer shall provide a baseline and datum bench mark reference point. The Contractor, at his own expense, shall employ a registered engineer or licensed land surveyor acceptable to the Owner to give the Contractor lines and elevations for the Contractor's use in construction of the work. The registered engineer or licensed land surveyor shall furnish to the Engineer, through the Contractor, a signed plat certifying to the location and elevations of the Work indicating ties and closure to the Engineer's baseline and datum bench mark. 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent English - speaking Superintendent and any necessary assistants to supervise and direct the work. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the Owner and the Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection and safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications, as well as any additional information concerning the work to be performed passing from or through the Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from the plans and specifications; the intent of such drawings, specifications and any other such information being to define with specificity the agreement of the parties as to the work the Contractor is to perform. The Contractor shall be fully and completely liable, at his own expense, for design, construction, installation, and use or non -use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any gencond.mst/spec master GC -9 clarification of plans and specifications, by the Engineer or the Owner, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or methods, is agreed by the Contractor to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling the Contractor to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the Contractor from full and complete responsibility for the proper performance of his work on the project, including but not limited to the propriety of means and methods of the Contractor in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the Contractor from plans and specifications that may have been in evidence during any such visitation or observation by the Engineer, or any of his representatives, whether called to the Contractor's attention or not, shall in no way relieve the Contractor from his responsibility to complete all work in accordance with said plans and specifications. 2.08 Contractor's Understanding It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. The Contractor agrees that he will make no claim against the Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent or ,—unfaithful or disorderly. or refuse instructions from the Engineer in the absence of the Superintendent, such worker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. No illegal alien may be employed by any Contractor for gencond.mst/spec master GC - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 work on this project, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien who works for the Contractor at this project. 2.10 Contractor's Buildings The building of structures for housing workers, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.11 Sanitation Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. 2.12 Shop Drawings The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and /or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during the Contractor's performance hereunder. gencond.msdspec master GC -11 ENGINEER'S check and review of Shop Drawings and Samples, Standard Specifications and descriptive literature submitted by CONTRACTOR will be only for general conformance with design concept, except as otherwise provided, and shall not be construed as permitting any departure from the Contract Requirements; relieving CONTRACTOR of the responsibility for any error in details, dimensions or otherwise that may exist in such submittals; constituting a blanket approval of dimensions. quantities, or details of the material or equipment shown; or approving departures from additional details or instructions previously furnished by ENGINEER. Such check or review shall not relieve CONTRACTOR of the full responsibility of meeting all of the requirements of the Contract Documents. The contractor shall submit all Shop Drawings and Samples sufficiently in advance of construction requirements to allow ample time for checking. correcting_ resubmitting and rechecking and to avoid any delay in progress of the Work. Shop drawings or Samples submitted shall be marked with the name of the Project, numbered. and bear the stamp of approval of the Contractor as evidence that the Shop Drawings and Samples have been reviewed and approved by the Contractor. Any Shop Drawings or Samples submitted without this stamp of approval will not be considered and will be returned to the Contractor for resubmission. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that he has reviewed, approved, and coordinated such submittals with the requirements of the Work and the Contract Documents. 2.13 Preliminary Approval The Engineer shall not have the power to waive the obligations of this contract for the furnishing by the Contractor of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform the contract, including without limitation, the obligation to at once tear out, remove and properly replace any defective work or material at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in the event the material has been once accepted by the Engineer, such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re-exam e- examination by the gencond.mst/spec master GC -12 Engineer, prior to final acceptance, and if found not in accordance with the plans and /or specifications for said work, all expense of removing, re- examination and replacement shall be borne by the Contractor. Otherwise, the expense thus incurred shall be allowed as Extra Work and shall be paid for by the Owner; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the Engineer. 2.14 Defects and Their Remedies It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 Changes and Alterations The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying performance and payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment". If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment ". Otherwise, such additional work shall be paid for as provided under Extra Work. In the event the Owner makes such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. 2.16 '_n peetef_ Resident Project Representatives gencond.mstlspec master GC -13 The Engineer may provide one (or more) field Resident Project Representatives (RPRs)inspcctora at the work site for the limited purpose of observing the work in progress and reporting back to the Engineer on the extent, nature, manner and performance of the work so that the Engineer may more effectively perform his duties hereunder. Such RPRsinspeetees may also communicate between the Engineer and the Contractor their respective reports, opinions, questions, answers and clarifications concerning the plans, specifications and work but shall not be deemed the agent of the Contractor for all purposes in communicating such matters. Such RPRs inspectors may confer with the Contractor or the Contractor's Superintendent concerning the prosecution of the work and its conformity with the plans and specifications but shall never be, in whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such RPR inspector is not authorized by the Engineer or the Owner to independently act for either or answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No RPR's inspector's opinion, advice, interpretation of the plans or specifications of this contract, apparent or express approval of the means or methods or manner of the Contractor's performance of work in progress or completed, or discovery or failure to discover or object to defective work of materials shall release the Contractor from his duty to complete all work in strict accordance with the plans and specifications or stop the Owner or the Engineer from requiring that all work be fully and properly performed including, if necessary, removal of defective or otherwise unacceptable work and the re -doing of such work. 2.17 Substitutions or Approved Equal Whenever the Contract Documents call for an article or an item of material or equipment and which is defined by describing a proprietary product or by using the name of a manufacturer, vendor, trade name, catalog number. or other reference, the term "or approved equal ", if not inserted, shall be implied. The specified articles, materials, or equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired. and shall not be construed in such a manner as to exclude products of a comparable substance. quality, design, function. and efficiency. The Contractor shall comply with the requirements of the Contract Documents relative to approval of material and equipment before incorporation into the Work. gencond.mst/spec master GC -14 The Contractor may request approval of substitute articles, materials. or equipment. The Engineer shall evaluate the articles. materials, or equipment offered and, on the basis of its opinion, shall make recommendations pertaining thereto in the best interests of the Owner. In the event of approval a written Addendum or Change Order. as appropriate, will be issued. 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with five (5) number--ef copies of all plans and specifications without expense to him and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 Ownership of Drawings All drawings, specifications and copies thereof furnished by the Engineer shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the Owner. 3.03 Adequacy of Design It is understood that the Owner believes it has employed competent engineers and designers. It is therefore agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project provided that the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. 3.04 Right of Entry The Owner reserves the right to enter the property or location at which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work or for the purpose of constructing or installing such collateral work as the Owner may desire. 3.05 Collateral Contracts gencond.mstlspec master GC -15 The Owner agrees to provide, by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner so as not to unreasonably delay the progress of the work or damage the Contractor, except where such delays are specifically mentioned elsewhere in the Contract Documents. The Owner will attempt to coordinate the collateral work of utility companies regulated by City franchises, but the City shall not be responsible for delays or other damages to the Contractor which may result from their acts or omissions. 3.06 Discrepancies and Omissions The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with generally accepted practices for construction. In the event of any discrepancies between the separate Contract Documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the Engineer shall define what is intended to apply to the work. 3.07 Equipment, Materials and Construction Plant The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages In the event the Contractor is damaged in the course of completion of the work by the act, negligence, omission, mistake or default of the Owner or the Engineer, thereby causing loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall reimburse the Owner for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of gencond.mst/spec master GC -16 employees and others on or near the work and shall comply with all applicable provisions of federal, state, and municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state, or municipal laws or regulations. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor. In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the Owner and the Engineer of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the Owner and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, on standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantee required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the contract. If the contract price is $25,000.00 or less, no payment or performance bond shall be required. It is agreed that the contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this contract, and no extra payment for such bonds will be made by the Owner. Unless otherwise approved in writing by the Owner, the surety company underwriting the bonds shall be licensed to write such bonds in the State of Texas. 3.11 Losses from Natural Causes Unless otherwise specified, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be gencond.mst/spec master GC -17 sustained and borne by the Contractor at his own cost and expense. 3.12 Protection of Adjoining Property The said Contractor shall take proper means to protect the adjacent or adjoining property or properties, in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract regardless of whether or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Furnishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the Owner, Engineer, and Engineer's Subconsultants and the Engineer harmless from all claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the Owner, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the Owner may either pay directly any unpaid bills of which the Owner has written notice, or may withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims. When satisfactory evidence is furnished that all liabilities have been fully discharged, payments to the Contractor shall be resumed in full in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon the Owner by either the Contractor or his surety. 3.14 Protection Against Royalties or Patented Invention The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the Owner. Engineer, and Engineer's Subconsultants and the Engineer harmless from gencond.mstlspec master GC - any loss on account thereof, except that the Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then the Contractor shall indemnify and save the Owner harmless form any loss on account thereof. If the material or process specified or required by the Owner is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives such information to the Owner. 3.15 Laws and Ordinances The Contractor shall at all times observe and comply with all federal, state and local laws, ordinance and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the Owner. Engineer, and Engineer's Subconsultants and the Enginccr against any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or his employees, except where such violations are called for by the provisions of the Contract Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer or Engineer's Subconsultants, he shall bear all costs arising therefrom. In case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contract, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. 3.16 Assignment and Subletting The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney or otherwise, or sublet said contract without the written consent of the Engineer, and that no part or feature of the work will be sublet to anyone objectionable to the Engineer or the Owner. The Contractor further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner as provided by this agreement. 3.17 Indemnification gencond.mst/spec master GC -19 1 The Contractor shall defend, indemnify and hold harmless the Owner, Engineer, and Engineer's Subconsultant and the Engineer and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damage, claim, loss, demand, suit, judgment, cost or expense: 1. is attributable to bodily injury, sickness, disease or death of any person including Contractor's employees and any Subcontractor's employees and any Sub - subcontractor's employees, or to injury to or destruction of tangible property including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub - subcontractor including the loss of use resulting therefrom; and, 2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer or Engineer's Subconsultants -his, their agents or employees arising out of the preparation of maps, plans, reports, surveys, change orders, designs or specifications, or the approval of maps, plans, reports, surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer or Engineer's Subconsultants, his , their agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the Owner, Engineer, or Engineer's Subconsultants. the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or Sub - subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. gencond.mst/spec master GC -20 A. Statutory Workmen's Compensation. gencond.mstlspec master Definitions: Certificate of coverage ( "certificate ") - a copy of a certificate of insurance, a certificate of authority to self- insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the proiect - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the proiect ( "subcontractor" in § 406,096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all employees of the Contractor providing services on the project, for the duration of the project. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. ( c) Texas must appear in Item 3A of the Worker's Compensation GC -21 coverage or Item 3C must contain the following: "As States except those listed in 3A and the States of NV, ND, OH, WA, WV, and WY." The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven (7) calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the Contractor knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. (b) The Contractor shall contractually require each person with whom it contracts to provide services on the project to: gencond.mst/spec master GC - gencond.mst/spec master (a) provide coverage, based on proper reporting of classification codes and payroll amounts of filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; © provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project; and contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. (e) (f) (g) By signing this contract, or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and GC -23 payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the Commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, and /or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten (10) calendar days after the receipt of notice of breach from the govemmental entity. B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. C. Property Damage Insurance with minimum limits of $50,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and Property Damage minimum limits of $50,000 for each occurrence. Contractor shall require Subcontractors to provide Automobile Liability Insurance with same minimum limits. The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been approved by the Owner and the Engineer. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the Owner and the Engineer shall not relieve or decrease the liability of the Contractor hereunder. The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance (other than workers' compensation) shall be endorsed to include the Owner as an additional insured thereunder. The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the gencond.mstispec master GC - location and the operations to which the insurance applies, the expiration date, and the above - mentioned notice of cancellation clause. Insured shall be Listed in the insurance coverage by specific name and not by genre. A listing of Engineer and Engineer's Subconsultants to be named as additional insured shall be as follows: HDR Engineering, Inc., 2211 S. IH -35, Ste. 300 Austin, Texas 78741 Fugro South, 1107 West Gibson St.. Austin. Texas 78704 Baker - Aicklen & Assoc., 203 E. Main St.. Ste. 201, Round Rock, Texas 78664 3.19 Final Clean - up Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event the Contractor fails or refuses to clean and remove surplus materials and debris as above provided, the Owner or the Engineer may do so, or cause same to be done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from the final payment. • .The Contractor warrants the materials and workmanship and that t h e ... i conformance with the plans and specificati. - onc ycar from the date of acceptance of the project. Said warranty binds the 3.20 Correction or Removal of Defective Work: gencond.mst/spec master GC -25 which may be discovered within thc said one year pc .. or the Engineer by repairing sane to the condition called for in the Contract Documents and plans and specifications. Should thc reasonable time thereafter, the Owner may repair or cause to be repaired any such defect at thc Contractor's expense. If required by ENGINEER, CONTRACTOR shall promptly, as directed. either correct all defective work. whether or not fabricated, installed or completed, or. if the Work has been reiected by ENGINEER. remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). If within one year after the date of Substantial completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective. CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER'S written instructions: (i) correct such defective Work, or if it has been rejected by OWNER. remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected. removed or replaced under this paragraph. the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. If. instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs. losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are tenable to agree as to the amount gencond.mst/spec master GC - thereof, OWNER may make a claim therefor as provided in these Conditions. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace reiected Work as required by ENGINEER in accordance with this section, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents. OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances. construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall he entitled to an appropriate decrease in the Contract Price. and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not he allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. 3.21 Testing of Materials Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the Owner. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the extent of the retesting shall be determined by the Engineer. The Engineer may require additional testing for failing tests and may require two (2) passing retests before acceptance will be made by the Owner. The testing laboratory will be designated by the Owner. gencond.mstlspec master GC -27 All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to furnish a manufacturer's certificate stating that the material meets the requirements specified for this project. 3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10) 2288.021. Duty of Government Entity to Pay Prevailing Wage Rates a. The state or any political subdivision of the state shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection (a) does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 2258.051. Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: gencond.mst/spec master GC - 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the contractor under the contract, except that, the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the contractor has violated this chapter. WR1001 July 1997 Applicable wage rates are shown in Section 06 WAGE RATES of the SPECIAL CONDITIONS. 4. Prosecution and Progress 4.01 Time and Order of Completion It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons, m such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal: provided, also, that when the Owner is having other work done, either by contract or by his own force, the Engineer may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner Engineer, schedules which shall show the order in which the Contractor proposes to cany on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. 4.02 Extension of Time Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or the Engineer, or of any employee of either, or by other contractors employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer; provided, however, that the Contractor shall give the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for extension of time on "Calendar Days" contracts. gencond.mst/spec master GC -29 4.03 Hindrances and Delays No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the Owner) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the Owner, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the Owner to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 Estimated Quantities This agreement, including the specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated or contemplated quantity for such items, then either party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of the work above or below twenty percent (20 %) of the estimated quantity. A "Major Item" shall be construed to be any individual bid item incurred in the proposal gencond.msdspec master GC - that has a total cost equal to or greater that five percent (5 %) of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this agreement, as provided under "Extra Work ". 5.03 Price of Work In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the Contractor, and on the completion of all work and on the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the prices set forth in the proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this agreement. 5.04 Partial Payments On or before the first day of each month, the Contractor shall submit to the Engineer a statement showing the total value of the work performed up to and including the 25th day of the preceding month. The statement shall also include the value of all sound materials delivered on the job site and to be included in the work and all partially completed work whether bid as a lump sum or a unit item which in the opinion of the Engineer is acceptable. The Engineer shall examine and approve or modify and approve such statement. The Owner shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less five percent (5 %) of the amount thereof, which five percent (5 %) shall be retained until final payment, and further less all previous payments and all further sums that may by retained by the Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, then the Owner may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor, at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment ". 5.05 Use of Completed Portions gencond.msdspec master GC -31 The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost or delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or both, as the Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's list of unfinished work and will add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 Final Completion and Acceptance Within ten (10) days after the Contractor has given the Engineer written notice that the work has been completed, or substantially completed, the Engineer and the Owner shall inspect the work and within said time, if the work is found to be completed in accordance with the Contact Documents, the Engineer shall issue to the Owner and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the Owner to issue a Certificate of Acceptance to the Contractor or to advise the Contractor in writing of the reason for non - acceptance. 5.07 Final Payment Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make final measurements and prepare final statement for the value of all work performed and materials furnished under the terms of the agreement and shall certify same to the Owner, who shall pay to the Contractor on or before 35th day after the date of the Certificate of Completion, the balance due the Contractor under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required. 5.08 Payments Withheld gencond.mst/spec master GC - The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: a) Defective work not remedied or other obligations hereunder not done. b) Claims filed or reasonable evidence indicating probable filing of claims. c) Failure of the Contractor to make payments properly to Subcontractors or for material or labor. d) Damage to the Owner or another contractor's work, material or equipment. e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. f) Reasonable indication that the work will not completed within the contract time. g) Other causes affecting the performance of the contract. When the above grounds are removed or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 Delayed Payments Should the Owner fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of six percent (6 %) per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payment," until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims 6.01 Change Orders gencond.mst/spec master GC -33 Without invalidating this agreement, the Owner may at any time or from time to time order additions, deletions or revisions to the work; such changes will be authorized by a Change Proposal Request and subsequent Change Order change ordcr to be prepared by the Engineer for execution by the Owner and the Contractor. The change order shall set forth the basis for any change in contract price, as hereinafter set forth for extra work, and any change in contract time which may result from the change. In the event the Contractor shall refuse to execute a change order which has been prepared by the Engineer and executed by the Owner, the Engineer may in writing instruct the Contractor to proceed with the work as set forth in the change order and the Contractor may make claim against the Owner for extra work involved therein, as hereinafter provided. 6.02 Minor Changes The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in contract price. These changes will be in the form of Work Change Directives for modifications involving no price or time adjustment to the Contract. If the Contractor believes that any minor change or alteration authorized by the Engineer involves extra work and entitles him to an increase in the contract price, the Contractor shall make written request to the Engineer for a written Change Proposal Requestficld order. In such case, the Contractor by copy of his communication to the Engineer or otherwise in writing shall advise the Owner of his request to the Engineer for a written Change Proposal Request field order and that work involved may result in an increase in the contract price. Any request by the Contractor for a change in contract price shall be made prior to beginning the work covered by the proposed change. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a change order or for which a claim for extra work is made shall be determined by the unit prices upon which this contract was bid to the extent such work can be fairly classified within the various work item descriptions and for work items that cannot be so classified by one or more of the following methods: Method (A) By agreed unit prices; or gencond.mst/spec master GC -34 In the event said extra work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the Contractor of all workmen, such as foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred d on account of such extra work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on performance and payment bonds and maintenance bonds, public liability and property damage and workers' compensation, and all other insurance as may be required by any law or ordinance, or directed or agreed to by the Owner. The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the Engineer. The Engineer or the Owner may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100 %), unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15 %) of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the Contractor's camp or field office must be maintained primarily on account of such extra work; then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Engineer for gencond.mst/spec master Method (B) By agreed lump sum; or Method If neither Method (A) nor Method (B) is agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work, plus fifteen percent (15 %). GC -35 written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefor, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to mediation or litigation. 6.04 Time of Filing Claims It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) days after the Engineer has given any directions, order or instruction to which the Contractor desires to take exception. The Engineer shall reply within thirty (30) days to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the Engineer's decision, any demand for mediation shall be filed with the Engineer and the Owner in writing within ten (10) days after the date of delivery to Contractor of the Engineer's final decision. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claims by either party, except claims by Owner for defective work or enforcement of warranties and except as noted otherwise in the Contract Documents. 6.05 Continuing Performance The Contractor shall continue performance of the contract during all disputes or disagreements with the Owner. The production or delivery of goods, the furnishing of services and the construction of projects or facilities shall not be delayed, prejudiced or postponed pending resolution of any disputes or disagreements, except as the Owner may otherwise agree in writing. 7. Abandonment of Contract 7.01 Abandonment by Contractor In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Engineer, or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with the Contract Documents, then and in that case, where performance and payment bonds exist, the sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the gencond.mst/spec master GC - same, together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the surety on the performance bond, or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor (except when used in connection with extra work, where credit shall be allowed as provided for under Section 6 herein), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in case the surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: gencond.mst/spec master (1) The Owner may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies as the Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to the Contractor, and expense so charged shall be deducted and paid by the Owner out of such monies as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. In case such expense is less than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor and /or his surety shall pay the amount of such excess to the Owner, or (2) The Owner, under competitive bids taken after notice published as required by law, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case there is any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the surety shall be and remain bound therefor. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this contract, the Contractor and /or his surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified by the Engineer as being correct, shall then be prepared and GC -37 delivered to the Contractor and his surety, whereupon the Contractor and/or his surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and /or his surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his surety. Should the cost to complete the work exceed the contract price, and the Contractor and /or his surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor and his surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the Contractor or his surety, to their proper owners. The books on all operations provided herein shall be opened to the Contractor and his surety. 7.02 Abandonment by Owner In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the Contractor and have not been wrought into the work. Thereupon, the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and which cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other gencond.mstlspec master GC - sums that may be retained by the Owner under the terms of this agreement and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this agreement. 8. Subcontractors 8.01 Award of Subcontracts for Portions of the Work Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the Contractor, as soon as practicable after the award of the contract, shall furnish to the Engineer in writing for acceptance by the Owner and the Engineer a list of the names of the Subcontractors proposed for the principal portions of the work. The Engineer shall promptly notify the Contractor in writing if either the Owner or the Engineer, after due investigation, has objection to any Subcontractor on such list and does not accept him. Failure of the Owner or the Engineer to make objection promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor. The Contractor shall not contract with any Subcontractor or any person or organization (including those who are to furnish materials or equipment fabricated to a special design) proposed for portions of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for the principal portions of the work who has been rejected by the Owner and the Engineer. The Contractor will not be required to contract with any Subcontractor or person or organization against whom he has a reasonable objection. If the Owner or the Engineer refuses to accept any Subcontractor or person or organization on a list submitted by the Contractor in response to the requirements of the Contract Documents or the Instructions to Bidders, the Contractor shall submit an acceptable substitute and the contract amount shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued; however, no increase in the contract amount shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting for acceptance any list or lists of names as required by the Contract Documents or the Instructions to Bidders. If the Owner or the Engineer requires a change of any proposed Subcontractor or person or organization previously accepted by them, the contract amount shall be increased or decreased by the difference in cost occasioned by such change and an appropriate change order shall be issued. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Engineer, unless the gencond.msdspec master GC -39 substitution is acceptable to the Owner and the Engineer. 8.02 Subcontractual Relations All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: (1) preserve and protect the rights of the Owner and the Engineer under the contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) (5) 8.03 Payments to Subcontractors require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with this contract; (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; obligate each subcontractor specifically to consent to the provisions of this section. A copy of all such subcontract agreements shall be filed by the Contractor with the Engineer before the Subcontractor shall be allowed to commence work. The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount directly based upon the value of the work performed and allowed to the Contractor on account of such Subcontractor's work, less the percentage retained from payments to the Contractor". The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. gencond.mst/spec master GC - If the Engineer fails to approve a payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any monies to such Subcontractor except as may otherwise be required. 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts The Owner reserves the right to award other contracts in connection with other portions of the project under these or similar conditions of the contract. When separate contracts are awarded for different portions of the project, the Contractor" in the contract documents in each case shall be the contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's work. Should the Contractor cause damage to the work or property of any separate contractor on the project, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner or initiates an proceeding allowed hereunder on account of any damage alleged to have been so gencond.mst/spec master GC -41 sustained, the Owner shall notify the Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or award against the Owner arises therefrom the Contractor shall pay or satisfy it and shall reimburse the Owner for all attorney's fees and court costs or other costs which the Owner has incurred. 9.03 Cutting and Patching under Separate Contracts The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work, except as otherwise specifically provided in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. Any costs caused by defective or ill -timed work shall be borne by the party responsible therefor. 10. Protection of Persons and Property 10.01 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. 10.02 Safety of Persons and Property The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to: (1) all employees on the work and all other persons who may be affected thereby: (2) all the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub - subcontractors; and (3) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, fences, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for gencond.mst/spec master GC -42 safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All blasting, including methods of storing and handling explosives and highly inflammable materials, shall conform to federal, state, local laws and ordinances. All city ordinances shall be complied with even though some or all of the blasting is done outside the city limits unless the applicable ordinance is in conflict with the law of the jurisdiction where the action is being taken. The following is a list of requirements in addition to federal, state, and local laws and ordinances: gencond.mst/spec master 1. The Contractor shall furnish the City of Round Rock with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty-four (24) hours prior to using explosives. A blasting permit must be obtained from the city at least five (5) days prior to use of explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The following public utility companies and city departments will be notified by the Contractor, on every occasion, at least twenty-four (24) hours prior to the use of explosives: Water and Wastewater, Electric, Gas, Telephone and the City Engineering Department. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineering Department. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the City Inspector, the permit, or by safe blasting practices. 5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the City Code. 6. The Director of Engineering or his representative shall have the right to limit the use of explosives and /or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. GC -43 7. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. All claims of damage shall be investigated by the City of Round Rock or by consulting firms approved by the city. 8. The Contractor shall maintain accurate records throughout the blasting operations showing the type explosive used, number of holes, pounds per hole, depth of hole, total pounds per shot, delays used, date and time of blast and initials of the inspector. The Contractor is fully responsible for all claims resulting from his blasting operation. All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty drawings or specifications or solely to the acts or omissions of the Owner or the Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner and the Engineer. 10.03 Location and Protection of Utilities Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. The Contractor shall exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the Contractor's work or storage areas. Upon request, the Owner shall provide such information as it has about the location and grade of water, sewer, gas, and telephone and electric lines and other utilities in the work area but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and nondelegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. gencond.mst/spec master GC -44 5.0 SPECIAL CONDITIONS 1 1 SECTION 01- INFORMATION 1 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as ' referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized ' representative to act in any particular position for the Owner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED ' The Agreement will be prepared in not less than five (5) counterpart ' (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. I 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall ' be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. ' 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME ' The Contractor agrees that time is of the essence for this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay 1 beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such I extension of time as is provided for under the provisions of Section 4.02 of the General Conditions, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated 1 damages, the sum of $250.00 per calendar day. ' 01 -05 LOCATION The location of work shall be as mentioned in the Notice to Bidders and 1 as indicated on Plans. ' specond.msUspecs SC -1 01 -06 USAGE OF WATER All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 - 07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section 5.04 of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. SECTION 02 SPECIAL CONSIDERATIONS 02 - 01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 -02 UTILITY SERVICES FOR CONSTRUCTION specond.msl/specs The Contractor will be responsible for providing his own utility services while performing the work associated with this contract. No additional payment will be made for this item. SC -2 02 -03 GUARANTEES The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for the period that the Warranty Bond, as outlined in Section 04 of the Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -04 MINIMUM WAGE SCALE Contractors are required to pay prevailing wage rates to laborers, workmen and mechanics employed on behalf of the City engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for work of a similar character. This applies to Contractors and Subcontractors. The Contractors and Subcontractors shall keep and make available records of workers and their wages. Contractors and Subcontractors shall pay the prevailing wage rates as adopted by the Owner. There is a statutory penalty of $60.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the Contractor or any Subcontractor. 02 -05 LIMIT OF FINANCIAL RESOURCES specond.mst/specs The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages or anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change SC -3 order. 02 -06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -07 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -08 PAYMENT FOR MATERIALS ON HAND specond.mst/specs Owner will not pay for materials on hand. Payment will be made for work completed in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 -09 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built ", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the Owner. Each appurtenance shall be located by at least two (2) horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as- builts tie -ins provided no existing utilities as previously described are available. Costs for delivering as -built drawings shall be subsidiary to other bid items. SC -4 02 -10 LAND FOR WORK specond.mst/specs Owner provides, as indicated on Drawings, land upon which work is to done, right -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer, who without delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements changed. Where necessary to move existing services, poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the owner of the utility to be moved and have it moved. The costs of any utility relocations will be at the Contractor's sole expense. Owner will not be liable for relocations costs or damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of the work. 02 -12 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans. This item shall not be paid for separately and shall be considered subsidiary to other bid items. SECTION 03- TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access, the Contractor shall notify all applicable agencies (ie. Fire Department, E.M.S., Public Works, etc.). SC -5 specond.msUspecs At the end of each day two lanes of traffic shall be opened to the public. The Contractor shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. This item shall be considered subsidiary to other bid items and no additional compensation shall be given for complying with this Special Condition. SECTION 04 WARRANTY BOND Per City of Round Rock Ordinances, a two (2) year Warranty Bond naming the City of Round Rock as obligee will be required for public streets constructed without lime stabilization of subgrade material when the Plasticity Index of the subgrade is above 20. Warranty Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety or other surety or sureties acceptable to the Owner prior to final payment. A one (1) year Warranty Bond in the amount of one hundred (100 %) percent of the contract price will be required for all other improvements and shall be submitted prior to final payment. Such bonds 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 prior to final payment. SC -6 SECTION 05- INSURANCE specond.mst/specs Section 3.18 of the General Conditions of the Agreement is hereby amended to include the following: 3.18 Insurance Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and furnish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: a. Statutory Worker's Compensation and minimum $100,000 Employers Liability Insurance. b. 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. c. 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 Combined Single Limit of $600,000. d. On all new or remodeling building projects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract price for such improvements. Owner and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risk Insurance required under this section, except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. e. Owner 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 SC -7 specond.msUspecs 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." 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 b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts 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 SC -8 specond mst/specs Secretary, City of Round Rock, 221 East Main Street, 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 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 will 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 section 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 receive copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the SC -9 spccond.msVspecs parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. SC -10 SECTION 06- WAGE RATES GENERAL DECISION TX960043 03/15/96 TX43 General Decision Number TX960043 Superseded General Decision No. TX950043 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies): BELL BEXAR BRAZOS COMAL Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). *NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT/PUMP STATIONS IN BELL, CORYELL, MCLENNAN AND WILLIAMSON COUNTIES. Modification Number 0 COUNTY(ies): BELL BEXAR BRAZOS COMAL SUTX2042A 11/16/1991 AIR TOOL OPERATOR ASPHALT HEATER OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER BATTERBOUARD SETTER CARPENTER specond.mst/specs CORYELL TRAVIS GUADALUPE WILLIAMSON HAYS MCLENNAN Publication Date 03/15/1996 CORYELL TRAVIS GUADALUPE WILLIAMSON HAYS MCLENNAN SC - 11 Rates Fringes 6.500 6.500 7.011 6.550 8.173 7.700 9.054 CONCRETE FINISHER- PAVING 8.600 CONCRETE FINISHER - STRUCTURES 7.903 CONCRETE RUBBER 6.740 ELECTRICIAN 13.710 FLAGGER 5.150 FORM BUILDER - STRUCTURES 8.017 FORM LINER - PAVING & CURB 7.250 FORM SE'1TbR- PAVING & CURB 7.683 FORM SETTER- STRUCTURES 7.928 LABORER- COMMON 6.078 LABORER- UTILITY 6.852 MECHANIC 10.774 OILER 9.389 SERVICER 7.280 PAINTER- STRUCTURES 10.000 PILEDRIVER 6.600 PIPE LAYER 7.229 BLASTER 9.067 ASPHALT DISTRIBUTOR OPERATOR 7.304 ASPHALT PAVING MACHINE 7.945 BROOM OR SWEEPER OPERATOR 7.117 BULLDOZER, 150 HP & LESS 8.125 BULLDOZER, OVER 150 HP 8.593 CONCRETE PAVING CURING MACHINE 7.633 CONCRETE PAVING FINISHING MACHINE 9.067 CONCRETE PAVING GANG VIBRATOR 7.250 CONCRETE PAVING SAW 6.200 SLIPPORM MACHINE OPERATOR 8.700 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL LESS THAN 1 1 /2 C.Y. 8.427 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 1 1 /2 C.Y. &:OVER 9.880 FOUNDATION DRILL OPERATOR. CRAWLER MOUNTED 10.475 FOUNDATION DRILL OPERATOR 10.923 TRUCK MOUNTED FRONT END LOADER 2 C.Y. & LESS 7.499 FRONT END LOADER OVER 2 1 /2 C.Y. 8.255 HOIST - DOUBLE DRUM 10.750 MOTOR GRADER OPERATOR 9.657 specand.msUspecs SC -12 PAVEMENT MARKING MACHINE 6.078 PLANER OPERATOR 7.250 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.083 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 6.403 ROLLER, PNEUMATIC, SELF PROPELLED 6.433 SCRAPER -17 C.Y. & LESS 7.245 SCRAPER -OVER 17 C.Y. 7.495 SELF PROPELLED HAMMER OPERATOR 6.078 SIDE BOOM 9.000 TRACTOR - CRAWLER TYPE 7.539 TRACTOR - PNEUMATIC 6.707 TRENCHING MACHINE 6.850 WAGON- DRILLBORING MACHINE/POST HOLE DRILLER OPERATOR 6.926 REINFORCING STEEL SETTER PAVING 8.158 REINFORCING STEEL SE'1'1'ER STRUCTURES 9.062 STEEL WORKER - STRUCTURAL 9.242 SIGN ERECTOR 8.640 SPREADER BOX OPERATOR 6.541 BARRICADE SERVICER WORK ZONE 6.078 MOUNTED SIGN INSTALLER PERMANENT GROUND 6.078 TRUCK DRIVER - SINGLE AXLE LIGHT 6.493 TRUCK DRIVER - SINGLE AXLE HEAVY 6.674 TRUCK DRIVER - TANDEM AXLE SEMI- TRAILER 6.824 TRUCK DRIVER - LOWBOY/FLOAT 8.041 TRUCK DRIVER - TRANSIT MIX 6.078 WELDER 8.824 Unlisted classifications needed for work not included, within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively. bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. specond msUspecs SC -13 specond.msUspecs END OF GENERAL DECISION SC -14 CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 $0.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 $0.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $12.08 $0.76 $0.50 $0.05 $13.39 DRYWALL INSTALLER/CEILINGINSTALLER $10.91 $0.00 $0.00 $0.00 $10.91 ELECTRICIAN $17.44 $2.16 $1.05 $1.05 $21.70 ELEVATOR MECHANIC $16.75 $3.85 $2.19 $1.50 $24.29 FIRE PROOFING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 GLAZIER $13.60 $2.24 $1.15 $0.54 $17.53 HEAVY EQUIPMENT OPERATOR $10.56 $0.00 $0.00 $0.00 $10.56 INSULATOR $13.75 $1.16 $0.92 $0.03 $15.86 IRON WORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 $0.00 $0.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 $0.00 $0.00 $0.00 $7.75 MASON $16.00 $0.00 $0.00 $0.00 $16.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 $0.34 $11.96 MILLWRIGHT $15.91 $1.63 $1.00 $0.00 $18.54 PAINTER/WALL COVERING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 PIPEFITTER $18.10 $1.42 $1.80 $0.00 $21.32 PLUMBER $12.68 $0.00 $0.00 $0.00 $12.68 ROOFER $10.00 $0.00 $0.00 $0.00 $10.00 SHEET METAL WORKER $18.40 $2.39 $2.55 $0.33 $23.67 SPRINKLER FITTER $18.25 $3.40 $2.20 $0.00 $23.85 TERRAZZO WORKER $0.00* $0.00 $0.00 $0.00 $0.00* TILE SETTER $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER /CAULKER $10.64 $0.00 $0.00 $0.00 $10.64 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 COUNTY NAME: WILLIAMSON specond.mst/specs PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES SC - 15 Date Printed: Apr 1 15, 1997 *$0.00 in the rate field indicated insufficient data was received to determine a prevailing wage rate for this classification. Government Code Title 10, Sec. 2258.023, paragraph C state: "A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided in Section 2258.022. (Property of General Services Commission, Based on 1996 Survey results) specond.msUspecs SC -16 6.0 TECHNICAL SPECIFICATIONS ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK techspec.mstlspcc.master The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS NOTE: The item number designation shown in parentheses adjacent to captions herein is a reference to City of Austin Standard Specifications. STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The current City of Austin Standard Specifications as adopted and amended by the City of Round Rock and the current City of Austin Erosion and Sedimentation Control Manual are hereby referred to and included in this contract as fully and to the same extent as if copied at length herein and they shall be applied to this project except as modified in these Specifications and on the Plans. Wherever the term "City of Austin" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. TS -1 ITEM 2 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE 2.01.2 BACKWORK 2.02 GRADING Iechspec.mst/spec.masle r During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean -up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean-up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. TS -2 ITEM 3 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK techspec.mst/spec master The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the Owner's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer and Owner must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or Owner's representative. 3.03 CONSTRUCTION STAKING The Engineer shall furnish the Contractor reference points and benchmarks that, in the Engineer's opinion, provide sufficient information for the Contractor to perform construction staking. 3.04 PROTECTION OF STAKES, MARKS, ETC. All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. TS -3 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES, PLANTS AND SHRUBS rechspec msUspec master The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right -of -way but only with approval of the Engineer. 4.03 TRAFFIC CONTROL MEASURES AND BARRICADES Traffic control measures and barricades shall be installed in accordance with the Texas Manual of Uniform Traffic Control Devices and in other locations deemed necessary by the Engineer, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property corner monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. TS -4 ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP techspec. ms4'spec.master No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper" or "equal to" are used, they shall be understood to mean that the item referred to shall be "proper", the "equivalent" of, or "equal to" some other item, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words or equal to or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer, and the Engineer will have the right to require the use of such specifically designated material, article or process. TS -5 DIVISION 1 GENERAL REQUIREMENTS 1 01025 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01025 2 MEASUREMENT AND PAYMENT 3 4 5 1. Payment will be made for items of Work as indicated in the Bid, and for which 6 measurement has been specified. No separate payment will be made for any 7 Work for which measurement has not been specified, and such Work shall be 8 considered as incidental to and included in the various Bid item prices. 9 10 2. BID ITEM NO. 1: Mobilization shall be considered to be performed after 11 Owner approval of bonds and insurance, and after 90% of Contractor's equipment 12 is on site. Mobilization shall not exceed 5% of the Total Amount Bid. 13 14 3. BID ITEM NO. 2: Lump Sum payment all Work items not included in Bid 15 Items No. 1 including but not limited to steel tank demolition, all Work required 16 to disassemble the tank and above ground appurtenances and remove the contents 17 from the site, cleaning, environmental controls, revegetation of disturbed areas of 18 the site, administration, and related miscellaneous items. All work shall be 19 performed within the boundary of the limits of construction identified in the 20 attachments. 21 22 4. Payment: Payment will be made in accordance with the requirements outlined in 23 the General Conditions. Within ten (10) days after the Notice to Proceed, 24 CONTRACTOR will file with ENGINEER a schedule of values consisting of a 25 balanced price segregation of the lump sum bid items similar to the various 26 subdivisions of the general and detailed specifications, the sum of which shall 27 equal the Lump sum bid. Once approved by the ENGINEER, the schedule of 28 values will become the basis for progress payments based on a percent complete 29 of each item in the schedule. 30 31 32 END OF SECTION 07225.031.036 City of Round Rock Water System Improvements April 2000 Contract No. 4A REBID- Chisholm Valley Standpipe Demolition 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 07225.031.036 City of Round Rock Water System Improvements Contract No. 4A — REBID Chisholm Valley Standpipe Demolition 01060 -1 1 SECTION 01060 2 SPECIAL CONDITIONS 3 4 5 PART 1- GENERAL 6 7 1.01 DEMOLITION CONFERENCE 8 9 A. A pre - demolition conference shall be held after award of Contract. Engineer will 10 notify the Contractor as to the date and time of the conference 1 week in advance of 11 the proposed date. Contractor's Project Manager and Project Superintendent and 12 Contractor's Subcontractor Representatives shall attend. 13 14 1.02 PROJECT SIGNS 15 16 A. Furnish and install one of each of the following signs: 17 1. Contractor's standard sign approved by Owner. 18 19 B. Install in location approved by Owner. 20 21 C. Signs not listed in this Specification permitted only upon approval of Owner. 22 23 1.03 PROJECT OFFICE/COMMUNICATIONS 24 25 A. No field office is required 26 27 B. The Contractor shall be required to provide a project manager for the project to be 28 the single point of contact throughout the duration of the Contract. The Contractor's 29 Project Manager will be responsible for attending project meetings, providing 30 timeline and cost schedule updates, and any other coordination or correspondence 31 required for the Project. 32 33 1.04 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE 34 35 A. Refer to General Conditions of the Contract. 36 37 38 April 2000 01060 -2 1 1.05 ORDER OF DEMOLITION AND DEMOLITION SCHEDULE 2 3 A. Demolition will be scheduled to allow the Owner uninterrupted operation of 4 existing system facilities. . Note that all underground piping has been disconnected 5 and capped at each property line and the power and telemetry connections on the 6 tank have been removed. 7 8 B. At no time shall Contractor or his employees modify operation of the existing 9 facilities or start demolition modifications without approval of the Owner except in 10 emergency to prevent or minimize damage. 11 12 C. Within 10 days after award of Contract, submit for approval a critical path type 13 schedule. Account for schedule of Subcontracts. Include proper sequence of 14 construction, various crafts, purchasing time, shop drawing approval, material 15 delivery, equipment fabrication, startup, demonstration, and similar time - consuming 16 factors. Show on schedule as a minimum, earliest starting, earliest completion, 17 latest starting, latest finish, and free and total float for each task or item. 18 19 Evaluate schedule bi- weekly. Update, correct, and rerun schedule and submit to 20 Engineer in triplicate with pay application to show rescheduling necessary to reflect 21 true job conditions. When shortening of various time intervals is necessary to 22 correct for behind schedule conditions, indicate steps to implement to accomplish 23 work in shortest schedule. Information shall be submitted to Engineer in writing 24 with revised schedule. 25 26 D. The Contractor will submit required documents, including the Lead Compliance 27 Plan, and, if requested by the Owner, the Contractor Health and Safety Plan, prior to 28 the commencement of work to allow for review for completeness. 29 30 E. If Contractor does not take necessary action to accomplish work according to 31 schedule, he may be ordered by Owner in writing to take necessary and timely 32 action to improve work progress. Order may require increased work forces, extra 33 equipment, extra shifts or other action as necessary. Should Contractor refuse or 34 neglect to take such action authorized, under provisions of this contract, Owner may 35 take necessary actions including, but not necessarily limited to, withholding of 36 payment and termination of contract. 37 38 1.06 PROJECT MEETINGS 39 40 A. The Engineer will conduct meetings involving: 41 1. Contractor's project manager. 42 2. Contractor's project superintendent. 43 3. Owner's designated representative(s). 44 4. Engineer's designated representative(s). 07225.031.036 City of Round Rock Water System Improvements Apnl 2000 Contract No. 4A REBID — Chisholm Valley Standpipe Demolition 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01060 -3 1 5. Contractor's subcontractors as appropriate to the work in progress. 2 3 B. Meetings conducted as needed. 4 5 C. The Engineer will take meeting notes and submit copies to participants and 6 designated recipients identified at the Pre - Demolition Conference. Corrections, 7 additions or deletions to the notes shall be noted and addressed at the following 8 meeting. 9 10 D. The Engineer will schedule meetings for most convenient time frame. 11 12 1.07 SPECIAL CONSIDERATIONS 13 14 A. Contractor shall be responsible for negotiations of any waivers or altemate 15 arrangements required to enable transportation of materials to the site. 16 17 B. Contractor is required to maintain site security at site to avoid vandalism and 18 destruction of City property. If required, Contractor shall include in Bid proposal, 19 the costs associated with providing temporary security fencing around all active 20 work areas not otherwise enclosed on the site. If required, Contractor shall provide 21 a temporary security fencing/gating plan to Engineer for review. 22 23 C. Maintain conditions of public streets to site such that access is not hindered as the 24 result of construction related activities. Contractor may not use public streets as 25 temporary Work area under any condition. 26 27 D. Contractor shall provide a demolition plan as outlined in Section 01601. 28 29 1.08 WORK HOURS 30 31 A. Allowable Work hours shall be Monday through Friday from 7:00 AM to 6:00 PM. 32 No weekend work will be allowed. 33 34 1.09 HISTORICAL AND ARCHAEOLOGICAL 35 36 A. If during the course of construction, evidence of deposits of historical or 37 archaeological interest is found, the Contractor shall cease operations affecting the 38 find and shall notify the Owner. No further disturbance of the deposits shall ensue 39 until the Contractor has been notified by the Owner that Contractor may proceed. 40 Compensation to the Contractor, if any, for lost time or changes in construction 41 resulting from the find, shall be determined in accordance with changed or extra 42 work provisions of the Contract Documents." 43 44 END OF SECTION 07225.031.036 City of Round Rock Water System Improvements April 2000 Contract No. 4A — REBID Chisholm Valley Standpipe Demolition 1 01560 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01560 2 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 3 4 5 PART 1- GENERAL 6 7 1.01 SUMMARY 8 9 A. Section Addresses: 10 1. Minimizing the pollution of air, water, or land; control of noise, the disposal of 11 solid waste materials, information on known environmental hazards identified 12 as being present, compliance with lead standards, and protection of deposits of 13 historical or archaeological interest. Environmental hazards identified include 14 lead -based paint coatings on the water tower, piping and appurtenances. 15 16 B. Related Sections include but are not necessarily limited to: 17 1. Division 0 - Contracts and Conditions. 18 2. Division 1 - General Requirements. 19 20 1.02 SUBMITTALS 21 22 A. Shop Drawings: 23 1. Prior to the start of any construction activities submit: 24 a. A detailed submittal of all methods of environmental control and preventive 25 measures to be utilized for environmental protection. 26 B. A drawing of the work area, haul routes, storage areas, access routes and current 27 land conditions including trees and vegetation. 28 C. Compliance Program to establish and implement practices and procedure for 29 protecting the health of those employees exposed to the lead contained in paint. 30 31 1.03 LEAD -BASED PAINT AND HAZARDOUS WASTES 32 33 A. Demolition involving painted surfaces. Testing indicates that the coatings on the 34 Water Tower, associated piping and appurtenances contain lead. For the purposes 35 of this contract, all painted surfaces of the Water Tower associated piping and 36 appurtenances are considered to be lead containing. 37 38 39 PART 2 - PRODUCTS 40 41 2.01 LEAD -BASED PAINT AND HAZARDOUS WASTES 42 43 A. Provide all containment materials needed to contain debris and particulate 44 materials, and protect the surrounding soils. 45 B. Supply the instrumentation needed for the monitoring of worker and area 46 exposures, and environmental and waste sampling, including all equipment 47 needed for control practices. 07225.031.036 City of Round Rock Water System Improvements April, 2000 Contract No. 4A REBID — Chisholm Valley Standpipe Demolition 01560 -2 1 C. Provide all personal protective equipment (PPE) needed for the project. 2 D. Provide DOT - approved containers of the appropriate size and type for the 3 hazardous waste generated during the project. Provide all containers for non- 4 hazardous construction waste. Provide appropriate containers for storage of scrap 5 steel recyclable materials. Maintain all containers in good condition. 6 7 8 PART 3 EXECUTION 9 10 3.01 INSTALLATION 11 12 A. Employ and utilize environmental protection methods to comply with the 13 requirements listed herein. Contractor shall select the appropriate controls unless 14 otherwise listed herein. Obtain all necessary permits and fully observe all local, 15 state, and federal regulations. 16 17 B. Land Protection: 18 1. Except for any work or storage area and access routes specifically assigned for 19 the use of the Contractor, the land areas outside the limits of construction shall 20 be preserved in their present condition. Contractor shall confine his 21 construction activities to areas defined for work within the Contract Documents. 22 2. Manage and control all borrow areas, work or storage areas, access routes and 23 embankments to prevent sediment from entering nearby water or land adjacent 24 to the work site. 25 3. Restore all disturbed areas including borrow and haul areas and establish 26 permanent type of locally adaptable vegetative cover. 27 4. Unless earthwork is immediately paved or surfaced, protect all side slopes and 28 backslopes immediately upon completion of final grading. 29 5. Plan and execute earthwork in a manner to minimize duration of exposure of 30 unprotected soils. 31 6. Except for areas designated by the Contract Documents to be cleared and 32 grubbed, the Contractor shall not deface, injure or destroy trees and vegetation, 33 nor remove, cut, or disturb them without approval of the Engineer. Any damage 34 caused by the Contractor's equipment or operations shall be restored as nearly as 35 possible to its original condition at the Contractor's expense. 36 7. The Contractor shall protect all site soils from contact with demolition debris 37 such as paint chips and debris generated by cuttings of the water tower 38 associated piping and appurtenances. 39 40 C. Erosion Protection: 41 1. Utilize methods necessary to effectively prevent erosion and control of 42 sedimentation and include the following: 43 a. Retardation: Mechanically retard rate of runoff by construction of diversion 44 ditches, terraces, and berms. Divert runoff to protect drainage courses. 45 b. Borrow constraints: Do not borrow soils from areas where environmental 46 controls are not possible. 47 c. Protect side and backslopes as soon as rough grading is complete by 07225.031.036 City of Round Rock Water System Improvements April, 2000 Contract No.1 REBID - Elevated Water Storage Reservoirs 1 01560 -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 accelerated growth of permanent vegetation, temporary vegetation, mulching 2 or netting. 3 d. Where slopes are too steep for stabilization, use hydroseeding, mulching 4 anchored in placed, cover by anchored netting, sodding, or combination to 5 prevent erosion. 6 e. Remove temporary protection prior to final grading operations. 7 8 D. Solid Waste Disposal: 9 1. Collect solid waste on a daily basis. 10 2. Provide disposal of degradable solid waste to an approved solid waste disposal 11 site. 12 3. Provide disposal of nondegradable solid waste to an approved solid waste 13 disposal site or in an alternate manner approved by Engineer and regulatory 14 agencies. 15 4. No building materials wastes or unused building materials shall be buried, 16 dumped, or disposed of on the site. 17 5. Provide disposal of hazardous waste to an approved, permitted hazardous waste 18 disposal site. See Paragraph 3.02 of this section. 19 20 E. Fuel and Chemical Handling: 21 1. Store and dispose of chemical wastes in a manner approved by regulatory 22 agencies. 23 2. Take special measures to prevent chemicals, fuels, oils, greases, herbicides, and 24 insecticides from entering drainage ways. 25 3. Do not allow water used in onsite material processing, concrete curing, cleanup, 26 and other waste waters to enter a drainage way(s) or stream. 27 4. The Contractor shall provide containment around fueling and chemical storage 28 areas to ensure that spills in these areas do not reach waters of the state. 29 30 F. Control of Dust: 31 1. The control of dust shall mean that no construction activity shall take place 32 without applying all such reasonable measures as may be required to prevent 33 particulate matter from becoming airbome so that it remains visible beyond the 34 limits of construction. Reasonable measures may include paving, frequent road 35 cleaning, planting vegetative groundcover, application of water or application of 36 chemical dust suppressants. The use of chemical agents such as calcium 37 chloride must be approved by the Owner. 38 2. Utilize methods and practices of construction to eliminate dust in full 39 observance of agency regulations. 40 3. The Engineer will determine the effectiveness of the dust control program and 41 may request the Contractor to provide additional measures, at no additional 42 cost to Owner. 43 4. No uncontrolled, visible dust emissions shall occur as a result of demolition 44 activities associated with lead based paint. 45 46 47 G. Burning: 07225.031.036 City of Round Rock Water System Improvements April, 2000 Contract No. 4A REBID — Chisholm Valley Standpipe Demolition 01560 -4 1 1. Do not bum material on the site. If the Contractor elects to dispose of waste 2 materials by burning, make arrangements for an off -site burning area and 3 conform to all agency regulations. 4 5 H. Control of Noise: 6 1. Control noise by fitting equipment with appropriate mufflers. 7 8 I. Completion of Work: 9 1. Upon completion of work, leave area in a clean, natural looking condition. 10 2. Ensure all signs of temporary construction and activities incidental to 11 construction of required permanent work are removed. 12 3. All environmental controls shall remain in place until vegetation has been re- 13 established to the satisfaction of the Owner. Upon Owner's acceptance, 14 Contractor shall remove and dispose of all environmental controls. 15 16 3.02 LEAD -BASED PAINT AND HAZARDOUS WASTES 17 18 A. General 19 1. Conduct the work in strict compliance with Federal, Texas, and local 20 regulations governing worker protection. 21 B. Compliance Program 22 1. Develop an submit prior to the commencement of fields activities a written 23 Compliance Program to establish and implement practices and procedures for 24 protecting the health of those employees exposed to lead and other toxic 25 metals contained in paint. This program is in addition to other OSHA hazard 26 communication and general safety and health requirements of the project. 27 Revise and update the program if changes in conditions result in new or 28 increased worker exposures or modifications in the control practices. 29 2. Establish methods for complying with this section and any OSHA standards 30 published for the toxic metals present in the paint (e.g. 29 CFR 1926.62 for 31 lead.) 32 3. Identify the methods of compliance that will be used to reduce worker 33 exposures to toxic metals. Rely on respiratory protection only after feasible 34 engineering and work practice controls have been implemented to reduce 35 airborne exposures. 36 4. Confirm that regular inspections of the work area will be made by a competent 37 person. Identify the project competent person by name in the compliance 38 program and indicate the frequency of inspections that will be undertaken, not 39 to be less than daily. 40 5. The compliance program will include at a minimum the following sections: 41 a. Exposure Monitoring 42 b. Action Levels 43 c. Permissible Exposure Limits 44 d. Respiratory Protection 45 e. Protective Clothing and Equipment 46 f. Housekeeping 47 g. Personal Hygiene 07225.031.036 City of Round Rock Water System Improvements April, 2000 Contract No.1 REBID - Elevated Water Storage Reservoirs 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01560 -5 1 h. Medical Surveillance and Medical Removal Protection 2 i. Employee Information and Training 3 j. Signs and Regulated Areas 4 k. Record Keeping 5 6 C. Establishment of Regulated Areas 7 1. Establish zones (regulated areas) around areas or activities that might generate 8 airborne emissions of lead (e.g. paint removal and demolition activities, waste 9 and recyclable material storage areas, etc.). Use whatever means necessary to 10 prohibit entrance into the regulated areas by unprotected or untrained 11 personnel. 12 2. Conduct air sampling according to NIOSH 7082, or equivalent to establish 13 regulated area(s). Conduct sampling upon commencement of each phase of 14 demolition activities. Collect the samples throughout the entire work shift. 15 16 D. Control of Dust and Fugitive Emissions 17 1. Control fugitive dust ands emissions so that at no time do they pass beyond 18 the limits of construction. Emissions extending beyond a regulated area are 19 cause for immediate project shutdown until the cause of the emissions is 20 corrected. Take all actions necessary to prevent fugitive dust from becoming 21 airborne. 22 2. The Owners Representative may undertake air monitoring during demolition 23 activities to confirm that dust and fugitive emissions do not extend beyond the 24 tank property line. The air monitoring analysis results will be compared to the 25 National Ambient Air Quality Standards for lead (1.5 micrograms /cubic 26 meter) and PM -10 (1.5 micrograms /cubic meter) to determine Contractor 27 compliance. 28 29 E. Work Practices 30 1. General 31 a Implement work practices that control worker exposures to lead, other 32 toxic metals, and other hazardous materials and prevents the dispersion of 33 fugitive emissions. 34 b Use containment materials as needed to control dust emissions and to 35 facilitate the collection of the debris for proper disposal. 36 37 F Waste Classification, Handling, and Disposal 38 1. General 39 a. The City of Round Rock is the generator of the hazardous waste for 40 permitting purposes, and will provide the EPA identification number, but 41 the Contractor is responsible for the sampling, testing, handling, storage, 42 transportation and disposal of all wastes (hazardous and non - hazardous), 43 and handling of recyclable materials until their placement for reclamation. 44 The City of Round Rock will provide signatures on hazardous waste 45 manifests. 46 b. Conduct the work in strict accordance with Federal (40 CFR 261 -268), 47 Texas, and local regulations governing the handling, transportation and 07225.031.036 City of Round Rock Water System Improvements April, 2000 Contract No. 4A REBID — Chisholm Valley Standpipe Demolition 01560 -6 1 disposal of waste. 2 c. All materials that are not recycled should be treated as waste. Prepare an 3 MSDS to accompany all shipments of recyclable materials identifying the 4 toxic metals that are present. 5 2. Waste Sampling, Testing and Classification 6 a Collect representative samples of each type of debris generated by 7 demolition activities. Collect samples in accordance with SW -846, "Test 8 Methods for Evaluating Solid Waste — Physical/Chemical Methods." 9 Describe the sampling methods in a written program. A minimum of one 10 sample per container of waste stream must be collected and analyzed. 11 b Have the testing conducted in accordance with 40 CFR 61, Appendix II, 12 Method 1311 Toxicity Characteristic Leaching Procedure (TCLP), to 13 determine if it is hazardous. Analyze the samples for all eight (8) metals 14 and other hazardous substances. Have all testing performed by a qualified 15 laboratory acceptable to the Owner's Representative. 16 c Debris is classified as hazardous waste if, after testing by TCLP, the 17 leachate contains any of the 8 metals or other hazardous substance in 18 concentrations at or above limits established in 40 CFR 261. 19 3. Waste Storage, Transportation, and Disposal 20 a Comply with 40 CFR 262 regulations for the on -site handling and storage 21 of all hazardous waste generated by the project. 22 b Store non - hazardous waste separately from hazardous waste. 23 c Train all personnel in the proper handling of the hazardous waste at the 24 work area in accordance with 40 CFR 265.16. 25 d Store waste on -site no longer than 90 days 26 e Arrange for the transportation of all hazardous waste by a licensed 27 transporter in accordance with 40 CFR 263 and 49 CFR 171 -179. Provide 28 the name, address, and qualifications of the licensed transporter to the 29 Owner's Representative. 30 f Arrange for disposal of all hazardous waste in accordance with 40 CFR 31 264 and 40 CFR 268. Verify that only licensed treatment, storage and 32 disposal (TSD) facilities are used. Provide the name, address and 33 qualifications of the TSD facility to the Owner's Representative. 34 g Comply with all the manifesting, certification, and reporting requirements 35 of 40 CFR 262 and 40 CFR 268, including certificates of final disposal for 36 each shipment. 37 h Transport and dispose of all non - hazardous wastes in accordance with 38 Texas Regulations. 39 i Materials to be recycled which are coated with lead -based paints must be 40 labeled as containing lead -based paints. The recycler must be notified 41 prior to shipment that the materials to be delivered to his facility by the 42 Contractor are coated with lead -based paints. 43 4. Wastewater 44 a Wastewaters generated, if any, shall be collected and containerized, and 45 sampled, tested and classified in accordance with Paragraph 3.02 F of this 46 section. 47 5. Labeling 07225.031.036 City of Round Rock Water System Improvements April, 2000 Contract No.1 REBID - Elevated Water Storage Reservoirs 01560 -7 1 a Until the TCLP results are received, label the containers as debris 2 containing lead (or other toxic metals as appropriate). Apply hazardous 3 waste labels after the test results are received, if required. 4 b Label each container or rolloff of hazardous waste in accordance with U.S. 5 Department of Transportation Regulations. 6 c All labeling, marking, and placarding is the responsibility of the 7 Contractor. 8 9 10 END OF SECTION 07225.031.036 City of Round Rock Water System Improvements April, 2000 Contract No. 4A REBID — Chisholm Valley Standpipe Demolition 1 01601 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01601 2 JOB CONDITIONS AND WATER TANK DEMOLITION 3 4 PART 1 — GENERAL 5 6 1.01 SUMMARY 7 8 A. Sections Includes 9 1. Job conditions. 10 2. Demolition of steel water tank 11 12 B. Related Sections include but are not necessarily limited to: 13 1. Division 0 — Contracts and Conditions. 14 2. Division 1— General Requirements 15 3. Attachments 16 17 1.02 PROJECT CONDITIONS 18 19 A. The attached site plan and photographs depict the steel water storage tank to 20 be demolished and removed. The entire tankage, including all above ground 21 piping and valving is to be removed from site. This includes all items visible 22 above ground excluding the concrete foundation and fencing.. All buried 23 utilities shall remain. 24 25 B. All material, once removed from the site, shall become the property of the 26 Contractor. The Contractor shall comply with all laws and regulations in the 27 removal and disposal of the tank and appurtenances. See Specification Section 28 01560 for requirements. 29 30 C. The coating system for the steel tankage consists of a lead -based primer and 31 top -coat. The Contractor is advised of this fact and must comply with all 32 local, state, and federal laws governing the removal and disposal of the steel 33 members. See Specification Section 01560 for requirements. 34 35 D. THE CONTRACTOR IS HEREBY NOTIFIED THAT RESIDENTIAL 36 STRUCTURES EXIST IMMENDIATELY OUTSIDE THE LIMITS OF 37 CONSTRUCTION. The Contractor shall be responsible for protecting all 38 adjacent facilities and structures. The Contractor shall be liable and 39 responsible for any damage to existing houses, other improvements or utilities 40 as a result of the demolition activities or Work on the site. 41 42 E. All demolition Work is to be coordinated with the City of Round Rock Water 43 Utilities Division and any access to system valving or piping should be 44 granted through said organization. The Contractor is not permitted to access 07225.031.036 City of Round Rock Water System Improvements Apnl 2000 Contract No. 4A —REBID — Chisholm Valley Standpipe Demolition 01601 -1 1 any portions of the City's system without consent of the Water 2 Superintendent. 3 4 1.03 SUBMITTALS 5 6 A. Prior to the start of any demolition activity, submit a water tank demolition plan 7 for review by the OWNER. The review of this plan will be to ensure that the 8 CONTRACTOR has completed project planning. The technical contents or 9 demolition means and methods will not be reviewed or approved. 10 B. The minimum requirements of the water tank demolition plan shall include: 11 1. Listing of staffing and equipment to be mobilized and used. 12 2. Provisions for protection of the site and adjacent facilities. 13 3. Description of the tank dismantling method to be used to remove sections 14 from the existing structure and any further demolition that might occur on 15 the ground prior to loading the debris. 16 4. Contingency plans for emergencies, fire control, etc. 17 C. Prior to the start of any demolition activity, submit a Lead Compliance Plan. See 18 Specification Section 01560 for requirements. Additionally, the Contractor shall 19 be prepared to submit, at request of the Owner, the Contractor Health and Safety 20 Plan. See Instructions to Bidders for requirements. 21 22 1.03 DEMOLITION REQUIREMENTS 23 24 A. Access to the Site shall be as indicated on the attached site plan, Attachment 25 No. 3. 26 27 B. Power and telemetry service indicated in the photographs has already been 28 disconnected and removed from site. 29 30 C. The tank is currently empty and the underground piping has been capped on 31 north and south sides of property. 32 33 D. Fencing to be left intact. 34 35 E. All portions of the steel water tank and appurtenances above grade, including 36 valving and piping, shall be removed. The concrete tank foundation and 37 splash blocks shall remain. Piping should be removed to grade and capped 38 with a concrete plug. 39 40 F. Contractor is responsible for disassembling or dismantling the standpipe in 41 sections using the means and methods necessary to complete the Work within 42 the limits of construction/demolition (including the temporary easement) 43 depicted on Attachment Nos. 2 and 3. 44 1. "Tipping" of the tank is not acceptable. Demolition should consist of 45 dismantling the tank in sections to be lowered to the ground with further 07225.031.036 City of Round Rock Water System Improvements Contract No. 4A REBID - Chisholm Valley Standpipe Demolition April 2000 01601 -3 1 demolition on the ground. Dropping or allowing portions of the structure 2 to fall more than five feet will not be allowed. 3 2. A 200 FT by 200 FT temporary construction easement has been provided 4 immediately South of the tank site for the CONTRACTOR's use. 5 6 END OF SECTION 07225.031.036 City of Round Rock Water System Improvements April 2000 Contract No. 4A —REBID — Chisholm Valley Standpipe Demolition 1 01602 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 SECTION 01602 2 GRADING AND SEEDING 3 4 5 PART 1 - GENERAL 6 7 1.01 SUMMARY s 9 A. Section Includes: 10 1. Grading and Seeding of all areas disturbed as a result of construction 11 activities. See PART 3 of this Section for requirements. 12 13 B. Related Sections include but are not necessarily limited to: 14 1. Division 0 — Contracts and Conditions. 15 2. Division 1 - General Requirements. 16 17 1.02 QUALITY ASSURANCE 18 19 A. Referenced Standards: 20 1. Standard Methods of the Association of Official Agricultural Chemists. 21 2. United States Department of Agriculture, (USDA): 22 a. Federal Seed Act. 23 3. Standard Specifications for Construction and Maintenance of Highways, 24 Streets and Bridges, Texas Department of Transportation. 25 26 1.03 SUBMITTALS 27 28 A. Provide a submittal indicating seed mixture, topsoil, and fertilizer to be 29 used. 30 31 B. Certify each container of seed delivered will be labeled m accordance with 32 Federal and State Seed Laws and equals or exceeds Specification 33 requirements. 34 35 36 PART 2- PRODUCTS 37 38 2.01 GENERAL 39 40 A. Topsoil: Provide for an offsite surficial topsoil, chocolate or sandy loam 41 material, to be dispersed onto all areas requiring regradnig and on disturbed 42 areas without sufficient topsoil. Provide for 1" to 2" of topsoil compacted to 43 85% of ASTM D698 and seeded upon as specified within this Section Provide 44 materials information from borrow pit for Engineer's review prior to delivery 07225.031.036 City of Round Rock Water System Improvements Contract No. 4A REBID - Chisholm Valley Standpipe Demolition April 2000 PLANTING RATES SEED MIXTURE LBS PURE LIVE SEED PER 1000 SF 9/15 — 3/1 Bermudagrass (unhulled) 2.0 Winter Rye 7.0 Total 9.0 3/2 — 9/14 Bermudagrass (hulled) 5.0 1 of material. Grade areas to match existing natural grades and to the 2 acceptance of the OWNER. 3 4 B. Fertilizer: Complete, soluble fertilizer, uniform in composition, dry and 5 free- flowing, part of the elements of which are derived from organic sources. 6 It shall contain the following percentages by weight: 7 8 Nitrogen (N) 16 Phosphorus (P) 20 Potassium (K) 10 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01602 -2 Deliver fertilizers mixed as specified, in standard size, unopened containers, showing weight, analysis and name of manufacturer. Store in a weatherproof storage place and in such a manner that the fertilizer will be kept dry and its effectiveness not impaired. If and when bulk delivery and spreading of fertilizer is authorized, provide with a notarized, written affidavit certifying weight and analysis of the fertilizer. C. Grass Seed: Fresh, clean, new crop seed mixed in the proportions indicated in Table 1 below: TABLE 1 —SEED MIXTURES D. Mulch: Cellulose Fiber Mulch produced from grinding clean, whole wood chips with a labeled ash content not to exceed 7 %, designed for use in conventional hydraulic mulching of grass seed with fertilizers and other additives and shall be such that when applied, will form a strong, moisture - retaining mat without the need of an asphalt binder. E. Water: Provide water for the execution of this work and maintenance until re- vegatation is accepted by OWNER, capable of initiating and supporting plant growth, and free of harmful or deleterious substances. F. Erosion Control Blanket: 100% straw with lightweight photodegradable netting on both sides. Netting sewn on 3 IN center or less. Minimum roll width 7.5 FT. Approved products include: 1. Straw Mat by Erosion Control Systems, Tuscaloosa, AL. 2. S2 Straw Blanket by BonTerra America, Moscow, ID. 3. Or approved equal. 07225.031.036 City of Round Rock Water System Improvements April 2000 Contract No. 4A REBID - Chisholm Valley Standpipe Demolition 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01602 -3 1 2 3 PART 3- EXECUTION 4 5 3.01 GENERAL 6 7 A. CONTRACTOR will regrade and seed areas disturbed during the Work at the 8 conclusion of the demolition activities. At the conclusion of the demolition, 9 OWNER will determine if vegetation has been disturbed or if grading has 10 been altered significantly enough to require restoration. If directed by 11 OWNER, seed and regrade all areas disturbed by construction activities 12 (including areas which are filled, excavated, receiving topsoil, or have lost 13 vegetative cover due to construction activities). 14 15 B. Vegetation must be returned to pre- demolition condition with at least 85% 16 cover and no bare spots exceeding 15 square feet in the restored areas. The 17 temporary easement area shall not be seeded, but shall be regraded, if 18 necessary. 19 20 C. Plant seed within 30 days of completion of earthwork, grading, and topsoiling 21 to minimize erosion. 22 23 D. Do not commence work until topsoil is applied and grading is complete in the 24 area to be seeded. 25 26 E. Apply seed prior to installation of erosion control blanket. 27 28 3.02 PREPARATION 29 30 A. Cultivate all areas to be seeded to a depth of 4 IN. 31 32 B. Lightly roll or compact cultivated areas. 33 34 3.03 CELLULOSE FIBER MULCH SEEDING (HYDROMULCHING) 35 36 A. Seeding may be done whenever the weather and soil conditions are favorable, 37 or as otherwise authorized by the Engineer. 38 39 B. Application Rates: 40 1. Seed: See paragraph 2.01. Application rates are specified in pounds of 41 pure live seed per 1000 SF. Adjust actual application rates as necessary 42 depending on PLS of seed delivered to the project to achieve the 43 application rates specified. 44 2. Fertilizer: 13 LBS /1000 SF (Dry weight) or as necessary as determined by 45 soils analysis approved by the Engineer. 07225.031.036 City of Round Rock Water System Improvements Contract No. 4A REBID - Chisholm Valley Standpipe Demolition April 2000 01602 -4 1 3. Cellulose Fiber Mulch: 70 LBS /1000 SF (Dry weight). 2 3 C. Uniformly distribute the seed or seed mixture over all areas to receive 4 hydromulch. All varieties of seed, fertilizer, and cellulose fiber may be 5 distributed at the same time at the specified rate after being mixed and agitated 6 in the hydromulching machine for at least ten (10) minutes, in order to provide 7 a homogeneous mixture. Apply this mixture as a water slurry and achieve an 8 even, solid cover. 9 10 D. Protect all areas not to receive the hydromulch mixture from direct or 11 over - spray. Remove and clean all hydromulch from buildings, irrigation 12 equipment, trees, shrubs, curbs, pavement, fire hydrants, light and utility poles 13 and other site improvements. 14 15 E. Apply Specified type and quantity of fertilizer at start of first growing season 16 after application of hydroseeding mixture. 17 18 F. Install erosion control blanket immediately after hydroseeding to minimize 19 potential for erosion. Install approved blanket at locations indicated on the 20 Drawings or where slopes exceed 10 %, and in accordance with manufacturer's 21 instructions. 22 23 3.04 MAINTENANCE AND PROTECTION 24 25 A. Maintain restored areas until OWNER's acceptance by means of watering, 26 fertilizing, and re- seeding as necessary to establish a vigorous, healthy stand of 27 grass. 28 29 B. Any restored areas not showing sufficient growth within the twelve month 30 warranty period shall be prepared and re- hydromulched as specified. 31 "Sufficient growth" is defined as 85% cover with no bare areas exceeding 15 32 SF in area. 33 34 C. Protect all turf areas from erosion, rutting, or other damage. Correct all 35 damage which occurs by applying fresh topsoil and re- seeding. 36 37 END OF SECTION 07225.031.036 City of Round Rock Water System Improvements Apn12000 Contract No. 4A REBID - Chisholm Valley Standpipe Demolition 1 01710 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01710 2 CLEANING 3 4 5 PART 1- GENERAL 6 7 1.01 SUMMARY 8 9 A. Section Includes: 10 1. Intermediate and final cleaning of Work . 11 2. This Section does not include cleaning of lead contaminated materials 12 or disposal of materials containing lead based coatings. See Section 13 01560. 14 15 B. Related Sections include but are not necessarily limited to: 16 1. Division 0 - Contacts and Conditions. 17 2. Division 1 - General Requirements. 18 19 1.02 STORAGE AND HANDLING 20 21 A. Store cleaning products and cleaning wastes in containers specifically designed 22 for those materials. 23 24 1.03 SCHEDULING 25 26 A. Schedule cleaning operations so that dust and other contaminants disturbed by 27 cleaning process will not fall on newly painted surfaces. 28 29 30 PART 2- PRODUCI'S 31 32 2.01 MATERIALS 33 34 A. Cleaning Agents: 35 1. Compatible with surface being cleaned. 36 2. New and uncontaminated. 37 3. For Manufactured Surfaces: Material recommended by manufacturer. 38 39 40 PART 3 - EXECUTION 41 42 3.01 CLEANING - GENERAL 43 44 A. Prevent accumulation of wastes that create hazardous conditions. 45 46 B. Conduct cleaning and disposal operations to comply with laws and safety orders 47 of governing authorities. 07225.031.036 City of Round Rock Water System Improvements April 2000 Contract No. 4A REBID - Chisholm Valley Standpipe Demolition 01710 -2 1 2 C. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in 3 storm or sanitary drains or sewers. 4 5 D. Dispose of degradable debris at an approved solid waste disposal site. 6 7 E. Dispose of nondegradable debris at an approved solid waste disposal site or in 8 an altemate manner approved by Engineer and regulatory agencies. 9 10 F. Handle materials in a controlled manner with as few handlings as possible. 11 12 G. Do not drop or throw materials from heights greater than 4 FT or less than 4 FT 13 if conditions warrant greater care. 14 15 H. On completion of work, leave area in a clean, natural looking condition. 16 Remove all signs of temporary construction and activities incidental to 17 construction of required permanent Work. 18 19 I. Do not burn on -site. 20 21 3.02 EXTERIOR (SITE) CLEANING 22 23 A. Cleaning During Construction: 24 1. Construction debris: 25 a. Confine in strategically located container(s): 26 1) Cover to prevent blowing by wind. 27 2) Haul from site minimum once a week. 28 b. Remove from work area to container daily. 29 2. Vegetation: 30 a. Keep weeds and other vegetation trimmed to 3 IN maximum height. 31 3. Soils, sand, and gravel deposited on paved areas and walks: 32 a. Remove as required to prevent muddy or dusty conditions. 33 b. Do not flush into storm sewer system. 34 35 B. Final Cleaning: 36 1. Remove trash and debris containers from site: 37 a. Re -seed areas disturbed by location of trash and debris containers. 38 2. Clean paved roadways. 39 40 3.03 FIELD QUALITY CONTROL 41 42 A. Immediately following demolition and site work, conduct an inspection with 43 Engineer to verify condition of all work areas. 44 45 END OF SECTION 07225.031.036 City of Round Rock Water System Improvements April 2000 Contract No. 4A REBID - Chisholm Valley Standpipe Demolition ATTACHMENTS X9 2335 2; BROKEN BOW DRIVE II 6 ° 06 60 p6j06 T I /n 1, 0 6 ° r� 1 )3 ORSOLY VALLEY STANDPIPE DELIOLITION CONTRACT 110. 4A PROJECT sat 613 BROKEN BON OR ROUND ROCK, TEXAS 76661 LEON. DESCRIPTION: OOSCLY VALLEY WEST. SECTION 3 (A9ENDE0) 00556/36 BLOCK 5. LOT 10 35/45 NVESTORS. LP. DOC 9646753 1 167.6382 AC PLAT INFORMATION OBTAINED FR09: WILLIAMSON 000017 COURTHOUSE. PLATS AND RECORDS OFFICE. FOR FURTHER SIFORWTION SEE 005019 VALLEY 505T SECIION 3 AMENDED CABINET 0 SLIDES 120 -121 i NEIL A. GRAFT .-- • 79287 0' 4.9% •• 24 4 . ` 7 t S S' ON .�. \— ( l v IV HDR Engineering, Inc. 606 46 0 28 2? 2 S 60611 26 29 14 PHOTO KEY y LIGATION AND PHO OF TO N9YBER KAMER ON OF CAMERA )6 O11150151 VALLEY 1.25 LTG ELEVATED TANK (NEW) CONTRACT NO 1 N 11 SCALE: 1 APPROX. .569 DR/ VE 6066 563.71 200' .•• TEMPORARY DE9. EASEMENT CITY OF ROUND ROCK - WATER SYSTEM IMPROVEMENTS CONTRACT 4A - REBID CHISOLM VALLEY STANDPIPE DEMOLITION TAX PLAT MAP AND DEMOLITION EASEMENT 6p6119 60611 8 9 6 1/9 9 Rp6, 10 Date APRIL 2000 Figure 2 M — — — — — — — — M• MI ON = MOM NM MO = I= • • I 1 I I • I • I I I IS'PUE 1 MUMS I MAIM= • • I j I ROAM 1 • F NCE To r ERAIN) 6" WT (TO REMAIN) 1 I PIPE HAS BEEN CS E I AND BRANCH APP(0 (1 1 Woe TEE BRANCH (10 REMNN) 0 le MTV OTELEMETRY AND POKER HAS BEEN I DISCONNECTED MN ME TANK. PRESSURE ■ • \ \ �� � / iR S NI TER 2 ■ \` r■ ' O O3 OVERHEAD ELECTRIC UNE HAS BEEN ■ (TO REMAIN) \ �- ,, 2r12 W CNOUT 2 M0. 01RE5 REMOVED le WATER UNE 1 CAFE LADDER NM (3) !\ RESTING PLAIFQYS Alm 'K J /I 71) TOP SECTION ELECTRIC POLE° 1 6' FENCE ■ ■ (70 REMAIN) 1 (]) ]0' SECIWNS AND �}.�.N� �..�... .... u . � (00 REMAN) tt spc OF r 9 , .4■. - NEIL A. GRAFF FIR 7sz87 PHOTO NUMBERLOC'TION AND MIMI. OF TOP OF CONCRETE FOUNOAIIM (70 REM01N* ) LAURA 120 LE REMOVE i 12 oEUw a ' �1 \�� 511/C0 HDR Engineering, Inc. NOT TO GC IE 1' CONCRETE SPLASH BLOCK (TO REMAIN / — 12' 010E GRASS ft STRIP (TO REMAIN) ( 12•15 OF CONSTRICTION 12 TANF MET- CARET. RE■0ME ABOVE GRACE AND CAP MM COIRMEIC PLUG AT GRADE CONCRETE TO RE M E CHANNEL (TO REMAIN) SPECIFIC NOTES: Ol 200'0200' TEMPORARY DEMOUTON EASEMENT TO BE PR0NDE0 AS SHOWN IN EICURE 2. APPROK 70 LF. 12" A.C. WATER UNE (TO REP/7N)- TWO 6' WOE GATES (TO REIANN) CITY OF ROUND ROCK — WATER SYSTEM IMPROVEMENTS CONTRACT 4A — REBID CHISOLM VALLEY STANDPIPE DEMOLITION SITE PLAN ®N I2' TEE (TO REMAIN) 12' PIPE HAS BEEN DISCONNECTED AND CAPPED AT tY TEE BRANCH (TO REMAIN) 12" WL (TO REMAIN) Dole APRIL 2000 Figure 3 ti s . k NEIL A. GRAFF • 79287 R HDR Engineering, Inc. PHOTO NO. 1 - REFERENCE FIG -2 FOR LOCATION PHOTO NO. 2 - REFERENCE FIG -2 FOR LOCATION CITY OF ROUND ROCK — WATER SYSTEM IMPROVEMENTS CONTRACT 4A — REBID CHISOLM VALLEY STANDPIPE DEMOLITION SITE PHOTOGRAPHS NO. 1 AND NO. 2 Date APRIL 2000 Figure 4 � E \ \oF T Y// Ie ...; r • 79287 :�; -1 s/►foo fEll NEIL A. GRAFF HDR Engineering, Inc. PHOTO NO. 3 - REFERENCE FIG -2 FOR LOCATION PHOTO NO. 4 - REFERENCE FIG -2 FOR LOCATION CITY OF ROUND ROCK — WATER SYSTEM IMPROVEMENTS CONTRACT 4A — REBID CHISOLM VALLEY STANDPIPE DEMOLITION SITE PHOTOGRAPHS NO. 3 AND NO. 4 Data APRIL 2000 Figure 5 *: . */ � .= *r ...* r i NEIL A. GRAFF _-- r 79287 A 2' HER Engineering, Inc. PHOTO NO. 5 - REFERENCE FIG -2 FOR LOCATION PHOTO NO. 6 - REFERENCE FIG -3 FOR LOCATION CITY OF ROUND ROCK - WATER SYSTEM IMPROVEMENTS CONTRACT 4A - REBID CHISOLM VALLEY STANDPIPE DEMOLITION SITE PHOTOGRAPHS NO. 5 AND NO. 6 Date APRIL 2000 Figure 6 NEIL A. GRAFF * HDR Engineering, Inc. PHOTO NO. 7 — REFERENCE FIG -3 FOR LOCATION PHOTO NO. 82 - REFERENCE FIG -3 FOR LOCATION CITY OF ROUND ROCK — WATER SYSTEM IMPROVEMENTS CONTRACT 4A — REBID CHISOLM VALLEY STANDPIPE DEMOLITION SITE PHOTOGRAPHS NO. 7 AND NO. 8 Dale APRIL 2000 Figure 7