Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-02-04-25-11A1 - 3/21/2002
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS APPROVED BY CITYORNEY Volge -I -ofI \ \$(� /0- ©a- 1a &l/AI CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS V o1'in eIofI1` 111. ,1 \1\ \ \ \ \ \*., ~ \� Date: April 4, 2002 Project Manual Revision ADDENDUM #1 Project Name: Clay Madsen Recreation Center Drainage & Landscape Improvements This Addendum forms a part of contract and clarifies, corrects or modifies original bid documents, dated March 25, 2002. Acknowledge receipt of this addendum is required. Failure to do so will subject bidder to disqualification. 1. Clarification — Part V — Hardscape Specifications — Concrete Pavers — Part 2 — 2.01 Concrete Pavers — B. - should read: "Product Info: Dublin Cobble Modular, Random Pattern, Range Silex Grey (Border), & Range Brownstone Red (Field). 2. Clarification — Groundcovers, i.e. Lantana spp., Verbena spp., Ruellia spp., shall be 4" flats, triangularly spaced 18" o.c. All bidders shall acknowledge receipt of Addendum No. 1 on the signature page of the proposa nes, RLA nner ound Rock TABLE OF CONTENTS SECTION DESCRIPTION 1.0 Notice to Bidders 2.0 Bid Documents 3.0 Post Bid Documents 4.0 Specifications and Conditions I. General Terms and Conditions II. General Specifications III. Landscape Irrigation Specifications IV. Landscape Planting Specifications V. Hardscape Specifications VI. Warranty VII. Measurement and Payment 1.0 NOTICE TO BIDDERS Publish Dates: Austin American Statesman: Monday, March 25, 2002 Monday, April 1, 2002 NOTICE TO BIDDERS NOTICE TO BIDDERS: Sealed bids addressed to the Purchasing Agent, City of Round Rock 221 East Main Street, Round Rock, Texas, 78664, for furnishing all labor, material and equipment and performing all work required the project titled "CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS" will be received until 3:00 PM, April 9, 2002 then publicly opened an read aloud at the City Hall Council Chambers at the same address, Bid envelopes should state "CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS ". Bids must be submitted on City of Round Rock bid forms. Plans, Bid Forms, Specifications and Instruction to Bidders may be obtained from the City of Round Rock Parks and Recreation Department, 605 Palm Valley Blvd, Round Rock, Texas 78644. Beginning March 25, 2002 for a non - refundable charge of $25.00. In case of ambiguity, duplication or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. Round Rock Leader: Thursday, March 28, 2002 Monday, April 1, 2002 2.0 BID DOCUMENTS 1 1 1 1 1 1 4. BIDS shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing 1 1 1 1 1 1 1 1 1 1 1 1 INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, BIDDERS are required to read the specifications, 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 CITY 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 by the CITY. BIDS received after closing time will be returned unopened. the name of the project, the job number if applicable, and the opening date and time. 5. BIDS shall be submitted on forms furnished in this document. BIDDER must fill in all appropriate lines. 6. 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. 7. 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 BIDS. Unreasonable (or unbalanced) prices submitted in a BID may result in rejection of such BID or other BIDS. 8. 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. 9. 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 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. 10. 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. The payment will be made following completion of the work. 11. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or a letter of credit if applicable, and payment bond as required by item 9 above, shall be just cause for the annulment of the award. 12. 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. 13. 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. 14. Any quantities given in any portion of the contract documents, including the specs, 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 fumished. The basis of the BID shall be entire project as shown on the plans and specifications. The city reserves the right to reduce quantities from the BID for budget purposes. Omissions of quantities or items noted on the plans and specifications but not reflected on the BID sheet shall be construed as a part of the BID. There shall be no increase in the BID after the BID date. 15. No Texas sales tax shall be included in the prices BID for work under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95 -0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 -0.09 as amended to be effective July 1, 1979. 16. No conditional BIDS will be accepted. 17. 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 famished 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). PROPOSAL BIDDING SHEET JOB NAME: Clay Madsen Recreation Center Drainage & Landscape Improvements JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: March 25, 2002 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 Clay Madsen Recreation Center Drainage & Landscape Improvements 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 Clay Madsen Recreation Center Drainage & Landscape Imp. Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1. 1 LS Mobilization, complete in place rw oi [OW H/u ,e/,rc,/ dollars ‘jj Af a cents. $ S 9" $ y6 o 2. 1 LS Silt Fence at Catch Basins, complete in place 7o .//0/44.6.4.eo/71 '! ooi dollars /✓ o cents. $ 3 Y $ .229 3. 1 LS Tree Protection, complete in place O,t.c A.Q.,cre,1 rr .44/.v//C4 Sflbllars Tavt kr I y cents. $ /,3Y6 $ I -2-L 4. 1 LS Construction Fencing, complete in place �o 7X ovson A5h Hiciaed. , . 1 4dollars Ti„ec,,Z j cents. $,Z } ' $?7 1 1 1 1 1 1 1 1 1 1 1 1-. 1 1 1 1 1 • Bid Item Description Item Quantity Unit and Written Unit Price 5. 1 LS Grading, complete in place z.145.34.0..// /v,i dollars Air cents. 6. 1 EA 3'x 3' Concrete Grate Inlet and all appurtenances, complete in place 1 T yf v ary �vr dy ,�Kr I O11arS N 0 cents. $/ f � - $ 1 5 - P sz 1 7. 131 LF 8" PVC Drainage Line, including all fittings and appurtenances, complete in place Unit Price $ /i'oa " • )r X, i dollars �, o r1 cents. $ Fl $ / 06/ 8 36 SF Demolition and Replacement of 4" Concrete Sidewalk (As Needed) /-e v cry dollars a r.. cents. $ 1/ $ ?/ . 9. 1 EA Concrete Inlet, complete in place - 71/ . hid .S;.1' /% dollars o , No cents. $ 3�e ` 0 $ 36 a `` 10. 1 EA Concrete Outlet, complete in place 1, L/v Si dollars cents. $ 3 c ° $ 3 Fo t 11. 16 LF Concrete Curb, complete in place < ` ir dollars e o /Io cents. $ ,3O $a e Amount Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount _ 12. 40 EA Adjust irrigation heads, as needed, including pipe and fittings, complete in place / / f C h dollars fie cents. $ /5 ' $ 6ov 2 .-' - 13. 573 SF Concrete Retaining Wall System, including concrete base and fabric, complete in place - re dollars S •r/'• i cents. $ 1 $ (/3/ 14. 278 LF Concrete Border as defined on plans, complete in place r ✓ dollars ei 0 f ✓FY cents. $ S r $ 15. 700 SF Concrete Pavers, including concrete base and all appurtenances, complete in place ! t. dollars sue dClsh' ��s4 cents. $ 3 ' $ //6 16. 238 SF Replace existing Concrete Pavers, including bedding sand, as needed, complete in place r 3 t k- dollars .S -P ire* 1 E f cents. $ (o $ ‘/,3 L'L 17. 2,300 SF Planting Bed Preparation with 6" of Planting Mix ®A ,e dollars U y r-., ✓-/-?. FF v r cents. $ $ 3 /.2- °` 18. 9,120 SF Bermuda Sod, complete in place H o dollars 2 1 Ci r�G+ cents. $ $ 1 1 19. 10,215 SF Bermuda Hydro seed, complete in place 1/ci A-H e_ TOTAL BASE BID (Items 1 through 19): ADD /ALTERNATIVE BID ITEMS dollars cents. Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 20. 19,335 SF Bermuda Sod, complete in place /Y o dollars cents. $ $ 21. 14 EA 15 gal Crape Myrtle (Lagerstroemia indica `Rubra') complete in place Fc5k Otte- dollars oe /l cents. 5 A7 22. 12 EA 5 gal Indian Hawthorn (Raphiolepis indica `Clara'), complete in place /wck 4 Scveh dollars f� o cents. $ 0 27 $3 5' 23. 30 EA 5 gal Loropetalum (Loropetalum chinensis), complete in place dollars /I o cents. $ i $ 5'c Z $ 3 8 0E8 $ 0?7 $ /( / o- - 24. 32 EA 5 gal Compact Nandina (Nandina domestica `Compacta'), complete in place wErb , S PP dollars �.�o cents. $ ,27 - $ c6 Bid Item Quantity Unit TOTAL BASE BID (Items 20 through 30): Item Description and Written Unit Price 25. 16 EA 5 gal Needlepoint Holly (Ilex comuta `Needle Point'), complete in place Steve fio dollars cents. 26. 30 EA 1 gal Harbour Dwarf Nandina (Nandina domestica `Harbour Dwarf), complete in place TOTAL BASE & ALTERNATE BID (Items 1 through 30): Unit Price Amount $27 $ 7 -e dollars �(4 f cents. $ /0 $ 3 -2 r / 27. 368 SF Lantana (Lantana spp.), complete in place 7Z' v dollars /=o /7 j Se vcvi cents. $ 0 $ ?'6 ��- 28. 452 SF Verbena (Verbena spp.), complete in place /iv a dollars x ,/7 7 Sever, cents. $ ‘e $ 4//' 29. 100 SF Ruellia (Ruellia spp.), complete in place 7Z vc c dollars 7o U $ —ve f � cents. $ 3 — $ 3 70 30. 2300 SF 2" of Shredded Hardwood Mulch in planting beds, complete in place dollars ce r t j k:;54 cents. $ $ $ /7 V-r-// 0 S 5:5 If this BID is accepted, the undersigned agrees to execute the contract and provide necessary bond and insurance certification and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within forty-five (45) calendar days after the date of the written Notice -to- Proceed. The bidder and the Owners agree that for each and every calendar day the work, or any portion thereof, remains incomplete after the 45 calendar -day period, the bidder shall pay the amount of Two Hundred Fifty Dollars (5250.00) per calendar day as liquidated damages, not as a penalty but for delay damages to the Owners. Such amount shall be deducted by the Owners from any payment due to the bidders. 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. The undersigned acknowledges receipt of the following addenda: !! Addendum No. 1 dated � k0 2 h Received C 77rY�/Oz- Addendum No. 2 dated Received Addendum No. 3 dated Received Respectfully Submitted, C- a. o. Title t /R?-B LS •'1 /1 GYST�nn C (J/1S - 12 T70/1 T/1/ . 6 7 ..2, , Name of Firm 2oa2 Date Address T elephone (6 /2) 'AX 1 . 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KEYSTONE CONSTRUCTION INC. P.O. BOX 160938 AUSTIN, TEXAS 79716 -0938 512 - 288 -6437 FAX: 512 - 288 -6439 CORPORATE RESOLUTION I hereby certify that it was RESOLVED by a quorum of the directors of Keystone Construction Inc., meeting on the 5th day of December, 2001, that Joe D. Haralson, C.E.O. be and hereby is, authorized to execute all documents necessary to the transaction of business in the State of Texas on behalf of the said Keystone Construction Inc., and that the above resolution has not been rescinded or amended and is now in full force and effect; and in authentication of the adoption of this resolution, I subscribed my name and affix the seal of the corporation this 97-7/ day of .0 , 2002. ( Seal ) I ene S. Haralson, Secretary 3.0 POST BID DOCUMENTS 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON THIS AGREEMENT is made and entered into on this the 0(.5 day of the month of , 2002 by and between the City of Round Rock, a Texas home -rule mum dipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299 (hereinafter referred to as the "Owner "), and Keystone Construction, Inc., whose offices are located at Post Office Box 160938, Austin, Texas, 78716 -0938 (hereinafter referred to as the "Contractor "). C:Vab StuRVab FiluUO21e4 . CSRR Clay Madsen RE, Cm1er1C, [,, DOClkg CONTRACT WITNESSETH: That for and in consideration of the payments and agreement hereinafter mentioned, to be made and performed by Owner and Contractor, Contractor hereby agrees with Owner to commence and complete the construction of certain improvements at the prices set forth in the Contractor's Proposal dated March 25, 2002, a copy of which is attached hereto and made a part hereof by reference for all purposes, for certain improvements described as follows: CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS The Contractor shall perform all work shown on the Plans and described in the Contract Documents and shall meet all requirements of this Agreement, the General and Special Conditions of the Contract Documents, and such orders and agreements for extra work as may subsequently be entered into by the above -named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within ten (10) consecutive calendar days after the date of the Notice to Proceed and shall cause work to progress in a manner satisfactory to the Owner. Such work shall be completed in full within forty-five (45) calendar days after the date of the written Notice to Proceed. Time is of the essence to this contract. The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the contract, at the prices and in the manner set forth herein and in related documents. The total amount of this contract is $45,476.39, which is the Total Base Bid plus Alternate Bid Items 21 -30 of Keystone Construction, Inc. The following documents, together with this Agreement and all attached sections hereof including but not limited to "Part I General Terms and Conditions," "Part II General Specifications," "Part III Landscape Irrigation Specifications," "Part IV Landscape Planting Specifications," "Part V Hardscape Specifications," "Part VI Warranty," and "Part VII 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Measurement and Payment ", and all incorporated exhibits, comprise the contract and they are fully a part thereof as if herein repeated in full: IN WITNHEREOF, the parties eto have executed this Agreement in multiple originals on the OCD day of the month of , 2002. CITY OF ROUND ROCK, T Date: ATTEST: City Secret Date: A'1'1 EST: The Notice to Bidders The Instruction to Bidders The Bid Sheets The Contractor's Proposal dated March 25, 2002 The Notice of Award dated April 29, 2002 The Specifications & Conditions The Certificate of Insurance The Performance Bond The Payment Bond The Warranty Bond The Plans The Addenda -Cai KEYSTONE CONSTRUCTION, INC. Joe P /Haralson, Chief Executive Officer Date: .>4€1 Corporation ecretary C:Vob Swifllob FileeUOtlga . Co1RR Clay Madsm REc Camer\Canvecl.000ljkg 1 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KEYSTONE CONSTRUCTION INC. P.O. BOX 160938 AUSTIN, TEXAS 79716 -0938 512 - 288 -6437 FAX: 512 - 288 -6439 CORPORATE RESOLUTION I hereby certify that it was RESOLVED by a quorum of the directors of Keystone Construction Inc., meeting on the 5th day of December, 2001, that Joe D. Haralson, C.E.O. be and hereby is, authorized to execute all documents necessary to the transaction of business in the State of Texas on behalf of the said Keystone Construction Inc., and that the above resolution has not been rescinded or amended and is now in full force and effect; and in authentication of the adoption of this resolution, I subscribed my name and affix the seal of the corporation this /101. day of , 2002. ( Seal) *4/2.612461)&__ I ne S. Haralson, Secr tary THE STATE OF TEXAS COUNTY OF WILLIAMSON postbid.mst/spec master PERFORMANCE BOND PBD -3 BOND NO. 08523033 KNOW ALL MEN BY THESE PRESENTS: That KEYSTONE CONSTRUCTION INC. of the City of AUSTIN, County of TRAVIS, and State of TEXAS, as Principal, and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 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 FORTY FIVE THOUSAND FOUR HUNDRED SEVENTY SIX AND 39/100 - dollars ($45,476.39) 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 , 2002 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: CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS 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. 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 , 2002. KEYSTONE CONSTRUCTION INC. COLONIAL AMERICAN CASUAL AND SURETY COMPANY Principal^ Surety By: Address JOE D. HARALSON, C.E.O. Title Title P.O. BOX 160938 AUSTIN. TX 78716 -0938 Resident Agent of Surety: HOWARD COWAN Printed Name P.O. BOX 54020 Address LUBBOCK, TX 79453 postbid.mst/spec mister PBD -3 Bv: Cuw ATTORNEY -IN -FACT P.O. BOX 54020 Address LUBBOCK, TX 79453 BOND NO. 08523033 FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: BALTIMORE, MD. 21203 PUBLIC WORK STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE AS AMENDED BY THE 73rd LEGISLATURE, 1993 (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: Th KEYSTONE CONSTRUCTION, INC. (Here insert the name and address or legal title of the Contractor) (hereinafter called the Principal), as Principal, and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY - ---- -- --------- --- - -- - - --- --- ---- -- (Here insert the name of the Surety) a corporation organized and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF ROUND ROCK, TEXAS (Here insert the name of the Obligee) (hereinafter called the Obligee), in the amount of__ FORTY FIVE THOUSAND_FOUR HUNDRED__,SEVENTY SIX ANA _391j.00 (Here insert an amount equal to the total contract price) Dollars ($ 45,476_39 —_ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the — — — -da of — — to CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faith- fully perform the work in accordance with the plans, specifications and contract documents, 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 of the Texas Govern- ment Code as amended by Acts of the 73rd Legislabure, 1993, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19______ WITNESS: ATTEST (IF INDIVIDUAL OR FIRM) oa9e HILL c6 NE CONS RUCTION, INC. (SEAL) fu L> 6O (SEAL) (IF CORPORATION) Principal ❑ FIDELITY AND DEPOSI COMPANY OF MARYLAND X] COLONIAL AMERICAN CASUA1.T ND SURET OMPANY Sun (SEAL) (SEAL) By HOWARD COWAN, ATTORNEY -IN -FACT (SEAL) NM MN ME M - - - - MN ME - NM En - MO NM MN C6D49J(TX) Fidelity and Deposit Company OF MARYLAND Colonial American Casualty and Surety Company HOME OFFICES: BALTIMORE PERFORMANCE BOND 0 z 0 PLEASE READ YOUR BOND IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company's toll -free telephone number for information or to make a complaint at: S8543f(TX) (04/00) Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Baltimore, MD 21203 -1227 1- 800- 654 -5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. Box 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by F. L. BORLEIS, Vice - President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set rth on the re ,-rse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby n ' - const . d appoint Howard COWAN and Marla HILL, both of Lubbock, Texas, EACH its true an tenter 4 ttomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Community S Guardians; and the execution of such bonds or undertakings in pursuance of these presents, shat bind' f ` Cr said Companies, as fully and amply, to all intents and purposes, as if they had been duly execut4 acknow by the regularly elected officers of the Companies at their offices in Baltimore, Md., in their own The said Assistant Secretary does her Article VI, Section 2, of the respective i f y that, xtract set forth on the reverse side hereof is a true copy of s of sai >& ipanies, and is now in force. IN WITNESS WHEREOF, the s -Presi ��,�t d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the IDELI D DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY A s C\ '4 TY C , this 17th day of February, A.D. 2000. FIDELITY POSIT COMPANY OF MARYLAND ATTEST: L1428-168-5080 T C. Johns By: F. L. Borleis Vice- President ion / � j V Assisran! �'ecrelary C • LONIAL A MERICAN CASUALTY AND SURETY COMPANY SS: Assistant Secretary By: r /l/dL 44.4 F. L. $orleis Vice President State of Maryland County of Harfmd On this 17th day of February, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. Borleis, Vice - President and T. C. Johnson, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposer' and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 EXTRACT FROM BY -LAWS OF THE FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seals of the Company thereto." EXTRACT FROM BY - LAWS OF THE COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Companies may require, or to authorize any person or persons to execute on behalf of the Companies any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seals of the Companies thereto." day of CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the companiy and facsimile or mechanically reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this Assistant Secretary THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND BOND NO. 08523033 KNOW ALL MEN BY THESE PRESENTS: That KEYSTONE CONSTRUCTION INC. of the City of AUSTIN, County of TRAVIS, and State of TEXAS, as Principal, and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 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), 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 FORTY FIVE THOUSAND FOUR HUNDRED SEVENTY SIX AND 39/100 dollars ($45,476.39) 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 , 2002, 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: CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRATNA(:F TMPR(1VFMPNTS 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 Govemment 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. postbid.est /spec master PBD -3 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 it's 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 KEYSTONE CONSTRUCTION INC. Principal Surety By: JOE D. HARALSON, C.E.O. Title P.O. BOX 160938 Address AUSTIN. TX 78716 -0938 Resident Agent of Surety: HOWARD COWAN Printed Name P.O. BOX 54020 Address LUBBOCK, TX 79453 Signature postbidmU/sper master PBD -3 , 2002. COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: HO Address ARD COWAN ATTORNEY -IN -FACT Title P.O. BOX 54020 LUBBOCK, TX 79453 BOND N0. 08523033 FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Companles HOME OFFICES: BALTIMORE, MD. 21203 KNOW ALL MEN BY THESE PRESENTS: That, PUBLIC WORK STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE AS AMENDED BY THE 73rd LEGISLATURE, 1993 (Penalty of this bond must be 100% of Contract amount) KEYSTONE CONSTRUCTION, INC. (Here insert the name and address or legal title of the Contractor) (hereinafter called the Principal), as Principal, and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY (Here insert the name of the Surety) a corporation organized and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF ROUND ROCK, TEXAS (IF INDIVIDUAL OR FIRM) csosorrrxl — im. i - w MARLA HIL (Here insert the name of the Obligee) _ (hereinafter called the Obligee), in the amount of_FORTY FIVE THOUSAND FOUR HUNDRED SEVENTY SIX AND 39/100 (Here insert an amount equal to the total contract price) Dollars ($45,476_39 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of XII 2002 to CLAY MADSEN RECREATION CENTER LANDSCAPE AND DRAINAGE IMPROVEMENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Govern- ment Code as amended by Acts of the 73rd Legislature, 1993, and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this — — day of 19 _ KE TONE CO STRUUCTION, INC. (SEAL) i '4 C 6'. O (SEAL) (Q; CORPORATION) Principal ❑ FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALT ND SURE r OMPANY s By ARD COWAN, ATTORNEY —IN —FACT (SEAL) (SEAL) (SEAL) IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company's toll -free telephone number for information or to make a complaint at: S8543f(TX) (04/00) Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Baltimore, MD 21203 -1227 1- 800 - 654 -5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. Box 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by F. L. BORLEIS, Vice - President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set rth on the re , e side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby n�,i e cons[' d appoint Howard COWAN and Marla HILL, both of Lubbock, Texas, EACH its true an. � ` .l agent . ttomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act .r. � � �- 1 bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Community S d Co ' , .Guardians; and the execution of such bonds or undertakings in pursuance of these presents, shale bind' , . said Companies, as fully and amply, to all intents and purposes, as if they had been duly execute•„ acknow` by the regularly elected officers of the Companies at their offices in Baltimore, Md., in their own The said Assistant Secretary does he Article VI, Section 2, of the respective itify that!1 =act set forth on the reverse side hereof is a true copy of of saidblipanies, and is now in force. IN WITNESS WHEREOF, the s d Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the = IDELI 5 DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY A TY CQ A Y, this 17th day of February, A.D. 2000. t POSIT COMPANY OF MARYLAND ATTEST: L1428- 168 -5080 By: L Ae$u4) T C Johnson ,, , Assistant Secretary F. L. Bodes Vice- President C LONIAL AMERICAN CASUALTY AND SURETY COMPANY V � T. C. Johns Assistant Secretary By: c.Qtii/CB, ij F. L Borleis Vt.- President State ofMarylatd County ofH arford On this 17th day of February, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. Borleis, Vice - President and T. C. Johnson, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 EXTRACT FROM BY -LAWS OF THE FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seals of the Company thereto." EXTRACT FROM BY - LAWS OF THE COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice- Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Companies may require, or to authorize any person or persons to execute on behalf of the Companies any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seals of the Companies thereto." I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the companiy and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of CERTIFICATE Assistant Secretary PRODUCER TEXAS ASSOCIATES INSURORS 1114 LOST CREEK BLVD., STE AUSTIN, TX 78746 KEYSTONE CONSTRUCTION P.O. BOX 160938 AUSTIN, TX 78716 -0938 n AMERICAN INTERNATIONAL GROUP THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described- Gxceldinn: m the politics are noted belDw- INSURED 400 .t BITUMINOUS INSURANCE CO. B INTERSTATE FIRE & CASUALTY CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LTR NUMBER DATE DATE A GENERAL LIABILITY CLP3137708 3/29/02 3/29/03 AU TOMG?.ILE LIABILITY CAP3137707 3/29/02 BODILY INJURY (Per merlon) BODILY INJURY (I'cr accid,qn) PROPERTY DAMAGE•. EXCESS LIABILITY UNI C2O9309 -- 3J29 / 02 3/29/03 EAU! OCCURRENCE AGGREGATE C WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY TSF1110291 3/29/02 3/29/03 D OTHER POLLUTION LIABILITY CP06191765 3/29/02 3/29/03 DESCRIPTION OF OPERATIONS /LOCATIONS /VEIIICLES/SPECIAI. ITEMS: ENCEPTIONS Job Drainage & Landscape Improvements. The City of Round Rock is named as additional Insured with respectio all po ieies cscept Workers' Compensation and Employers Lability. Should any of the above described policies be cancelled changed before the expiraIiou dmn thereof, the issuing company will mail thirty (10) days written notice In rho cc-nil holder named below. CERTIFICATE HOLDER: City of Rout,d Rock 221 E. Alain Street Round Rock, Texas 78664 all,: Joanne Land po SIG 1'1119 -7 COMPANIES AFFORDING COVERAGE C TEXAS MUTUAL INSURANCE COMPANY LIMITS GENERAL AGGREGATE. A2,000,000 PRODUCTS- COMP /O1' AGG. $ PERSONAL R A DV. INIL'RY .$1,000,000 EACH OCCURRENCE 11,000,000 01RE DAMAGE (Any one lire) S 300, 000 MED. EXPENSE (Any one paso0 S 10 , 000 3 T29703 COMBINED SING]II LIMIT %i , 000 , 000 Typed Na,uc: G ary Gris 'ride: Rai MeL STATUTORY LIMITS EACH ACCIDENT DISI:ASB - POLICY LIMIT DISEASE - P.ACII EMPLOYEE $ $5,000,000 s 1,000,000 s 1,000,000 1,000,000 Occu. Limit $1,000,000 Deductible $ 5,000 Clay Madsen Recreation Center 1100 AUTILO5W1 REPRESENTATIVE TOTHL P, t,T. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTR TYPE OF INSURANCE POLICY NUMBER DATE (MM /OD/YY) OA EXPIRATION TS (MM /DONY)) LIMITS GENERAL LIABILITY EACH OCCURRENCE s$1,000,000 A X COMMERCIAL GENERAL LIABILITY CLP3137708 03/29/02 03/29/03 FIRE DAMAGE (Any one fire) $$300,000 CLAIMS MADE I X I OCCUR MED EXP (Any one person) $ $10 , 000 PERSONAL & ADV INJURY . $ $1 , 000 , 000 GENERAL AGGREGATE s$2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS • COMP /OP AGG $$2 ,000,000 POLICY n PRO- CT n LOC JE A AUTOMOBILE X LIABILITY ANY AUTO CAP3137707 03/29/02 03/29/03 COMBINED SINGLE LIMIT (Eaa¢ident) $$1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT IS ANY AUTO EA ACC $ OTHER THAN AUTO ONLY AGG $ EXCESS LIABILITY EACH OCCURRENCE : $ $5,000,000 C X OCCUR 1 i CLAIMS MADE UMC6200309 03/29/02 03/29/03 AGGREGATE L8$5,000,000 DEDUCTIBLE $ X I RETENTION $ 10,000 $ WORKERS COMPENSATION AND X I TORY LIMITS I OER EMPLOYERS' LIABILITY TSF0001110291 03/29/02 03/29/03 E.L.EACHACCIDENT :$$1,000,000 E.L. DISEASE - EA EMPLOYEEI 8 $1 , 000 , 000 EL. DISEASE • POLICY LIMIT 8 $1,000,000 OTHER E Pollution Liab CP06191765 03/29/02 03/29/03 Occ Limit $1,000,000 Deduct. $5,000 ESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS I- :CLAY MADSEN RECREATION CENTER DRAINAGE & LANDSCAPE IMPROVEMENTS. CITY OF ROUND ROCK IT'S OFFICERS, EMPLOYEES & ELECTED OFFICIALS ARE NAMED AS ADDITIONAL INSURED IN REGARDS TO GENERAL LIAB, AUTO, UMBRELLA AND WORKERS OMP. INCLUDING A WAIVER OF SUBROGATION IN FAVOR OF CITY OF ROUNDROCK, IT'S •FFICERS, EMPLOYEES, & ELECTED OFFICIALS IN REGARDS TO WORKERS COMPENSATION. ACORD CERTIFICATE OF LIABILITY INSURANCE P RODUCER exas Associates Insurors 114 Lost Creek Blvd Suite 400 A ustin TX 78746 Phone:512- 328 -7676 Fax:512- 327 -8337 SURED Keystone Construction P.O. Box 160938 Austin TX 78716 -0938 OP ID CG YST -1 DATE (MWDDM') 05/06/02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A. Bituminous Insurance Co. INSURERS: Bituminous Insurance Co. INSURER C: Interstate Fire & Casualty INSURERD: Texas Mutual Insurance Co INSURER E: American International Group COVERAGES CERTIFICATE HOLDER CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK TX 78664 -5299 CORD 25-S (7197) Y ADDITIONAL INSURED; INSURER LETTER: CITYROU CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL MAIL _10_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Au OF r ED REPR ESENTATI So ) CACORD CORPORATION 1988 4.0 SPECIFICATIONS & CONDITIONS Landscape and Drainage Improvement Construction for Clay Madsen Recreation Center 1. PURPOSE: The City seeks to contract services for landscape and drainage improvement construction. See attached plans for locations. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. As -Built — Drawings that accurately reflect post construction location of improvements and conditions. 2.2. City — Identifies the City of Round Rock, Williamson County, Texas. 2.3. Contract —A mutually binding legal document obligating the Contractor to furnish the goods, equipment or services, and obligating the City to pay for same. 2.4. Contractor — A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from a contract. 2.5. Landscape Architect — Identifies the City representative for providing project design or project management. 2.6. Punchlist — Is a list of construction related items that will be reviewed as a part of the inspection of work. 2.7. Subcontractor - Any person or business enterprise providing goods, equipment, labor, and/or services to a Contractor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Contractor's obligations arising from a contract with the City. 2.8. Turnover — Identifies the action of the City assuming ownership and maintenance of constructed items set forth from this specification. 4. ABANDONMENT OR DEFAULT: PART I GENERAL TERMS AND CONDITIONS 1. The Contractor shall provide all labor and equipment necessary to perform the service. The Contractor shall comply with all requirements set forth by the United States Department of Labor. In addition all employees of the Contractor shall be experienced in the type of work to be performed. 2. The Contractor shall be responsible for damage to the City's equipment and/or property, the workplace and its contents by its work, negligence in work, its personnel and equipment. The Contractor shall be responsible and liable for the safety; injury and health of its personnel while its employees are performing service work. 3. The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or being under the influence of alcohol or controlled substances by Contractor, Contractor's employees, subcontractor(s) or subcontractor (s') employees while in the performance of the service is prohibited. Violation of this requirement shall constitute grounds for termination of the service. 4.1. A Contractor who abandons or defaults the work on the contract and causes the City to purchase the services elsewhere will not be considered in the re- advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 4.2. The contract is void if sold or assigned to another service company without written approval of the City. Written notification of changes to company name, address, telephone number, etc., should be provided to the City as soon as possible but not later than 30 days from date of change. 5. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in any matter affecting the performance of the contract, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Contractor shall furnish the City with satisfactory proof of its compliance. 6. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of this contract and arising out of a willful or negligent act or omission of the Contractor, its officers, agents, servants and employees. 7. INSURANCE: The successful bidder shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder, its agents; representatives, volunteers, employees or subcontractors. 7.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 7.2. The following standard insurance policies shall be required: 7.2.1. General Liability Policy 7.2.2. Automobile Liability Policy 7.2.3. Worker's Compensation Policy 7.3. The following general requirements are applicable to all policies: 73.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 7.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 7.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance. 7.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City 7.4. Policies shall include, but not limited to, the following minimum limits: 7.4.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence. 7.4.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 7.4.3. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence. 7.4.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 7.4.5. Coverage shall be maintained for two years minimum after the termination of the Contract. 7.5. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the purchase specification and the insurance endorsements stated below: 7.6. Contractor agrees that with respect to the required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following provisions: 7.6.1. Provide for an additional insurance endorsement clause declaring the Contractor's insurance as primary. 7.6.2. Name the City and its officers, employees, and elected officials as additional insureds, (as the interest of each insured may appear) as to all applicable coverage. 7.6.3. Provide thirty days notice to the City of cancellation, non - renewal, or material changes. 7.6.3.1. Remove all language on the certificate of insurance indicating: 7.6.3.1.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 7.6.3.1.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7.6.4. Provide for notice to the City at the addresses listed below by registered mail. Contractor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death, property damage, or any other loss to the extent same maybe covered by the proceeds of insurance. 7.6.5. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 7.6.6. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for which the insurance is being supplied. 7.6.7. Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance. 7.6.8. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main Street 309 East Main Street Round Rock, TX 78664 -5299 Round Rock, TX 78664 7.6.9. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the these requirements. Neither shall bankruptcy, insolvency, or denial of liability by the insurance company relieve the Contractor from liability. 7.6.10. If the Contractor employs, contracts with or otherwise permits any other individual or entity to perform any of the obligations of the Contractor, then any and all of these individual or entities shall be bound by the same insurance requirements as the successful bidder. 8. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity 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 project - 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 City. Persons providing services on the project ( "subcontractor") in Section 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, The City- 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. The CONTRACTOR shall provide a certificate of coverage to The City 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 shall, prior to the end of the coverage period, file a new certificate of coverage with The City showing that coverage has been extended. The CONTRACTOR shall obtain from each person providing services on a project, and provide to The City: A. a certificate of coverage, prior to that person beginning work on the project, so The City will have on file certificates of coverage showing coverage for all persons providing services on the project; and B. no later than seven 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 City in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or 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. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: A. 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 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 a project, for the duration of the project; C. 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 E. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; F. notify The City in writing by certified mail or personal delivery, within 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 G. contractually require each person with whom it contracts, to perform as required by paragraphs (A thru G), with the certificates of coverage to be provided to the person for whom they are providing services. H. The CONTRACTOR's failure to comply with any of these provisions is a breach of contract by the CONTRACTOR that entitles THE CITY to declare the contract void if the CONTRACTOR does not remedy the breach within ten calendar days after receipt of notice of breach from THE CITY. 9. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all hens and encumbrances for all labor, good and services which may be provided under the City's request by Contractor or subcontractors and if the City requests, a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 10. VENUE: Both the City and the Contractor agree that performance of this contract shall be in Williamson County and venue for any litigation arising from this contract shall lie in Williamson County. 11. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be considered an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect. PART II GENERAL SPECIFICATIONS 1. SCOPE: This specification describes a service to professionally construct and provide as built drawings of a planting and drainage operations for a recreation center owned by the City. 2. INTENT: It is the intent of the City to establish a one time contract with a responsible bidder to provide engineering and construction services as specified. 3. LIMIT OF FINANCIAL RESOURCES: The City has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the City 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 on any portion of work that may be omitted. At any time during the duration of this contract, the City reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 4. SUBSTITUTIONS: Submit bids on the basis of furnishing the materials exactly as specified. Substitute equipment or materials may be furnished provided it is equal or better than the quality specified m all respects. Submit descriptive data and calculations demonstrating equivalence of performance of all proposed substitutions of material and equipment to the CITY'S Representative for approval ten fltl) days prior to bid opening. Acceptance or rejections of any such requests for substitutions will be famished to the bidder. 5. WORK LOCATION /SITE: See cover sheet of drawings. 6. SITE VISIT: Each bidder shall make a site inspection of the site prior to bidding to fully acquaint him/herself with the site conditions as they exist for full comprehension of the facilities, difficulties and/or restrictions attending the proposed work. 7. SITE RESRICTIONS: 7.1. Parking: Parking is allowed on construction site when conditions permit. 7.2. City Equipment: City equipment cannot be utilized on this project without authorization. 8. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. The City reserves the right to determine the lowest responsible bidder from information submitted with the bid. All bidders shall furnish the following information at a minimum: 8.1. References: Provide the name, address, telephone number and point of contract of at least three firms for which the bidders has preformed similar service within the past five years. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 8.2. Identify any subcontractors to be used for this service. Experience, qualifications and references of the subcontractors shall be submitted. The City shall approve all subcontractors prior to any work being performed. 8.3. Poor performance• A bidder with poor performance history on past or current projects with the city, including, but not limited to, workmanship and warranty may be disqualifed from award of this project. 8.4. Plan of Operation: Successful bidder shall provide a projected schedule showing the days of operations, projected tasks with associated sub - contractors and timelines. The schedule shall be available to the CITY'S REPRESENTATIVE upon request for review and comment. 9. ORIENTATION OF CONTRACTOR: 9.1. The City will provide an initial orientation to the Contractor within five days after contract effective date to identify all policies and operating procedures of the construction site. During this meeting, the Contractor shall provide the City with their recommendations for operation, best locations to install or place Contractor's equipment and a start date for which the Contractor shall have ready for operation. NOTE: It shall be the responsible of the Contractor to familiarize its personnel with the site, site restrictions, and each job assignment. 9.2. A pre - construction meeting is to be conducted between CONTRACTOR and CITY'S representative prior to construction. Such meeting is to be conducted no more than 7 working days before work begins. It is the responsibility of the CONTRACTOR to arrange the pre - construction meeting. 10. RELATED DOCUMENTS: The specifications indicate and specify a complete landscape. Items not specified, but found necessary for a complete landscape shall be furnished under this Contract. 10.1. Concerns and discrepancies with drawings, details, or plan notes shall be resolved according to the ranking of priority (highest to lowest): 10.1.1. Plan Drawings 10.1.2. Plan Notes 10.1.3. Plan Details 10.1.4. Specifications 11. CONTRACTOR RESPONSIBILITIES: The Contractor shall provide, but not be limited to the services defined below: 11.1. A Texas Licensed Landscape Contractor in good standing, approved by The City or his agent, and who is regularly engaged in installing landscape and has a minimum of 3 years experience will be required for this work. 11.2. The CONTRACTOR shall obtain necessary permits and pay any related fees and taxes required by governing agencies as a part of the base bid. City of Round Rock fees shall be waived. 113. All landscape materials, sprinkler equipment, and drainage equipment shall be new and unused and should meet all standards specified. 11.4. Staff the site with as many employees as is necessary to construct contracted items. 11.5. Assign a primary contact person with the operations management to serve as a contact to both City staff and City residents for the duration of the contract periods. 11.6. Maintain all vehicles and equipment in proper operating condition. Vehicles and/or equipment with oil, hydraulic or other fluid or substance leaks, or vehicles and/or equipment that present an unhygienic or unsafe appearance will not be permitted on City property. Any environmental cleanup shall be at the expense of the Contractor. 11.7. Take any and all steps necessary to ensure all areas construction site remain in a neat and litter -free condition. 11.8. COPIES OF PLANS AND SPECIFICATIONS FURNISHED: The Contract shall be prepared in not less than five (5) counterpart (original signed) sets. The City will furnish the 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 CITY at commercial reproduction rates plus 20% for handling. 11.9. CONTRACTOR shall determine all existing site conditions (i.e. utilities, structures, obstructions). CONTRACTOR acknowledges that he /she has satisfied himself/herself as to the nature of the work and to the quality of surface and subsurface materials or obstacles insofar as this data is reasonably ascertainable from an inspection of the site. Any failure by the CONTRACTOR to acquaint himself/herself with the available information will not relieve himself/herself from responsibility for estimating properly the difficulty or cost of successfully performing the work. It is the responsibility of the CONTRACTOR to locate all utilities. Neither The City nor The City's REPRESENTATIVE have located any overhead or under ground utilities. 11.10. 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. 11.11. CROSSING UTILITIES: There has been no prior locating of utilities. Prior to commencing the work associated with this contract, it shall be the Contractor's responsibility to make arrangements with the owner of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. Any utilities noted on plans are estimate locations and should be verified prior to construction by the above described method. The City assumes no responsibility for damage to utilities. 11.12. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES: Whenever existing utilities 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 City of the utility to be moved and have it moved. The costs of any utility relocations will be at the Contractors sole expense. The City will not be liable for relocations costs or damages on account of delays due to changes made by The City of privately owned utilities which hinder progress of the work. 12. PROJECT RECORD DOCUMENTS: Prepare and maintain record documents for the project to accurately reflect the construction as built. As -built documents shall be submitted on reproducible Mylar or vellum as a condition of Final Acceptance. 12.1. Project Manager Shall maintain on the job site at all times one copy of: 12.1.1. Specifications 12.1.2. All Addenda 12.1.3. Change orders and field orders 12.1.4. Field test reports and submittal reports 12.I.5. Correspondence 12.2. Submittals: 12.2.1. At project completion, deliver record documents to the CITY or the CITY'S Representative. Place all letter -sized materials in a three -ring binder neatly indexed. Bind related drawings in rolls of convenient sizes for ease of handling. 12.2.2. Accompany the submittal with a transmittal letter in duplicate containing: Date, Project title, CONTRACTOR'S name and address, Certification that each document as submitted is complete and accurate, Signature of CONTRACTOR on transmittal. 13. QUALITY ASSURANCE AND WARRANTY 13.1. Underground work shall be inspected and approved by The CITY or THE CITY'S Representative for correctness and completeness before backfi]ling. Failure of the CONTRACTOR to notify The City or THE CITY'S Representative of the progress of the work may result in the CONTRACTOR having to excavate work for inspection. 13.2. If non - specified product(s) are found to be a part of the construction. The City's Representative will require the Contractor to immediately remove them and replace them with the specified part as called for in this document. All associated costs shall be paid by the Contractor. 13.3. Verify all finish grades within the work area in order to ensure the proper soil coverage (as specified) of the sprinkler system pipes. 13.4. The contractor shall warranty installed materials /equipment against defects in materials /equipment and workmanship from their respective manufacturers a period of one year after the system is accepted by THE CITY. As a part of the one year warranty, the contractor shall immediately repair or replace without cost to The City all material and equipment found to be defective due to faulty material or workmanship. The Contractor will order and replace the warranty item at not cost to The City. 14. DAMAGE TO PROPERTY 14.1. Repair or replace any property damage inflicted in the course of the construction without additional charge and before final payment. Included are damages to building, paving, structures, equipment, piping, pipe covering, utilities, sewers, walls, signs, fencing, sidewalks and landscaping. 14.2. The Landscape installer is responsible for damage to the system or property caused by others if it is determined to be a result of neglect of professional duty by the CONTRACTOR. 1.0 - GENERAL PART III LANDSCAPE IRRIGATION SPECIFICATION A. NOTE: All irrigation adjustment or replacement shall be completed using the same manufacturer and product as the existing irrigation head, valve, or pipe at the Clay Madsen Recreation Center. B. The work of this section includes but is not limited to the following: Products. Operations 2.0 PRODUCTS — Contractor shall use products as listed below. Contractor shall use same type, class, and quality equipment or City approved equal. 2.1 PIPE AND TUBE 2.1.1 PVC PIPE: All polyvinyl chloride (PVC) pipe shall be continuously and permanently marked with the following information: manufacturer's name, production control number, class of schedule number, type and grade of material and pipe size 2.1.2 PRESSURE MAINS: 3/4 inch through 4 inch PVC is to be Schedule 200 PVC or Class 40 PVC. Tubing or piping exposed to sunlight is to be Brownline UVR/PVC or approved equal. 2.13 LATERALS: Class 200 PVC with integral solvent weld bell end, solvent weld coupling. 2.1.4 UV RESISTANT PIPING: Brownline UVR/PVC. 2.1.5 THREADED NIPPLES AND RISERS: Schedule 80 PVC 2.1.6 PVC CEMENT: as recommended by the manufacturer. 2.1.7 BURIED SLEEVES: 2 inch and smaller: schedule 200 PVC. Larger than 2 inches: Class 40 PVC. 2.1.8 CONDUIT schedule 200 PVC. 2.1.9 GATE VALVES: Only valves that are suitable for dirty water applications are to be used. Gate Valves, as manufactured by Nibco, Matco - Norca, or approved equal. 2.1.10 VALVE BOXES: Plastic Box with locking lid. AMETEK, Brooks, Carson, Hefco, DFW Plastics or approved equal. Rectangular for remote control valves and back flow. Round for gate valves. 2.1.11 CLAMPS: Stainless steel screw clamps sized to fit purpose. 2.1.12 CONTROL WIRE: Specifically designed for direct burial use, Type OF with copper conductor, size as necessary to provide for valve and solenoid performance. Use white jacket for common and different color -coded wires (as available) for individual control lines. Size of conductor shall meet requirements of installation instructions of manufacturer of valves and controllers 2.1.13 WIRE CONNECTORS: Spears Dry- Splice, Penlite, and King Technology Model King - 6 or equal. 2.1.14 THRUST BLOCKS: 2,500 -psi/ 28 -day concrete. Quickcrete concrete mix or equal. 2.1.15 PVC FITTINGS: Use molded PVC fittings of the same material and pressure rating or schedule as the adjoining PVC pipe. Use fittings suitable for solvent weld, slip -joint ring connections or screwed connections as required to properly join PVC pipe. All fittings not shown on details or plans but are necessary in the proper function of the irrigation system shall be apart of the bid and contract. 2.1.16 SWING JOINTS: 12 inch PVC double swing joints with appropriately sized openings shall be manufactured by Lasco, KBI, or approved equal. 3.0 OPERATIONS 2.1.17 REMOTE CONTROLL VALVES: Automatic remote control valves shall be manufactured for dirty water use and shall be Hunter HBV series, Weathermatic 8000, Buckner VB series, or approved equal. 2.1.18 OTHER VALVES: Quick coupling valves: one inch 470 series by Toro, Hunter HV -144 -RL (using HK -100 key), Buckner Bronze 25000 series, or approved equal. Provide one key per quick coupler. 2.1.19 IRRIGATION HEADS Spray heads are to be as shown on plans or approved equal. 2.1.20 AUTOMATIC CONTROLLER: Irritrol, Rainbird, Weathermatic, Hunter or approved equal. Size as needed to accommodate all required stations plus at least twelve open stations. Up to two controllers can be provided. Controller shall run on a 24 -hour clock with a seven -day calendar. All stations shall be able to run continuously for 30 to 45 minutes. 2.1.21 BACKFLOW PREVENTION DEVICE: Flowmatic or Zum/Wilkins brand or approved equal size as necessary to minimize psi loss. 2.1.22 GRAVEL: The gravel is to be %z inch to % inch in diameter, clean washed and without the presence of foreign materials. 2.1.23 RAIN SENSOR: Rainbird, Hunter, Irritrol, Weathermatic of approved equal with wiring to connect to controller(s). 3.1 INSTALLATION 3.1.1 WATER SUPPLY: installer /contractor is to get a written statement of water pressure from the City of Round Rock prior to beginning design. Contractor is to verify water pressure prior to beginning construction. Contractor shall connect to the existing water loop within the park. 3.1.2 STANDARD INSTALLATION: The installer /contractor shall perform all work and provide material in accordance with the local codes and ordinances in force at the job site. 3.1.3 UTILITIES: The installer /contractor is responsible for locating all underground utilities, noting them on the design, and avoiding them during construction. The city assumes no responsibility for damage to utilities. 3.2 EXCAVATION 3.2.1 TRENCHES: Provide trenches of sufficient depth to provide a minimum cover above the top of the pipe as follows. Over Main Lines: 18 inches, Over Lateral Lines: 15 inches. Dig trenches no wider or deeper than is necessary to lay pipe, provide free working space around work installed, and provide ample room for backfrlling and compacting. Compact trench bottoms to provide a uniform bearing surface the full length of the line. Backfrll and hand tamp any over- excavation prior to installing the pipe. Keep trenches free of debris that would damage pipe such as rocks, roots and dirt clods. Clearly and visibly, flag all open trenches, holes, and depressions until adequately filled or repaired. Rather than cut roots larger than 3 inches, work piping around them. Hand trench in trench areas under the dripline of existing trees. All cuts to existing roots shall be smoothly made using a clean saw. When needed, incorporate all trench safety requirements for trenches over 4 feet in depth. 3.1.1 VALVE TRENCH: Dig valve trenches to the size necessary to provide free working space. Excavate to the depth necessary to contain the valve box, valve and six inches of gravel below the bottom of valve or backflow preventor. Compact trench bottoms to provide a uniform bearing surface the full length of the line. Top surface of valve box is to be level with immediate surrounding soil or surface. 3.3 PIPE FITTING AND ASSEMBLY 3.3.1 Clearances: Maintain the following clearances between lines. Shared trenches are unacceptable for mainlines and laterals with out proper clearances. 3.3.1.1 Pipe 2 inches and smaller: 4 inches. 3.3.1.2 Other Services: 12 inches minimum. 3.3.1.3 Maintain minimum 2 -inch vertical clearance between lines that cross. 3.4 PIPING CONSTRUCTION: 3.4.1 GENERAL: The Contractor shall be responsible for being insuring the inataller is familiar with any and all trade methods of assemblage, joining and installation of various types of pipe to be used. Adhere in strict accordance with the manufacturer's recommendation. 3.4.2 POLYVINYL CHLORIDE (PVC) PIPE: Exercise care in handling, loading, unloading and storing plastic pipefittings. Snake pipe in trench from side to side to allow for expansion and contraction of it. Do not lay pipe when there is water in trench or when temperature is 32 °F or lower. Make all changes in direction of pipe with fittings, bending pipe is unacceptable. 3.4.3 SOLVENT JOINTS: Make sure pipe is cut square and all connecting surfaces shall be properly clean and dry. Apply an even coat of solvent to the outside of the fitting. Insert the pipe quickly into the fitting and tum pipe approximately '/ turn to distribute the solvent and remove air bubbles. Hold the joint for approximately 15 seconds so the fitting does not push off the pipe. Using a clean rag, wipe off all excessive solvent to prevent weakening at joint. Exercise care in going to the next joint so that the pipe is not twisted, thereby distributing the last completed joint. Allow at least 15 minutes set -up time for each solvent welded joint before moving. Or as per solvent manufacturers directions. 3.4.4 THRUST BLOCKS: One cubic foot of redi -mix concrete or minimum one cubic foot or thrust block. 3.4.5 SWING JOINTS: All quick coupler valves and irrigation heads shall receive one double swing joint assemblies. The assembly shall not exceed a 45- degree angle from the lateral pipe. 3.5 CONTROL WIRING 3.4.4 WIRING Lay wiring from the remote control valves to the controller along the supply mains whenever possible. Install wire with slack to allow for thermal expansion and contraction. Splice wire with mechanical connectors encased in a self -curing epoxy resin, which provides a permanent watertight connection. All wiring under pavement shall be installed in PVC sleeves. 3.5 VALVES 3.5.4 ELECTRIC AND GATE VALVES: Install valves (Gate and Electric) in a plumb position with sufficient clearance for service and operation. Install remote control valves plumb to within 1/8 of an inch. Size as necessary to minimize PSI loss through valve or match connecting mainline or lateral pipe size or as shown on plans. Install valves so that the top of the valve assembly is no more than 12 inches below the top of the valve box. Adjust normal installation in accordance with standard practices as needed. Size box to allow for total containment of' the valve within the box and for 6" of gravel base. Top of valve should be no less than 12" below bottom of lid. Provide and place gravel to a depth of 6 inches beneath each valve and contained within valve boxes. Install manual, electric and gate valves in adequately sized valve boxes. Valve box lids are to be installed flush with proposed grades and level. 3.5.5 BACKFLOW PREVENTION DEVICES: Install the backflow device in an adequately sized valve box separate from the water meter. The valve is to be level, six inches below the lid and placed resting on a six -inch deep gravel bed. Install one double check valve backflow preventor size as necessary to provide less than 4 -psi loss through double check valve when one station is open. 3.5.6 QUICK COUPLING VALVES: Install valves plumb to within 1/8 of an inch. Locate valves as per irrigation drawings or as directed by THE CITY or The City'S REPRESENTATIVE. Valve shall be contained singly within a round valve box. Top of valve shall be at least 4" below the valve box lid. Prior to installing irrigation heads, the contractor is to flush laterals and mains to remove rocks, dirt and debris. 3.6 SPRINKLER HEADS 3.6.4 Location of heads shall be in accordance with the construction drawings. Adjustment to the location of heads shall be approved by The City or THE CITYS REP. Installation shall utilize common trade techniques. 3.6.5 Install heads plumb to within 1/8 of an inch. In turf areas where grass has not yet been established, CONTRACTOR shall be responsible for adjusting heads to their permanent positions flush with final grades after sod or turf is established. Set heads adjacent to roads or walks 6 inches from pavement edge and use swing joint assemblies in these areas. Clean all sprinkler heads before placing system in operation. Adjust direction of throw where necessary to provide coverage required and to minimize over spray onto sidewalks and paving. Throttle flow on heads to avoid throwing excessive amounts of water on buildings and other structures. Change nozzles as necessary to adapt to site conditions, or as directed by THE CITY or The City's Representative. Install all emitter and tubing above ground and under planting bed mulch. Prior to installing irrigation heads, the contractor shall flush laterals and mains to remove rocks, dirt and debris. 3.7 AUTOMATIC CONTROLLER: 3.7.4 INSTALLATION: according to manufacturer's specifications. Location of controllers and power requirements are to be reviewed with The City'S REPRESENTATIVE prior to installation. All electrical connections, from within the site, to the controller shall be apart of the contract. Of the twelve open stations, run eight wires from controller to station A -12, bundle, waterproof and label. Run two wires from controller to station A -20 and run two wires from controller to station A -3 bundle waterproof and label. 3.7.5 LOCATION: Mount controller /s in utility.room near pool. Height of controller shall comply with ADA guidelines. 3.8 MISC. 3.8.1 SLEEVES: Provide new sleeves for all locations where new sleeves are needed as directed by THE CITY or The City'S REPRESENTATIVE and as shown on the plans. Install new sleeves prior to pavement or wall installations. 3.8.2 ASHPALT /CONCRETE CUTTING AND PATCHING: Asphalt cuts to create trenches for placement of sleeves shall have width of at least 2 inches wider than outside dimension of sleeve pipe. Sleeving shall backfilled with washed, fill sand at a depth sufficient to permit specified asphalt patching to occur. The thickness of asphalt patching shall be 2 inches in depth. Compaction of sub - surface shall be 95 %. Testing shall be done by THE CONTRACTOR. 3.9 INSPECTION, TESTING: 3.9.1 GENERAL: Do not enclose or cover any work until it has been inspected tested and approved by The City or the City's Representative. 3.9.2 Hydrostatic Piping Test: In the presence of The City or The CITY'S REPRESENTATIVE, hydrostatically test the main line to 100 PSI before backfilling. Test period shall not be less than (1) hour and shall be witnessed by THE CITY'S REPRESENTATIVE. Test is acceptable if no leakage occurs during test period or as determined by THE CITY'S REPRESENTATIVE. Repair all leaks and retest system for another hour. Continue this procedure until leaks are repaired. 3.9.3 Operation Test: After sprinkler heads are installed, test the system for coverage in the presence of THE CITY or CITY'S REPRESENTATIVE. Test is acceptable if system operates satisfactorily, with uniform coverage in all irrigated areas. Make minor modifications to the system without charge. Such modifications shall include adjustment of spray direction, resetting height of heads, change -out of arc and radii nozzles, and minor head relocations (less than 12 inches in any direction) to avoid obstructions, change -out of pop - up heights and installation of risers when necessary to avoid plant blocking. 3.10 CLEANUP& BACKFILL: Maintain a clean work area at all times during the progress of the work within reasonable limits of the installation area At the end of the workday, immediately remove all rubbish, chemicals, debris, etc., from work site and properly dispose of off property. Upon completion of the work, remove all construction and installation equipment from the premises. Backfill irrigation trenches with soil that has been stockpiled from the excavation. Remove excess roots, rubbish and rocks or stone. Backfill enough soil to accommodate settling and allow a level surface with surrounding soil level. Immediately replace and thoroughly hand water any plant material and ground cover, which may be displaced during installation. 3.11 Irrigation Maintenance: Maintenance shall begin immediately upon the commencement of installation of irrigation materials. Irrigation material shall be protected and maintained until, inspection has been made and irrigation is turned over exclusive of the warranty. Maintenance shall include adjustments, trench filling, tightening and repairing irrigation items, removal and replacement of irrigation items, grounds repair and other necessary operations. 1.0 GENERAL A. Scope: Furnish all materials, tools, equipment and labor necessary for the installation of all plant materials and accessories shown on applicable Drawings in accordance with all requirements specified herein. Contractor shall provide and pay for all City required traffic/ pedestrian control devices. B. The work of this section includes but is not limited to the following: 3.0 Materials: 1. Clearing and grubbing. 2. Site leveling and grading (loam) 3. Pre - planting weed control. 4. Soil preparation 5. Fine grading 6. Planting operations 7. Maintenance 3.1. Plant materials: PART DI LANDSCAPE PLANTING SPECIFIFATIONS 2.0 Inspection Notification: Notify The City'S REPRESENTATIVE 24 hours in advance of site inspections for: 1) inspection of plant beds, prepared soil, plant materials, layout and planting, 2) Layout configuration of plant beds and staking tree locations; 3) substantial and fmal completion inspections. 2.1. Existing Conditions: Contractor shall verify existing and proposed locations of all site utilities (including gas, electric, sanitary and storm sewers, water and telephone,) prior to any trenching or laying of pipe, and be solely responsible for the repair and/or cost to repair utilities to prior condition. 2.1.1 Coordinate Landscape work with that of all other sitework trades and contractors, as applicable. 3.1.1 General Description: Plant materials shall mean trees shrubs, vines and plants of all descriptions required to be furnished for the project in accordance with the plant schedules. 3.1.2 Selection: Notify City prior to selection of materials. At this time the City may exercise the right to select materials, otherwise selection shall be done by the contractor to the specifications and subject to inspection at the job site. 3.1.3 Quality: Provide plants typical of their species or variety, with normal, densely developed branches and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from defects, disfiguring knots, sunscald injuries, frost cracks, abrasion of the bark, diseases, insect eggs, borers, and all forms of infestation. All plants shall have a fully developed form without voids or open spaces. 3.1.4 Standards: Plant names indicated comply with "Standard Plant Names" as adopted by the latest edition of the American Joint Committee of Horticultural Nomenclature. Names of varieties not listed conform generally veith names accepted by the nursery trade. Provide stock true to botanical name and legibly tagged. Plants shall comply with the sizing and grading standards of the latest edition of "American Standards for Nursery Stock." 3.1.4.1 All plants shall be nursery grown under climatic conditions similar to those in the project locale. Field collected material shall not be acceptable unless noted on the Drawings. 3.1.4.2 Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at no additional cost, and providing that the larger plants shall not be cut back to size indicated. 3.1.5 Balled & Burlap (B&B) Plants -Trees & Shrubs: Shall have firm, natural balls of earth properly bound with wire or twine and of sufficient diameter and depth to encompass fibrous and feeding root systems necessary for full recovery of the plant. Provide ball sizes complying with the latest edition of the "American Standard for Nursery Stock." Cracked or mushroomed balls are not acceptable. 3.1.6 Root balls of trees shall be 9" in diameter for each 1 inch of trunk diameter as measured 6 inches above ball. 3.1.7 Tree trunk caliper size shall be measured according to the following American Association of Nurserymen's formula; For 4" caliper and smaller the size is determined at a height of 6 inches above the ground; for trees greater than 4" but less than 8" the size is determined at a height of 12" above ground 3.1.8 Tree trunk caliper for multi -trunk or multi -cane trees shall be determined by adding the largest existing trunk diameter, plus'' /: of the diameter of each of the next three largest trunks only. Trunks to be measured 6" above the root ball. 3.1.9 Container Grown Stock: Plants shall have been grown in a nursery container for sufficient length of time for the root system to have developed to hold its soil together. No plants shall be loose in containers and no container stock shall be root bound. 3.1.10 Plants planted in rows shall be matched in form. 3.1.11 The height of trees, measured from the crown of the roots to the top branch, shall not be less than minimum size designated in the plant list. 3.1.12 Any pruning wounds present shall show vigorous bark on all edges. 3.1.13 Shrubs and small plants shall meet the requirements for container size, spread and height indicated in the plant hst. The measurements for height shall be taken from the ground level to the average height of the top of the plant and nor the longest branch. Side branches shall be generous, well - twigged and the plant as a whole well brushed to the ground. Single stemmed or thin plants shall not be accepted. 3.1.14 Plants shall be in a moist, vigorous condition, free from dead wood, bruises or other root or branch injuries. 3.1.15 Review: All plants to be supplied by the Contractor shall be inspected for approval by the Landscape Architect prior to their installation. Initial review of plant materials shall be made by submitting a photograph of each type of plant to be used, to determine if plant materials generally appear acceptable. Photograph shall be of representative size and shall include some means to determine scale; i.e. Yardstick, person, etc. Second review shall be made at the site prior to planting to determine if plant materials meet specification and are free of infestations and disease. Alternate sources for plant materials may be submitted on bid proposal form accompanied with representative color photograph, 3.1.16 Plant List: See drawings and detail sheets. 3.2. Soil Preparation Materials: 3.2.1 Imported Brown Loam Topsoil: Fertile, friable, natural topsoil of coarse sandy loam or sandy loam character without admixture of subsoil material, obtained from a well drained arable site, collected free from clay, lumps, coarse sands, stones, plant roots, sticks, toxic substances, and any other foreign materials which might be harmful to plant growth or hinder planting operations: between pH of more than 6.0 nd less than 7.0 Topsoil shall not be delivered in muddy condition. To be used only for soilmix and plant bed areas. 3.2.1.1 Coarse Sandy Loam: It shall consist of 25% or more very coarse and coarse sand, and less than 50% any other single grade of sand. 3.2.1.2 Sandy Loam: It shall contain 30% or more very coarse, coarse, and medium sand (but less than 25% very coarse and coarse sand), and less than 30% either fine sand or very fine sand. 3.2.2 Soil Conditioner: "Back to Earth" composted cotton burr soil conditioner (cotton burr shall be from plants which have not been chemically defoliated), as produced by Back to Earth Resources, Inc., Dallas, Texas, or equal. 3.2.3 Fertilizer: Commercial granular slow - release type, having an analysis of 15 -15 -15 with chelated iron added. 3.2.4 Water: The General Contractor will be provided water which shall be available on site. Through the existing water meter. Landscape Contractor shall provide necessary hoses and watering equipment required to maintain and complete the work. Automatic irrigation system shall be installed simultaneously with the landscape planting. Refer to irrigation drawings for the extent of the system. 3.3. Miscellaneous Materials: 33.1 Mulch: Shall be premium grade shredded cypress bark mulch. Sample to be approved. 3.3.2 Steel Edging: Col -Met professional steel edging, 14 gauge, 4" x 16', factory painted dark green and manufactured by Collier Metal Specialties, Garland, Texas, or approved equal, such as Ryerson Landscaping Edging. 3.3.3 Tree Staking Material: Stakes — 6' long metal "T" fence post, painted flat black: Hose — 14 X 6" long black polyethylene tubing: Wire — galvanized multi - strand 12 gauge wire. 3.3.4 Weed Control: For plant beds, shall be 5% Dacthal granules, a weed control which kills weed seeds as they germinate, or equal. 3.3.5 Submittals: Submit following material samples, in a one quart plastic zip -loc bag, along with label from the manufacturer's package (if applicable), to The Citys Rep. For approval prior to construction: 1. Back to Earth Soil Conditioner (Composted Cotton Burr) 2. Fertilizer 3. Shredded Cypress Mulch These samples, if approved by the Landscape Architect, shall be used as the standard by which other materials shall be judged. Any bulk material that, in the judgement of the Landscape Architect, is below the quality of the approved samples maybe tested in accordance with the specifications set forth herein at the contractors expense. Rejected material shall be removed from the site at Contractor's expense. Payment for testing shall be the Contractor's responsibility. 3.4 Delivery, Storage & Handling: 3.4.1 Sub - contractors shall coordinate all delivery and installation activities with General Contractor. 3.4.2 Deliver fertilizer materials in original, unopened and undamaged containers showing weight, analysis and name of manufacturer. Store in manner to prevent wetting and deterioration. 3.4.3 Cover plants transported on open vehicles with a protective covering to prevent windburn. Plants transported uncovered shall be rejected. 3.4.4 Topsoil specified herein for planting bed mix shall be delivered and kept dry and loose. 4.0 Procedures: 4.1 Planting Operations: 4.1.1 All planting shall be done when weather and soil ground conditions are suitable. When conditions are such, by reason of drought, high winds, excessive moisture, frozen ground, or other unsuitable factors, that satisfactory results are not likely to be obtained, work shall be halted. It shall not be resumed until desired results can be obtained or altemative or corrective measures and procedures can be used. 4.1.2 -A11 proper precautions so as not to disturb or damage subsurface improvements shall be observed. It shall be the Contractor's responsibility to locate all underground utilities and systems that might possibly be encountered. If underground obstructions should be encountered in the excavation of plant pits, altemate locations may be selected; verify locations of plants with The City. 4.1.3 The Contractor shall at all times take adeljuate precautions to protect the existing improvements during the course of the project. Any damage incurred shall be corrected to original condition at CONTRACTOR expense. 4.2 Soil Preparations, Excavation and Backfill: 4.3 Planting: 4.2.1 Existing Conditions: Contractor shall examine the proposed planting areas and conditions of installation prior to construction. CONTRACTOR shall not start planting work until unsatisfactory conditions are corrected. Contractor shall remove soil that is unsuitable for plant growth, and replace with the backfill mix outlined in these specifications. 4.2.2 The Contractor is responsible for building all shrub/ groundcover beds to finish grade with prepared soil mix, including the excavation of bed areas as needed to accommodate specified depth or amount of prepared soil. Excavated topsoil, if it is clean, may be spread over designated lawn areas, provided it does not impair or modify drainage patterns, or cover sprinkler heads. 4.2.3 Layout: Locations for plants and outlines of bed areas shall be clearly marked on the ground in conformance with the drawings. Tree locations shall be staked. The Landscape Architect shall review and approve layout prior to excavation. 4.2.4 Qualifications: Planting shall be performed only by experienced workmen familiar with planting procedure under the supervision of a qualified supervisor. 4.2.5 Plant Pit Excavation: Contractor shall provide each plant a plant pit as outlined on the drawings. Contractor shall remove all excavated base materials and remove from site. 4.2.6 Back Fill Soil Operations: Backfill all tree and shrubs with existing soil with added fertilizer and remove all rocks. 4.3.1 Locate plants as indicated or as approved in the field by the Landscape Architect. If obstructions are encountered that are not shown on the drawings, do not proceed with planting operations until alternate plant locations have been selected and approved by Landscape Architect or THE CITYS REP. 4.3.2 Plant pits for trees and shrubs shall be excavated with vertical sides and flat bottoms per details on the drawings. 4.3.3 Place and compact sufficient prepared soil in planting pit to allow the plant materials to be set to proper grade and alignment, Set plants upright, plumb and faced to give the best appearance or relationship to each other or adjacent structure. The top of the root ball shall be 2" above finish grade to allow for mulch. No filling shall be permitted around trunks or stems. Finish back - filling the pit with backfill mixture. Do not use muddy mixtures for back filling. 4.3.4 After plants are set, muddle planting soil mixture around bases of balls to eliminate air pockets and fill all voids. In the case of balled and burlap plants, remove all burlap, ropes and wires from the top of balls. 4.3.5 Space groundcover plants in accordance with indicated dimensions shown on plans. Adjust spacing as necessary to evenly fill - planting bed with indicated quantity of plants. Plant shrubs no closer than 18 inches to tree trunks and no closer to 12 inches of edge of bed. 4.3.6 Weed Control: Shall be done by applying Dacthal to all shrub / groundcover beds as per manufacturer recommendations. 4.3.7 Mulching: Mulch groundcover and shrub beds with required mulching materials 2" deep immediately after planting and application of granular weed control Thoroughly water mulched areas. After watering, rake mulch to provide a uniform, finished surface. 4.3.8 Tree Staking/Mulching: Immediately stake all trees after installation. Trees shall be staked and mulched in accordance with the details on the drawings. Trees shall stand plumb prior to staking. 4.3.9 Pruning: Pruning shall retain the form typical of the plant. It shall include the removal of all dead, injured or broken twigs and branches and shall be done according to standard horticultural practices. 4.3.10 Edeine: Install steel edging per manufacturer's recommendations in the locations shown on the drawings and wherever lawn areas border plant beds. Set top of edging 2" above finish grade. Install edging plumb and without kinks, securing with steel stakes, provided with edging. Cut'steel edging sharp and square at all points where a change of direction occurs. Edging maybe bent at corners, but this shall only be acceptable if finished corner radius does not exceed one inch. 4.4 Clean Up: 4.4.3 Keep walks and parking areas clean of soil and landscape debris by sweeping or hosing. 5.0 Inspections: 5.1 Progress inspections shall be made by the Landscape Architect at regular intervals during the execution of work on the project. 5.2 The contractor shall maintain planted areas until final inspections and acceptance of the project. 5.3 A substantial completion inspection shall be made at the request of the Contractor. Planted areas shall be reviewed for acceptance provided all requirements have been complied with and plant materials are alive and in a healthy, vigorous condition. 6.0 Plant Material Maintenance: 4.4.1 During work, keep the premises neat and orderly, including organization of storage areas. Sweep road pavements thoroughly at the end of each day. 4.4.2 Remove trash from the site daily as work progresses, including debris, and waste material generated from excavating beds or planting plants. Maintenance shall begin immediately upon the commencement of installation of plant materials. Plant material shall be protected and maintained until installation of planting in complete, inspection has been made and planting is accepted exclusive of the warranty. Maintenance shall include watering, weeding, cultivating, mulching, tightening and repairing tree staking, removal and replacement or dead material, resetting plants to proper grade or upright positions, restoration of the planting saucers and other necessary operations. CONCRETE PAVERS PART 1 GENERAL 1.01 SECTION INCLUDES: A. Concrete paver units. B. Bedding and joint sand, PART V HARDSCAPE SPECIFICATIONS 1.02 RELATED SECTIONS A. Section: Pavements, Asphalt and Concrete. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. C 33, Specification for Concrete Aggregates. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Sampling and Testing Concrete Masonry Units. 4. C 144, Standard Specification for Aggregate for Masonry Mortar. 5. C 936, Specification for Solid Interlocking Concrete Paving Units. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5 -lb (2.49 kg) Rammer and 12 in. (305 mm) drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10 -lb (4.54 kg) Rammer and 18 in. (457 mm) drop. 9. D 2940, Graded Aggregate Material for Bases or Subbases for Highways or Airports. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in the manufacture of concrete interlocking pavers for a minimum of three (3) years. B. Installation shall be by a contractor and crew with at least one (1) year of experience in placing interlocking concrete pavers on projects of similar nature or dollar cost. C. installation Contractor shall conform to all local, state /provincial licensing and bonding requirements. 1.05 SUBMITTALS A. Submit product drawings and data. B. Submit full size sample sets of concrete paving units to indicate color and shape selections. Color will be selected by Owner from manufacturer's available colors.. C. Substitutions: Substitutions shall be submitted 10 days prior to bid opening for acceptance. 1.06 MOCK -UPS A. Install a 7 ft. x 7 ft. (2 m x 2 m) paver area as described in Article 3.02. This area will be used to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattern(s), color(s), and texture of the job. This area shall be the standard from which the work will be judged. Consideration shall be given with regard to differences in age of materials from time of mock -up erection to time of actual product delivery. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by fork lift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product. B. Sand shall be covered with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be secured in place. C. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 1.08 ENVIRONMENTAL CONDITIONS A. Do not install sand or pavers during heavy rain. PART 2 PRODUCTS 2.01 CONCRETE PAVERS A. Concrete pavers shall be supplied by Belgard. B. Product info: Dublin Cobble, Range Silex Grey (Border) & Range Brownstone Red (Field) C. Pavers shall meet the following requirements set forth in ASTM C 936, Standard Specification for Interlocking Concrete Paving Units: 1. Average compressive strength of 8,000 psi (55 MPa) with no individual unit under 7,200 psi (50 MPa). 2. Average absorption of 5% with no unit greater than 7% when tested in accordance with ASTM C 140. 3. Resistance to 50 freeze -thaw cycles when tested in accordance with ASTM C 67. D. Pigment in concrete pavers shall conform to ASTM C 979. E. Material shall be manufactured in individual layers on production pallets. F. Materials shall be manufactured to produce.a solid homogeneous matrix in the produced unit. 2.02 VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or permanence of the construction. B. Minor cracks incidental to the usual methods of manufacture, or chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for rejection. 2.03 SAMPLING AND TESTING A. Manufacturer shall provide access to lots ready for delivery to the Owner or his authorized representative for testing in accordance with ASTM 936 82 for sampling of material prior to commencement of paver placement. 8. Manufacturer shall provide a minimum of three (3) years testing backup data showing manufactured products that meet and exceed ASTM 936 -82 when tested in compliance with ASTM C -140. C. Sampling shall be random with a minimum of nine (9) specimens per 20,000 sq. ft. per product shape and size with repeated samples taken every additional 20,000 sq. ft. or a fraction thereof. D. Test units in accordance with ASTM for compressive strength, absorption and dimensional tolerance. A minimum of three (3) specimens per test required for an average value. Testing of full units is preferred. 2.04 REJECTION A. In the event the shipment fails to conform to the specified requirements, the manufacturer may sort it, and new test units shall be selected at random by the Owner from the retained lot and tested at the expense of the manufacturer. If the second set of test units fails to conform to the specified requirements, the entire lot shall be rejected. 2.05 EXPENSE OF TESTS A. The expense of inspection and testing shall be borne by the Owner. 2.06 BEDDING AND JOINT SAND A. Bedding and joint sand shall be clean, non - plastic, free from deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. When concrete pavers are subject to vehicular traffic, the sands shall be as hard as practically available. B. Grading of sand samples for the bedding course and joints shall be done according to ASTM C136. The bedding sand shall conform to the grading requirements of ASTM C 33. C. The joint sand shall conform to the grading requirements of ASTM C 144. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that subgrade preparation, compacted density and elevations conform to the specifications. Compaction of the soil subgrade to at least 95% Standard Proctor Density per ASTM D 698 is recommended. Higher density, or compaction to ASTM D 1557 may be necessary for areas subject to continual vehicular traffic. Stabilization of the subgrade and/or base material may be necessary with weak or saturated subgrade soils. The Architect/Engineer should inspect subgrade preparation, elevations, and conduct density tests for conformance to specifications. B. Verify that geotextiles, if applicable, have been placed according to specifications. C. Verify that aggregate base materials, thickness, compaction, surface tolerances, and elevations conform to the specifications. D. Verify location, type, installation and elevations of edge restraints around the perimeter area to be paved. E. Verify that base is dry, uniform, even, and ready to support sand, pavers, and imposed loads. F. Beginning of bedding sand and paver installation means acceptance of base and edge restraints. 3.02 INSTALLATION A. Spread the sand evenly over the base course and screed to a nominal 1 in. (25 mm) thickness, not exceeding 1 -1/2 in. (40 mm) thickness. The screeded sand should not be disturbed. Place sufficient sand to stay ahead of the laid pavers. Do not use the bedding sand to fill depressions in the base surface. B. Ensure that pavers are free of foreign materials before installation. C. Lay the pavers in the pattern(s) as shown on the drawings. Maintain straight pattern lines. D. Joints between the pavers on average shall be between 1/16 in. and 3/16 in. (2 mm to 5 mm) wide. E. Fill gaps at the edges of the paved area with cut pavers or edge units (Cut pavers shall not be smaller than one half of their original size, and shall be staggered, for a uniform appearance). F. Cut pavers with a double blade paver splitter or masonry saw. G. Use a low amplitude, high frequency plate vibrator to vibrate the pavers into the sand. H. Vibrate the pavers, sweeping dry joint sand into the joints and vibrating until they are full. This will require at least two or three passes with the vibrator. Do not vibrate within 3 ft. (1 m) of the unrestrained edges of the paving units. I. All work to within 3 ft. (1 m) of the laying face must be left fully compacted with sand - filled joints at the completion of each day. J. Sweep off excess sand when the job is complete. K. The final surface elevations shall not deviate more than 3/8 in. (10 mm) under a 10 ft. (3 m) long straightedge. L. The surface elevation of pavers shall be 1/8 in. to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. M. The resanding as necessary of paver joints shall be accomplished by contractor for a period of 90 days after -completion of work. 3.03 FIELD QUALITY CONTROL A. After removal of excess sand, check final elevations for conformance to the drawings. RETAINING WALL SYSTEM PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Concrete segmental retaining wall units. B, Related Sections 1. Section - Geosynthetic Wall Reinforcement 2. Section - Backfill 3. Section - Drainage Fill 4. Section - Landscaping Turf 5. Section - Drain Tile 1.02 REFERENCES A. American Society of Testing and Materials 1. ASTM C1372 -99a; Standard Specification for Segmental Retaining Wall Units 2. ASTM C1262 -98; Standard Test Method for Evaluating the Freeze -Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units 3. ASTM C698 -91; Standard Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures Using 5.5 -lb Rammer and 12 -in. Drop, (Standard Proctor) 4. ASTM D1557 -91; Standard Test Methods for Moisture - Density Relations of Soils and Soil Aggregate Mixtures Using 10-lb Rammer and 18 -in. Drop, (Modified Proctor) 5. ASTM D448 -86; Standard Classification for Sizes of Aggregate for Road and Bridge Construction 6. ASTM C140 -99b; Standard Test Methods of Sampling and Testing Concrete Masonry Units 7. ASTM D2922 -96; Standard Test Method for Density of Soil and Soil- Aggregate In Place by Nuclear Methods (Shallow Depth) 8. ASTM D1556 -90; Standard Test Method for Density of Soil In Place by the Sand Cone Method 9. ASTM D2488 -93; Standard Practice for Description and Identification of Soils, Visual - Manual Procedure (USCS; Unified Soil Classification System) 1.03 SUBMITTALS A. Submit the following in accordance with Section 01300: 1. Manufacturer's literature: Materials description 2. Samples a) Furnish (1) unit in the color and face pattern specified if requested by the Owner. If approved, unit may be used in the finished work. 1.04 DELIVERY, STORAGE AND HANDLING A. To prevent damage, store above ground on wood pallets or blocking. Remove damaged or otherwise unsuitable material, when so determined, from the site. 1. Faces of the concrete wall units shall be substantially free of chips, cracks and stains. 2. Prevent excessive mud, wet cement, epoxy, and like material, which may affix themselves, from coming in contact with the materials. 1.05 EXTRA MATERIALS A. (3) replacement units identical to those installed on the Project. 1.06 DEFINITIONS A. Geosynthetic reinforcement is a material specifically fabricated for use as a soil reinforcement. B. Concrete retaining wall units are as detailed on the drawings and are specified under Section 02830: Retaining Wall Units. C. Drainage aggregate is a material used around and directly behind the concrete wall units. D. Backfill is the soil, which is used as fill behind the drainage aggregate and within the reinforced soil mass if applicable. E. Foundation soil is the soil mass supporting the leveling pad and reinforced zone of the retaining wall system. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete Retaining Wall Unit: "Anchor Diamond Retaining Wall Units" as manufactured under license from Anchor Wall Systems. 1. Concrete wall units shall meet requirements of ASTM C1372 -97 except the maximum water absorption shall be limited to 7.0 percent and unit height dimensions shall not vary more than +/- 1/16 inch from that specified. 2. Concrete wall units are required to have a minimum of 0.67 square foot face area. 3. Color as selected by Architect from manufacturer's standard selections. 4. Face pattern: Geometry: Straight; 5. Texture: Split Rock Face. 6. The concrete units shall include an integral concrete shear connection, flange /locator. B. Geosynthetic reinforcement: Polyester fiber geogrid, geotextile, or polypropylene woven geotextile for use as soil reinforcement. C. Base: Material shall consist of drainage aggregate, sand and gravel and /or concrete as shown on the construction drawings. A minimum of 6 inches of compacted base is required. D. Drainage aggregate: Fill between units shall consist of free - draining, crushed coarse aggregate that meets the gradation requirements of ASTM 448 -86; Standard Classification for Sizes of Aggregate for Road and Bridge Construction, designation 57, 67, 6, 7 or 8. E. Backfill: Materials are suitable non - organic soils at a moisture content which enables compaction to the specified densities. Unsuitable soils are organic soils and those soils with the USCS classification symbol of CH, OH, MH, OL, or PT. CL soils with a Plasticity Index (PI) greater than 25 are also considered unsuitable soils. F. Drain tile: The drainage collection pipe shall be a perforated or slotted PVC or corrugated HDPE pipe. The pipe may be covered with a geotextile filter fabric to function as a filter. PART 3 EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which the retaining wall is to be erected and notify the Owner in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. Promptly notify the wall design engineer of any site conditions, which may affect wall performance or may require a reevaluation of the wall design. B. Foundation soil shall be examined by the project geotechnical engineer to ensure that the actual foundation soil strength, meets or exceeds that required on the construction drawings. 3.02 EXCAVATION A. Excavate to the lines and grades shown on the construction drawings. Over - excavation not approved by the owner or duly appointed owner's representative shall not be paid for and replacement with compacted fill and /or wall system components will be required at the Contractor's expense. Do not disturb base beyond the lines shown. The Contractor shall be responsible for the stability of the excavation and it's influence on adjacent properties and structures. 3.03 FOUNDATION PREPARATION A. Foundation soil shall be excavated as required for footing or base dimension shown on the construction drawings, or as directed by the engineer. B. Soil not meeting the required strength shall be removed, sufficiently oversized from the front of the block and the back of the reinforcement and back - filled with suitable material. B. Over - excavated areas shall be filled with suitable compacted backfill. 3.04 BASE COURSE PREPARATION A. Base materials shall be placed as shown on the construction drawings with a minimum thickness of 6 inches. B. Base materials shall be installed upon undisturbed soils, or foundation soils prepared in accordance with Section 3.03. C. Material shall be compacted so as to provide a level, hard surface on which to place the first course of units. D. Base materials shall be prepared to ensure complete contact of retaining wall unit. Gaps shall not be allowed. E. Base materials shall be to the depths and widths shown on the plans. Reduce the depth of sand and gravel and replace with a 1" to 2" concrete topping. Concrete shall be lean, unreinforced and a maximum of two inches thick. Where a reinforced footing is required, place below the frost line. 3.05 ERECTION A. First course of concrete wall units shall be placed on the prepared base material. Units shall be checked for level and alignment. The top of all units in base course shall be at the same elevation. B. Ensure that concrete wall units are in full contact with base. C. Concrete wall units shall be placed side by side for full length of wall alignment. Alignment may be done, by using a string line or offset of wall line. D. Fill all voids between concrete wall units with drainage aggregate. E. A minimum of 12 inches of drainage aggregate shall be placed behind the concrete wall units. F. Drain tile shall be installed at the lowest elevation possible to maintain gravity flow of water to outside of the reinforced zone. The drainage collection pipe shall be day - lighted to an appropriate location away from the wall system no more than every 75 -feet or at each low point of the wall. G. Remove all excess fill from top of units and install next course. Ensure drainage aggregate and backfill are compacted before installation of next course. H. Install each succeeding course. Backfill as each course is completed. Pull the units forward until the locating surface of the unit contacts the locating surface of the units in the preceding course. Pull the units forward as far as possible. I. Install geosynthetic reinforcement in accordance with geosynthetic manufacturer's recommendations and the design drawings. 3.06 BACKFILL PLACEMENT A. Reinforced backfill shall be placed, spread and compacted in a manner that will minimize slack in the reinforcement. B. Fill in the reinforced zone shall be placed and compacted in lifts not to exceed 6 to 8 inches in loose thickness where hand operated compaction equipment is used and not exceeding 12 inches loose thickness where heavy, self- propelled compaction equipment is used. C. All fill placed in the reinforced zone must be compacted to a minimum of 95 percent of the soil's standard Proctor density (ASTM D 698 -91) or as recommended by the project geotechnical engineer. D. Only lightweight hand - operated equipment shall be allowed within 4 feet of the back of the retaining wall units. 3.07 CAP UNIT INSTALLATION (If Applicable) A. Apply construction adhesive to the top surface of the unit below and place the cap unit into desired position. B. Cap units may need to be cut to obtain the proper fit. C. Backfill and compact to finish grade. 3.08 ADJUSTING AND CLEANING A. Damaged units should be replaced with new units during construction. B. Contractor shall remove debris caused by this construction and leave adjacent paved areas broom clean. 3.09 QUALITY CONTROL A. The wall installation contractor is responsible for quality control of installation of all materials. The contractor should enlist the assistance of a qualified independent third party to verify the correct installation of all materials according to these specifications and the construction drawings. B. The Owner, at his own expense, should retain a qualified professional to perform random quality assurance checks of the contractor's work. C. Work found to be deficient according to these specifications or the construction drawings must be corrected at the contractor's expense. D. The retaining wall will not be considered complete until accepted by the engineer or duly appointed owner's representative. 1.0 Planting and Irrigation Warranty And Replacement: PART VI WARRANTY 1.1.1 Warranty: Constructed and installed items shall be warranted for 12 months from the date of turnover. 1.1.2 Planting Final Inspection: Near the end of the warranty period, inspection shall be made by The City upon written notice requesting such inspection submitted by the Contractor at least ten days before the anticipated expiration date. Any plants required under this contract that are dead or, as determined by The City, are in unhealthy or unsightly condition, and have list their natural shape due to dead branches, or other causes due to the Contractor's negligence, shall be replaced in accordance with drawings and specifications. Replacement planting shall be accomplished immediately. Costs associated with replacement shall be paid for by the Contractor as a part of this warranty. 1.1.3 Irrigation Final Inspection Near the end of the warranty period, inspection shall be made by The City upon written notice requesting such inspection submitted by the Contractor at least ten days before the anticipated expiration date. Any items required under this contract that are broken or, as determined by The City, are in poor condition, and are out of adjustment, shall be replaced or adjusted in accordance with drawings and specifications. Replacement shall be immediately or, as soon as weather conditions permit. Costs associated with replacement shall be paid for by the Contractor. 1.1.4 Warranty shall not include damage or loss of trees, shrubs or groundcovers caused by drought, floods, freezing rain, lightning storms, winds over 75 m.p.h., insect infestation or plant diseases manifesting themselves after turnover, winter kill caused by extreme cold and sever winter conditions not typical of project area, acts of vandalism or negligence on the part of The City. Contractor is encouraged to monitor plant material during warranty period. 1. MEASUREMENT AND PAYMENT PART VII MEASUREMENT AND PAYMENT 1.1. Quantities and Measurements: Actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically requested by THE CITY. 1.2. 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 famished. 1.3. 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 20% more than, or 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 20% of the estimated quantity. 1.4. A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a total cost equal to or greater that five (5) percent of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. 1.5. Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this Agreement, as provided under "Extra Work ". 1.6. 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 City 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. 1.7. Monthly Payments: On or before the 25 day of each month, the Contractor shall subrnit to the Landscape Architect a statement showing the total value of the work performed up to and including the 25th day of the 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 Landscape Architect is acceptable. The Landscape Architect shall examine and approve or modify and approve such statement 1.8. The City shall then pay the Contractor after Council Approval the next month the total amount of the approved statement, less 10 percent of the amount thereof, which 10 percent shall be retained until final payment, and further less all previous payments and all further sums that may by retained by The City 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, and The City may - upon written recommendation of the Landscape Architect - pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor at The City'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 ". If pay estimates from the Contractor are not received by the Landscape Architect on or before the time specified in this section of the specifications, then the pay estimate will not be processed and will be returned to Contractor. 1.9. Use of Completed Portions: The City 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 but 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 of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time, or both, as the Landscape Architect may determine. The Contractor shall notify the Landscape Architect when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Landscape Architect, the Contractor shall furnish to the Landscape Architect in writing a detailed list of unfinished work. The Landscape Architect 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. 1.10. Final Completion and Acceptance: Within ten (10) days after the Contractor has given the Landscape Architect written notice that the work has been completed, or substantially completed, the Landscape Architect and The City shall inspect the work and within said time, if the work be found to be completed in accordance with the Contact Documents, the Landscape Architect shall issue to The City and the Contractor his Certificate of Completion, and thereupon it shall be the duty of The City to issue a Certificate of Acceptance of the work to the Contractor or to advise the Contractor in writing of the reason for non - acceptance 1.11. Final Payment: Upon the issuance of the Certificate of Completion, the Landscape Architect 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 City, who shall pay to the Contractor on or before the 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. 1.12. Payments Withheld: The City 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: When the following grounds are removed or the Contractor provides a Surety Bond satisfactory to the City, which will protect the City in the amount withheld, payment shall be made for amounts withheld because of them. 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 City 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. t) Reasonable indication that the work will not completed within the contract time. g) Other causes affecting the performance of the contract. 1.13. Delayed Payments: Should The City fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then The City shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of 6% per annum, unless otherwise specified, from date due as provided under 'partial payments' and final 'payments,' 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 City 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 City 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. 1.14. INVOICING: Contractor shall submit one original and one copy of each invoice to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX78664 -5299 RESOLUTION NO. R- 02- 04- 25 -11A1 WHEREAS, the City of Round Rock has duly advertised for bids for the Clay Madsen Recreation Center Drainage and Landscape Improvements Project, and WHEREAS, Keystone Construction, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Keystone Construction, Inc., 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 Keystone Construction, Inc. for the Clay Madsen Recreation Center Drainage and Landscape Improvements Project. 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. RESOLVED this 25th day of Ap 2.02 , RO = A. STLUKA, JR", Mayor ATTEST /J V • City of Round Rock, Texas CHRISTINE R. MARTINEZ, City Secre : : 00MF\ WOR LODX\ Oi \ WWI( \AESOLUTI \R204]SA1. Bid Tally Sheet for: Bid Date: April 9, 2002 Time of Bid: 3 pm Bid Read By: M. James Hemenes, RLA Bids Recorded By: David Buzzell Clay Madsen Recreation Center Landscape and Drainage Improvements Item 1- Mobilization 2- Silt Fence 3- Tree Protection 4- Construction Fencing 5- Grading 6- 3x3 Concrete Grate Inlet 7- 8" PVC Drainage Line 8- Demo and Replacement of 4" Sidewalk 9- Concrete Inlet 10- Concrete Outlet 11- Concrete Curb 12- Adjust Irrigation Heads 13- Concrete Retaining Wall System 14- Concrete Border 15- Concrete Pavers 16- Replace Existing Concrete Pavers 17- Planting Bed Preperation 18- Bermuda Sod 19- Bermuda Hydroseed Total Base Bid 20- Bermuda Sod 21- 15 Gal. Crape Myrtles 22- 5 Gal. Indian Hawthorne 23- 5 Gal. Loropetalum 24- 5 Gal. Compact Nandina 25- 5 Gal. Needlepoint Holly 26- 1 Gal. Harbour Dwarf Nandina 27- Lantana Flats 28- Verbena Flats 29- Ruellia Flats 30- Mulch Total Alternate Bid Total Alternate Bid Items 21 - 30 Total Base & Total Altemate Bid Total Base & Alternate Bid Items 21 -30 Quantity Unit 1 1 1 1 1 1 131 36 1 1 16 40 573 278 700 238 2300 9120 10215 LS LS LS LS LS EA LF SF EA EA LF EA SF LF SF SF SF SF SF 19335 14 12 30 32 16 30 368 452 100 2300 SF EA EA EA EA EA EA SF SF SF SF Keystone Construction Unit Price Cost 55,400.00 $234.00 $1,348.20 52,860.20 51,500.00 51,548.00 $8.10 511.40 $360.00 $360.00 $30.00 $15.00 510.70 $5.40 $5.88 $6.78 $1.44 $0.52 $0.05 55,400.00 5234.00 $1,348.20 52,860.20 51,500.00 $1,548.00 51,061.10 5410.40 5360.00 $360.00 $480.00 5600.00 56,131.10 $1,501.20 $4,116.00 $1,613.64 53,312.00 54,742.40 $510.75 I $38,088.99 $0,52 $81.00 527.00 $27.00 527.00 527.00 $10.80 $2.47 $2.47 $3.70 50.48 510,054.20 51,134.00 5324,00 $810.00 $864.00 5432.00 5324.00 5908.96 $1,116.44 5370.00 51,104.00 517,441.60 57,387.40 Muniz Concrete Unit Price Cost 57,000.00 5500.00 51,950.00 52,900.00 $5,000.00 51,200.00 530.00 510.00 5540.00 5540.00 518.00 $27.50 538.00 $12.00 $19.00 $17.00 51.00 50.65 $0.15 57,000.00 5500.00 51,950.00 52,90000 55,000.00 $1,200.00 53,930.00 5360.00 5540.00 5540.00 5288.00 51,100.00 521,774.00 $3,336.00 513,300.00 $4,046.00 52,300.00 $5,928.00 51,532.25 I $77,524.25 50.65 $115.00 $25.00 522.00 $23.00 519.00 522.00 $2.00 $2.50 $1.95 $0.65 512,567.75 51,610.00 $300.00 5660.00 $736.00 $304.00 5660.00 $736.00 $1,130.00 $195.00 51,495.00 $20,393.75 $97,918.00 Don Haden Construction Unit Price 52,000.00 5200.00 51,640.00 52,695.00 $4,789.39 52,028.75 None Given None Given 5250.00 $250.00 None Given $12.50 $20.00 $7.75 $15.00 $10,00 50.30 50.27 $0.04 Actual Calculated Cos 50.27 591.83 $14.84 $16.12 514,84 $14.84 56.04 50.68 50.68 50.91 $0.31 Cost 52,000.00 5200.00 51,640.00 52,695.00 $4,789.39 $2,028.75 $2,614.25 $275.00 5250.00 5250.00 5450.00 $500.00 511,460.00 $2,154.50 510,500.00 52,380.00 5690.00 ' 52,432.00 • $397.25 $47,706.14 $47,747.89 ' $5,155.56 • $1,285.56 • $178.13 $483.67 • $475.02 • $237.51 • 5181.33 $249.42 5307.36 $91.11 5715.56 'Unit Prices Cost do not match I • $9,360.23 Actual Calculated Cost $9,422.87 'Unit Price & Cost do not match Actual Calculated Cost (• $57,066.37 $57,170.76 Quality Concrete Unit Price Cost 54,300.00 54,300.00 5500.00 5500.00 51,900.00 $1,900.00 53,100.00 53,100,00 52,500.00 52,500.00 52,700.00 $2,700.00 $25,00 53,275.00 515.00 5540.00 5500.00 5500:00 $500.00 $500.00 514.00 5224.00 515.00 5600.00 $23.00 513,179.00 525.00 56,950.00 $17.00 511,900.00 $17.00 54,046.00 51.00 52,300.00 $0.33 53,009.60 50.10 $1,021.50 $63,045.10 50.33 $90.00 515.00 516.00 $15.00 515.00 57.00 51.00 51.00 51.00 50.50 56,380.55 51,260.00 5180.00 $480.00 5480.00 $240.00 $210.00 $368.00 $452.00 5100.00 $1,150.00 1 511,300.55 1 574,345.65 PROPOSAL BIDDING SHEET JOB NAME: Clay Madsen Recreation Center Drainage & Landscape Improvements JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: March 25, 2002 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 Clay Madsen Recreation Center Drainage & Landscape Improvements 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 Clay Madsen Recreation Center Drainage & Landscape Imp. Bid Item Description Unit Item uantity Unit and Written Unit Price Price 1. 1 LS Mobilization, complete in place y-1re.'�loui ( `cvrNox.c.,�e,/' dollars /ya cents. $ S 9v Amount 2. 1 LS Silt Fence at Catch Basins, complete in place �o 1 'Fovrdollars /Vo cents. $ 3 7 $ Zj f 3. 1 LS Tree Protection, complete in place ��- 0 . 4 -c j T . �cy�7i /er Am ici/ 4hiS�bllars Tit/ f K l y cents. $ i ?Y6 $ / .j 5`8 ' 4. 1 LS // Construction Fencing, complete in place �o7X , , te1 ollars 7a, em ,17 cents. $,2�,5'‘U 3 ` S Y Bid Item Description Unit Item uantity Unit and Written Unit Price Price 5. 1 LS Grading, complete in place // /oe/ , i / e dollars rJ 6. 1 EA 3'x 3' Concrete Grate Inlet and all appurtenances, complete in place 0/ 7% a�r'firrHvF��t. /� 0 11 e J cents. $/ 5-4 519 $ I 5'f -" 7. 131 LF 8" PVC Drainage Line, including all fittings and appurtenances, complete in place 8. 36 SF Demolition and Replacement of 4" Concrete Sidewalk (As Needed) Amount rba � $ / _rGa dollars cents. $ ff S / 06/ �a - I-e v c ,0 dollars L�- F' Ay cents. $ 1/ S `� /� 9. 1 EA Concrete Inlet, complete in place Tk ec. ' vic Sr4- /r/ dollars o , /Uo cents. S 36 $ 360 10. 1 EA Concrete Outlet, complete in place -7;( ;(, G/v -S1a'7 dollars , 6 cents. S 3 � $ 3 E 1 11. 16 LF Concrete Curb, complete in place 7 dollars a e Q p Jt/ cents. S 3 S U Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 12. 40 EA Adjust irrigation heads, as needed, including pipe and fittings, complete in place No 13. 573 SF Concrete Retaining Wall System, including concrete base and fabric, complete in place - re 4 dollars SPve I/ cents. 14. 278 LF Concrete Border as defined on plans, complete in place kr ✓c. dollars cents. 5 A `V $ 6 bU .= s �c �o dollars w u cents. 5 , $ Z� 15. 700 SF Concrete Pavers, including concrete base and all appurtenances, complete in place / e- dollars " —r /54 Iy •1,54 cents. 5 3 ' $ 05 = 16. 238 SF Replace existing Concrete Pavers, including bedding sand, as needed, complete in place t k- dollars .0 QV 4 -� f E5 4 f cents. S (o -' $ l (/3 ' 17. 2,300 SF Planting Bed.Preparation with 6" of Planting Mix 0 k-e dollars , F .,../.7/1. F,. cents. S $ �3/2 az ll � 18. 9,120 SF Bermuda Sod, complete in place H o o dollars f- 1 . iTl Tc yu cents. S $ 19. 10,215 SF Bermuda Hydro seed, complete in place 1" /U fiv TOTAL BASE BID (Items 1 through 19): ADD /ALTERNATIVE BID ITEMS Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 20. 19,335 SF Bermuda Sod, complete in place dollars Tw cents. $ $ / 21. 14 EA 15 gal Crape Myrtle (Lagerstroemia indica `Rubra'), complete in place F'cSGI /y Ok - dollars N cents. $ /1/ $ /g y 22. 12 EA 5 gal Indian Hawthorn (Raphiolepis indica `Clara'), complete in place of � y Scvevt dollars o cents. 23. 30 EA 5 gal Loropetalum (Loropetalum chinensis), complete in place 71-etc � y �PVc 4 dollars cents. o dollars cents. $ $37, z $ '3 8 0S8 $ a7 $3 .2y a 24. 32 EA 5 gal Compact Nandina (Nandina domestica `Compacta'), complete in place , h dollars �/o cents. $ / 29- $ c6`f Bid Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 25. 16 EA 5 gal Needlepoint Holly (Ilex comuta `Needle Point'), complete in place T 4 Sry fio dollars cents. 26. 30 EA 1 gal Harbour Dwarf Nandina (Nandina domestica `Harbour Dwarf), complete in place (.-e iA. dollars �‘54 747 cents. $ /0 (2 $ 3 -2 _° 27. 368 SF Lantana (Lantana spp.), complete in place G; o dollars r Se vcri cents. $ dZ $ ?O b ' yb 28. 452 SF Verbena (Verbena spp.), complete in place /Gv a dollars ,4-7 .Sevcd, cents. 29. 100 SF Ruellia (Ruellia spp.), complete in place 7 30. 2300 SF 2" of Shredded Hardwood Mulch in planting beds, complete in place u dollars 54r F. el/ /-:.;,5-k cents. $ $ ( / dollars cents. TOTAL BASE & ALTERNATE BID (Items 1 through 30): $ $ 02 7 2-1 $ $ 3' $ 3 70 TOTAL BASE BID (Items 20 through 30): $ / / -(-7/ If this BID is accepted, the undersigned agrees to execute the contract and provide necessary bond and insurance certification and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within forty - five (45) calendar days after the date of the written Notice -to- Proceed. The bidder and the Owners agree that for each and every calendar day the work, or any portion thereof, remains incomplete after the 45 calendar -day period, the bidder shall pay the amount of Two Hundred Fifty Dollars (S250.00) per calendar day as liquidated damages, not as a penalty but for delay damages to the Owners. Such amount shall be deducted by the Owners from any payment due to the bidders. 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. The undersigned acknowledges receipt of the following addenda: `` Addendum No. 1 dated 04/O 2 Received C �/�>/Oz Addendum No. 2 dated Received Addendum No. 3 dated Received Respectfully Submitted, Title k rXSrnn Cr _,/ 2 e Name of Finn ,20C_)2 Date a R.,x / 61c).A �i.F 577/1 % X 7 -/Y73F? Address Telephone DATE: April 19, 2002 SUBJECT: City Council Meeting — April 25, 2002 ITEM: 11.A.1. Consider a resolution authorizing the Mayor to execute a contract with Keystone Construction, Inc, for the Clay Madsen Recreation Center Drainage and Landscape Improvements Project This contract is for the Total Base Bid plus Alternate Bid Items 21 — 30. The amount of the contract is $45,476.39. Resource: Sharon Prete, Parks and Recreation Director M. James Hemenes History: Several drainage issues at the Clay Madsen Recreation Center (CMRC) have Appeared due to the conflict of design issues. One is causing the siltation of Adjacent tennis courts after moderate rains, while another is causing water to "stand" in the front lawn area. The latter has also contributed to the deterioration of the landscape material at the entry to the CMRC. Funding: Cost: $45,476.39 Source of funds: Park Development Fund & 96 G.O. Bond Outside Resources: Keystone Construction, Inc. Impact/Benefrt: The construction contract will provide drainage improvements for the CMRC, which will remedy the siltation problem and the "standing" water problem, as well as eliminate the negative impact of such on the associated landscape improvements. The contract also provides for the improvement of the entry to the facility. The proposed improvements to the entry will positively impact the aesthetics through the replacement and addition of hardscape elements and the replacement/substitution of plant material. The proposed improvements will also have a positive impact on the social and functional aspects of the entry, through the provision of small areas with benches, for the purpose of gathering or simply "waiting for a ride ". Public Comment: N/A Sponsor: PARD JUL-02 -2062 1696 -� KEYSTME CONSTRUTION INC - . - 5122886439 P.01 CERTIFICATE OF LIABILITY INSURANCE RECEIVED .nII 0 9 2002 Date: JULY 5, 2002 Q PRODUCER { - O2-- OA - ? - I I Pt I TEXAS ASSOCIATES IVD SUS 1114 A BITUMINOUS INSURANCE CO. C C J / 1114 4 LOST CREEK BLVD, , SUITE 400 AUSTIN, TX 78746 B INTERSTATE FIRE & CASUALTY INSURED C TEXAS MUTUAL INSURANCE COMPANY KEYSTONE CONSTRUCTION, INC. PO BOX 160938 AUSTIN, TX 78716 -0938 D AMERICAN INTERNATIONAL GROUP THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE A - GENERAL UABILITY CLP3137708 3/29/02 3/29/03 A AUIOMOBILE CAP3137707 3/29/02 3/29/03 OTHER PROFESSIONAL LIABILITY DESCRIPTION OF OPERATIONS/LOCATIONS/ VEHICLES /SPECIAL ITEMS/EXCEPTIONS CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land PBD -7 COMPANIES AFFORDING COVERAGE GENERALAGGREGATE 52,000,000 PRODUCTS - COMP /OP AGG. 5 2 , 000 , 000 PERSONAL & ADV.INJURY S 1,000,000 EACHOCCURRENCE 51,000,000 FIRE DAMAGE (Any one fire) $ 300,000 MED. EXPENSE (Any one person, 10,000 COMBINED SINGLE LIMIT $ 1, UUU, UUU BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE S B EXCESSIIABILITY UMC6200309 3/29/02 3/29/03 EACH OCCURRENCE 55,000,000 AGGREGATE 5 c WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS TSF1110291 3/29/02 3/29/03 EACH ACCIDENT 51,000,000 DISEASE - POLICY LIMIT $1,000,000 DISEASE - EACH EMPLOYEE S 1,000,000 EACH CLAIM $1, CP06191765 3/29/02 3/29/03' DEDUCTIBLE $ 5,000 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. JUL—M-2002 16 :06 -.. KEYSTONE CONSTRUT ION INC CERTIFICATE OF LIABILITY INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE TEXAS ASSOCIATES INSURORS 1114 LOST CREEK BLVD, SUITE 400 AUSTIN, TX 78746 A BITUMINOUS INSURANCE CO. B INTERSTATE FIRE & CASUALTY INSURED C TEXAS MUTUAL INSURANCE COMPANY KEYSTONE CONSTRUCTION, INC. PO BOX 160938 AUSTIN, TX 78716 -0938 D AMERICAN INTERNATIONAL GROUP THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE A - GENERAL LIABILITY A AUIOMOBILELIABILITY CAP3137707 3/29/02 3/29/03 COMBINED SINGLE LIMIT f1,000,UUU BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ B EXCESSUABILITY UMC6200309 3/29/02 3/29/03 EACH OCCURRENCE 55,000,000 AGGREGATE S C WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS TSF1110291 3/29/02 3/29/03 D OTHER PROFESSIONAL LIABILITY CLP3137708 3/29/02 3/29/03 CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land GENERAL AGGREGATE PRODUCTS-COMP /OP AGG. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED. EXPENSE (Any one person)S 10,000 EACH ACCIDENT 11,000,000 DISEASE- POLICY LIMIT 51,000,000 DISEASE- EACH EMPLOYEE 5 1,000,000 EACH CLAIM $1,000,000 CP06191765 3/29/02 3/29/03 DEDUCTIBLE $ 5,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL JTEMS/EXCEPIIONS The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. PBD -7 5122886439 P.01 Date: JULY 5, 2002 32,000,000 5 2,000,000 5 1,000, 000 51,000,000 5 300,000 JUL-22 -2002 16t06 -, KEYSTONE CONSTRJTION INC CERTIFICATE OF LIABILITY INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE TEXAS ASSOCIATES INSURORS 1114 LOST CREEK BLVD, SUITE 400 AUSTIN, TX 78746 A A UTOMOBILE LIABILITY CAP3137707 3/29/ 3/29/03 DESCRIPTION OF OPERATIONS/LOCATIONS/ VEHICLES /SPECIAL ITEMS/EXCEPTIONS CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land PBD -7 A BITUMINOUS INSURANCE CO. B INTERSTATE FIRE & CASUALTY CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE A GENERAL LIABILITY CLP3137708 3/29/02 3/29/03 GENERAL AGGREGATE PRODUCTS - COMP /OP AGG. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) 5122886439 P.01 Date: JULY 5, 2002 INSURED C TEXAS MUTUAL INSURANCE COMPANY KEYSTONE CONSTRUCTION, INC. PO BOX 160938 AUSTIN, TX 78716 -0938 D AMERICAN INTERNATIONAL GROUP THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. $2,000,000 $2,000,000 5 1,000,000 51,000,000 $ 300,000 MED. EXPENSE (Any one person$ 10, 000 COMBINED SINGLE LIMIT S 1, (100,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE $ B EXCESS LIABILITY UMC6200309 3/29/02 3/29/03 EACHOCCURRENCE 85,000,000 AGGREGATE S c WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS TSF1110291 3/29/02 3/29/03 EACH ACCIDENT 51,000,000 DISEASE - POLICY LIMIT 51,000,000 DISEASE - EACH EMPLOYEE 51,000,000 OTHER PROFESSIONAL LIABILITY EACH CLAIM $1,.000,000 CP06191765 3/29/02 3/29/03 DEDUCTIBLE $ 5,000 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. JUL-02-2002 1606 -, KEYSTONE CONSTRUT ION .INC CERTIFICATE OF LIABILITY INSURANCE PRODUCER TEXAS ASSOCIATES INSURORS 1114 LOST CREEK BLVD, SUITE 400 AUSTIN, TX 78746 COMPANIES AFFORDING COVERAGE A BITUMINOUS INSURANCE CO. B INTERSTATE FIRE & CASUALTY 5122886439 P.01 Date: JULY 5, 2002 INSURED C TEXAS MUTUAL INSURANCE COMPANY KEYSTONE CONSTRUCTION, INC. PO BOX 160938 AUSTIN, TX 78716 -0938 D AMERICAN INTERNATIONAL GROUP THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE A GENERAL LIABILITY A AUTOMOBILELIABILrIY CAP3137707 3/29/02 3/29/03 OTHER PROFESSIONAL LIABILITY CLP3137708 3/29/02 3/29/03 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES/SPECIAL rIEMS/EXCEPTIONS CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land PBD -7 Typed Name: GENERAL AGGREGATE PRODUCZSCOMP /OP AGO. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one Ere) s2,000,000 5 2,000,000 5 1,000,000 $1,000,000 $ 300,000 MED. EXPENSE (Any one person)S 10,000 COMBINED SINGLE LIMIT 51 UUU, UUU BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE 5 13 EXCESS LIABILITY UMC6200309 3/29/02 3/29/03 EACH OCCURRENCE 55,000,000 AGGREGATE S G WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS TSF1110291 3/29/02 3/29/03 EACH ACCIDENT 51,000,000 DISEASE - POLICY LIMIT $1,000,000 DISEASE EACH EMPLOYEE 5 1,000,000 EACH CLAIM $1,000,000 CP06191765 3/29/02 '- 3/29/03 DEDUCTIBLE $ 5,000 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30)days written notice to the certificate holder named below. SIGNATURE OF AUTHOR! Title: PARTNER G R GRISSOM, REPRESENTATIVE JUL-02 -2002 1606 KEYSTONE CONSTRUTION INC CERTIFICATE OF LIABILITY INSURANCE . PRODUCER TEXAS ASSOCIATES INSURORS 1114 LOST CREEK BLVD, SUITE 400 AUSTIN, TX 78746 INSURED C KEYSTONE CONSTRUCTION, INC. PO BOX 160938 AUSTIN, TX 78716 -0938 D A - GENERAL LIABILITY CLP3137708 3/29/02 3/29/03 A AUTOMOBILELIABILrrY CAP3137707 3/29/ 3/29/03 C WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY TSF1110291 3/29/02 3/29/03 D OTHER PROFESSIONAL LIABILITY DESCRIPTION OF OPERATIONS /LOCATIONS/ VEHICLES /SPECIAL TIEMS/EXCEPTIONS CERTIFICATE HOLDER: City of Round Rock 22I E. Main Street Round Rock, Texas 78664 attn: Joanne Land PBD -7 COMPANIES AFFORDING COVERAGE A BITUMINOUS INSURANCE CO. B INTERSTATE FIRE & CASUALTY TEXAS MUTUAL INSURANCE COMPANY AMERICAN INTERNATIONAL GROUP THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE GENERAL AGGREGATE PRODUCTS - COMP /OP AGG. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) 5122886439 P.01 Date: JULY 5, 2002 AGGREGATE $ Title: PARTNER 62,000,000 5 2,000,000 1,000,000 51,000,000 5 300,000 MED. EXPENSE (Any one person)S 10, 000 COMBINED SIN( ELIMIT S1,000, UUU BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) S PROPERTY DAMAGE S B EXCESS LIABILITY UMC6200309 3/29/02 3/29/03 EACH OCCURRENCE 55,000,000 STATUTORY LIMITS EACH ACCIDENT 51,000,000 DISEASE - POLICY LIMIT 51,000,000 DISEASE- EACH EMPLOYEE 51,000,000 EACH CLAIM $1.000,000 CP06191765 3/29/02 3/29/03 DEDUCTIBLE $ 5,000 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liabihty. Should any of the above described policies by cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below.