Loading...
R-96-07-25-10F - 7/25/1996ITEM DESCRIPTION OF CHANGES UNIT QTY. UNIT PRICE AMOUNT ADDED DAYS CALENDAR/ WORKING N M V CO (D N CO CO 0 Micro - surfacing (polymer modified)- increase Ton 28.03 S122.00 $3,419.66 Pavement repair - decrease S.Y. 63.81 ($15.00) ($957.15) HMAC spot fill and level - up - decrease Ton 36 ($160.00) ($5,760.001 Remove and replace concrete curb & gutter- decrease L.F. 59 ($23.00) ($1,357.00) Remove and replace reinforced concrete driveway decrease. S.F. 639 (S6.50) ($4,153.50) Pavement marking paint (reflectorized) white & yellow, 4 inch width - decrease L.F. 3,732 ($0.231 ($858.36) Reflectorized pavement markers, Type II -A -A- decrease Ea 108 (56.50) ($702.00) Non - reflectorized traffic buttons - increase Ea 281 $3.70 $1,039.70 Plumb mail boxes, new item, per lump sum L.S. 1 $500.00 $500.00 Pavement marking paint, 12" stop bar, new item L. 575 $0.80 $460.00 TOTAL: ($8,368.65) 0 DEPARTMENT: Public Works PRO Street Maintenance Program Micro - Surfacing - 1996 ORIGINAL CONTRACT PRICE: PREVIOUS CHANGE ORDERS: THIS CHANGE ORDER: CHANGE ORDERS TO DATE: PREPARED BY: yNtfl.✓r Ballou Construction Co., Inc. CONTRACTOR BY: TITLE: J (( 2es 1 0e.uT APPROVED� � � ✓G CITY OF OUND ROCK CITY OF ROUND ROCK CONSTRUCTION CHANGE ORDER $221,647.50 $55,088.00 ($8,368.651 $46,719.35 CHANGE DATA 2/1/197 ENGINEER DATE JUSTIFICATION: PAGE 1 OF 1 DATE: 2/4/97 CHANGE ORDER NO: 2 Final quantity adjustments. PERCENT OF ORIGINAL CONTRACT PRICE THIS CHANGE ORDER: (3.78 %) PREVIOUS CHANGa ORDER: 24.95% TOTAL % CHANGE: 21.07% ORIGINAL CONTRACT PRIC PLUS CHANGE ORDERS: $268,366.85 smp96co2 /forms6 /Ik STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: ,e- q (0-O7- 025-10F DATE: September 9, 1996 SUBJECT: City Council Meeting, September 12, 1996 ITEM: 13A. Consider Change Order No. 1 to Ballou Construction Co., Inc. for the Street Maintenance Program Micro- Surfacing 1996 Project. This change order will provide for the maintenance surfacing (micro - surfacing) of the streets in the South Creek subdivision which were in the 1995 Street Maintenance Program which went into default. Staff recommends approval. Fa ITEM NO. PARD 7 - 4 Delete PARD Bid Item$ 1 through 4 INCREASE THE FOLLOWING BID ITEMS: PUBLIC WORKS 1 Micro - surfacing (Polymer modified) complete in place, per Ton: 840 Ton @ S 2 DESCRIPTION OF CHANGES Pavement repairs, complete in place, per Square Yard: 180 S.Y. @ 15.00 /S.Y. 6 Pavement marking paint (reflectorized), white and yellow, 4 inch width, complete in place, per Lineal Foot: 6,600 L.F. @ $0.23 /L.F. 7 Reflectorized pavement marker, Type II -A -A. complete in place, per each: 65 Each @ $6,50 /Each TOTAL: ADDED DAYS CALENDAR /WORKING AMOUNT 0 10 10 ($52,032.50) $102,480.00 62,700.00 $1,518.00 $422.50 $55,088.00 PREPARED BY: lrT.c,rivi ENGINEER V /c� /- ePfDev7 BY: ORIGINAL CONTRACT PRICE: PREVIOUS CHANGE ORDERS: THIS CHANGE ORDER: CHANGE ORDERS TO DATE: TITLE: u,9 27,96 14:31 '8`218 5563 DEPT.: PUBLIC WORKS DATE: 8/26/96 PROJECT: Street Maintenance Program CHANGE ORDER NO.: 1 Micro - Surfacing -1996 JUSTIFICATION: To complete the maintenance surfacing on the streets in the South Creek subdivision which were in the 1995 program which went into default. Streets are shown on the attached sheet 2 APPROVED BalloU Construction Co., Inc. CONTRACTOR 1-Y JA1/ 6) /e-/ / CITY OF ROUND ROCK ompeCco /alpk - PUBLIC (WORKS e003/005 CITY OF ROUND ROCK CONSTRUCTION CHANGE ORDER $221,647.50 $0.00 455.088.00 555,088.00 8/26/98 date CHANGE DATA PAGE 1 OF 2 PERCENT OF ORIGINAL CONTACT PRICE THIS CHANGE ORDER: 24.85% PREVIOUS CHANGE ORDERS: 0 TOTAL % CHANGE: 24.85% ORIGINAL CONTRACT PRICE PLUS CHANGE ORDERS: S 4276,735.50 s ss go7.011011101. X1/1111111mitz sw s s iStaistereumnt , s : 01011611 uMetriage: f `` I I `` 1r ►111� Ai ■ , ►� 1 :° tt tit ��UI 1 I ttttt = 600' STREET MAINTENANCE PROGRAM 1996 LEGEND M ;c.1^0 Sv.r.FAC,'rrq AREA TO RECEIVE J AREA TO RECEIVE ASPHALTIC CONCRETE AREA OF PAVEMENT REPAIR AREA OF REMOVE & REPLACE C & G 2; REMOVE & REPLACE REINFORCEO CONC ORWY .3; (SEE GENE R ` AL NOTES ON PAGE S 04 TY/ CPL 1'( ` L, r'V /S - 9 (D- 0'7- a5 -hoF CITY OF ROUND ROCK PUBLIC WORKS DEPT. ��- Rolfe i o c � I I g o : . • III 1 ,k-'.. P‘ ..',. 0 11 %W.N.NN % STREET MAINTENANCE PROGRAM, MICRO- SURFACING 1996 r�A� rF) �a f} ALViN , V V{LLE 9 sk3 j j\ ' PLANS, SPECIFICATIONS 3 49 3 s r :P� 1� AND CONTRACT DOCUMENTS " SS E JULY 1996 AMP 6 2 196 Section 1.0 Notice to Bidders NB -1 2.0 Bid Documents BD -1 3.0 Post Bid Documents PBD -1 4.0 General Conditions GC -1 5.0 Special Conditions SC -1 6.0 Technical Specifications TS -1 7.0 Plans, Details and Notes PDN -1 table.mst/spec TABLE OF CONTENTS Description Page 1.0 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 for the project titled STREET MAINTENANCE PROGRAM/MICRO- SURFACING - 1996 (project includes approximately 1,365 ton Micro - surfacing application, related preparatory work and ancillary items.) will be received until July 9, 1996 at 2:00 p.m. then publicly opened and read aloud at City Hall Council Chambers at the same address. Bid envelopes should state date and time of bid and "Sealed Bid for STREET MAINTENANCE PROGRAM/MICRO- SURFACING - 1996". No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. Bids shall be submitted on City of Round Rock bid forms and shall be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5 %) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from the Department of Public Works, 2008 Enterprise, in Round Rock, Texas beginning June 25, 1996 for a non - refundable charge of $15.00 per set. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Publish Dates: Austin American Statesman: June 24, 1996 July 1, 1996 nolico96 smp/aw -spcc NOTICE TO BIDDERS Joanne Land City Secretary City of Round Rock NB -1 Round Rock Leader. June 24, 1996 July 1, 1996 2.0 BID DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal. 2. Should the bidder find discrepancies in, or omissions from the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders. Bids received after closing time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bids shall be submitted in ink on proposal forms furnished by the City of Round Rock. All blank spaces in the proposal form shall be properly filled -in with words or figures as appropriate. The bidder shall submit a price for each bid item. In case of conflict between words and figures, words shall govern. The complete and correct name of the individual, partnership, firm, corporation or other legal entity submitting the bid shall be indicated and the proposal executed by a person or persons duly authorized to bind the bidder. Unsigned proposals will not be considered. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank in an amount not less than five percent (5 %) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. biddoc96.smp/b:specaw BD -1 7. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100 %) of the total contract price. Provided however, if the contract price is less than $50,000.00, the bidder shall have the option of providing a letter of credit in lieu of a performance bond, said letter of credit in a form acceptable to the City of Round Rock. Said performance bond, or letter of credit, if applicable, and payment bond shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit if applicable, and payment bond as required by item 11 above, shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. biddoc96.smp/b:specaw BD -2 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and /or material furnished. 17. No Texas sales tax shall be included in the prices bid for work under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act. The contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95 -0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 -0.09 as amended to be effective July 1, 1979. 18. No conditional bids will be accepted. biddoc96.smp/b:specaw BD - BID BOND KNOW ALL MEN BY THESE PRESENTS THAT WE, 13o, C'onrFrt1O - linrl Co. - rnn . • as PRINCIPAL and 51-. Nit? GYP. arul Main re, - r (Ka/ramie C as SURETY, are held and firmly bound unto the P.i hj cW P0u 4 'An( t' i 'TPVac hereinafter referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves,* our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of Give. Pernen+-a Pruic4 t Ri 1... The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF Cirrerf rYlaiin4entty lIrrgra* - v MiO1 — StAt- a10r IQ9lo for which bids are to be opened at the office of the OWNER on Ui .I.y 01441 1996. NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the town bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgement is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attorney's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this day of �IAjI� qkm , 1996. {3UIbi O.ninc{rlia:l or On. 'Ina. Princip, By: __1( J. diC E P,& (Seal) biddoc 96. s mp/b: specaw Thes1111u1 , ST. PAUL FIRE ANfl MARINE INSURANCE COMPANY Surety - j r' 385 Washington Street, St. Paul, Minnesota 55102 CERTIFIED For verification of the authenticity of this Power of Attomey, you may telephone toll 'free .1- 800-421.3880 and askfor , COPY NO. the Power of Attomey Clerk. Please refer to the Certificate of Authority No. and the named individual(s). ;,!; F -12062 (Original GENERAL POWER OF ATTORNEY - CERTIFIED COPY • r' on File at Home Office of Company. See Certification. ) it 11755 ':� ,e ,bI;IIi'ul4' , 1' , 1 {i' Ia . " I KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and'Marine Insurance Company, a corporation,organized and existing under, the laws the State, ,j of Minnesota, having its principal office in the City of St. Paul, Minnesota, does herebotitute n ad aoint , , , Ii i,, !Ip, .,i,, n'. : ; ,I i �d �, lay cns • , ., ,.,.I I pp : . , I'�; I ;L, , �� J�.� •' ! 1' '1iI �' . I. lilt! I John H. King, James D. Wilson, Bren R. Smith,: Philip C. Krug';' John C.'Hi Lohmeyer, William R. Hamm, W. 'Roger Garrett, M.L. ' Fenimore, Shelly L.';'1' Flores, individually,' ' ' l Yr Salina r Kansas n li''ijl l1 . 1!' 1 :1i a,!;, l i''�ji!r Lil,•' iI 1 ;! tn;ur!, ;n;:,. .4 9 ,.I!! I,i'L'I!" I • .1 , II..1; i!!,I,{ ,..{;4;ii: I,, W'i lit l . � t ; • �,�, i Jill ; !4, :;,, " :,, .',1'JI;:ilf "7.41:, III; Old its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts, o indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required'' or permitted'�by law, statute, rule, regulation, contract o. otherwise, d!''I .ji In :,.' .' +, f', i i!' I'!: n • ', 'ICI' ! „,,p,,,hl: ! I I ,,. !,! I ,1,i, I'J : ,,, j o , j !:1 ii' ;I,' ,,, I:I !1 {I ,I {Iill ' ' ! � •. ' ;. '''' .�,'PI' •',�,.,.,. .II!.'i,'1�6 :�.u 't,. .'' ; i:,. I ,Ia ,il:r''I •u„ ^ ,I'4oi,,', . �Ir.1,l,; •n 1 I 1 1 , NOT TO EXCEED IN PENALTY THE 1 St. OF TEN MILLION DOLLARS ($10',000,000) EAC 1 „1'•,' ,; u ,.1 .,,d, ,��jr; 11 I Iu , * l ,.. ; ,. ,.,. ',. b ' 1 ; IIIL�I i 1 r ' �,' ,�, f', t�' ;.1 ,!' : I ' !�I,,,: y,r,p',II,' ;,� D , � !I,II,II!li i. '.i'�LI, V {III ' ' Lli „!lii�I;!I!:I, , �,�I':� {ii „ „ and the execution of all such iinstrument(s) in pursuance of these presents, shall be aslbinding.upon said St. Paul Fire and Marine Company, as fully and I amply; to all intents and purposes, as if the same had been duly executed .md'ucknowledged by its regularly elected officers at,ita,principal office. ; , p,,..1' }; ' y,, d 1 li This Power of Attomey is executed, and maybe certifier to and may be revoked, pursuant'to and by authority' of Article V,Section 6(G), of the r B i y Laws adop by ' the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY'at a meeting called andheld on the28th day of, April,; 1978, of'which the fill owing ' is a true transcript ofsaidSection 6(C): .'1'i.,r',;C',,'''i;d jllo i'16 , :: ; 11 , , 11 �lf :'' ' , 1 : j,i ' ";!11 ;:Il 1Id i :, { !:1i'i 1 {I L ° ` III !Ii I 1 I ; :1 li: , i �1 II { 1 •• ' "The President or any Vice President, Assistant Vice President, Secretary or Service Center General Manager, have power and ,,'• authority i1 ' (1) To appoint Attorneys-in-fact, and to authorize them to execute on ,behalf the Company; and attach'the Seal of the Company therein. bonds' and ' • ;, , , undertakings. recogizances, contracts of indemnity and', other writings obligatory in the, nature thereof, and , , ^ 'i ,,•, P ,,, , , • , "'n ,., ^. , 1 (2) To appoint special, Attorneys -in -fact, who are hereby authorized to certify to copies of any power- of-attomey issued in pursuance of this section': and/or any of the By -Laws of the Company, and „ ., , ... n , , • . , , „ • , , , • ON . • . , , t , a , , ' 1 1 , , , , , i , I r 1 1 I , , (3) To remove, at any ume, any such Attorney -in- factor Special Attomey -in -fact and'revoke the authority given him.' l ;! l 11,11, .11,1,11 Further, this Power of Attorney is signed and sealed by facsimile pursuant tolresolution of the Board of Directors of said Company adopted a meeting duly called'and held on the 5111 day of May, '1959, of winch the following is a true excerpt: ; 1 1 h , 1 , ;;1 ', L , , ,II I I "ff 1 i I,r 1, , ', , , n / 1 • , 1 n ,. .I ,a!,1,:! (I;,;1 I O:.Li "'b;j {:,; it l ; .,� , III '' , 11i: i ij! ' {'1j „.. 1'I I ,,,, I II'I.p, ,!,I ' I. % ! ; 11 1 1 1 1! 1. , ,,. ,b ,. 1'. , , t ;d:i ': a, I' I • 1 "No therefore the signatures of such officers and the seal' of the Company may affixed to any such'power of attorney or any certtficate, relating the eto by ', ' ' facsimile, and any such power of attorney or certificate bearing such facsimile signatures or „ facsimile seal shall be valid, and binding upon the Company and . any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the. Company in the future with respect toy' any bond or undertaking to which it is attached" . ',IUT " 4.i,jllil,;'1','i''j , li11 ': ;I'I "! ''llll'' t " fRil ' ; , I i , ,1,..,! {II I. ,, {,Iii „ II' i , �,I, .I , u ,;1,! ,1 . I II', ", : 111 ''!'d;,l�uji.,1 „ {JI!11U {,r:I IN TESTIMONY WHEREOF, St. Paul Fire and' Marine' Insurance Company has caused this' instrument to' be signed and its corporate seal to be affixed by its authorized officer this30lh dayof,November, A.D.11990. Oil ,i' 1; ;` ' i!li .�, ... �. ..... .,�. • ,gin ., ,., ,.,,u...,, a ,i i {i { {'i:Jil1 S ., il .�,.I • ,�II 1 ; I:le. � I I'' T. PAULFIREANDMARINEINSURANCE 'COMPANY , ill, I;Ili;li {,i,' :•�l' :ill',f�i i11'i,'I i: ;:Iiill ,1'; I'ii!Il!i{ {Nlll {;,' jl Ili { "Ii1:�;Ii Id' 1,1 ,11,Ii1:1I'r: !1:,•1. , ,, f ,'!;.. "� "!" 'h,�la {i•il,,ill1„ I „',ilo!1i I,.;I ,'.!:ulUi' . ' (, STATE OF NEW JERSEY Ijl;i,'il, ;p i! ".�!; „Il e 1x.,n a County f Somerset ,;n ''4.I > ill•!, ; II ' I" ljj 1 X11 �,:' I 1'; li' ,1 !'' {i,'; ty • „i.i'.i) { ',,!;1111 'I�i ji.',' 'I iI, 1r ih { ;ii, 11; : ''�',li K ENETH . ' �RX , Se cretary , , { ,, . : ,,, .Ip; ilPl: !liar 1 l { Mll, p KIIN EN,, h Jn !!I' 'AN; UI!11.1 1 i,Lli l l:;1 , 1 : On this .: 1 25th' ' day of ' February ',' , i •;,'•1 " " 19' I 94 , before Inc came the, individual,'who executed th instrum to me ' ' personally 'known, and, being by me dulyswom, said that he/she is the therein descnbed, and: authorized officer of,St.;Pau1'Fire and 'Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her,,lsi'gtawre were duly' affixed by order of the Board of Directors of, said Conran ,d'I,d'• . ',• '; 1,� r ,, +i P . . y ' ,I " 1 ' : ,b :;1i.'! ; ''1'111.' . ,II iii ,J'' ;, ,, '1'1 , '. i''1 d'" 1! hit `I Ip1' {, jl. I;rI,l11`jI,!.; rl,. il 1 1;m 11 1 I;U „ Y . ' '1,1, 1 �, i, ,!, i'..i n y,, ,..' ,III:' 'r I, , ,I0 ; ;I ,{•li 11 1 i .1 ' II ;hook ilil,''',It" • 1 ",''''.1" ' ',•'11W, •q!,11 1 1 ,I IN TESTIMONY WHEREOF, I', have hereunto set my band and affixed my Official Seal, a the'township of Bedminster, New Jersey, the .; Ada and ear, first above ]ten. n 1' r r.suel Y Y written. , !;I ! 4, i DIIIiiP' i + i'I ' ;I II ,!,, ;!. 1! 'I u!i14 ';I• L.,' I � 1 dip 4, I:i'4':r dd LINDA Notary Public,IMiddleser, NJ Ili 'I' 111 11 ' 1' My Commission Expires December 16, 1996 '•.' (j ... ; 'i! i: 'i'' !iclt i,i ll. ! ill', I!:! Gdi, iC! 16' p:? lh.. d';! . " IPGP:'!: ;;j CERTIFICATION ::,.' . fii'lit:ial''!Iq ' I, the undersigned officer of St. Fire and Marine Insurance Company, do hereby certify that 1 have compared the foregoing copy the,Power,ofAttomey and, affidavit, and the copy of the Section of the-By-Laws of sant Company as' set forth in said ,Power of Attomey, the ORIGINALS fiN FILE IN' THE HOME ' ' OFFICE OF SAIO'COMPANY, and that the same, are transcripts, thereof, and of the.whole,of the said onginals and that the said of " IN'TEST1MONY WHEREOF,1 have hereunto set myhanddris 1, 11: 1 1 1 ' 1 Only a certified copy of Power of Attorney bearing the'Certificate of Authority No, printed in red on the upperright comer is'binding Photocopies, carbon copies or . , other reproductions of this document are invalid'and not binding upon the,Company. ,,, , , dre1, 1 I' 11 i 11 1 11 '1 1 1 1 1 1 1 1 :111 1 1 1 1111 : 01 ,1 111 111 1 11 11 ' ANY INSTRUMENT,ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE:IS TOTALLY VOID AND WITHOUT ANY, VALIDITY. , 1:1 , .. J:i��u� �, ... ..�'li!t;,:ii'I,: {P., ; Ill]ii'� !j , i'I'' il,�n,, ,I'! ;pP'ail; ui;i'I(l i!1 {III Jii� ill! i 1 r' ih� 1i 1D 11 iii a I!iLililll r .r,. u:nrJ, 1 ,:11'' ,.' 11 I 1 1 PROPOSAL BIDDING SHEET ' JOB NAME: Street Maintenance Program/Micro- Surfacing - 1996 ' JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: July 9, 1996 1 1 ' 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 Street Maintenance Program /Micro- Surfacing - 1996 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: 1 1 1 1 1 PUBLIC WORKS Bid Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1. 1,050 Ton Micro - Surfacing (Polymer modified), Complete in place, per Ton. for T / -T ud o dollars and cents. $ 4 $ /,7b' . Oct • 2. 565 S.Y. Pavement repair, complete in place, per square yard. biddoc96.smp/b:specaw BD -5 for P' /p E dollars and N cents. $ 4.5700 $ 4; (75-.,o 1 Bid Item Description Unit 1 1 1 1 1 I Item Quantity Unit and Written Unit Price Price 3. 100 Ton HMAC spot fill and level -up at street cuts and depressions prior to micro - surfacing, including tack coat, complete in place, per Ton, for 04/E /Won. .Si x ri dollars and A/ o 4. 350 L.F. Remove and replace concrete curb and gutter, complete in place, per linear foot, for rale Airy - rkkEE and Ale 5. 900 S.F. Remove and replace reinforced concrete driveway, complete in place, per square foot, for Si X dollars and F/pr/ cents. $ 6. $o $ .5;15o. 00 6. 5,800 L.F. Pavement marking paint (reflectorized), white and yellow,4 inch width, complete in place, per linear foot, 1 for No dollars 1 1 1 1 biddoc96.smp/b:specaw BD -6 Amount cents. $ /60.00 $ /( 00o, 00 dollars cents. $ Z3. oo $ f oSo .00 and ru1Ee/r /- T/HREE' cents. $ .23 $ 030od 1 1 1 1 ; 1 1 1 ,1 1 1 1 1 Bid Item Description Unit Item Quantity Unit and Written Unit Price Price 7. 164 Each Reflectorized pavement markers, Type II -A -A, complete in place, per each, 8. 200 for 5 (A and r,Frf Each Non- reflectorized traffic buttons, complete in place, per each, SUB -TOTAL FOR PUBLIC WORKS: (Items 1 thnv 8): $ /6y 6 /5: co biddoc96.smp/b:specaw BD - 7 Amount dollars cents. $ .5 $ 4 D6 6. 00 for Th/f & dollars and cr UCN rY cents. $ 3. $ 7 1o. o 0 2. 50 . 4. 225 Ton 3. 18,000 L.F. Each PARKS AND RECREATION (PARD) Bid Item Description Item Quantity Unit and Written Unit Price 1. 315 Ton Micro - surfacing (polymer modified) Harrell Parkway, Complete in place, per Ton. for T, I - ,o dollars and go cents. $ PR. oo $ 3P f/39.00 HMAC (Type D) spot fill and levelup on Harrell Parkway at street cuts, depressions and edge repair, prior to seal coat, including tack or prime coat, Complete in place, per Ton. Pavement marking paint (reflectorized) 4 inch width on Harrell Parkway, complete in place, per linear foot, for /(lo and TJENTY— TfteEE Reflectorized pavement markers Type II -A -A, Complete in place, per each. for S/X and ,C/p 77/ biddoc96.smp/b:specaw BD -8 Unit Price Amount for C)✓Ef///,t/0&,0 S/XTY dollars and No cents. $ /60.00 $ /000,oa dollars _ " cents. $ .. $ ) 1 /5/o. 00 dollars cents. $ $ f 6 '2.50 SUB -TOTAL FOR PARD (Items 1 thru 4): $ 54 63 .7. so GRAND TOTAL - PUBLIC WORKS & PARD: $ STATEMENT OF SEPARATE CHARGES: Materials: $ 63 yIZ, 6D All other Charges: $ /S7, 75 -CO 1 1 1 1 1 1 1 1 1 1 1 1 *Total: $2z/ 6`F7.5o * Note: this total must be the same amount shown above for "Grand Total ". If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) calendar days after written Notice to Proceed. The undersigned further agrees to complete the work in full within forty (40) working days after the date of the written Notice -to- Proceed. biddoc96.smp/b:specaw BD - �4. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, A J. .¢,OE Vice PQe DEN r R R. fox 2300 �,¢�,.✓ ,{ffe 67l.1.3a6 Title Address easr4Je.ro4/ ( Name of Firm ..7iJL y 1 ,996 Date biddoc96.smp/b:specaw BD -10 C9 "3) 1.75_s Telephone Secretary, if Contra Corporation 3.0 POST BID DOCUMENTS THE STATE OF TEXAS COUNTY OF WILLIAMSON AGREEMENT THIS AGREEMENT, made and entered into this 25th day of July A.D. 1996, by and between the CITY OF ROUND ROCK, TEXAS acting through its Mayor, Party of the First Part, hereinafter termed the OWNER, and Ballou Construction Co., Inc. of the City of Salina , County of Saline, State of Kansas, Party of the Second Part, hereinafter termed Contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by said First Party (Owner), the said Second Party (Contractor), hereby agrees with the first Party to commence and complete the construction of certain improvements at the prices set forth in the Contractor's Proposal dated July 9, 1996 for certain improvements described as follows: STREET MAINTENANCE PROGRAM/MICRO- SURFACING - 1996 The Contractor shall perform all work shown on the Plans and described in the Contract and shall meet all requirements of this Agreement, the General and Special Conditions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within 10 consecutive calendar days after that 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 (40) working 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 set forth in the Contractor's Proposal, subject to additions and deductions, all as provided in the General Conditions of the Agreement. pstid96.emp/apeoAW PBD -1 AGREEMENT - continued The following documents together with this Agreement, comprise the Contract, and they are fully a part thereof as if herein repeated in full: The Notice to Bidders The Instruction to Bidders The Proposal and Bidding Sheets The Performance & Payment Bonds The General Conditions of Agreement The Special Conditions of Agreement The Technical Specifications Addenda Change Orders The Certificate of Insurance The Plans IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in multiple originals in the year and day first above written. ATTEST: By: Secretary By: Secrefary, if Contrac is a Corporation or otherwise registered with the Secretary of the State pstbid96 amphpcoAW PBD -2 Party of the F ir st Part (Owner) Mayor - City of Round Rock Party of the Second Part (Contractor) AcEYa6Sievir u..ad dad snrocr/eel Co., .711, THE STATE OF TEXAS COUNTY OF WILLIAMSON PERFORMANCE BOND .151,st - oo7s96al KNOW ALL MEN BY THESE PRESENTS: That .Balibt.L Co.,ns}rwdion CoL Ina of the City of I T,•n , County of , and State of -Kosna_s , as Principal, and Pp.0 , t-lylaclo au horized under the law of the State of Texas to act as surety on bonds for principals, a e eld and firmly bound unto THE TY OFR IND�ROCK, TEXAS, (Owner), in the penal sum of T `��� ' z h i ,rdk foc St�En o l loxs - / /at — dollars ($ . I } 1 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 25th day of July, 1996 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: STREET MAINTENANCE PROGRAM/MICRO SURFACING = 1996 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 Article 5160 of the Revised Civil Statues of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. pstbid96.emp /apecAW PBD -3 M "M" AUG 15 1996 ST DALL.AS BRANCH D 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 day of instrument this 19 % (a Principal By: Address �C E 7 2 4 2 ES /De47 Title f?o. ,Rex - z3oo .5 4 1e 54f pstbid96 smp/specAW PBD -4 uY - 6a c Title �i7Jlo?• 2,3 an 16 .66)4 lal3 The name and ad ess of the Res' ent Agent of Surety is : 4 ,1 1 �`y'"�"� / ' r . sP tea. t- Tvis wee es .-i Address l6 ) K5 2, �laoi elm free {;t; .11as;*"IJ.i; t' = -1 :,7.- Surety ST. PAUL FIRE AND MARINE INSURANCE COMPANY 385 Washington Street, St. Paul, Minnesota 55102 John H. King, Janes D. Wilson, Brenda R. smith, Philip C. Krug, John C. Lolvneyer, William R. Hamm, W. Roger Garrett, M.L. Fenimore, Shelly L. Flores, indivirlrrally, Salina, Kansas CERTIFICATE OF AUTHORITY NO, CERTIFIED For venficabon of the authenticity of this Power of Attorney, you may telephone toll free 1- 800 -421 -3880 and ask for COPY NO. the Power of Attomey Clerk. Please refer to the Certificate of Authonty No and the named mdrvidual(s) F -12062 GENERAL POWER OF ATTORNEY - CERTIFIED COPY (Ongmal on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS: That St. Pad Fire and Marine Insurance Company, a corporation orgamzed and existmg under the laws of the State of Minnesota, having its pnncrpal office in the City of St Paul, Minnesota, does hereby constitute and appoint: 1911765 its true and lawful attomey(s1 -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognuances, contracts of Indemnny and other wntings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of all such mstmment(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully and amply. to all intents and purposes, as if the some had been duly executed and acknowledged by its regularly elected officers at its principal office This Power of Attomey is executed, and may be certified to and may be revoked, pursuant to and by authonty of Article V,- Section 6(C), of the By -Laws adopted by the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 28th day of Apnl, 1978, of which the following is a true Iranscnpt of surd Section 6 (C)' '"The President or any Vrce President, Assistant Vice President, Secretary or Service Center General Manager shall have power and authority 511 To appoint Attorneys -m -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of mdemmty and other wnnngs obhgatory in the nature thereof, and (2) To appoint special Anomeys -in -fact, who are hereby authonzed to certify to copies of any power -of- attorney issued in pursuance of this section and/or any of the By -Laws of the Company, and (3) To remove, at any tome, any such Attorney -in -fact or Special Attorney -in-fact and revoke the authority given him." Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Dnctors of surd Company adopted at a meeting duly called and held on the 5th day of May, 1959, of which the following is a true excerpt "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attomey or cemficate bearing such facsimile signatures or facsimile seal shall be valid and bmdang upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company In the future with respect to any bond or undertaking to which It Is attached " IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authonzed officer, this 30th day of November, Al) . 1990 ST. PAUL FIRE AND MARINE INSURANCE COMPANY NOT TO EXCEED IN PENALTY THE SUM OF TEN MILLION DOLLARS ($10,000,000) EACH STATE OF NEW JERSEY i ss County of Somerset J KENNETH I RYAN, Secretary On this 25th day of February , 19 94 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swum, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance Company; that the seal affixed to said Instrument is the Corporate Seal of said Company, that the said Corporate Seal and lus/ber signature were duly affixed by order of the Board of Directors of said Company 29550 Rev. 1 -96 Pnnted in U S A IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the township of Bedminster, New Jersey, the day and year first above written 15 TESTIMONY WHEREOF, I have hereunto set my hand this 25th day of July 19 96 LINDA S ,:s' S, Notary Public, Middlesex, NJ My Commission Expires December 16, 1996 CERTIFICATION I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By - Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transenpts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect MICHAEL W. ANDERSON, Secretary Only a t emfed copy of Power of Attomey beanng the Cemficate of Authonty Na pnnted in red on the upper nght comer os binding Photocopies, carbon copies or other reproductions of this document are mvand and not binding upon the Company ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. THE STATE OF TEXAS COUNTY OF WILLIAMSON pstbid96.emp/specAW PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That A.16 Grhtdfor+ Co• nc , of the City of Cr:uti , County of 'a_Litta , and State of k&Lrk5as as Principal, and o ° � ,� r te authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto TICE QTY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of - Too h d } j,�rtE �swal �iSc ku d 0,{ - , ($ 1 6,4-7 5- b ) 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 25th day of July, 1996, 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: STREET MAINTENANCE PROGRAM/MICRO SURFACING - 1996 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 Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PBD -5 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this s5,l day of u-ly 192 . A gi j d 4 C70 .SF� Principal By: dee Title Address fSiDE.✓f 70. ,Box 3 co . Ail/xis/Y-3 670).2 -2? The name and add ess of the Res' ent Agent of Surety is : s �v 5t!uet( , f - -ill a pslbid96.smpfspcoAN PBD -6 S ety i—akrylLy ate PO-6,4 h /mod Title / 1_1J-LS Lenses d - ea,S-1 tE_, Address P6 ,exX 4213 St.1' %Aa l�J 7 6.2 1f2j3 I /"2s'YYlarklr, ,�� n . : ,,,,;•„ .:•,,;;,,,,,,,,,,,,, I '117 l l .,.:.o..,,, TheStlu� ST. PAUL FIRE AND MARINE INSURANCE COMPAN I" I I 111! ill ! CE RTWICATE OF l' CER1 HIED ,,I ',' For verificatfon, of '' rt 385 Washington Street, St „Paul Minnesota 55 0 2 1 1 1 I ! AUTHO RITY NO. J rtty j �i S o d , I Ili 111 •1 I'1 f 1' , ,,,,.,,., ,,,, , ,,„ � : ,, , , t,I,,, -,, n 11 ,1!1: , 1 I I , 1 'l I 1 I IIII IIII iI 1 he authenticity of this Power of Attorney; you may telephonetoll'free 1. 800 - 421 -3880 and ask for I'i'!r 111011101 1" I i tit I COPY NO. ' the Power of Attorney Clerk.' Please refer to the Certificate of,Authority No: and the;named individual(s). r I I Ill'I'''liilill 11,1!1 II F - 12062 ' ' 1 ' GENERAL POWER OF ATTORNEY'- CERTIFIED COPY 111; 1l1'11!'I 1 • I 1 1 1 • 19117,69 ,' 1 ,, , ,,,:.111 1 (Original on,Fil at Home Office of Company- See Certification.) Illuill I ill' 1 '!I l a,1 !I I' 1 I 1 , ( , ' KNOW ALL' MEN BY THESE PRESENTS: That St. Paul 'Fire and Marinednsurance,Company, a corpomdon,organized and existing under, the laws of the State , of Minnesota, having as principal office'm the City of St. Paul, Mtnnesota, hereby constitute and ,,,li!;, ,,:,!I;i l "Ii 1111111 111111 !1; I I II! 1 11,1 1 11111 1 11 1 11 II John H. King, James D. Wilson, 'B R. Smith, Philip C. Krug John C ' I 1 I I' I Il il ! l ,' individually,, 'Saliria,, Kansas 1 I! ,,,'•'IjiPI 1,Ii' I ii I! j1 1 111111 1 ;11 Flores „ ,•! ICI, , " °i,i'lij!I''Ijll'I,IIII!lI! {1!1111{ III' l' 1'i1iIIIIIlIIl!ill'i�III:!I !'(i ! i.,I1, a,11i 1 itii;,i1 'Ipl,l i!I! I' !I!.II,,,,Lj111111 ,,II 1 I:dll lI Y !i II 1i11I II „ , I li ill li 1 11,! 1 its true and lawful attomey(s )-in -fact to execute, seal and deliver, for and on its behalf as surety, 'any and all bonds and undertakings, recogn contracts' of , indemnity and other writings obligatory in the nature thereof, which, are or may be, allowed, required or' permitted by law, s atute, ru e, regu anon, contract or otherwise, ,',,• .,I • „! !n : q t ' 1 I. 1 Yd 1;1:141 1, I ,.' 1 11 1 111 111 'il! 11 1!'ilI 11 Ii l I l':I !I II I'I III ' i li 1,111 ! 1':': ;'•1 ,., , 1 i I I ! I i 1 1 ' , 111 ': !I li ! ,1 1 it I 111 it lit,) ! 1 1 II i ,, I I! ! 1 1, , u !1.11,,! I I I ! Ill I 1 I ! I . I i l ' ;: • i L,'; ; , I', , i " I , 1 , 11' ! • ,1 1 I '11 ' ! ii, 1111!•" 1,1 1jl 11)1, ( I I .,.;,,!; ',r I, ' :;,!i•,• „. ,,4!'I:•,,ai:, Illlil'1i,ll;lllili�.'•,L;ll„ 111,ia11 !I I II dl: i 'I Ii II f11 NOT TO EXCEED IN PENALTY 'THE SUM OF''TE1' MI LION DOLt,ARS '('$10,00 IIV11' 11. 1 ; !' 1 11 !,, Ir,• Q d l Ins',!: 1 !I,r,, I 1 1111 +' :!111ii'''d 111 !''11.1 ;11! •'j r Ir it ! I I! 1'1 l �, ,, i , ! ,, ,1 I , l,ill,ll• !Il 1 1,lri;!11 : i •I l! 1111,,!.1 1 111'1' ! 1 I I' 1 .1 !I +, , � :1 : ?6 ', : I :.1'; . J , 11 : ,1 11 111!1' 1!, „ 1111 IDI I, Il Iii•i I III II 111 , i ,1 1 I ' and the execution of all such mstrument(s) in pursuance of these presents, shall be as Ibinding,upon said St- Paul' Fire and Marine Insurance, Company, as y and amply„ to all Intents andpurposes, as if the same had been duly executed and' acknowledged by its regularly elected officers at its priocipalmffice.'i I!1 HI 111 "111 ill l' ill 1 , This Power of Attorney is executed, and maybe certified, to and may be revoked, pursuant to and by authority of Ankle V,-Section 6(C), of the By -Laws, adopted by the Shareholders of ST. PAUL FIRE AND MARINE, INSURANCE COMPANY ,at a meeting called and held ornthel28th day of April, 1978, of which the fo lowing , is a true transcript of said Section 6 (C): ,'1 , •' ;I I; , ,!,la'li i; Irtlil;rl: "' 1111;!1 iIfi;:I,1:n•• uq't '1 '1:i,!II11 1I ' ;. . , " rr, „,,, , ;!'711,'1:111:II''1•i!1.1,1.11 ;111 1 1 I 1 I!; 11 11111 !IIIVIi!ii1 1' 1. ii,' ;II l !1;1 l,lli i : '1i1111 : "The President or any Vice President, Assistant Vice'President, Secretary or Service Center General Manager shall have power and authority 1 Ild' Il;611: I ' - , (I) To appoint Attomeys -in -fact, and to authorize them to execute onibehalf of the Company; and attach the Seal of the Company thereto- bonds and undertakings„mcognrzances, contracts of indemnity and other writings obligatory in the nature thereof, and 9 " ,, ,p•n °"'I IPv „ n ^: 11' •^ „ ' , ;611 ,„ II.' I ,,,, (2) :Po 'appoint special Attorneys-in-fact, who are hereby, authorized to, certify to copies mop any power -of- attomey issued in pursuance of this sect on . and /or any of the By-Laws of theCompaYy,'and .,., , „ ., Iq,,,11 ,,n,,. ,,. 1111,1, n,,,: Il^ tygiVenhim ' 1' Illjl!1!I 1 llll l` 11 (3) To remove, at any time, any such Atmore -m -fact or Special At tome -in -fact and revoke the autho II, !I 1 ' l III 1 ill, 1 !' ' I •rq:nn 1 „�.,,.,, „ ,,,•,1p, nilufl!a;p, ::,,.,, ,,,HWrgP:1,11,I "I!Cli l ■ 110 1 • !11111I Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution � of the Board of Directors of said Company adopted at a,meetinp duly called and, held on the 5th day of May „1959, of which the following is a true excerpt: ,; 1111 ; 1 11 , 1 1111 ;;;( 11 11 1 11 ; ll l l11 1 li 1 1 1 1 1 ; 1 10; i l l111 111I11 l l i i ll! 11 11 111 11 1 ! I1 . ; : ir!11 1: 1 1. ; i 111 11 i;1! ; 1 "Now'aherefore the signatures of such officers and the seal of the Companylmay , Ibe'afftxed to any such power of artomey or any cenificate:relating [thereto by facsunrle, and any such, power of attorney or certificate bearing such lfacsimilelsignatures or, lfacsimile,ses shall be validlandl binding upon the Company and any such power so executed and certified by facsimile signatures and , facsimile seal shall be valid andlb'nding upon Company in, the future with respect to an 'bond or undertaken to which itis attached." Y g ;'Il P ";II,,, I'I r ll'l l' I ;II 1111101.11116111I I!''' '1 11!' ' 1 (' 1' I 1 : I . ,.' 1,:,,J 1it,l 1 'i111I11i it 51 I, 1 11 1 1 11 11 ;;1 II i!:i11!IiU!IIi11 Illilllllililli:l!ili I' !, i' ' Paul Fire ! •, Company I1 l tins 1 slat and its corporate IN'TESTIMONY WHEREOF,ISL re and Mariue'Insurance Com m has catrsed'ttu 'mswmen4to be signed seal to be affixed by its authorized,officer, this 30th day of,Novembe , AD.',1990. " ! II 1 i. 1 1 ' I 1 3!111'! 1 , i!Ii IlI1i!I it I ;III! 1':1 ! 1111 11 1 1 : 11 '1 i ''' ill ! 1 I ST. PAUL FIRE AND:MARINE INSURANCE' COMPANY STATE OF NEW JERSEY, I 'llil'Ii, d1:,11!,lniti�llril 1 1!'o!!'lli; 1i!I III) ;I II. I II i! 1 111 I' I 11:111111111.1i:;. II!jl' ,''! llii ll llq! 1 ' 1 1 ' u.'lill ,111111 1 I 1 i 11!111 gliilllll I j ;11111111:1 (! 11 1 1 1 1111 li 1 ,, s . •;1 !' 1 1 'Ili !I' I 1,, I I I' ,idtl111i II 1!.111 County of Somerset 1 • 1 ,.! , ;hir Ili:[ ,,, ?'li'l' li ! 111!111 Ii 1!',! ! ; II lit I' III I I I I!1 I KENNETH 7.IRYAN, Secretary ,i• L,.. , l,ll1 + ll'[; I:Ir'll'dilj al1e , n ;' v' , l'' 1 111 i;!il Oath's 2 5 t '• h , day of "• Feb 4 it •+ ! Il 19' ! 94 , before me c ame thdidual who execu ed tha'preceding instru, to me 1 ' personally known, and, being, by me duly sworn, said that he/she. is, the therein described and authonzed officer of St. !Paul and :Marine!Insurance Company; 1 that the ,seal affixed to :said instrument is'the Corporates Seal of said Company' tha the said Corporate Seal and Ins/her,'signature were duly affixed by order of the ' Board of Directors of said Company. • 1 1 1 • 111 1 I 1 1 11 i• I: rI' ;,� 1 g: !' ,1 , .t i ll ; 11141,, , 1;''1 jI 11! I Ili !' I ' II' h!' !I!i 1 111 +11' 1 1 ` I , . , 1 is ,: I ,u • ''1 , , I ll . I ",• „,. r ! „' 111!1,1 11 P) D , ;u i I d 1 1 111 I t 1 i lli '1i11 „ i I 1 l 'i il1 41 � Ilr l ;I li ;! I i111 I lf l I it IN TESTIMONY WHEREOF, I1',have'hereuntoset my hand andat'fixed my Official Seal, a the township of Bedminster, New Jersey the 11111111 I r n,r III' ' II all it II I !I� 1I 1 ii111i' �i� +, 111111 I 111 ll ( L ,7 ,�' „! ;I , ,,I ; 111 ,ilii;lyll!''i'.,Ili 11!11 II, III l 111 II II .1 I I + 1 1 1 11 `L11�� -�� liJlt iilllli'jl ",'11,111 ?I1r:ly'ii : II1', Il1` ail' 1 ij 1 1 1 i 11 1 1 111 �r��`,779 II Ill[ I '4,•' .'I ..,, ,�I,;l '' ' '!,; I,!Ij: • .hl r!! p; II l,, ! ! I i ��u'' mnlll �llll j l l .1, •I' � ''' ! ,,1;: IIl!�jp ;', 1;11 ,,., i1i;;1 , ,I , ll! !" � r 11 I' , 1 , I !I ,. ,,, 11 1 1 11 I 1 LI' I f r; 1 Vi'I'i'!'b'll, 1, 111,1' P1''II 111 it .I I' I I !!j 1111 1 1 I LINDA , Notary PUblic,Mtddlesex` NJ 1 1 ,;. .1,,1 ,' I' I I i 1 ; li I . y;' p' ,p 'I: 1 11•';+ L'ilil•I ! I 1 111 11 Il• 'i' "! I, } lJ I: i,.l 1 ,:„ 1 1 I ll I MY'Commission Expites'T1<cemberl6 „1996 Plllli I I III 1III!1 II 111111111111111 11 , ;1I'L'liil'+ CERTIFICATION ,1 .•.,l,hj, "i' 11:';4 � Il1Ilni.l': , !1 I'l il11 11 111 l I' •ii 11 II I 1 1 ' i I 11111 ' ' ' ' ( I i (: Ilh 1 111: tl ! 111111!1 ll I: Ill ,Illl'+I1IIIIIIII I, the undersigned offices of StIPaul Fire Marine Insurance Company, do hereby certify thatl have compared the foregoing topyof the�Power, of Attomey'and affidavit, and the copy of the Section of theBy-Laws' of said Company as set forth "n said Power of 'A omey with the ORIGINALS ON MEIN THE HOME ' OFFICE OF. SAID COMPANY, and that the same are correct transcripts: thereof, and of the whole of the,said ong nal and that the said Power, of'At omey has ,not ;' been revoked and is'nowin full force and effect. 1 I■P' 'I !I :'l! '.I ''+Ili i I 'I ;pn unit 1 + 11 :ilH1' 1'1; ! 1 ,1'1' 1 ! ll Il 1 I !' 11 -: ; 11!1 ill i' ,., . ..e_ eft, ?'I ':I " ,,!!,I I I p ll V 111 1 i 1 II' II 1 1;,1! 1 ill 1 1 1I11 11 ; yid .. „', ;, i' ' I; ,�, i;tll, , I lll'';,! I !i'. i! : Il' I I, II I 'I 1' ' I I I :to Ii III I l I'I 1117 , IN�TESTIMONY WHEREOF, have hereanto set my hand this 11111 I:II ! 1,1 • I i 111 I 1 I I , 1 • •,,, . , . , .. I1 pl t II l i VII '1"i 11: 1;1, , III 111 I , , j,,, 'i !' 'l I 11 1 0 1 11 1' 1 '1 1 '11 4 ! ilt 1111 I li II 111 IIII! Neil' 1 1111 1 p r' 25th „ • „ d of , July • "1 I'' ,i',,,,I 1 , 96 . ( , III ll l,i i i ! . • ' ,;,.:. , ., „ , , , y . 19 . " ! 1 1 M W, A Secretary . , . 1 ' 1 • ' , ' 1 ' . . : ' 1 11L,.,1v11 p , , r , , , p 1 7 r 1 1 1 d , i i d , : ! ! : ' 1 ' 6 1 I l l s ! !!t' , ; all I l 1 1 1 l s I ! l 1 11T ■ 1: 1 h 11ll 1' ,11!111 111 11 , Only a certified copy of Power, of Attorney bearing the Certificate of Authority No, printed In red on the upper righ comer s b nd ng:, Photocopies, carbon copes or :other reproductions of this document are invalid andnot binding upon the Company. 11111;1 1 1111'!1 I I 1 11 1 11!1+ I I!; 1 ! 11 , • • ''• I . I. ,' ,1.11 1 Ill Ihi1! 111 111 1 Il i 1 i ll !i ll1111 11 1 1 1 1 1 1. 1,1 111 111 1 1 1 1 1 11 I1 ' ANY INSTRUMENT, ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE',IS TOTALLY VOID AND WITHOUT ANY VALIDITY 1 I 29550'Rev. 1.90 Printed In U.S.A. ! I II ,; 1 1 1 !Pi'''1;i1 ! 11111 11 t h j 1111 111i 1 1 11111 1 111' I 1 1 111111 I h! 1 I 1 i ll 1 II VIII III II I III I I 1 11 ,, .: ",• ... • I . II I I 1 !j•U '1 a III,I,•: 1 I l l 1 i ! i 1' I 1 ' I I 1 ! I f ... , . .. hurl ai;;; , :,l.i, I •li 1111111 Ili Il!III r ;d !11111 I :bill 1i! Id! 111 II lull !1i111 1 1 1 I'll I l l y 1 I i I n 1 1 !ill 11, t 11 'hill', 111 11 It71 i Ili a 11 11 hrI it i l '2 Iohn eyer, William R. Hamm, W. Boger Garrett, M.L. 'Fenimore, Shelly L. 1 1 11 1 day and year first above written. A � ? 7E�Y mama ,., ..a.��F?:.,.8;.�. Insurors and Investors, Inc. P 0 BOX 1213 Salina, KS 67402 - 1213 (913)825 -0286 Fax(913)825 -5098' aw 4 s " z oi �,��• 'sst a .y <s�+ 8 / 2/1996 CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALTER THE CERTIFICATE BY THE P OLIC IE E S BELOW. COMPANIES AFFORDING COVERAGE COMPANY A 'CNA- Transportation Ins. Co. ENSURED Ballou Construction Co., Inc. P. 0. Box 2300 Salina, KS 67402 -2300 COWAN( B CCMFAFry 0 , COMPANY „.4..&, "EFi...,.s<L4'• Hal).. '.a .,.. ,.. : • , ,:r :.z _:s i ` :i :.,0. , ..40- , <` 1.4 . .z4 ::1: ' ms s. &i• 4:;'.a..... rz, r, THIS 19 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE Bit ISSUED„TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWTTHSTANDIND ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTI:41QT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE PQUCIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1 TLPE OF INSURANCE POLICY NUMBER POLIer EFFECT= DATE ONVOINTY) FOLICr ETPwA1tON PATE (YM/EDNY) LIMIT , A oENERAL LIABILITY COMMERCIAL GENERAL LIA5LITY 0111327547 03/31/96 03/31/97 Gf! 1 1.000,000 FR000DTS . cO.IPATP AGO $ 1 000.000 f 1,400.000 0.5219 MADE fl OCCUR PE550NAI. & ACV INJURY X mars & CONTRACTORS PROT P-56015 -B EACH OCCURRENCE $ 1 000,000 0 00.000 FsE DAMAGE (My mam> G17957E LEDTJIPtam one mean/ 1 5.000 A AUTOUOBILE LIABILITY ANY AUTO AIL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OWNE0 AUTOS Con tr 01 17327550 03/31/96 . , _ 03/31/97 COMBINED SINGLE UM 3 1000, _ EMILY MOST (Po MIA.) $ MOLY INJURY (Pp AxWaW 1 PROPERTY DAMAGE 3 GARAGE LIABILITY ANY AUTO AUTO ONLY. EA ACCIDENT 3 OTHER THAN AUTO ONLY. ''''"'''' ., ....... , EACH ACCIDENT 3 AGGREGATE S MESS LIABILITY R UMEPELLA FORM OTHER OTHER MAN UM$REI l A FORM • EACH OCCURRENCE 1 AGGREGATE 1 L A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY THE PROPRIETOR/ PARTN S5. CURVE 0550551 ARE: NCL lag. 0117327578 03/31/96 _ 03/31/97 IToRr } T`" TS I 1E •,,,,,,.;.g.,;/..:4,,,,, =:•a: EL EACH ACCIDENT 1 600.000 EL DISEASE • POLICY LIMIT D. L 500.000 DISEASE - EA EMPLOYEE 1 500.000 OTHER * or any material change be made DESCRIPTION OF OPERATIONBAACATIONB /YFNIOLE0RPECU.L ITEMS Resolution No. R96072510F, Street Maintenance Program /Micro Surfacing 1996. City of Round Rock is Additional Insured for GL /Auto. Waiver of Subrogation is provided on Work. Comp. Contractual Liability is included in GL /Auto. TX is named in 3A of Work. Comp. policy. COliFicl+,T,6 flbCb ft•:....., `t .A.- �..,..w1? : '�.: : a<_....G City of Round Rock Alvin L. Wille, P.E., R.P.L.S. 221 East Main Street Round Rock TX 78664 ACOFtU'•25 =S• {1195} . .... , . if ln''ikif ;,> . ' ^. ._. , ... , c.�.• = ` - y: MOULD ANY OF ME ABOVE DESCRIBED POLICIES 6E CANCELLED BEFORE THE E%PIRA1ON DATE 'THEREOF. THE ISSUING COMPANY WLLLMOIN305XX70013AIL 30 DAYS WNnTEM NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, s Rx1RSIcrO2uaL tT, AIN1 10; LYAu101 k1Si]iEMITYISITOT?c01111ii ' x x x sax xwa xx�»A1Nxtra xtuoroxt0x xrdxrar4Lnawmx 140000 •. A / ` ' -1 '. ._.. ,. ;.0,A0Oiip'CgRPOh$.i1dNO983 "0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 08/14/96 14:08" %Y913 825 5098 INSURORS &INVEST. 8091 To: City of Round Rock 221 East Main Street Round Rock, Texas 78664 TYPE OF POLICY EFFECTIVE INS. NO. DATE Workmen's Compensation Comprehensive General Liability Includes Contractual Liability Covers Independent Contractors Owner's Protective Contractors psthid96smp /specAW CERTIFICATE OF INSURANCE Date: Description of Work THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company 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 this company, and further hereinafter described. Exceptions to standard policies are noted on the reverse side hereof. . PBD -7 EXPIRATION DATE LIMITS OF LIABILITY Statutory, State of Texas, $ Employer's Liability Bodily Injury $ /person $ /person Property Damage $ ' /accident $ aggregate Bodily Injury $ /person $ /accident Property Damage $ /accident $ aggregate Certificate of Insurance (continued) Comprehensive Bodily Injury Automobile $ /person Liability $ /accident Owned Vehicles Property Damage Hired Vehicles Non -owned Vehicles Includes Contractual Liability Contractual Liability The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than thirty (30) days after the insured has received written notice of such change or cancellation. The Certificate of Insurance neither affirmatively or negatively amends extends, or alters the coverage afforded by policy or policies indicated by this certificate. pstbid96.smp/specAW Name of Insurer By: Title: Address: PBD -8 $ /accident BOND NUMBER 46n 77.5 31,.,2 KNOW ALL MEN BY THESE PRESENTS, Thatwe, J%JLak Cmn ut i PCS ,eax 6 2,360 i u ,LAS (v7 /6-R —.2306 (hereinafter called the "Principal ") as Principal, and the ( ?4 'aF 4 a n,(as. Cr. a Corporation duly organized under the laws of the State of Pa.tnns and duly licensed to transact business in the State of 7 ,ea_S (hereinafter called the "Surety"), as Surety, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called tll "Obligee "), in the sum of �,rclaf��Vy —s� dolk,r, 4"Kats dollars ($ .,?-2) ) for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents. Sealed with our seals and dated this c2.5 day ofe7u -/y , A.D. nineteen hundred and "Lindy S T,r pstbid96.smp/apecAW MAINTENANCE BOND PBD -9 AMOUNT �.1 G 47 57) WHEREAS, the said Principal has heretofore entered into a contract with The City of Round Rock, Texas. Dated July 25, 1996 for construction of: STREET MAINTENANCE PROGRAM /MICRO SURFACING - 1996 WHEREAS, the said Principal is required to guarantee the construction of all improvements installed under said contract, against defects in materials or workmanship, which may develop during the period of one (1) year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice, repair and make good at its own expense any and all defects in materials or workmanship in the said work which may develop during the period of one (1) year(s) from the date of acceptance of the project above described, by Owner: The City of Round Rock, Texas MAINTENANCE BOND (continued) OR shall pay over, make good and reimburse to the said Obligee all loss and damage which said Obligee may sustain by reason of failure or default of said Principal so to do, , then this obligation shall be null and void; otherwise shall remain in full force and effect. n /ti, marts Ce / Awed eicesiXdcno4.1 31-; Principal BY Q604.40 tT j''4/ 6 " - *c6 f /4Z *fl pstbid96 smp/spccAW PBD -10 ON/zz, iIL ✓L2 ,® kr C. Lis kr e.--y e' TheS'PaUl ST. PAUL FIRE AND'MARINE INS URANCE COMPANY i'•! ; S <:.y q 385 Washington Street, St. Paul, Minnesota 55102 '1!I ll.ti : I11it a t Y 3 CERTIFIED For venfication,of the au ty , y f Authority 21 -3 ask. C .. Certificate e , ou ma No. tha ed individual(s). !• :' 1111, .. •! thentici of this Power of � y y tel hone � 1 -800 -4 80 and as COPY NO. '� the Power of Attorney Clerk.�Pleaso refer, to the Ce cateo No. and Inam 'dual ). •1111',1 ' !1 F - 12062 GENERAL POWER OF ATTORNEY - CERTIFIED COPY :; (Original on File at Home Office of Company. See Certification.) 1911774 ,1 , {{ (; p al I:I'Pji! 1 ! I . ,. ., �, .; , .,,., • . .. ...... .... ,. .d.,,,,;,. 11 I ( � ::j�,' I 1 1111! , I!!I l , KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under, the aws of the State I ; . of Minnesota, having its pnncipal'office in the City of St: Paul; Minnesota, does hereby constitute and appoint .11 tt. l 1 t1 I 1 ' ' 1 I "'!1 I 1 1 1 1,, lirle.•1• '1 ,11 '!:,i.!,II! id 1 1; !1;' I J U. King, James D. Wilson, Br R., Smith, Philip C. Brenda John C. i l! ,q1 ! ,! Lohneyer, William R. Hamm, W. Roger Garrett, M.L., Fenimore, Shelly 'L.''',1 ' Flores, individually, Salina; Kansas -II 111 iliiiili; '! d, required !, i 1•''. •,'I ,,!, ,I!,, !�'I!,i!i'•'I!'!'1!l.' Iijli, i!,II'!!I!!1i: !'; I' ' !1 !I i I !19 3• i ,ii 1,':; I !; i'!!,!::,,inl'•; 1, 1'�'li Ii' I ;!! IllIy i!!! i!�!!II!tfil li,ii�jilji;!' :I!1!!; j ( !I 111! !I !I• j 1 its true and lawful attomey(s) -in -fact 10 execute, seal and deliver 'for and on tis behalf as surety, any and all bonds and undertakings, recogn , contracts: of ' 11 indemnity and other writings obligatory in the nature 'thereof, which, are or, may be allow or pemdtted aw statute, rule, re gulatio n contr or 1 !' • otherwise ■ I ,U. '. 11 . 1;1 p, .'r ; , I :, • ! , , l • ,, a ! !, ,.. ,, , :ii;•� .':ij' , ! , '�!I : I'II 1! 'by 1! ! i:i, {; Ii ,,, ! „i 1 ! j I';! 'i ! ! 1 1 I 1,011 !ii I. i II . 11.9 i l i ' 1' ! I L. , I ' :I,' , ,�' I 'iii; ,! -; , J,bi „l,:q!!!:„ n q i ,ii'� r „ � •i'!�r:',I•h r � I!Ilijll ,,!!' , t ; NOT TO EXCEED IN PENALTY' Tim SLIM TEN IIi CON DOLC ARS ($10,000,00) EACfi lIi 1111:! , 1 rill:,; .1111'! 1 ,1 1 ;' 1 1 11'•!; '' r! t 1!11 1111 u!! 1!11 1 11 1 ; hill I' , !D'Ip ' I! i' M 1,;:!;;,,!; Iii ! ! ! e aU, d I 1,11 I ,1, ;!� 11 : I n of all such �instmmenl s m pursuance of these � I 1 I I (,,) II , a .! fully' 1 p I and the ution O • p ese ., ,• ,',u shall �t:,,d. • ;I'�,'!! .,I,!pl, rI.!; 11;., . U -;, I,tl':d P! .. ,! "11.IIII!:il:!I;!!1' }h!•.,;,, 1!; iii .! .: .I 1 11. f ..1 , ' presents, be as binding St. Paul Fire and'Mnrine Insurance Company as and, ' I amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at. its principal,office „' , !, !;,, i I ' This Power ,, a . , il ' :L!I I l d 1111 1 111 Ij of Attorney fs executed, and may be certified to and may be revoked, ppursuant:to and byauthority of, Article V, Section 6(C),,of the. By -Laws adopted by Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY, at a meeting called wad held on ,the'28th day of Apnl, ;1978, of which the fo lowing, I. scnptofsaidSection 6(C): „ I,.' "!U,I;i''' n "iii,il , I ; lid! ,1 '!!ryP:p;t1 !..�!!!!1111l Ill; l' 111Iii'' I! iLli; 1lnlil ;,in,I,1,Ali•'';11„Al.'11 °I 11,1,1!!,f;ji'!:I President or any Vice President, AssistantlVtce' President, Secretary or Service Center General Manager, shall have power and authority , IL'1, 11 I 1 ull1!Ilul (1) To appoint Attorneys -in -fact, and to'authorize them to execute on'bebalf of, the Company; and' attach the Seal of the Company thereto, bonds andl ' undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof„ and dr,:'•'i.e.b,gi, 1.e , ,.1 d'^' "Whr : - •'4I' (2) To appoint special Attorneys -in -fact, who are hereby authorized 10 certify Ito copies of any power-of-attorney 'issued in pursuance of tins section , and /or any of the By-Laws of the Company, and •..I • " ,,, ;1 ,P , ,a1, •• ,11 1 ,„ � .. " ;1.1t ,, , n,!, „'1' ll'li,jt 11'' 11 ' (3) To remove, at any tune, any such Attorney -in- fact or' Speci u alAttomey- in- factandrevoketheauthotity given rum ",1i1!IIIlletkild' "''I',!111'intt, 1!1'11 Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adoptedlal a'meeting drily called' andl held on the 5th day of May,1959, of which the following is a true excerpt: ,!!i!L !,''!ililll 1!!'''' 1111° 1 1;1 1 ;j'I'j'11!I',! iii11 ;111.l 1!II !.Ii,li; i,; lil'j'I!!il!11:Ii 1!i'I1IIjl!ill!Ij',; Ijl! 1;,1;!ii !Ii iii '" 1 ," "Now therefore the signatures of such officers and the seal'of'the Company may be affxedlto any such, power o6 attorney or any certificate relating , theretoby facsimile, and any such power of attorney or certificate beanng such 'facsimile signatures or,facsunile seal shall be vafd, and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in; the future with respect'10 an bond o undertaking to which it is attached: " ,•:,, 1 : 1 Y g ! !'i',' !' l;lq ; ' I!; ,' ;1,.,,,';!Ii;''i', i 1,., 4'' i ;'!ili.0!Iaiii!illi!,I;ilil,iil I ii{!;I .0 00 i���1l" I! Ilrii! r! lilil!I;LIIIIIIIII�JIii!i:ilii; IN TESTIMONY WHEREOF,,St. Paul and'Marisse Insurance Company has caused tlus'insmtment to belsigned'and'its corporate seal to be affixed byitaauthorixedofftcer ,' this 30th day of November, A D.1199o.,1111 1 1 1 1 1 1 1 1'1 1 11 i1! 1111 1 11111 ' ' I'l 1 •, ' ., 1 , ; rI,PP11 Ill I;' 1 I I' a C III!ji1 t k± , l 1 Y 1 "�; 1 ' .I ' ° , ' i; 1 i ,�' , : •;'11; I f II' i° ST. PAUL FIRE AND,hfARINE1NSURANCE�COMP ';; -1 '!,!ill II. A ID' I 11 lu't: IP' 1 I !II Ii!i I'' !!I, ! I I" ! t ! I •, ! :'! Hlr ''! Ili I'''�' I !Iial. ! 1 �l l Ip l: I I1f1 11 , ! 1. Ih41?IIIIII,11 I nilll 1, „ I , ; . !'IiHlIl: 1 !h;l,!i' h'i;;I l.h, • : Iij 1 II !! �l { 111;1 i p 11 (� - Count of Somerset . , ,; }ss i �., !� ! ! I {1 1 , : p ! 1 II { ' {.: { , i , ,:Id s i Y 1 ''':1' ;1 ( ' i "', :' I ,' I,• •1 1 1 j 1 1 I; III KENNETH J. RYAN, Secre ■ ; ■ . n'1!!:i1' {% j ill 1 11;1 ! L ;, � !'I 11 II lift t:11;11 I I ', t(1 I I'i 1'111;11 u' LhP1 1' 11 »lple .. 1fplt4!U; ! 1 On this ' • ' 25th l day of H. February In „ i ,1 9 'i 94 before me came the individua 1 who executed the preceding instrument, to me ,I ' personally known, and, being by me duly sworn, said thatihe/she is the therein described, and authorized offcer of St, , Paul ,Fire,and,Marine Insurance Company; 1 that the seal affixed 'to said Instrument as the Corporates Seal of said Company that the said Corporate Seal and, hisiherisignaturewere duly affixed by order of the !, Board of Directors of said Company. 'i :.1, 11,;11! ; ;,,.ii,1„1;.r!I, 1 " ^ °'1 i i 1'1'lL,, , 11!'''1' 11 1 y l '111:!1: ,d ,; II::; , ' ,, ' :' I ,,�I,•I!Cn , ln. 1 1 11 1 1 1 1 ! 11 ! I 11! ji 1 �; ; 1 I �; , � !:I1i1 !! 1, I�I ! i; � Ilfj `l il�l'I! 1; Ii ) I �' i IN TESTIMONY WHEREOF,'1� have hereunto se my hand and affixed my Off cial Seal, at the towns of B edmi n s ter, Ne Jersey the day and year first above written. '; '; ' I'.' !• I I 11 1 1' Y Y o "i1 ! 1, I! 1�i •i ( ili;i! 1 // ��►► � ► ' Ii I I II . I'll 1I: i L ,� „ i I i, , . o I,i';;;I ; , I! , , �!I 1 ;P �., i•, II!�'j!ih !!i :I irillil� i (dil,o !iic !4.:! 1 1 1 1 I Il i ill ill 1 !.11• ' � +� '� I ' ! �I ;I V.� ! 1 I I i!lil! 1 ;I'� 0, _`,1, ",illl! illiIIi��! ; II I I , l i I ( LINDA S , Notary Public,'Mrddlesex, N1 CERTIFICATION I, the undetstgned officer of St. Paul Fire and Marine Insurance Company, do hereby cerf fy that I have compared the foregoing copy of the Power, of Attomey and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney w th the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and thafthe same are correct transcnpts thereof, :and of the•whgle of the sa'd origin s; and that the said Power, of Attorney has not . been revoked and is, now in full force and effect .,.' t'.;r:,,,11,,,..I•t!,1111111 ;1 i.11111iI1 !I! I1l Il 1111 II 1111 II„�CIiI'ni1i11 "p" 11 111i1i!ilil 1., 1 , 1 I I I l 1 1 1 II li i I. MY Commission Expires Decemberl6 996 ;1 11 1 I j ! 1 49) 11!11 :j I I'Iryl! 'I! {' 1 'I I I' I1 Ii 1 "il Ip'm• i ;•1, i t : , . 1 1111 Ii 1 1 111. e III! III;. ,lfllliq e 11 1IC 1:iI 11,l�J'1 .I 1'left !1' 1,! IN TESTIMONY WHEREOF, I have hereunto set my hand this ' _ , y , ' 1, , i 1 ' ' , � ' l 11 . , : „ i i ; $;''''; ::'i; i t ' l l I I I I j i l . 1 ! I l I I I I;1; r u� II I d r !U' wa i1 !' �,•���� °! I' ! 25th r 1 ! Jul ,',I,I!!i !!1 i 1.1 . 96 111 II! 1 {1;11 day o Y , 19 I i I I i ' 1 I I i� i MICHAEL W. ANDERSON, Secretary 11j,1h,. ,, ,, '. , , 1, ' 1, 1• u, l; i n 1,.r 'I „1 C I ! 10! 1.'' 1 f! Uh1•, I :P copy of Power of Atto Only a certified comey bearing the Certificate of Authority No. printed en red on the upper Mph comer s''binding'. Photocopies carbon copies or other reproductions of this document are invalid'and not binding, upon, the Company..;; '! 1 !I, ' 1 il!r!;1 , 1 X11 1 1 1 j1I " 'I I I I I !,!, 11111 ; I ;1 ;1 ! ';'1 1!1111 1 'll! I' n , . ,,, : , ,,,, I , "' 1 ,1hil ' 1 ll1; 11x 111111 1, 1 IIIil'i1 Int,I. 1111.;11, II 1 ll!l. I ANY INSTRUMENT ISSUED IN EXCESS'OF THE PENALTY AMOUNT STATED ABOVE)S TOTALLY VOID AND WITHOUT ANY VALIDITY. III 1 l lr: ,. ,•', ;, 1. ;1 1 1!! ''1 !.II 1 1 11 ! " I'11 'f II I' i t !1:1' I ,1 :I i!;i : II; 1 111 1 1 i ; I; )� I I� I1!! { 1! it i 1 i 1 I ;I ":111 1;11 41 ! i 1, I 1 I i1 1 i C !1 !, 1, ! ' 1,. ! ! I l i 29650 Rev. 1 -96 Pdnted9n U.S.A. •h ;I p' 11!.1' ` !;, i' I I: I!I II � 1' ; 1 I I ! ,•,: , 11 :::,x.11111•,1; ; iII, ilU.! Illilluil( i, L, IIlilth, i( uhl i1„ L 1 llidl Ii); ki ,7iI111I:III11u11J Ail 11 4.0 GENERAL CONDMONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contents 1. Definition of Teens 1.01 - Owner, Contractor and Engineer 1.02 - Contract Documents 1.03 - Subcontractor 1.04 - Sub - Subcontractor 1.05 - Written Notice 1.06 - Work 1.07 - Extra Work 1.08 - Working Day 1.09 - Calendar Day 1.10 - Substantially Completed 2.01 - Owner- Engineer Relationship 2.02 - Professional Inspection by Engineer 2.03 - Payments for Work 2.04 - Initial Determinations 2.05 - Objections 2.06 - Lines and Grades 2.07 - Contractor's Duty and Superintendence 2.08 - Contractor's Understanding 2.09 - Character of Workers 2.10 - Contractor's Buildings 2.11 - Sanitation 2.12 - Shop Drawings 2.13 - Preliminary Approval 2.14 - Defects and Their Remedies 2.15 - Changes and Alterations 2.16 - Inspectors 2. Responsibilities of the Engineer and the Contractor g<ncond m.U.pc< General Conditions of Agreement GC -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. General Obligations and Responsibilities 3.01 - Keeping of Plans and Specifications Accessible 3.02 - Ownership of Drawings 3.03 - Adequacy of Design 3.04 - Right of Entry 3.05 - Collateral Contracts 3.06 - Discrepancies and Omissions 3.07 - Equipment, Materials and Construction Plant 3.08 - Damages 3.09 - Protection Against Accident to Employees and the Public 3.10 - Performance and Payment Bonds 3.11 - Losses from Natural Causes 3.12 - Protection of Adjoining Property 3.13 - Protection Against Claims of Subcontractors, etc. 3.14 - Protection Against Royalties or Patented Invention 3.15 - Laws and Ordinances 3.16 - Assignment and Subletting 3.17 - Indemnification 3.18 - Insurance 3.19 - Final Clean-Up 3.20 - Guarantee Against Defective Work 3.21 - Testing of Materials 3.22 - Wage Rates 4. Prosecution and Progress 4.01 - Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01 - Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments gcncond msUspcc GC -2 6. Extra Wodr and Claims 6.01 Change Orders 6.02 Minor Changes 6.03 Extra Work 6.04 Time of Filing Claims 6.05 Continuing Performance 6.06 Arbitration 7. Abandonment of Contract 7.01 Abandonment by Contractor 7.02 Abandonment by Owner 8. Subcontractors 8.01 Award of Subcontracts for Portions of Work 8.02 Subcontractual Relations 8.03 Payments to Subcontractors 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts 9.02 Mutual Responsibility of Contractors 9.03 Cutting and Patching Under Separate contracts 10. Protection of Persons and Property 10.01 Safety Precautions and Programs 10.02 Safety of Persons and Property 10.03 Location and Protection of Utilities gcncond m sUspec GC -3 1. Definition of Terms 1.01 Owner, Contractor and Engineer 1.02 Contact Documents 1.03 Subcontractor 1.04 Sub - subcontractor cenoona m:v:r« General Conditions of Agreement The Owner, the Contractor and the Engineer and those persons or organization identified as such in the Agreement and are referred to throughout the contract Documents as if singular in number and masculine in gender. The term Engineer means the Engineer or his duly authorized representative. The Engineer shall be understood to be the Engineer of the Owner, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the Engineer and the Contractor. The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any of documents before the execution of the agreement. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of Contract documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor and it includes one who fumishes material worked to special design according to the plans or specifications of this work, but does not include one who merely fumishes material not so worked. The term Sub - Subcontractor means one who has a direct or indirect contract with a sub- contractor to perform any of the work at the site and includes one who fumishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. GC -4 1.05 Written Notice 1.06 Work gencond nstis,cc Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, fumish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term "Extra Work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or Owner to be done by the Contractor to accomplish any change, alteration or addition to the work shown upon the plans, or reasonably implied by the specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alteration," herein. 1.08 Woridng Day A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.09 Calendar Day "Calendar Day" is any day of the week or month, no days being excepted. 1.10 Substanti ally Completed By the term "substantially completed" is meant that the structure has been made suitable for use or occupancy or the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. GC -5 2. Responsibilities of the Engineer and the Contractor 2.01 Owner-Engineer Relationship The Engineer will be the Owner's representative during construction. The duties, responsibilities and limitations of authority of the Engineer as the Owner's representative during construction are asset forth in the Contract Documents and shall not be extended or limited without written consent of the Owner and Engineer. The Engineer will advise and consult with the Owner, and all of Owner's instructions to the Contractor shall be issued through the Engineer. 2.02 Professional Inspection by Engineer 2.03 Payments for Work gencond msUspec The Engineer shall make periodic visits to the site to familiarize himself generally with the progress of the executed work and to determine if such work generally meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspection of the quality or quantity of the work or be in any way responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work. The Engineer shall review Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to Contractor in such amounts; such recommendation of payment to Contractor constitutes a representation to the Owner of Engineer's professional judgement that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such recommendation of an application for payment to Contractor shall not be deemed as a representation by Engineer that Engineer has made any examination to determine how or for what purpose Contractor has used the moneys paid on account of the Contract price. GC -6 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the Owner relating to the execution or progress of the work or the interpretation of the Contract Documents and the Engineer's decision shall be rendered in writing within a reasonable time, which shall not be construed to be less than ten (10) days. Appeal to arbitration upon mutual agreement may be taken as if his decision had been rendered against the party appealing. 2.05 Objections gcncond ms✓spec In the event the Engineer renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the Engineer within thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to arbitration as hereinafter provided. 2.06 Lines and Grades Unless otherwise specified, all lines and grades shall be fumished by the Engineer or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the Contractor's expense. 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent speaking superintendent and any necessary assistants to supervise and direct the work. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the Owner and Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the Contractor shall be solely responsible for the safety of himself, his GC -7 employees and other persons, as well as for the protection and safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications as well as any additional information concerning the work to be performed passing from or through the Engineer shall not be interpreted as requiring or allowing Contractor to deviate from the plans and specifications, the intent of such drawings, specifications and any other such information being to define with specificity the agreement of the parties as to the work the Contractor is to perform. Contractor shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non -use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by the Engineer or Owner, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the Contractor to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling Contractor to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the Contractor from full and complete responsibility for the proper performance of his work on the project, including but not limited to the propriety of means and methods of the Contractor in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the Contractor from plans and specifications that may have been in evidence during any such visitation or observation by the Engineer, or any of his representatives, whether called to the contractor's attention or not shall in no way relieve Contractor from his responsibility to complete all work in accordance with said plans and specifications. 2.08 Contractor's Understanding gcncond msUspec It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way effect the work under this contract. The Contractor agrees that he will make no claim against the Owner or the Engineer it in the prosecution of the work, he finds that the actual site or subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the Owner or GC -8 Engineer either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent, unfaithful or disorderly, or refuse instructions from the Engineer in the absence of the Superintendent, such worker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. No illegal alien may be employed by any Contractor for work on this project, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien who works for the Contractor at this project. 2.10 Contractor's Buildings gencond msJspec The building of structures for housing workers, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. 2.11 Sanitation Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. 2.12 Shop Drawings The Contractor shall submit to the Engineer, with such promptness as to cause delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract GC -9 time. gemmnd m.V.pcc Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during Contractor's performance hereunder. 2.13 Preliminary Approval The Engineer shall not have the power to waive the obligations of this contract for the furnishing by the Contractor of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform the contract, including without limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in event the material has been once accepted by the Engineer, such acceptance shall be binding on the Owner, unless it can be clearly shown that such material fumished does not "Meet the specifications for this work. Any questioned work may be ordered taken up or removed for re- examination, by the Engineer, prior to final acceptance, and if found not in accordance with the plans and/or specifications for said work, all expense of removing, re- examination and replacement shall be borne by the Contractor, otherwise the expense thus incurred shall be allowed as Extra Work, and shall be paid for by the Owner; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the Engineer. 2.14 Defects and Their Remedies It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall GC -10 be in full accordance with this contract. 2.15 Changes and Alterations gencond mat/spec The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment ". If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment "; otherwise, such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. 2.16 Inspectors The Engineer may provide one (or more) field inspectors at the work site for the limited purpose of observing the work in progress and reporting back to the Engineer on the extent, nature, manner and performance of the work so that the Engineer may more effectively perform his duties hereunder. Such inspectors may also communicate between Engineer and Contractor their respective reports, opinions, questions, answers and clarifications concerning the plans, specifications and work but shall not be deemed the agent of the Contractor for all purposes in communicating such matters. Such inspector may confer with the Contractor or Contractor's superintendent conceming the prosecution of the work and its conformity with the plans and specifications but shall never be, in whole or part, responsible for, charged with, nor shall he assume, any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such inspector is not authorized by the Engineer or Owner to independently act for either or answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No inspector's opinion; advice; interpretation of the plans or specifications of this contract; apparent or express approval of the means, methods or manner of Contractor's performance of work in progress or completed; or discovery or failure to discover or object to defective work of materials GC -11 umand mWspec shall release Contractor from his duty to complete all work in strict accordance with the plans and specifications or stop the Owner or Engineer from requiring that all work be fully and properly performed including, if necessary, removal of defective or otherwise unacceptable work and the re -doing of such work. 3. General Obligations and Responsibilities 3.01 Keeping of Plans and Specifications Accessible The Engineer shall furnish the Contractor with an adequate and reasonable number of copies of all plans and specifications without expense to him and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 Ownership of Drawings All drawings, specifications and copies thereof furnished by the Engineer shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the Owner. 3.03 Adequacy of Design It is understood that the Owner believes it has employed competent engineers and designers. It is therefore agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project; provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modification thereof and all approved additions and alterations thereto. 3.04 Right of Entry The Owner reserves the right to enter the property or location of which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or installing such collateral work as said Owner may desire. GC -12 3.05 Collateral Contracts gencond mst/spec The Owner agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work, or damage said Contractor, except where such delays are specifically mentioned elsewhere in the Contract Documents. The Owner will attempt to coordinate the collateral work of utility companies regulated by City franchises, but the City shall not be responsible for delays or other damages to the Contractor which may result from their acts or omissions. 3.06 Discrepancies and Omissions The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice for construction, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the Engineer shall define which is intended to apply to the work. 3.07 Equipment, Materials and Constriction Plant The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages In the event the Contractor is damaged in the course of completion of the work by the act, neglect, omission, mistake or default of the Owner or Engineer, thereby causing loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall reimburse the Owner for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions GC -13 gencond msVspec of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor. In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the Owner and Engineer of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the Owner and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the Parties to the Contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantee required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. If the contract price is $25,000.00 or Less no payment or performance bond shall be required. It is agreed that the Contract shall not be in effect until such performance bond or letter of credit, and payment bond are furnished and approved by the Owner. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds will be made by the Owner. ■ Unless otherwise approved in writing by the Owner, the surety company underwriting the bonds shall be licensed to write such bonds or letters of credit in the State of Texas. 3.11 Losses from Natural Causes Unless otherwise specified, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 3.12 Protection of Adjoining Property GC -14 The said Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the Owner and Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract regardless of whether or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and Fumishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the Owner, Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the Owner may at the option of the Contractor either pay directly any unpaid bills, of which the Owner has written notice, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to the Contractor shall be resumed in full, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon the Owner by either the Contractor or his Surety. 3.14 Protection Against Royalties or Patented Invention genccnd msU,pec The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the Owner and Engineer harmless from any loss on account thereof, except that the Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless form any loss on account thereof. If the material or process specified or required by the Owner is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives GC -15 such information to the Owner. 3.15 Laws and Ordinances gencond mot/spec The Contractor shall at all times observe and comply with all Federal, State and Local laws, ordinance and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless the Owner and Engineer against any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or his employees, except where such violations are called for by the provisions of the Contract Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. In case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contract, shall be controlling, and shall be considered as part of this contract, to the same effect as though embodied herein. 3.16 Assignment and Subletting The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attomey, or otherwise, or sublet said contract without the written consent of the Engineer, and that no part or feature of the work will be sublet to anyone objectionable to the Engineer or the Owner. The Contractor further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this Agreement. 3.17 Indemnification The Contractor shall defend, indemnify and hold harmless the Owner and the Engineer and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgment, cost or expense: 1. Is attributable to bodily injury, sickness, disease or death to any person including Contractor's employees and any Subcontractor's employees and any Sub - Subcontractor's employees or to injury to or destruction of tangible property GC -16 gencand msVspcc including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub - Subcontractor including the loss of use resulting therefrom; and, 2. Is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the Contractor under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation of maps, plans, reports, surveys, Change Orders, designs or specifications, or the approval of maps, plans, reports, surveys, Change Orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or Sub- Subcontractor under workmen's compensation acts, disability benefit acts or other employee benefit acts. 3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. A. Statutory Workmen's Compensation. Definitions: Certificate of coverage ( "certificate ") - A copy of a certificate of insurance, a certificate of authority to self - insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the 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 governmental entity. GC -17 gencond msthpcc Persons providing services on the project ( "subcontractor" in & 406.096 - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. (c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: Ass States except those listed in 3A and the States of NV, ND, Oli, WA, WV, and WY. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the govemmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the GC -18 gencond msUspec 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 governmental entity 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 project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts of filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (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 GC -19 gcncond msUspec (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 govemmental entity 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) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the govemmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the Commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten calendar days after the receipt of notice of breach from the governmental entity 4 B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. C. Property Damage Insurance with minimum limits of $50,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and Property Damage minimum limits of $50,000 for each GC -20 gcncand mat/spec occurrence. Contractor shall require subcontractors to provide Automobile Liability Insurance with same minimum limits. The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until such insurance has been approved by the Owner and Engineer. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the Owner and Engineer shall not relieve or decrease the liability of the contractor hereunder. The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the Owner and all insurance (other than Workmen's compensation) shall be endorsed to include the Owner as an additional insured thereunder. The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All insurance certificates shall include a clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has received written notice as evidenced by return receipt of registered or certified letter. Certificates of Insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which the insurance applies, the expiration date, and the above mentioned notice of cancellation clause. 3.19 Final Clean Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work, surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at Least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event Contractor fails or refuses to clean and remove surplus materials and debris as above provided, the Owner or Engineer may do so, or cause same to be done, at the Contractor's expense and the reasonable cost thereof shall be deducted from the final payment. 3.20 Guarantee Against Defective Work The contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for a period ofaw year from the date of acceptance of the project. Said warranty binds the contractor to mnect GC -21 any work that does not conform with such plans and specifications or any defects in workmanship or materials furnished under this contract which may be discovered within the said one year period. The Contractor shall at his own expense correct such defect within thirty days after receiving written notice of such defect from the Owner or Engineer by repairing same to the condition called for in the contract documents and plans and specifications. Should the Contractor fail or refuse to repair such defect within the said thirty day period or to provide acceptable assurances that such repair work will be completed within a reasonable time thereafter, the Owner may repair or cause to be repaired any such defect at the Contractor's expense. 3.21 Testing of Materials 3.22 Wage Rates 4. Prosecution and Progress 4.01 Time and Order of Completion gencond msJspee Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the Owner. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the extent of the retesting shall be determined by the Engineer. The Engineer may require additional testing for failing tests and may require two passing retests before acceptance will be made by the Owner. The testing laboratory will be designated by the Owner. All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to fumish a manufacturer's certificate stating that the material meets the requirements specified for this project. Contractors are required to pay the prevailing wage rates to laborers, workmen and mechanics employed on behalf of the city engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for work of a similar character. This applies to contractors and subcontractors. The contractor and subcontractors shall keep and make available records of workers and their wages. Prevailing wage rates are published by the U. S. Department of Labor, Bureau of Labor Statistics, Southwestern Division and the Texas Employment Commission for the Austin Job Bank Area. The wage rate shall not be less than the minimum wage rates set by the U. S. Department of Labor, Employment Standards Administration, Wage and Hour Division. There is penalty of $10.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the contractor or any subcontractor. GC -22 gencond msthpcc It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal: provided, also, that when the Owner is having other work done, either by contract or by his own force, the Engineer may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Engineer, schedules which shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. 4.02 Extension of Time Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or Engineer, or of any employee of either, or by other contractors employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer, provided, however, that the Contractor shall give the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for extension of time on "Calendar Days" contracts. 4.03 Hindrances and Delays No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the Owner) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the Owner, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the Owner to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements GC -23 1 5.02 Estimated Quantities grncond msUsp<c No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 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 fumished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as 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. 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. Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this Agreement, as provided under "Extra Work ". 5.03 Price of Work In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the Contractor, and on the completion of all work and on the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the prices set forth in the Proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Agreement GC -24 5.04 Partial Payments gcncond msUspcc On or before the 1st day of each month, the Contractor shall submit to the Engineer a statement showing the total value of the work performed up to and including the 25th day of the preceding month. The statement shall also include the value of all sound materials delivered on the job site and to be included in the work and all partially completed work whether bid as a lump sum or a unit item which in the opinion of the Engineer is acceptable. The Engineer shall examine and approve or modify and approve such statement. The Owner shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less 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 Owner under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, and Owner may - upon written recommendation of the Engineer - pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment". 5.05 Use of Completed Portions The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired 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 Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall fumish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's List of unfinished work and will add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 Final Completion and Acceptance Within ten (10) days after the Contractor has given the Engineer written notice that the GC -25 gencond mstspec work has been completed, or substantially completed, the Engineer and the Owner shall inspect the work and within said time, if the work be found to be completed in accordance with the Contact Documents, the Engineer shall issue to the Owner and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the Owner to issue a Certificate of Acceptance of the work to the Contractor or to advise the Contractor in writing of the reason for non - acceptance. 5.07 Final Payment Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make final measurements and prepare final statement for the value of all work performed and materials furnished under the terms of the Agreement and shall certify same to the Owner, who shall pay to the Contractor on or before the 30th day, and 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. 5.08 Payments Withheld The Owner may, on account of subsequently discovered evidence, withhold or tiullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: a) Defective work not remedied or other obligations hereunder not done. b) Claims filed or reasonable evidence indicating probable filing of claims. c) Failure of the Contractor to make payments properly to subcontractors or for material or labor. d) Damage to the Owner or another contractor's work, material or equipment. e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. f) Reasonable indication that the work will not completed within the contract time. g) Other causes affecting the performance of the contract. When the above grounds are removed or the Contractor provides a Surety Bond GC -26 satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 Delayed Payments Should the Owner fail to make payment to the Contractor of the sum named in any partial or final statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of 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 Owner in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims 6.01 Change Orders 6.02 Minor Changes gencond.msJspec Without invalidating this Agreement, the Owner may, at any time or from time to time, order additions, deletions or revisions to the work; such changes will be authorized by Change Order to be prepared by the Engineer for execution by the Owner and the Contractor. The Change Order shall set forth the basis for any change in contract price, as hereinafter set forth for Extra Work, and any change in contract time which may result from the change. In the event the Contractor shall refuse to execute a Change Order which has been prepared by the Engineer and executed by the Owner, The Engineer may in writing instruct the Contractor to proceed with the work as set forth in the Change Order and the Contractor may make claim against the Owner for Extra Work involved therein, as hereinafter provided. The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract Price. If the Contractor believes that any minor change or alteration authorized by the Engineer involves Extra Work and entitles him to an increase in the Contract Price, the Contractor shall make written request to the Engineer for a written Field Order. In such case, the Contractor by copy of his communication to the Engineer or otherwise GC-27 Any request by the Contractor for a change in Contract Price shall be made prior to beginning the work covered by the proposed change. gencond msJspcc in writing shall advise the Owner of his request to the Engineer for a written Field Order and that work involved may result in an increase in the Contract Price. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a Change Order or for which a claim for Extra Work is made shall be determined by the unit prices upon which this contract was bid to the extent such work can be fairly classified within the various work item descriptions and for work items that cannot be so classified by one or more of the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method (C) If neither Method (A) nor Method (B) be agreed upon before the Extra Work is commenced, then the Contractor shall be paid the "actual field cost" of the work, plus fifteen (15) percent. In the event said Extra Work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the Contractor of all workmen, such as foreman, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on such Extra Work, plus actual equipment, for the time actually employed or used on such Extra Work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation, and all other insurance as may be required by any law or ordinance, or directed by the Owner, or by them agreed to. The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the Engineer. The Engineer or Owner may also specify in writing, before the work commences, the method of doing the work and the type and kind of GC -28 machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the Written Extra Work Order. The fifteen (15 %) percent of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work; then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for Extra Work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Engineer for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefor, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration, as hereinbelow provided. 6.04 Time of Filing Claims It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) days after the Engineer has given any directions, order or instruction to which the Contractor desires to take exception. The Engineer shall reply within thirty (30) days to such written exceptions by the Contractor and render his final decision in writing, In case the Contractor should appeal from the Engineer's decision, any demand for arbitration shall be filed with the Engineer and the Owner in writing within ten (10) days after the date of delivery to Contractor of the Engineer's final decision. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claims by either party, except claims by Owner for defective work or enforcement of warranties and except as noted otherwise in the contract documents. 6.05 Continuing Performance gcncond msU.pcc The Contractor shall continue performance of the contract during all disputes or disagreements with the Owner. The production or delivery of goods, the furnishing of services and the construction of projects or facilities shall not be delayed, prejudiced or GC -29 6.06 Arbitration g<ncond m al/spec postponed pending resolution of any disputes or disagreements, except as the Owner may otherwise agree in writing. All questions of dispute under this Agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen by the two arbiters so selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by a District Judge serving the County in which the major portion of the project is located, unless otherwise specified. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the decision of the Engineer shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Engineer shall appoint such arbiter. Should either party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take ex parte proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract. The decision of the arbiters upon any questions submitted to arbitration under this contract shall be a condition precedent to any right of legal action. The decision of the arbiter or arbiters may be filed in court to carry it into effect. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation unless otherwise provided by agreement, and shall assess the cost and charges of the arbitration upon either or both parties. The award of the arbiters must be -made in writing. 7. Abandonment of Contract 7.01 Abandonment by Contractor In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner, or the Engineer, or if the Contractor fails to comply with the orders of the Engineer, when such orders are consistent wi th the Contract Documents, then, and in that case, where performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. GC -30 gencond msUspec After receiving said notice of abandonment the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the Owner or the Surety on the performance bond, or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, Extra Work and Claims), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (1) The Owner may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner, or (2) The Owner under competitive bids, taken after notice published as required by law, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case there is any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefor. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this contract, the Contractor and/or his Surety shall be credited therewith. When the work shall have been substantially completed the Contractor and his Surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified to by the Engineer as being correct, shall then be prepared and delivered to the Contractor and his Surety, whereupon the Contractor and/or his Surety, GC -31 or the Owner as the case may be, shall pay the balance due as reflected by said statement, within fifteen (15) days after the date of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract; or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract, provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the Contractor or his Surety, to their proper owners. The books on all operations provided herein shall be opened to the Contractor and his Surety. 7.02 Abandonment by Owner gcnccnd ms J pec In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that khave not been included in payments to the Contractor and have not been wrought into the work. And thereupon the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and which cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the GC -32 8. Subcontractors 8.01 Award of Subcontracts for Portions of the Work gencond msVspce notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the Contractor, as soon as practicable after the award of the Contract, shall fumish to the Engineer in writing for acceptance by the Owner and the Engineer a list of the names of the Subcontractors proposed for the principal portions of the work. The Engineer shall promptly notify the Contractor in writing if either the Owner or the Engineer, after due investigation, has reasonable objection to any Subcontractor on such List and does not accept him. Failure of the Owner or Engineer to make objection promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor. The Contractor shall not contract with any Subcontractor or any person or organization (including those who are to furnish materials or equipment fabricated to a special design) proposed for portions of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for the principal portions of the work who has been rejected by the Owner and the Engineer. The Contractor will not be required to contract with any Subcontractor or person or organization against whom he has a reasonable objection. If the Owner or Engineer refuses to accept any Subcontractor or person or organization on a list submitted by the Contractor in response to the requirements of the Contract Documents or the Instructions to Bidders, the Contractor shall submit an acceptable substitute and the Contract amount shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued; however, no increase in the Contract amount shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting for acceptance any list or lists of names as required by the Contract Documents or the Instructions to Bidders. If the Owner or the Engineer requires a change of any proposed Subcontractor or person or organization previously accepted by them, the Contract amount shall be increased or decreased by the difference in cost occasioned by such change and an appropriate Change Order shall be issued. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Engineer, unless the substitution is acceptable to the Owner and the Engineer. GC -33 8.02 Subcontractual Relations gcncond msUspce All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: (1) preserve and protect the rights of the Owner and Engineer under the Contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with this contract; (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; (5) obligate each subcontractor specifically to consent to the provisions of this section. A copy of all such Subcontract Agreements shall be filed by the Contractor with the Engineer before the Subcontractor shall be allowed to commence work. . 8.03 Payments to Subcontractors The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount directly based upon the value of the work performed and allowed to the Contractor on account of such Subcontractor's work, less the percentage retained from payments to the Contractor. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Engineer fails to approve a payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand, made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor GC -34 gencond mst'spec on account of work done by such Subcontractors. Neither the Owner nor the Engineer shall have any obligation to pay or to see to the payment of any moneys to such Subcontractor except as may otherwise be required. 9. Separate Contracts 9.01 Owner's Right to Award Separate Contracts The Owner reserves the right to award other contracts in connection with other portions of the project under these or similar conditions of the Contract. When separate contracts are awarded for different portions of the Project, "The Contractor" in the contract documents in each case shall be the contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the project, the Contractor shall, upon due notice, settle with such other contractor by agreement or arbitration,. if he will so settle. If such separate contractor sues the Owner or initiates an arbitration proceeding on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or award against the Owner arises therefrom the Contractor shall pay or satisfy it and shall reimburse the Owner for all attomey's fees and court or arbitration costs which the Owner has incurred. 9.03 Cutting and Patching under Separate Contracts The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work except as otherwise specifically provided in the Contract GC -35 gencond mslspec Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. Any costs caused by defective or ill -timed work shall be bome by the party responsible therefor. 10. Protection of Persons and Property 10.01 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. 10.02 Safety of Persons and Property The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to: (1) all employees on the work and all other persons who may be affected thereby: (2) all the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub - Subcontractors; and (3) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, fences, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All Blasting, including methods of storing and handling explosives and highly inflammable materials, shall conform to Federal, State, Local Laws and Ordinances. All City Ordinances shall be complied with even though some or all of the blasting is done outside the City Limits unless the applicable Ordinance is in conflict with the law of the jurisdiction where the action is being taken. GC -36 gencoad mst/spec The following is a list of requirements in addition to Federal, State, and Local Laws and Ordinances. 1. The Contractor shall fumish the City of Round Rock with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty -four hours prior to using explosives. A blasting permit must be obtained from the City at least five (5) days prior to use of explosives. If Blasting is covered under the Contractors General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The following public utility companies and City Department will be notified by the Contractor, on every occasion, at least twenty -four (24) hours prior to the use of explosives: Water and Wastewater, Electric, Gas, Telephone and the City Engineering Department. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineering Department. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the City Inspector, the permit, or by safe blasting practices. 5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the City Code. 6. The Director of Engineering or his representative shall have the right to limit the use of explosives and/or blasting methods which in his opinion are dangerous to the public or nearby property of any kind. 7. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. All claims of damage shall be investigated by the City or by Consulting Firms approved by the City. 8. The Contractor shall maintain accurate records throughout the Blasting operations showing the type explosive used, number of holes, pounds per hole, depth of hole, total pounds per shot, delays used, date and time of blast and initials of the Inspector. The Contractor is fully responsible for all claims resulting from his blasting operation. All damage or Loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be GC -37 liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty Drawings or Specifications or solely to the acts or omissions of the Owner or Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. The contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner and the Engineer. 10.03 Location and Protection of Utilities gencond msUspce Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all public utility lines and utility customer service lines in the work area. The Contractor shall exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the Contractor's work or storage areas. Upon request, the Owner shall provide such information as it has about the Location and grade of water, sewer, gas, and telephone and electric lines and other utilities in the work area but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and nondelegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. GC -38 5.0 SPECIAL CONDITIONS SECTION 01- INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, Engineer of the Owner, or the Engineer's authorized representative to act in any particular position for the Owner. 01 - 02 COPIES OF PLANS AND SPECIFICATIONS FURNISIIED 01 - 05 LOCATION The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 01 - 03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances,!and any subsequent amendments or revisions thereto as set forth by the Owner. 01 - 04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME The Contractor agrees that time is of the essence for this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day cif delay beyond the number days of herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such extension of time as is provided for under the provisions of Section 4.02 of the General Conditions, the Owner may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages, the sum of $300 per calendar day. The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. specond.gat/aw.spec SC-1 1 ' 01 -06 USAGE OF WATER ' All water used during construction shall be provided by the City. The City shall specify the location from which the Contractor is to procure water. The Contractor shall be responsible for providing all apparatus necessary for 1 procuring, storing, transporting and using water during construction. The Contractor shall strive to use that amount of water which is reasonable to t 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 1 construction. 01 -07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or ' before the time specified in Section 5.04 of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. ' SECTION 02- SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing the work associated with this contract, it shall be the 1 Contractor's responsibility to make arrangements with the Owners of such utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 -02 UTILITY SERVICES FOR CONSTRUCTION ' The Contractor will be responsible for providing his own utility services while performing the work associated with this contract. No additional ' payment will be made for this item. 02 -03 GUARANTEES ' The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract 1 for the period that the Maintenance Bond, as outlined in Section 04 of the specond.gatlaw.spec SC -2 Special Conditions, is in effect. Upon notice from Owner, the Contractor shall repair defects in all construction or materials which develop during specified period and at no cost to Owner. Neither final acceptance, Certificate of Completion, final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor. 02 -04 MINIMUM WAGE SCALE Minimum wage scale as specified and regulated by the State of Texas and the Federal Government. 02 -05 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02 -06 CONSTRUCTION REVIEW The Owner shall provide a project representative to review the quality of materials and workmanship. 02 -07 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02 -08 PAYMENT FOR MATERIALS ON HAND specond.gatlaw.spec SC -3 Owner will not pay for materials on hand. Payment will be made for work completed in accordance with monthly estimate procedure stipulated in the General Conditions of the Agreement. 02 -09 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all of his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and labeled as "As- Built ", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the Owner. Each appurtenance shall be located by at least two (2) horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as- builts tie -ins provided no existing utilities as previously described are available. Costs for delivering as -built drawings shall be subsidiary to other bid items. 02 -10 LAND FOR WORK Owner provides, as indicated on Drawings, land upon which work is to done, right -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer, who without delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements changed. Where necessary to move existing services,poles, guy wires, pipelines, etc., as determined by the Engineer, the Contractor will make arrangements with the owner of the utility to be moved and have it moved. The costs of any utility relocations will be at the Contractor's sole expense. Owner will not be liable for relocations costs or damages on account of delays due to specond.gatlaw.spec SC -4 changes made by owners of privately owned utilities which hinder progress of the work. 02 - 12 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans. This item shall not be paid for separately and shall be considered subsidiary to other bid items. SECTION 03- TRAFFIC CONTROL Access shall be provided for residents and emergency vehicles at all times. When it becomes necessary to restrict access, the Contractor shall notify all applicable agencies (ie. Fire Department, E.M.S., Public Works, etc). At the end of each day two lanes of traffic shall be opened to the public. The Contractor shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. This item shall be considered subsidiary to other bid items and no additional compensation shall be given for complying with this Special Condition. SECTION 04 MAINTENANCE BOND Per City of Round Rock Ordinances, a two (2) year Maintenance Bond naming the City of Round Rock as obligee will be required for public streets constructed without lime stabilization of subgrade material when the Plasticity Index of the subgrade is above 24. Maintenance Bond shall remain in effect for two (2) years from date of City of Round Rock acceptance of improvements. A one (1) year Maintenance Bond in the amount of one hundred (100 %) percent of the contract price will be required for all other improvements and shall be submitted prior to final payment. Such bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding specond.gatlaw.spec SC -5 certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner prior to final payment. SECTION 5 INSURANCE Section 3.18 of the General Conditions of the Agreement is hereby amended to include the following: 3.18 Insurance Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by Owner in care, custody and control of Contractor prior and during construction and warranty period, and furnish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: a. Statutory Worker's Compensation and minimum $100,000 Employers Liability Insurance. b. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated project and $100,000 Fire Damage. c. Automobile Liability Insurance for all owned, nonowned and hired vehicles with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or Combined Single Limit of $600,000. d. On all new or remodeling building projects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract price for such improvements. Owner and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risklnsurance required under this section, except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. e. Owner and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all specond.gat/aw.spec SC - work under said contract has been completed and accepted by the Owner, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance." When offsite storage is permitted, policy will be endorsed for transit and off site storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts specified. Contractor shall be responsible for deductibles and self insured retentions, if any, stated in policies. Any self insured retention shall not exceed ten percent of minimum required limits. All deductibles or self insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until such insurance has been reviewed by Owner's Contract Administration Office. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by Owner shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to owner. Contractor shall produce an endorsement to each effected policy: specond.gat/aw.spec SC -7 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 as additional insured (except Workers' Compensation and Builders Risk). 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 of any and all changes to policy 30 days prior to change. 3. That the "other" insurance clause shall not apply to Owner where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both Owner and Contractor, shall be considered primary coverage as applicable. Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of Insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide Owner a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and /or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to receive specond.gat/aw.spec SC - copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Actual losses not covered by insurance as required by the section shall be paid by Contractor. (continue with Special Conditions as necessary) specond.gat/aw.spec SC -9 6.0 TECHNICAL SPECIFICATIONS ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the installation of street improvements complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS NOTE: The item number designation shown in parentheses adjacent to captions herein is a reference to City of Austin Standard Specifications. STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The current City of Austin Standard Specifications as adopted and amended by the City of Round Rock and the current City of Austin Erosion and Sedimentation Control Manual are hereby referred to and included in this contract as fully and to the same extent as if copied at length herein and they shall be applied to this project except as modified in these Specifications and on the Plans. Note that copies of the Austin Specifications governing the major items of work are attached at the end of this section for ease of reference. The specification for Micro- surfacing (polymer modified) is TxDOT Special Specification No. 3042 and is also included at the end of this section. Wherever the term "City of Austin" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall be construed to mean the City of Round Rock. ITEM 2 CONTROL OF WORK 2.01 CLEAN -UP 2.01.1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean -up the site promptly when notified to tecspc96.smp /aw TS - do so by the Engineer. 2.01.2 BACKWORK 2.02 GRADING The Contractor shall, at his own expense, maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean -up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. ITEM 3 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the Owner's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. tecspc96.smp /aw TS - 3.02 NOTIFICATION The Engineer and Owner must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or Owner's representative. 3.03 CONSTRUCTION STAKING The Engineer shall furnish the Contractor reference points and benchmarks for construction as necessary. 3.04 PROTECTION OF STAKES, MARKS, ETC. All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor, and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES, PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right -of -way but only with approval of the Engineer. 4.03 TRAFFIC CONTROL MEASURES AND BARRICADES Traffic control measures and barricades shall be installed in accordance with tecspc96.smp /aw TS - the Texas Manual of Uniform Traffic Control Devices and in other locations deemed necessary by the Engineer, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property corner monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. tecspc96.smp /aw TS - 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper" or "equal to" are used, they shall be understood to mean that the item referred to shall be "proper ", the "equivalent" of, or "equal to" some other item, in the opinion or judgement of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer, and the Engineer will have the right to require the use of such specifically designated material, article or process. ITEM 6 GRADING, RESTORATION, REVEGETATION, AND EROSION CONTROL MEASURES (series 600) This item shall govern the furnishing, placing, maintaining and removal of all erosion control measures, site work, restoration work, grading, shaping, seeding and sodding for all disturbed areas and in accordance with the plans. EROSION CONTROL Temporary erosion control measures shall include but not be limited to: Silt Fences, Rock Berms, Land Grading and Storm Inlet Sediment Traps. The Contractor is alerted to the fact that his construction operations may cause undue sedimentation at various locations and erosion of the land in and around the construction area. Such areas of erosion and sedimentation are difficult to predict and are best determined in the field as construction progresses. The Contractor should be aware that such areas of erosion and sedimentation generally include but are not limited to: drainage outlets, steep slopes and in areas where vegetation has been removed. The tecspc96.smp /aw TS - Contractor should be prepared to take remedial measures and to install erosion and sedimentation control devices as necessary to correct all adverse erosion and sedimentation. The extent and location of erosion control measures shall be as determined in the field by the Engineer or his designated representative. The Contractor shall be responsible for providing all materials, labor and equipment necessary for the construction of erosion control measures. The Contractor shall maintain all erosion control measures until final acceptance and shall remove them after final acceptance of the project. This item will not be measured and paid for separately. Costs for this item shall be subsidiary to other items of work. RESTORATION AND REVEGETATION Unless otherwise directed by the Engineer: All unpaved areas disturbed during construction shall be graded and shaped to conform to the topography existing prior to construction. Said areas shall then be restored by providing topsoil and vegetation or by providing surface material that existed prior to construction (ie. peagravel, flexible base, etc.). The type of vegetation or surface material provided shall equal or exceed the type of vegetation or surface material which existed prior to construction unless otherwise requested by the property owner. This item shall be considered subsidiary work pertaining to the various bid items. EXISTING SHRUBS AND TREES It is the intent of the Owner to preserve as many existing trees and shrubs within the construction area as possible. The Contractor shall not remove, trim or otherwise disturb existing trees and shrubs unless otherwise directed by the Engineer. The Contractor, at his sole expense and without compensation from the Owner, shall be responsible for replacing all trees and shrubs damaged where in the opinion of the Engineer, such damage was avoidable. When directed by the Engineer, the Contractor shall carefully excavate existing shrubs that conflict with proposed construction and properly re- tecspc96.smp /aw TS -6 plant said shrubs within the right -of -way in a location determined by the Engineer after he has conferred with the respective property owner. The Contractor will not be responsible for guaranteeing the success of the re- planted shrubs provided he has exercised proper care and followed appropriate re- planting procedures. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. All shrubs unduly damaged during excavation or re- planting shall be replaced at the Contractor's sole expense without compensation from the Owner. ITEM 7 CONSTRUCTION AND TRAFFIC CONTROL WITHIN HIGHWAY RIGHT -OF -WAY All construction performed, all traffic controls and all warning signs within any right -of -way of the State of Texas shall be in accordance with any rules, regulations and policies of the State Department of Highways and Public Transportation. ITEM 8 MAIL BOXES The Contractor shall temporarily relocate all mail boxes that are in conflict with construction activities. Mail boxes that are temporarily relocated shall be erected in an upright position and shall be sufficiently anchored to prevent them from being easily tipped or blown over, lifted or removed. The temporary location of all mail boxes shall be outside the construction area and shall be readily accessible for mail delivery and retrieval. The temporary location of mail boxes and the means and methods of installation shall be subject to the approval of the Engineer. As soon as practical during or after construction, all mail boxes temporarily relocated shall be permanently reinstalled. Mail boxes shall be installed in the same respective location that they were in prior to construction, unless otherwise requested by the property owner. However, all mail boxes shall be installed according to postal regulations regardless of the installation prior to construction. The City of Round Rock may allow the various property owners the option of replacing their existing mail boxes. In such cases, the property owner tecspc96.smp /aw TS - will be responsible for purchasing and providing a new mail box to the Contractor who will permanently install the new box and will be responsible for discarding the old box. Property owners exercising such option shall provide a new mail box that requires installation, in the opinion of the Engineer, that is similar to that of the mail box it is intended to replace. Mail boxes damaged by the Contractor shall be repaired or replaced as directed by the Engineer and at the Contractor's sole expense without additional compensation from the Owner. Temporary relocation and installation of existing mail boxes, discarding of old mail boxes (where applicable), and permanent installation of existing or new mail boxes (where applicable), will not be measured and paid for separately. Costs for these items shall be subsidiary to other items of work. ITEM 9 MICRO- SURFACING (POLYMER MODIFIED) 9.01 COMPOSITE MICRO- SURFACING (POLYMER MODIFIED) MIXTURE The composite micro - surfacing (polymer modified) mixture shall be applied at the rate of 25 pounds per square yard. The aggregate shall be Grade 2 as per Special Specification Item 3042. 9.02 FINAL SWEEPING Prior to final acceptance of the project, the Contractor shall remove all loose material from the roadway utilizing a vacuum type sweeper only and post a one year warranty bond in the amount of one hundred percent (100 %) of the contract price. 9.03 CONSTRUCTION METHODS All '/4 inch plus cracks, holes and depressions shall be sealed and patched prior to micro - surfacing. Material used for sealing and patching shall be hot mix, hot lay asphaltic concrete or other asphaltic materials as approved by the Engineer. Holes and depressions will be patched and paid for under bid item for "Hot Mix Asphaltic Concrete fill and level -up ". No separate payment will be made for sealing 1/4 inch plus cracks with Liquid asphalt as this will be considered subsidiary work pertaining to the various bid items. tecspc96.smp /aw TS - Prior to placing the micro - surfacing, all loose dirt, gravel, weeds, grass and other material deemed objectionable by the Engineer shall be removed from the existing roadway surface and hp of gutter /pavement interface. Building paper or other approved materials shall be spread on all manholes, valve boxes, junction boxes, traffic buttons, concrete valley gutters, other concrete surfaces, etc. to protect them from being covered with asphaltic materials. 9.04 TRAFFIC CONTROL FACILITIES The Contractor shall notify all abutting residents and owners along the street a minimum of 24 hours prior to the micro - surfacing operation. tecspc96.smp /aw TS -9 1993 Specifications SPECIAL SPECIFICATION ITEM 3042 MICRO - SURFACING (POLYMER MODIFIED) 1. Description. This Item shall consist of a micro- surfacing system which shall be a mixture of cationic polymer modified asphalt emulsion, mineral aggregate, mineral filler, water and other additives mixed and placed on the paved surface in accordance with these specifications and to the dimensions as shown on the plans. 2. Materials. (1) Asphaltic Material. The asphalt material, designated as CSS -1P, shall be a cationic slow setting emulsion modified with an approved polymer. The polymer shall be incorporated by blending with the base asphalt prior to emulsification or it shall be co- milled with the asphalt to produce the finished emulsion. The distillation residue of the modified emulsion shall contain a minimum of 3.0 percent polymer by weight, as determined by an analytical method approved by the Department. The emulsion supplier shall furnish the Department samples of the base asphalt and polymer used in the finished emulsion. Viscosity, Saybolt Furol at 77 F, Sec. 20 100 Storage stability test, one day, percent I Particle charge test Positive Sieve test, percent - 0.1 *Distillation: Oil distillate, by volume of emulsion, percent - 1/2 Residue, percent 62 Tests on Residue from Distillation: In addition, the emulsion shall be homogeneous, shall show no separation of polymer and shall comply with the following requirements: Min Max Penetration, 77 F, 100 g, 5 seconds Ductility, 77 F, 5 cm /min, cm Solubility in trichloroethylene, percent Softening Point, R. & B., F microspec /aw /1k 1 -8 55 70 97 135 90 *The standard distillation procedure shall be modified as follows: ' The temperature on the lower thermometer shall be brought slowly to 350 plus or minus 10 F and maintained at this point for 20 minutes. Complete the total distillation in 60 plus or minus 5 minutes from the first application of heat. ' (2) Mineral Aggregate. (a) Description. The mineral aggregate shall all be generated by crushing operations from a single source and shall be composed of clean, tough and durable particles of crushed traprock, crushed granite, crushed sandstone or other material approved by the Engineer. A sand equivalent of ' 70 or higher is required unless otherwise shown on the plans. The aggregate shall show a maximum weighted loss of 30 percent when subjected to five (5) cycles of ' conditioning using magnesium sulfate solution in accordance with Test Method Tex - 411 -A. The test shall be performed on the gradation to be used on the project. The polish value for the aggregate shall not be less than the value shown on the plans when tested in accordance ' with Test Method Tex - 438 -A. The polish value test shall be performed on the parent rock. The Engineer may waive the polish value requirement for aggregates with known ' satisfactory performance history based on Department skid values. ' (b) Grades. When tested by Test Method Tex - 200 -F, Part II, Washed Sieve Analysis, the gradation requirements shall be as follows: Grade 1 Percent Aggregate (Fine Graded Surface Course). By Weight Retained on 3/8" sieve 0 Retained on No. 4 sieve 0 -2 ' Retained on No. 8 sieve 10 -25 Retained on No. 16 sieve 25 -50 Retained on No. 30 sieve 50 -70 1 Retained on No. 50 sieve 65 -82 Retained on No. 100 sieve 79 -90 Retained on No. 200 sieve 85 -95 microspec /aw /1k 2 - 8 1 1 Grade 2 Percent Aggregate (Coarse Graded Surface Course) By Weight I Retained on 1/2" sieve 0 Retained on 3/8" sieve 0 -1 Retained on No. 4 sieve 6 -14 Retained on No. 8 sieve 35 -55 Retained on No. 16 sieve 54 -75 1 Retained on No. 30 sieve 65 -85 Retained on No. 50 sieve 75 -90 Retained on No. 100 sieve 82 -93 ' Retained on No. 200 sieve 85 -95 ' (c) Mineral Filler. Mineral filler shall be non -air- entrained Portland cement which is free of lumps or foreign matter. 1 (3) Water. The water shall be potable and shall be free of harmful soluble salts. 1 (4) Other Additives. With the approval of the Engineer, additives approved by the emulsion manufacturer may be added to the emulsion mix or to any of the component materials to provide I control of the set time in the field. 3. Paving Mixture. 1 (1) Mixture Design. 1 The mixture design, or job mix formula shall be supplied by the Contractor. Laboratory mixing and curing procedures shall be as outlined in Test Method Tex- 230 -F. The emulsified asphalt content will be selected by the Engineer to prove an optimum laboratory compacted density within the range of 92 to 95 percent when evaluated in accordance with Test Method Tex -204 -F 1 in conjunction with Test Method Tex - 227 -F. Hveem stability will be required only when a minimum value is shown on the plans. These mix design requirements are subject to verification by testing of laboratory produced mixes or trial batch material prior to placement of project material. 1 (2) Composition of Mixture. The polymer modified micro - surfacing shall consist of a uniform mixture of aggregate and CSS -1P emulsion and mineral filler, water and field control additive as required. The emulsion and aggregate must be compatible so microspec /sw /lk 3 - 8 1 (3) microspec /aw /lk that a complete, uniform coating of the aggregate will be obtained in the mixing process. The mixture must have sufficient working life to allow for proper placement at the existing ambient temperature and humidity. When the paving mixture is placed with the relative humidity at not more than 50 percent and ambient air temperature of at least 75 F, it must cure sufficiently that uniformly moving traffic can be allowed in one hour with no damage to the surface. Locations subject to sharp turning or stopping and starting traffic may require additional curing. The job mix formula shall meet with the approval of the Engineer; and the proportions to be used shall be within the following limits: Residual Asphalt - 6.0 to 9.0 percent by weight of dry aggregate Mineral Filler - 0.5 to 3.0 percent by weight of dry aggregate (Portland Cement) Field Control Additive - As required to provide control of break and cure Water - As required to provide proper consistency The mixture shall be designed so that the mineral aggregate will produce a gradation which conforms to the limitations for the master grading for the type specified herein. The gradation will be determined in accordance with Test Method Tex -200 -F (Washed Sieve Analysis) and shall be based upon aggregate and mineral filler. Determination of Mixture Composition and Tolerances: Determination of aggregate gradation may be based on sieve analysis of representative samples taken from the stockpile at the job site. The amount of mineral filler added to the mix shall be included in determining the total minus No. 200 aggregate fraction. The asphalt content may be determined in accordance with Test Method Tex - 228 -F. Alternately, aggregate gradation and asphalt content may be determined by Test Method Tex - 210 -F. If Test Method Tex -210 -F is used, an asphalt retention factor must be established. Mix samples will be taken from the mixing unit discharge in a manner such that the complete discharge stream is included in the sample. Mix samples shall be dried to constant weight at 230 F plus or minus 10 F prior to determination of asphalt content and aggregate gradation. The aggregate portion of the paving mixture produced shall not vary from the design gradation by more than the tolerances which follow. The material passing the No. 200 sieve is further restricted to conform to the limitations for the master grading for the type specified. The residual asphalt content of the paving 4 -8 mixture shall not vary from the design amount by more than the allowed tolerance and is also restricted to conform to the master limits. Passing 3/8" sieve, retained on No. 4 sieve Passing No. 4 sieve, retained on No. 8 sieve Total retained on No. 8 sieve Passing No. 8 sieve, retained on No. 16 sieve Passing No. 16 sieve, retained on No. 30 sieve Passing No. 30 sieve, retained on No. 50 sieve Passing No. 50 sieve, retained on No. 100 sieve Passing No. 100 sieve, retained on No. 200 sieve Passing No. 200 sieve Residual Asphalt Content Percent by Weight or Volume as Applicable Plus or minus 5 Plus or minus 5 Plus or minus 5 Plus or minus 3 Plus or minus 3 Plus or minus 3 Plus or minus 3 Plus or minus 3 Plus or minus 2 Plus or minus 0.5 by wt. 4. Equipment. All equipment for the handling of all materials and mixing and placing of the mixture shall be maintained in good repair and operating condition and is subject to the approval of the Engineer. Any equipment found to be defective and potentially affecting the quality of the paving mixture shall be replaced. All scales used in weighing aggregate and emulsion shall conform to the requirements of Item 520, "Weighing and Measuring Equipment ". The material shall be mixed by a self - propelled micro - surfacing mixing machine which shall be a continuous flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, field control additive and water to a revolving multi -blade mixer and discharge the mixed product on a continuous flow basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive and water to maintain an adequate supply to the proportioning controls. The machine shall be equipped with self loading devices which provide for the loading of all materials while continuing to lay micro - surfacing, thereby minimizing construction joints. The machine shall be equipped with opposite side driving stations to optimize longitudinal alignment. The machine shall be equipped to allow the mix operator to have full hydrostatic control of the forward and reverse speed during application of the micro - surfacing material. Individual volume or weight controls for proportioning each material to be added to the mix shall be provided. Each material control device shall be calibrated and properly marked. The aggregate feed to the mixer shall be equipped with a revolution counter or similar device so the amount of aggregate used may be determined at any time. The emulsion pump shall be a positive displacement type and shall be equipped with a revolution counter or similar device so that the amount of emulsion used may be determined at any time. microspec /aw /lk 5 -8 5 The mixing machine shall be equipped with a water pressure system and nozzle type spray bar to provide a water spray immediately ahead of and outside the spreader box. It also shall be equipped with an approved fines feeder that shall provide a uniform, positive, accurately metered, predetermined amount of the specified mineral filler. Stockpiling and Storage. (1) Aggregate Storage. If the mineral aggregates are stored or stockpiled, they shall be handled in such a manner as to prevent segregation, mixing of the various materials or sizes, and contamination with foreign materials. The grading of aggregates proposed for use and as supplied to the mixing plant shall be uniform. Suitable equipment of acceptable size shall be furnished by the Contractor to work the stockpiles and prevent segregation of the aggregates. The aggregate shall be passed over a scalping screen prior to transfer to the microsurfacing mixing machine to remove oversize material. (2) Storage of Asphaltic Materials. The asphaltic material storage shall be ample to meet the requirements of the plant. All equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all times and shall be operated in such manner that there will be no contamination with foreign matter. 6. Construction Methods. (1) General. It shall be the responsibility of the Contractor to produce, transport, and place the specified paving mixture in accordance with these specifications and as approved by the Engineer. The finished micro - surfacing shall have a uniform texture free from excessive scratch marks, tears or other surface irregularities. The cured mixture shall adhere fully to the underlying pavement. (2) Weather Limitations. The material shall be spread only when the atmospheric temperature is at least 50 F and rising and the weather is not foggy or rainy and there is no forecast of temperatures below 32 F within 24 hours after mix placement. (3) (4) Spreading Equipment. The paving mixture shall be spread uniformly by means of a mechanical type spreader box attached to the mixer, equipped with paddles or other devices to agitate and spread the materials throughout the box. The microspec /sw /lk Surface Preparation. The area to be surfaced shall be thoroughly cleaned of all vegetation, loose aggregate and soil. Water used in pre- wetting the surface ahead of and outside the spreader box shall be applied at a rate to dampen the entire surface without any free flowing water ahead of the spreader box. 6 -8 (5) mlcrospec /aw /lk preader box used must be capable of obtaining the desired lines and grade as shown on the plans. A front seal shall be provided to insure no loss of the mixture at the road contact surface. The rear seal shall act as a strike off and hall be adjustable. A secondary strike off shall be provided to improve surface texture. The secondary strike off shall have the same adjustments as the rear seal. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid resistant application of aggregate and asphalt on the surface. The spreader box and rear strike -off shall be so designed and operated that a uniform consistency is achieved to produce a free flow of material to the rear strike -off. The seam where two spreads join shall be neat appearing and uniform. Ruts. When required on the plans -, before the final surface course is placed, preliminary micro - surfacing material shall be required to fill ruts, utility cuts, depressions in the existing surface, etc. Ruts of 1/2 inch or greater depth shall be filled independently with a rut filling spreader box either 5 foot or 6 foot in width. For irregular or shallow rutting less than 1/2 inch depth, a full -width scratch coat pass may be used as directed by the Engineer. Each individual rut fill, utilizing a rut filling spreader box shall be crowned to compensate for traffic compaction. Ruts that are in excess of 1 -1/2 inches depth may require multiple placements with the rut filling spreader box to restore the original cross section. (6) Workmanship. No excessive buildup, uncovered areas or unsightly appearance will be permitted on longitudinal or transverse joints. Longitudinal joints shall be placed on lane lines. Excessive overlap will not be permitted. Care shall be taken to insure straight lines along the roadway centerline, lane lines, shoulder or curb lines. Lines at intersections will be kept straight to provide a good appearance. Areas which cannot be reached with the mixing machine shall be surfaced using hand tools to provide complete and uniform coverage. The area to be handworked shall be lightly dampened prior to mix placement. Care shall be exercised in areas that require handwork so that the finished surface is uniform in texture, dense and of overall good appearance comparable to that produced by the spreader box. Micro - surfacing material required to repair deficiencies due to unsatisfactory workmanship shall not be paid for but shall be entirely at the Contractor's expense. 7. Measurement. This Item will be measured by the ton of 2000 pounds of the composite "micro- surfacing (polymer modified) ". The composite micro - surfacing (polymer modified) mixture is hereby defined as the asphalt emulsion, aggregate and additives. (1) Aggregate. The quantity of aggregate used in the accepted portions of the work shall be measured by net ticket weight of each individual load of aggregate 7 -8 microspec /aw /lk shipped to the project based on dry weight of aggregate. The aggregate will be weighed at the Contractor's stockpile site. The weighing equipment can be either a suspended hopper or a belt scale meeting the requirements of Item 520. The weight of mineral filler used shall be calculated and included in the total aggregate weight. 8 -8 7.0 PLANS, DETAILS AND NOTES PLAN SHEET STREET MAINTENANCE PROGRAM /MICRO- SURFACING 1996 'WWI LI win bk - - aaj • . unook 111111 ai VIII IUMPIRRIPPIMIN ri tlii1011M1 I barlillv\ '1114:1,11r 1 miimilifffp arebbs*No 1 _ ImmIll milt NWA:ftyra 1 --to IN mmneete vAi 40 Immo Int ,10141)* I - •101" 0 . I iiiiillialfro dem% 11/"* VIII. a i 113 111111111111111106411111i. AA* ow STREET MAINTENANCE PROGRAM /MICRO- SURFACING LEGEND 1996 AREA TO RECEIVE MICRO- SURFACING AREA TO RECEIVE ASPHALTIC CONCRETE AREA OF PAVEMENT REPAIR AREA OF REMOVE & REPLACE C & G REMOVE & REPLACE REINFORCED CONC DRWY (SEE GENERAL NOTES ON PAGE _) OAK BLUFF ESTATES, PHASE I AND II STREET INVENTORY - 6/12/96 HMAC Street From To Width Len h Area (S.Y.) Twin Ridge Pkwy C.O. Rd 123 Shaded Way 2 @ 24' 2337 10,906 Twin Ridge Pkwy Shaded Way Forest Crk 40' 1884 7,745 Ridge Run Twin Ridge Forest Mesa 30' 464 1,392 Forest Mesa Scenic Terrace Cul-de -sac 30' 1,639 4,917 Scenic Terrace 250' E/O 450' W/O Forest Mesa Forest Mesa 30' 703 2,109 Wilderness Way Twin Ridge Pkwy Cul -de -sac 30' 1680 5,040 Wooded Way Wilderness Way Cul-de -sac 30' 693 2,079 Scenic Cove Twin Ridge Pkwy Cul -de -sac 30' 160 480 Shaded Way Twin Ridge Pkwy Cul -de -sac 30' 745 2,235 Misty Woods Twin Ridge Pkwy Cul -de -sac 30' 285 855 Oakmoore Twin Ridge Pkwy Cul -de -sac 30' 491 1,473 Ridgemeadow Way Oakmoore Cul -de -sac 30' 331 993 Oak View Twin Ridge Pkwy Cul -de -sac 30' 641 1,923 Stillmeadow Twin Ridge Pkwy Twin Ridge Pkwy 30' 2269 6,807 Meadow Way Stillmeadow Cul -de -sac 30' 556 1,668 Meadow Run Twin Ridge Pkwy Twin Ridge Pkwy 30' 1881 5,643 Hillway Twin Ridge Pkwy Cul -de -sac 30' 593 1,779 Hillview Hillway Cul -de -sac 30' 288 864 Meandering Way Twin Ridge Pkwy Cul -de -sac 30' 2236 6,708 Bluff View Meandering Way Cul -de -sac 30' 475 1,425 Woodland Lane Meandering Way Co. Rd. 122 * 27' 1990 5,970 Woodland Lane Phase I Meandering Way 30' 219 657 Woodland Loop Co. Rd. 122 Woodland Ln * 27' 2199 ' 6 597 ** * ** * - Open Section - No Curb and Gutter. 24.759 L.F. 80.265 S.Y. ** - 24,759 L.F. =4.69 Miles * ** - 80,265 S.Y =12.44 Lane Miles oakblrest.xWawNc I 1 1" = 6 STREET MAINTENANCE PROGRAM /MICRO- SURFACING LEGEND 1996 AREA TO RECEIVE MICRO- SURFACING AREA TO RECEIVE ASPHALTIC CONCRETE AREA OF PAVEMENT REPAIR AREA OF REMOVE & REPLACE C & 0 REMOVE & REPLACE REINFORCED CONC DRWY (SEE GENERAL NOTES ON PAGE _) i MATCHLINE 1 a STREET MAINTENANCE PROGRAM /MICRO- SURFACING LEGEND 1996 AREA TO RECEIVE MICRO- SURFACING AREA TO RECEIVE ASPHALTIC CONCRETE AREA OF PAVEMENT REPAIR Q1 AREA OF REMOVE & REPLACE C & G REMOVE & REPLACE REINFORCED CONC DRWY Q (SEE GENERAL NOTES ON PAGE _) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL NOTES 1. All construction shall be in accordance with the City of Austin Standard Construction Specifications as adopted and amended by the City of Round Rock. 2. If blasting is planned by the Contractor, a blasting permit must be secured from the City of Round Rock prior to commencement of any construction. Blasting will not be permitted within 15 feet of any existing utility lines or structures without prior written consent of the Engineer. 3. Any existing utilities, pavement, curbs, sidewalks, structures, trees, etc., that are damaged or removed shall be repaired or replaced by the Contractor at no cost to the Owner. 4. The Contractor shall verify all depths and locations of existing utilities prior to any construction. Any discrepancies with the construction plans found in the field shall be brought immediately to the attention of the Engineer. 5. Manhole frames, covers, valves, cleanouts, etc. shall be raised to finished grade prior to final paving construction. 6. The Contractor shall give the City of Round Rock 48 hours notice before beginning each phase of construction. Telephone 218 -5555 (Public Works Department). 7. All areas disturbed or exposed during construction shall be revegetated in accordance with the plans and specifications. Revegetation of all disturbed or exposed areas shall consist of sodding or seeding, at the Contractor's option. However, the type of revegetation must equal or exceed the type of vegetation present before construction unless otherwise requested by the property owner. 8. Prior to any construction, the Contractor shall convene a preconstruction conference between the City of Round Rock, himself, the Engineer, other utility companies, any affected parties and any other entity the City or Engineer may require. 9. The Contractor and the Engineer shall keep accurate records of all construction that deviates from the plans. The Engineer shall furnish the City of Round Rock accurate "As- Built" drawings following completion of all construction. These "As- Built" drawings shall meet with the satisfaction of the Public Works Department prior to fmal acceptance. 10. The Round Rock City Council shall not be petitioned for acceptance until all necessary easement documents have been signed and recorded. 11. When construction is being carried out within easements, the Contractor shall confine his work to within the permanent and any temporary easements. Prior to final acceptance, plan,96.,mp/b•,pecaw PDN -4 the Contractor shall be responsible for removing all trash and debris within the permanent and temporary easements. Clean-up shall be to the satisfaction of the Engineer. 12. Prior to any construction, the Contractor shall apply for and secure all proper permits from the appropriate authorities. 13. Bid Item No. 2: Pavement repair, shall consist of sawcutting, excavating the existing pavement to a depth of 8 inches, compacting the remaining base, installing in two (2) lifts, a Type A or Type B hot mix asphaltic concrete base course. The spot areas to be repaired are shown schematically on the program layout sheets. The actual areas to be repaired shall be as laid out by the Engineer and are apparent and visible as failure areas. 14. Bid Item No. 3: HMAC spot fill and level -up at street cuts and depressions prior to micro - surfacing, shall consist of applying a Type D or Type D modified HMAC level -up course at spot locations as directed by the Engineer. The locations are generally previous street cuts that have settled below grade and exhibit a rough vehicular ride, areas around manholes and over utilities lines. 15. Bid Item No. 4: Remove and replace concrete curb and gutter, shall consist of removing the existing curb and gutter, excavating to a depth of 8 inches below the bottom of curb, compacting the subgrade, installing a 8 inch minimum lift of Type A or Type B HMAC base course and replacing the curb and gutter. Where the curb and gutter requires elevating at existing depressions this shall be accomplished by installing Type A or B base course. The actual areas to be removed and replaced shall be as laid out by the Engineer and are apparent and visible as failure or depressed areas. Payment shall be made under the Item Remove and Replace concrete curb and gutter. The area under the replaced curb and gutter, to a distance of 18 inches behind the face of curb, shall also be measured and paid for under Item No.2 Pavement Repair which shall be payment for excavating for and installing the Type A or B HMAC base course. 16. Bid Item No.5: Remove and replace reinforced concrete driveway, shall consist of removing the existing driveway, adjusting and compacting the subgrade to conform to the planned grade and replacing the concrete driveway approach. Payment for remove and replace reinforced concrete driveway or sidewalk, measured by the square foot, shall include all work necessary to accomplish, this, including but not limited to, removal, compacting and adjusting subgrade, sand cushion, sawcutting, expansion joints, restoring adjoining lawn. p]nns96.,mpT:apecew PDN -5 17. Bid Item No. 6: Pavement marking paint (reflectorized) 4 inch width shall be measured and paid for by the equivalent length of 4 inch width stripe, white or yellow, per linear foot. The following striping is included in the work: Location plans96.amp/b3puaw Twin Ridge Parkway from Shaded Way to Forest Creek Golf Course. Harrell Parkway Twin Ridge Parkway from CR 123 to Shaded Way Type Double yellow with single Type ll -A -A reflectorized pavement marker at 40' spacing. Same as above Broken white lane lines, 10 foot long at 40 foot spacing, with single Type II A -A reflectorized pavement marker at 40 foot spacing Various Locations 12" White stop bar with non - reflectorized buttons. 18. Bid Item No. 2 (PARD): HMAC (Type D) spot fill and level -up on Harrell Parkway includes pavement edge repair at locations designated by the Engineer. The edges to be repaired are generally in curves and shall consist of excavation along the existing worn pavement edge to a minimum depth of 2 inch and installing HMAC Type D material to the previous pavement limit as directed by the Engineer. PDN -6 STREET AND DRAINAGE NOTES 1. All testing shall be done by an independent laboratory at the Owner's expense. Any retesting shall be paid for by the Contractor. A City inspector shall be present during all tests. City inspectors shall be given a minimum of 24 hours notice prior to any testing. Telephone 218 - 5555 (Inspections). 2. Backfill behind the curb shall be compacted to obtain a minimum of 95% maximum density to within 3" of top of curb. Material used shall be primarily granular with no rocks larger than 6" in the greatest dimension. The remaining 3" shall be clean topsoil free from all clods and suitable for sustaining plant life. plans96.smptb:spuaw PDN -7 1. Any methods, street markings and signage necessary for warning motorists, warning pedestrians or diverting traffic during construction shall conform to the Texas Manual of Uniform Traffic Control Devices for Streets and Highways, latest edition. This manual shall also apply to new construction in this project. plma96.amp/b.pumw TRAFFIC MARKING NOTES PDN -8 1. Erosion control measures, site work and restoration work shall be in accordance with the City of Round Rock Erosion and Sedimentation Control Ordinance. pl 96.smp/b:specaw EROSION AND SEDIMENTATION CONTROL NOTES PDN -9 WHEREAS, the City of Round Rock has duly advertised for bids for the 1996 Street Maintenance /Micro Surfacing Program, and WHEREAS,Ballou Construction Company has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Ballou Construction Company, 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 Ballou Construction Company, for the 1996 Street Maintenance /Micro Surfacing Program, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 25th day of July, 1996. ATTEST: R:\ WPDOCS \RESOLUTI \RS617 02EP.NPD / OCB LAND, City Secretary RESOLUTION NO. R 96 07 25 - 10F CHARLES C PEPPER, Mayor City of Round Rock, Texas THE CITY OF ROUND ROCK ,� ..--is °: . ;-1- (BIDS EXTENDED PUBLIC WORKS DEPARTMENT ;2:: : . : * ► 1 2008 Enterprise Dr. / P ALVIN L. Ys,LLE � BY : Round Rock, Texas 78664 P.„,. a / DATE : (512) 218 -5555 BID TABULATION � 6 4 , -.. 4 ' SHEET: P , •• WITNESS: ,, • . AND CHECKED Al WillelL. Kumar 7/10/96 1 of 2 Larry Madsen CONTRACT : Street Maintenance Program / Micro - Surfacing - 1996 /10/9 BIDDERS LOCATION : City Council Chambers Ballow Construction Co., Inc. Bid Bond' Yes Viking Construction, Inc. Bid Bond? Yes DATE: July 9, 1996 TIME: 2:00 p.m. ITEM UNIT APPROX. QTY. UNIT PRICE COST UNIT PRICE COST I%,! y .';i 1 PUBLIC,WORKS4 i1 I: '''`'', Ton 1,050 $122.00 $128,100.00 $135.00 $141,750.00 1. Micro - Surfacing (Polymer modified) 2. Pavement repair. S.Y. 565 $15.00 $8,475.00 $35.00 $19,775.00 3. HMAC spot fill and Level -up at street cuts and depressions prior to Micro - Surfacing, including tack coat. Ton 100 $160.00 $16,000.00 $110.00 $11,000.00 4. Remove and replace concrete curb & gutter. L.F. 350 $23.00 $8,050.00 $16.00 $5,600.00 5. Remove and replace reinforced concrete driveway. S.F. 900 $6.50 $5,850.00 $7.35 $6,615.00 6. Pavement marking paint (reflectorized), white and yellow, 4 inch width. L.F 5,800 $0.23 $1,334.00 $0.30 $1,740.00 7. Reflectorized pavement markers, TypeII -A -A Ea 164 $6.50 $1,066.00 $3.50 $574.00 8. Non- reflectorized traffic buttons Ea 200 $3.70 $740.00 $2.50 $500.00 SUB - TOTAL FOR PUBLIC WORKS: $169,615.00 $187,554.00 f THE CITY OF ROUND ROCK BIDS EXTENDED PUBLIC WORKS DEPARTMENT 2008 Enterprise Dr. BY : Round Rock, Texas 78664 DATE : (512) 218 -5555 BID TABULATION SHEET: WITNESS: AND CHECKED Al Wille /L. Kumar 7/10/96 2 of 2 Larry Madsen CONTRACT : Street Maintenance Program / Micro - Surfacing -1996 BIDDERS LOCATION : City Council Chambers Ballow Construction Co., Inc. Bid Bond? Yes Viking Construction, Inc. Bid Bond? Yes DATE: July 9, 1996 TIME: 2:00 p.m. ITEM UNIT APPROX. QTY. UNIT PRICE COST UNIT PRICE COST PQRKS:ANiiRECREATIO1 (P.ARD). Ton 315 $122.00 $38,430.00 $125.00 $39,375.00 1. Micro-Surfacing (Polymer modified), Harrell Parkway. 2. HMAC (Type D) spot fill and levelup on Harrell Parkway at street cuts, depressions and edge repair, prior to seal coat, including tack or prime coat, Ton SO $160.00 $8,000.00 $125.00 $6,250.00 3. Pavement marking paint (reflectorized) 4 inch width on Harrell Parkway L.F. 18,000 $0.23 $4,140.00 $0.15 $2,700.00 4. Reflectorized pavement markers Type II-A -A. Ea 225 $6.50 $1,462.50 $3.50 $787.50 SUB -TOTAL FOR PARD: $52,032.50 $49,112.50 GRAND TOTAL: $221,647.50 $236,666.50 eealct96bidtab MICRO- SURFACING [BALLOU CONSTRUCTION CO., INC. STREET AND ROAD SURFACING Telephone (913) 825-5303 • FAX (913) 825-7036 • Post Office Box 2300 • Salina, Kansas 67402-2300 CITY OF ROUND ROCK PUBLIC WORKS DEPARTMENT ATT: MR. AL WILLE 2008 ENTERPRISE DR. ROUND ROCK, TEXAS 78664 MR. WILLE, BALLOU CONSTRUCTION CO. HAS BEEN A ROAD RESURFACING CONTRACTOR FOR OVER 35 YEARS. IN 1982 WITH THE AID OF A SISTER EMULSION COMPANY, WE DEVELOPED AND INTRODUCED TO THE UNITED STATES A QUICK SET, LATEX MODIFIED SLURRY SEAL SYSTEM WHICH WE THEN CALLED RALUMAC, NAMED FOR THE GERMAN TECHNOLGY THAT DEVELOPED IT. SINCE THEN THE NAME HAS CHANGED TO MICRO— SURFACING. WE BEGAN IN KANSAS, SPREAD TO NEBRASKA, OKLAHOMA, NEW MEXICO, AND TEXAS. WE HAVE WORKED FOR THE TEXAS DEPARTMENT OF HIGHWAYS FOR THE LAST TWELVE YEARS. WE HAVE ALSO DONE PROJECTS IN THE CITIES OF SAN ANTONIO, CITY OF WACO, CITY OF WICHITA KANSAS, CITY OF SALINA KANSAS AND CURRENTLY HAVE A CONTRACT WITH THE CITY OF DALLAS. WE HAVE DONE MANY MORE CITY AND COUNTY PROJECTS AS WELL AS THE MAJORITY OF OUR WORK FOR THE VARIOUS DOT'S. BELOW ARE A FEW OF OUR TEXAS REFERENCES: CITY OF ARLINGTON TX MR. STEVE OLIVER , STREET SUPERINTENDENT CITY OF SAN ANTONIO MR. JESSE CASTRO , STREET SUPERINTENDENT CITY OF BURLESON MR. DAVID STRINGER , PUBLIC WORKS MANAGER 817 - 459 -5434 210 - 359 -3100 817-295 -1113 STATE OF TEXAS MR. TERRY JACKSON CONSTRUCTION ENGINEER AUSTIN, TX 512 - 832 -7000 I HOPE THIS INFORMATION ASSISTS YOU AND PLEASE FEEL FREE TO CONTACT ME WITH ANY QUESTIONS YOU MAY HAVE. WE LOOK FORWARD TO WORKING WITH YOU AND ANTICIPATE BEING THERE IN LATE AUGUST. ONALD J KAIDEN VICE PRESIDENT A ir Texas Department of Transportation Ballou Construction Co., Inc. P.O. Box 2300 Salina, Kansas 67402 Gentlemen: MT /jjb DEWITT C. GREER STATE HIGHWAY BLDG. • 125 E. 11TH STREET • AUSTIN, TEXAS 78701 -2483 • (512) 463-8585 cc: Douglas Edwards, CPA February 7, 1996 An Equal Opportunity Employer Sincerely, William T. Nelson, Jr. Director of Programs II T. Nelson 512 416 -2540 With the additional information furnished, your statement of financial resources as of September 30, 1995, is satisfactory and qualifies you to bid on Texas Department of Transportation construction work up to and including September 30, 1996. Your statement reflects a working capital of $869.000.00. You will be permitted to have under contract with this Department not more than $17,380,000.00 worth of all classes of construction work. DATE: July 22, 1996 SUBJECT: City Council Meeting, July 25, 1996 ITEM: 10F. Consider a resolution authorizing the Mayor to execute a contract with Ballou Construction Co. for the 1996 Street Maintenance /Micro- Surfacing Program. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: DATE: July 22, 1996 TO: James R. Nuse, P.E. Director of Public Works FROM: Al Wille, P.E., R.P.L.S. Asst. Director /Chief Engineer MEMORANDUM RE: Street Maintenance Program /Micro - Surfacing 1996 On July 9, 1996 two bids were received for the Street Maintenance Program Micro - Surfacing 1996 project. The low bid was submitted by Ballou Construction Company, Inc. in the amount of $221,647.50. Please find attached a copy of the bid tabulation sheet and information I requested from Ballou Construction Company, Inc. in support of their qualifications to perform the work. I have contacted the City of San Antonio and the City of Arlington concerning Micro - Surfacing work Ballou Construction Company completed for them and the reports were good. I recommend the contract be awarded to Ballou Construction Company, Inc.