Loading...
R-99-07-08-10C7 - 7/8/1999Date: 8/4/99 To: Shelley Guiterrez City Attorney's Office From: Larry Madsen Public Works INTEROFFICE MEMORANDUM Re: Material Storage Building Public Works Yardsite Shelley, CITY OF ROUND ROCK Attached is four copies of contract and bond information for a materials storage building totaling $51,832.00. Please call me if you have any questions. Also call me when they are ready to pick up and I will distribute these. Thanks for your help. Larry Madsen PUBLIC WORKS DEPARTMENT PROJECT MANUAL FOR MATERIAL STORAGE BUILDING PUBLIC WORKS DEPARTMENT FACILITIES APPROVED BY CI Y A ORNEY For the CITY OF ROUND ROCK ARCHITECTURE + PLUS 1907 N. Lamar Blvd., #260 Austin, Texas 78705 (512) 478 -0970 March 9, 1999 E 9 9 D7 -0 J : 7 PROJECT MANUAL FOR MATERIAL STORAGE BUILDING PUBLIC WORKS DEPARTMENT FACILITIES For the CITY OF ROUND ROCK CITY COUNCIL MEMBERS Charles Culpepper, Mayor Robert Stluka, Earl Hairston Rick Stewart Earl Palmer Martha Chavez Jimmy Joseph CITY MANAGER Robert L. Bennett, Jr., AICP ARCHITECT Architecture + Plus 1907 N. Lamar, Ste. 260 Austin, TX 78705 (512) 478 -0970 CIVIL ENGINEER CITY OF ROUND ROCK Department of Public Works 2008 Enterprise Round Rock, Texas 78664 (512) 218 -5555 STRUCTURAL ENGINEER Fisher Hagood, Inc. One Chisolm Trail, #5200 Round Rock, Texas 78681 (512) 244 -1546 TABLE OF CONTENTS SECTION DESCRIPTION PAGE 1.0 NOTICE TO BIDDERS NB -1 2.0 BID DOCUMENTS BD -1. 3.0 POST BID DOCUMENTS PBD -1 4.0 PRE- ENGINEERED BUILDING 13121 -1 5.0 WAGE RATES SC -10 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 MATERIALS STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES will be received until June 22, 1999 at 2:00 p.m. then opened and real aloud at the City Hall Council Chambers at the same address. Bid enveloped should state date and time of bid and "Sealed bid for MaterialS Storage Building, Public Works Department Facilities. No bids may be withdrawn after the scheduled opening time. Any bids received after bid opening time will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5 %) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from the Department of Public Works, 2008 Enterprise Drive, Round Rock, Texas (512- 218 -5555) beginning May 25th 1999 at no charge. 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 informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds as described in the bid documents. Contractors and subcontractors shall pay t the laborers, workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock. Publish dates: Round Rock Leader May 24, 1999 May 31, 1999 pwms NOTICE TO BIDDERS NB -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.0 BID DOCUMENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Biddoc99st maint prog .dodb:specaw BD -1 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. 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 Biddoc99st main[ prog .doc/b:specaw BD -2 award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for the payment shall be the actual amount of work done and/or material furnished 17. No Texas sales tax shall be included in the prices bid for work under this contract. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act. The contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95 -0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 -0.09 as amended to be effective July 1, 1979. 18. No conditional bids will be accepted. Biddoc99st maint prog .doc/b:specaw BD -3 Bid Bond Surety Department Bond No. KNOW ALL MEN BY THESE PRESENTS, That we, CHASCO CONTRACTING as Principal, hereinafter called the Principal, and the HARTFORD FIRE INSURANCE COMPANY , a corporation created and existing under the laws of the State of CONNECTICUT , whose principal office is in HARTFORD , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF ROUND ROCK as Obligee, hereinafter called the Obligee, in the sum of 5% OF TOTAL AMOUNT BID Dollars ($ - -5 % -- ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for MATERIALS STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddings or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22ND day of JUNE Witness (xImlim.o Attest (1Corporedcw Attest (( (Approved by the American Institute of Architects, A.I.A. Document No. A -310, 1970 Edition) Form S Printed in U.S.A. 12 -70 TM HARTFORD A.D. 1999 By Hartford Fire Insurance Company BY l..L e.ile (SEAL) (SEAL) (SEAL) (SEAL) Violet Frosch Attorney -in -fact (Title) (SEAL) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint ROBERT JAME S MTSCHE, DAVIDE FERGUSON, VIOLET FROSCH, MNA SMITH and ROBERT IC. MTSCHE of GIDDINGS, TEXAS its true and lawful Attomey(s) -In -Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one Is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature (hereof on behalf of the Company in Its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s)-n -Fad may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971. ARTICLE IV SECTION 8. The President or any Vice -P ealdent acting with any Secretary or Assistant Secretary, shall have power and authority to appoint. for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, one or more Resident Vice Presidents, Resident Assistant Secretaries and Attorneys -in-Fact and at any time to remove any such Resident Vice-President, Resident Assistant Secretary, or Attomeyin -Fact, and revoke the power and authority given to him. SECTION 11. Attorneys - Fad shall have power and authority, cubed 10 the banns and limitations of the power of attorney issued to them, to execute and Beaver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney- in-Fact shall be as binding upon the Company as if signed by an ExewBVe Officer and sealed and attested by one other of such Officers. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at 8 meeting duly called and held on the 12th day of February, 1993. Resolved, that the signatures of such Officers and the seal of the Company may tin effaced d arty nee parer d attorney ar m am 00080 le rebag thento by (eealmfk. and any such power M attorney or omimate bearing suds facsimile egnaares or fadmile seal shall be teed and uindeg upon de Company and any such comer so executed and earned by nosimse signatures and facsimile seal shad be valid and Muffing upon the Company In the More wee respect to any bona or undertaking to Medi It k In Witness Whereof, are HARTFORD FIRE INSURANCE COMPANY has mused these presents to be signed by Its Vice- President, and its corporate seal to be hereto affixed, duly attested by Ns Secretary, this l st day of May, 1995. Attest: HARTFORD FIRE INSURANCE COMPANY STATE OF CONNECTICUT COUNTY OF HARTFORD rx On this 1st day of May, AD. 1995, before me personally came Paul L. Merabella, to me known, who being by me duty sworn, rid depose and say: that he resides in the County of Hertford, State of Connecticut: that he is the Vice- President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described In and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal: that a was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT COUNTY OF HARTFORD 1} CERTIFICATE I, the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, 00 HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now In force. Signed and sealed at the City of Hartford. Dated the 22ND day of JUNE 1199 Form 53507.9 (HF) panted in U.S.A HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut Rklgrd R. Hrmarnon Secretary Paul L Marabella Vice - President - Joan H Notary rideec My Comm' the 9o. 1990 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON § AGREEMENT THIS AGREEMENT, made and entered into this 62 //l day of JgIY , 19 49 , by and between (Owner) City of Round Rock, Texas of the State of Texas, acting through Robert A. Stluka, Jr., Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) CARSeo K;m7A4v/ 16 of Rau,.r9 Aek , Texas, County of ttaitint s. ^J , and State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: MATERIAL STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by ,herein entitled the ARCHITECT, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within 20 calendar days after the date written notice to do so have been given to him, and to complete the same within 90 calendar days after the date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions. poslbid.msUspee master PBD -1 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK,_TEXAS (OWNER) ATTEST: Mayor /YLM 2J LIA4-€1- 4 City Secretary (The following to be executed if the Contractor is a Corporation.) 1 , __SusuA a . MUre, mar , certify that I am the Secretary of the Corporation named as Contractor herein; that Um-L. Ca tau-- , who signed this Contract on behalf of the Contractor was then (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: Cdr a. Corporate Seal poslbid,mst/spec master PBD -2 (CONTRACTOR) , t✓haZ GV1 _ 1 its C E O (Typed name) (Title) BY: crnscd Coc/(krKK7 /N G ATTEST: Cc • l/himr -- Secretary, if Contractor is a Corporation or otherwise registered with the Secretary of State The undersigned, as bidder, declares that: he or her has carefully examined the plans, and instruction to bidders: has visited the site and examined all conditions affecting the work: and agrees to furnish all labor, materials, equipment, and incidentals required by the plans and specifications. If proposal accepted the undersigned agrees to commence work within Twenty (20) days of notice to proceed. BID ITEM The amount for the complete construction of Material Storage Building at the Public Works Facility, Round Rock, Texas as indicated on the drawings: i ( t ©✓`e- D J 5 G ✓ GL t;+ { f'L ✓ CG 1�� GL- / LLB ✓ 1 �/ �(-, O Dollars $ 67 g3 Z STATEMENT OF SEPARATE CHARGES: Materials $ OOO PERFORMANCE AND PAYMENT BONDS It is understood that the bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder each in the amount of 100% of the contract amount, will be required by the Owner. Premiums for performance and payment bonds are included in the proposal amounts quoted. BID GUARANTEE PROPOSAL BIDDING FORM MATERIALS STORAGE BUILDING PUBLIC WORKS DEPARTMENT FACILITIES PROPOSAL TO THE CITY OF ROUND ROCK, TEXAS All other Charges $ 2 :1 g 3 Z TOTAL $ S Accompanying this Proposal is a bid bond made payable to the Owner for 5% of the total amount of the Base Proposal submitted herein. The bid bond will be returned to the Bidder, except that, in the event of the Owner's acceptance of this Proposal within 30 days of the date hereof, the Bidder fails or refuses to execute and deliver the contract and required bonds within 10 days after he has received notice of acceptance of his bid. • • 1 1 1 1 a 1 1 1 1 1 1 1 1 In this event the bond will become the property of the Owner because of failure of the Bidder to comply with specified requirements. TIME FOR COMPLETION AND LIQUIDATED DAMAGES The undersi ed agrees to complete the work ready for the Owner's acceptance within 1 calendar days after notice to proceed with the work is given by the Owner, fully realizing that that the contract will carry liquidated damages provisions in the amount of fifty dollars ($50.00) per day. CITY BUILDING PERMITS City Building Permits will be waived. Contractor will be required to fill out and acquire building permit. City building inspections will be required. THE OWNER RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND MAY WAIVE INFORMALITIES. Respectfully submitted, (Seal if bid is by a corporation) CHASCO CONTRACTING Bidder P 0 BOX 1057, ROUND ROCK, TEXAS 78680 Address Title 1 Signature r Authorized Officer CHAZ GLACE, CEO JUNE 22, 1999 Date proposal- Page 2 ,08/21/98 16:10 T2218 5563 PUBLIC WORKS City of Round Rock Add Alternates Materials Storage Building Public Works Department Facilities Add Alternate Bid #1- Add One Bay with Concrete Walls & Pre -Eng. Metal Roof & Frame 7 V � 0./5 / /1J dollars $ 1 Z � 5 0 Add Alternate Bid #2- Metal Gutter with Down Spout �i /c'_ lr ✓�( dollars $ ¢1002 / Bid Bond Surety Department Bond No. KNOW ALL MEN BY THESE PRESENTS, That we, CHASCO CONTRACTING as Principal, hereinafter called the Principal, and the HARTFORD FIRE INSURANCE COMPANY , a corporation created and existing under the laws of the State of CONNECTICUT , whose principal office is in HARTFORD , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF ROUND ROCK as Obligee, hereinafter called the Obligee, in the sum of 5% OF TOTAL AMOUNT BID Dollars ($ - -5 % -- ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for MATERIALS STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddings or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22ND day of JUNE Witness Or whim!) Attest tuco«roN:aw Attest Yl l I.t h. 0-0 - 01 l Hartford Fire Insurance Company (Approved by the American Institute of Architects, A.I.A. Document No. A -310, 1970 Edition) Form S - Primed in U.S.A. 12 -70 f HARTFORD A.D. 1999 13y CHASCO CO RACTING NJW (Ti le) C � ' 'GLACE, LEO (SEAL) (SEAL) (SEAL) (SEAL) BY 1.1.-0-,* .;44,&. c.. Violet Frosch Attorney -in -fact (Title) (SEAL) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office to Me City of Hartford, County of Hartford, Slate of Connecticut, does hereby make, constitute and appoint ROBERTJAMESNITSCHE, DAVID P. FERGUSON, VIOLETFROSCH, NINA SMITH and ROBERT NITSCHE of GIDDINGS, TEXAS its true and lawful Attomey(s) -in -Fad, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on beha* of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by slates and municipalities, and executing or guaranteeing bons and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s) -in -Fad may do in pursuance hereof. This power of attorney is granted by an under authority of the following provisions- (1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971. ARTICLE IV SECTION 8. The President or any Vase- President, acting with any Secretary or Assistant Secretary, shall have power and authority to appoint, for purposes only or executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. one or more Resident Y Presidents. Resident Assistant Secretaries and Attorneys-in-Fact and at any erne to remove any such ROSident Vice-President Resident Assistant Secretary, or Attorney - Intact and revoke the power and authority given to him. SECTION 11. Attorneys-in-Fad shall have power and authority, subject to Me tents and limitations of the power of attorney issued to them, to execute and deliver on behalf of One Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other writings obligatory In the nature thereof, and any such instrument exerted by any such Attorney -in-Fad shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested by one other of such Officers_ This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th day of February, 1993. Resolved, CW the Ygnahvea of aura Obis and the seal of are Cowan, may be alfor00 b any sutln power 01 atnmey a b any 00110 0 n 10109 baeb by raR0r8a, and any such power of attorney or certificate lasing aril, Facsimile 0greares or t1SYSnal seal shad be Mid and axing upon be Company and any Soar power so eseNIW and reared try bamle signatures and taaM4 seal shad be valid and balding upon the Company ...lure cosh rea b awry Dad a udwralmg b whim a O In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Vxe- President, and its corporate seal to be hereto effaced, duly attested by its Secretary, this 15t day of May, 1995. Attest HARTFORD FIRE INSURANCE COMPANY STATE OF CONNECTICUT m COUNTY OF HARTFORD HARTFORD FIRE INSURANCE COMPANY Hartford, ConnecUcut Richard R Nonrandom Seonwry Paul L. Marabella Vice- President On this 1st day of May, A.D. 1995, before me personally carne Paul L. Marabella, to me known, who being by me duly sworn, did depose and say: that he resides m the County of Hartford, State of Connecticut; that he is the Vice - President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT w. COUNTY OF HARTFORD Form 5,3507 -9 (14F) Printed in U.SA. Jean X. Wozniak _ My Glen des Arne 30. 1999 CERTIFICATE I, the undersigned. Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the 22ND day of JUNE 1939 PL7 L 00000 L. Nsl Seaemry 1 1 1 1 1 1 1 1 1 1 ; 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON yam; m PERFORMANCE BOND KNOW ALL MEN BYTHESEPRESENTS: That CHASCO CONTRACTING of the City of AUSTIN County of TRAVIS , and State of TEXAS , as Principal, andHAR F J RE INSURANCE authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of FIFTY ONE THOUSAND EIGHT HUNDRED THIRTY TWO AND NO /100 dollars ($ 51 , 832.00 ) 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 8TH day of JULY , 19 99 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: MATERIAL STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES 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 Contact, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of the Principal in performing the work covered by said Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. PBD-3 BOND# 65BCSAE2965 ONLt:(oantx : .... s a . ... `extensiox of taaae; alteraliori Surety for valuE< recCtved, Ps ..:: - .. sa . aad agree .:that no` ... , .: or; addittcen:to the term ofthe contract, of to the'work performed thtreunder, • or the pleas . pr draw tgs ocnntipsnyMg .tlue sync,: shall: in any affect its obligancm.. f Cxtrt0n.af alteratigti.,:::. ' tins bond;. and it dash hereby watve noixc+e q,,: in* such chaff; or addition t(r tltc tniMS oldie no? t, Ot to t e 'oxk to be perffarnned' thereunder. .:: ?` :. lmve s F= ':the: Ptnc _.: ci' S:u fin and ' ted. ; ; . thia ' ..: :...:...::::. instrument this • 27TH.::::. .... .. day: Of ::. .... JULY , ....::.:..:;:. 1999 :.- CHA5C0: CONTRACTING ::`:: PrinciP Myr � LAce- Tide .:: Talc BPX ; 4611 ,Addre .. ..::: �{ddie &s - 78.1.180 HOUSTON , :. TEXAS :Z 7210 Resident Agent of Snreti: INSURANCE :` : ;OF" T EXAS Printed Name :: .::::.:..:.... ..:. 143.. EAST. AUSTIN .. . ....... AddccsS:: G;I:OOINSS, T PBD-4 • - HARTFOR.D; FI N�:....:::SMIT19 ,: ... ATTORNEY:-I.N. FACT• : THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND BOND // 65BCSAE2965 KNOW ALL .MEN BY THESE PRESENTS: That , CONTRACTING of the City of AUSTIN , Coun of TRAVIS , and State of �1' TEXAS as Principal, and tCYti:,, 1; ' '.ui�:� authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of FIFTY ONE THOUSAND EIGHT HUNDRED THIRTY TWO AND NO /100 - Dollars ($ 51,832.00 ) 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 8TH day of JULY , 19 99, 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: MATERIAL STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. po d PBD -5 So/c toss Add;es ff Rtstdent Agetitt of Suret9s INSURANCE NETWORIK OF .TEXAS'` Printed Name HARTFORD` :EIRE INSURAN:CF: (' MPANY: Nf SMITH ATTORNEY- IN -FA.CT Title • • HOUSTON, ,TEXAS PAYMENT BOND (cpntt d IItC'f3ri:$tXV81114I :.:::.. :::.... tbat' a tla chenga, C7RCI19 1Jf �ICr`�aZl erete d tr,., or the . l ans, eddittptt tq §` iltecantrsct; or to �e wtaa�.:pc�rcmed . P . ' Ise mt tt's ob1tau QA s�io� �: a �8the. s amie s1�1 ?� ; . . :y"!�ris a c ... � .: ' .. <:t , sari tt d s:he e}? waive npttc of a suc charge, Eton pf mss: err;additioato the lapis o € the woxk to Fe,::perfomied i dr. ; . anal'' sealed: shis.. II+i ; :WTt"NESS �?'HEREQ.�;?�te s�d..:PFincipai wind Simty S . 27TH .: da Of Jl4CY anent this :.. Y ..:::::... .:. ..........::.....:. HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents. That HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford. County of Hartford, State of Connecticut. does hereby make. constitute and appoint I ROBERTJAMF.SNI7SCHE DA WD P. FERGUSON, VIOLETFKOSCH, NINA SMITH and ROBERT IC NITSCHE of GIDDINGS, TEXAS its true and lawful Attomey(s) -in -Fact. with full power and authority to each of said Atlomey(s )-in -Fact, in their separate opacity if more I than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same I extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of the By -Laws of HARTFORD FIRE INSURANCE COMPANY, ("the Company) 1 as amended by the Board of Directors at a meeting duly called and held on July 9. 1997, as follows: ARTICLE IV SFCTItZ_ The President or any Vice President or Assistant Vice- President acting with any Secretary or Assistant Secretary shall have power ' and authority to sign and execute and attach the seal of the Company to bonds and undertakings, recongnizanoes, contracts of indemnity and other writings obligatory In the nature thereof, and such instruments so signed and executed. with or without the common seal, shall be valid and binding upon the Company. SEC 8. The President or any Vice - President or any Assistant Vice President acting with any Secretary or Assistant Secretary, shall have I power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, One or more resident Vita Presidents, resident Assistant Secretaries and Attorneys -In -Fact and at any time to remove any such resident Vice- President, resident Assistant Secretary, or Attorney -in -Fact, and revoke Inc t power and authority given to him. 1 1 ■•• dtreeek 1 15LAAJL Resolved, that the signatures of such Omcers and the seal of he Company may be ai5xs9 to arty such power 01 attorney or to any certificate relating thereto by facsimile, and any such power of atbmey or certificate ate bearing such facsimile signatures or facsmile seal shalt be valid and lensing upon me Company and any such power so executed and certified by facsimile signatures and facsinele seal shag be valid and binding upon the Company In me um with respect to any bond or undertaking to which rt is attached. In Witness Whereof, HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 15th day of September, 1997. Attest HARTFORD FIRE INSURANCE COMPANY Richard A. Hermanson, Secretary STATE OF CONNECTICUT COUNTY OF HARTFORD 1 STATE OF CONNECTICUT S5. COUNTY OF HARTFORD CERTIFICATE I, the undersigned, Secretary of HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that Article IV, Sections 7 and S of the By -Laws of HARTFORD FIRE INSURANCE COMPANY, set forth In the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the 27TH day of JULY 19 99 ,u111 r'iliti // On this 15th day of September, A.D. 1997, before me personally came John F. Burke, to Inc known, who being by me duly swum, did depose and say: that he resides in the County of Hartford, State of Connecticut: that he is the Assistant Vice - President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. 1 1 1 1 Form S-3507-9 (ffF) %joyed if 1J A, SS. John F. Burke, Assistant Vice President 3 6 14. Jean Public My Commisrio June 30.1999 ,a( Az Robert L. Post, Secretary • .CERTIFICATE OF LIABILITY INSURANCE t . PRODUCER 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 1 1 INSURANCE NETWORK OF TEXAS 143 EAST AUSTIN GIDDINGS, TEXAS INSURED CHASCO CONTRACTING P.O. BOX 1057 D �niti fi �f S�( 680 THIS IS TO CER7�1r Y Tli%°�1' the 7 rnc��red named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY LTR NUMBER A GENERAL LIABILITY A A B OCCURANCE AUTOMOBILE LIABILITY ANY AUTO HIRED AUTOS NON- f)WNEf AI ITf)R EXCESS LIABILITY OTHER 78932 -3299 GENERAL AGGREGATE CON28343094 3/9/99 3/9/00 PRODUCTS - COMP /OP AGO. PERSONAL & ADV. INJURY EACH OCCURRENCE FIRE DAMAGE (Any we Ere) MED. EXPENSE (Any one person) CON69926161 CON32661937 UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY pROPRIETOR /PARTNER WC995654 3/9/00 INCLUDED C EFFECTIVE EXPIRATION DATE DATE 3/9/99 3/9/00 3/9/99 3/9/00 DESCRIPTION OF OPERATI ONS/ LOCATIONS / VEHICLES /SPECIAL TIEMS/EXCEPTIONS CERTIFICATE HOLDER= City of Rotmd Rock 221 E. Main Street Round Rock, Texas 78664 attn: Joanne Land pmbidme/.pen mew COMPANIES AFFORDING COVERAGE A MARYLAND CASUALTY COMPANY B COLONIAL CASUALTY INSURANCE Typed Name`. Title: PBD -7 UHAJUMNI LL IITS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per aaadaa) PROPERTY DAMAGE EACH OCCURRENCE AGGREGATE R3 NitsrhP CEO STATUTORY LIMITS 3/9/00 EACHACCIDENT DISEASE - POLICY LIMIT DISEASE - EACH EMPLOYEE` SIGNATURE OF AUTHO / Date. 7 -27 -99 $ 2,000,000 $ 2,000,000 $1,000,000 51,000,000 s 300,000 $ 10,000 51 $ 10,000,000 $ 10,000,000 $ 1,000,000 $1,000,000 s1,000,000 The City of Rand Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any of the above desmbcd policies by cancelled or changed before the capitation date thereof the issuing company will mail thirty (30) days written notice to the certificate holder named below. 4.0 PRE - ENGINEERED BUILDINGS 1 SECTION 13121 1 1 1 1 1 PART IGENERAL 1.1 SECTION INCLUDES A. Pre - engineered, shop fabricated structural steel building frame. B. Metal wall and sloped roof system including gutters and downspouts. 1.2 REFERENCES A. AISC - Specification for Structural Steel for Buildings - Allowable Stress Design and Plastic Design. B. AISC - Quality Certification Program, Category MB. C. ASTM A36/A36M - Structural Steel. D. ASTM Al23 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. E. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. F. ASTM A307 - Carbon Steel Bolts and Studs, 60 000 psi Tensile Strength. G. ASTM A325/A325M - High Strength Bolts for Structural Steel Joints. 1 1 1 1 1 1 1 1 1 1 PRE - ENGINEERED BUILDINGS H. ASTM A446/A446M - Steel Sheet, Zinc - Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality. I. ASTM A490/A490M - Heat Treated Steel Structural Bolts, Classes 150 ksi (1035 MPa) Tensile Strength. J. ASTM A500 - Cold- Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. K. ASTM A501 - Hot - Formed Welded and Seamless Carbon Steel Structural Tubing. L. ASTM A525/A525M - Steel Sheet, Zinc- Coated (Galvanized) by the Hot -Dip Process. M. ASTM A529/A529M - Structural Steel with 42 ksi (290 MPa) Minimum Yield Point (1/2 in (12.7 mm) Maximumn Thickness). 13121 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 N. ASTM A572/A572M - High- Strength Low -Alloy Columbium- Vanadium Steels of Structural Quality. O. ASTM A792/A792M - Steel Sheet, Aluminum -Zinc Alloy Coated by the Hot -Dip Process. P. ASTM C1107 - Packaged, Dry, Hydraulic- Cement Grout (Non- shrink). Q. AWS A2.0 - Standard Welding Symbols. R. AWS D1.1 - Structural Welding Code - Steel. S. MBMA (Metal Building Manufacturers Association) - Metal Building Systems Manual. T. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. U. SSPC - Paint 20 Zinc Rich Coating. V. UL - Building Materials Directory - Roof Deck Construction. 1.3 SYSTEM DESCRIPTION A. Single span rigid frame. B. Bay Spacing: 30 ft. C. Primary Framing: Rigid frame of rafter beams and columns, and wind bracing. D. Secondary Framing: Purlins, eave struts, flange bracing, and other items detailed. E. Roof System: Preformed metal panels of R -panel profile, and accessory components. F. Roof Slope:' 2 inches in 12 inches. 1.4 DESIGN REQUIREMENTS A. Design members to withstand dead Toad, applicable live load, and design loads due to pressure and suction of wind calculated in accordance with Southern Standard Building Code. B. Exterior wall and roof system shall withstand imposed loads with maximum allowable deflection of span: 1/180. C. Permit movement of components without buckling, failure of seals, undue stress on fasteners or other detrimental effects, when subject to temperature range of 150 deg. F. 13121 - 2 D. Size and fabricate wall and roof systems free of distortion or defects detrimental to appearance or performance. 1.5 SUBMITTALS FOR REVIEW A. Provide shop drawings sealed by a registered engineer as necessary for approval of the building official. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with AISC - Quality Certification Program Category MB. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum five years experience. C. Erector Qualifications: Company specializing in performing the work of this approved by manufacturer. 1,7 REGULATORY REQUIREMENTS A. Conform to applicable code for submission of design calculations, as required for acquiring permits. B. Cooperate with regulatory agency or authority and provide data as requested. 1.8 WARRANTY A. Provide a standard one year warranty. Include coverage for weather tightness of building enclosure elements after installation. PART 2PRODUCTS 2.1 MANUFACTURERS - BUILDING SYSTEM A. Manufacturers: 1. Ceco Building Division 2. Varco - Pruden 3. Wedgecor 2.2 MATERIALS - FRAMING A. Structural Steel Members: ASTM A36/A36M. B. Structural Tubing: ASTM A500, Grade B 13121 - 3 1 1 1 1 1 1 1 1 1 1 1 2.4 FABRICATION - FRAMING 1 1 1 1 1 1 1 1 C. Plate or Bar Stock: ASTM A529/A529M. D. Anchor Bolts: ASTM A307, unprimed. E. Bolts, Nuts, and Washers: ASTM A325. F. Welding Materials: AWS D1.1; type required for materials being welded. G. Primer: SSPC 20, Red Oxide. H. Grout: Non - shrink type, premixed compound consisting of non - metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 2400 psi in two days and 5000 psi in 28 days. 2.3 MATERIALS - ROOF SYSTEM A. Sheet Steel Stock: ASTM A446/A446M galvanized to ASTM A525 G90 designation. B. Fasteners: Manufacturer's standard type, galvanized to ASTM A153 1.25 oz /sq , finish to match adjacent surfaces when exterior exposed. C. Trim, Closure Pieces, Caps, Flashings: Same material, thickness and finish as exterior sheets; brake formed to required profiles. A. Fabricate members in accordance with AISC Specification for plate, bar, tube, or rolled structural shapes. B. Anchor Bolts: Formed with bent shank, assembled with template for casting into concrete. 2.5 FABRICATION - ROOF SYSTEMS A. Roofing: Minimum 24 gauge metal thickness, R -panel profile, lapped edges fitted with continuous gaskets. B. Girts /Purlins: Rolled formed structural shape to receive roofing sheet. C. Flashings, Closure Pieces: Same material and finish as adjacent material, profile to suit system. D. Fasteners: To maintain load requirements and weather tight installation, same finish as cladding, non- corrosive type. 13121 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.6 FABRICATION - GUTTERS AND DOWNSPOUTS A. Fabricate of same material and finish as roofing metal. B. Form gutters and downspouts and scuppers of profile and size to collect and remove water. Fabricate with connection pieces. C. Form sections in maximum possible lengths. Hem exposed edges. D. Fabricate support straps of same material and finish as roofing metal. 2.7 FINISHES A. Framing Members: Clean, prepare, and shop prime. Galvanized to ASTM Al23. Do not prime surfaces to be field welded. B. Exterior Surfaces of Roof Components and Accessories: galvalume finish. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that foundation, floor slab, and placed anchors are in correct position 3.2 ERECTION - FRAMING A. Erect framing in accordance with AISC Specification. B. Provide for erection and wind Toads. Provide temporary bracing to maintain structure plumb and in alignment until completion of erection and installation of permanent bracing. C. Set column base plates with non- shrink grout to achieve full plate bearing. D. Do not field cut or alter structural members without approval. E. After erection, prime welds, abrasions, and surfaces not shop primed. 3.3 ERECTION - WALL AND ROOFING SYSTEMS A. Install in accordance with manufacturer's instructions. B. Exercise care when cutting pretinished material to ensure cuttings do not remain on finish 13121 - 5 surface. C. Locate end laps over supports. End laps minimum 2 inches. Place side laps over bearing. D. Use exposed fasteners. 3.4 ERECTION - GUTTER AND DOWNSPOUT A. Rigidly support and secure components. Joint lengths with formed seams sealed watertight. Flash and seal gutters to downspouts. 3.5 TOLERANCES A. Framing Members: 1/4 inch from level; 1/8 inch from plumb. B. Siding and Roofing: 1/8 inch from true position. END OF SECTION 13121 - 6 5.00 WAGE RATES SECT1 Q AIF. RATES GENERAL DECISION TX960043 03/15/96 TX43 General Decision Number TX960043 Superseded General Decision No. TX950043 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). *NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT/PUMP STATIONS IN BELL, CORYELL, MCLENNAN AND WILLIAMSON COUNTIES. Modification Number 0 COUNTY(ies): BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN SUTX2042A 11/16/1991 Rates Fringes AIR TOOL OPERATOR 6.500 ASPHALT HEATER OPERATOR 6.500 ASPHALT RAKER 7.011 ASPHALT SHOVELER 6.550 HATCHING PLANT WEIGHER 8.173 BATTERBOUARD SETTER 7.700 CARPENTER 9.054 CONCRETE FINISHER - PAVING 8.600 CONCRETE FINISHER - STRUCTURES 7.903 specond-msUspecs Publication Date 03/15/1996 SC -10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONCRETE RUBBER 6.740 ELECTRICIAN 13.710 FLAGGER 5.150 FORM BUILDER - STRUCTURES 8.017 FORM LINER - PAVING & CURB 7.250 FORM SETTER - PAVING & CURB 7.683 FORM SETTER - STRUCTURES 7.928 LABORER- COMMON 6.078 LABORER- UTILITY 6.852 MECHANIC 10.774 OILER 9.389 SERVICER 7.280 PAINTER - STRUCTURES 10.000 PILEDRIVER 6.600 PIPE LAYER 7.229 BLASTER 9.067 ASPHALT DISTRIBUTOR OPERATOR 7.304 ASPHALT PAVING MACHINE 7.945 BROOM OR SWEEPER OPERATOR 7.117 BULLDOZER, 150 HP & LESS 8.125 BULLDOZER, OVER 150 HP 8.593 CONCRETE PAVING CURING MACHINE 7.633 CONCRETE PAVING FINISHING MACHINE 9.067 CONCRETE PAVING GANG VIBRATOR 7.250 CONCRETE PAVING SAW 6.200 SLIPPORM MACHINE OPERATOR 8.700 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL LESS THAN 1 % C.Y. 8.427 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 1 '/: C.Y. &:OVER 9.880 FOUNDATION DRILL OPERATOR. CRAWLER MOUNTED 10.475 FOUNDATION DRILL OPERATOR 10.923 TRUCK MOUNTED FRONT END LOADER 2'h. C.Y. & LESS 7.499 FRONT END LOADER OVER 2 1/2 C.Y. 8.255 HOIST - DOUBLE DRUM 10.750 MOTOR GRADER OPERATOR 9.657 PAVEMENT MARKING MACHINE 6.078 PLANER OPERATOR 7.250 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.083 ROLLER, STEEL WHEEL OTHER specond.mstispecs SC -11 FLATWHEEL OR TAMPING 6.403 ROLLER, PNEUMATIC, SELF PROPELLED 6.433 SCRAPER -17 C.Y. & LESS 7.245 SCRAPER -OVER 17 C.Y. 7.495 SELF PROPELLED HAMMER OPERATOR 6.078 SIDE BOOM 9.000 TRACTOR - CRAWLER TYPE 7.539 TRACTOR - PNEUMATIC 6.707 TRENCHING MACHINE 6.850 WAGON-DRILL/BORING MACHINE /POST HOLE DRILLER OPERATOR 6.926 REINFORCING STEEL SETTER PAVING 8.158 REINFORCING STEEL SETTER STRUCTURES 9.062 STEEL WORKER- STRUCTURAL 9.242 SIGN ERECTOR 8.640 SPREADER BOX OPERATOR 6.541 BARRICADE SERVICER WORK ZONE 6.078 MOUNTED SIGN INSTALLER PERMANENT GROUND 6.078 TRUCK DRIVER - SINGLE AXLE LIGHT 6.493 TRUCK DRIVER - SINGLE AXLE HEAVY 6.674 TRUCK DRIVER - TANDEM AXLE SEMI- TRAILER 6.824 TRUCK DRIVER - LOWBOY/FLOAT 8.041 TRUCK DRIVER - TRANSIT MIX 6.078 WELDER 8.824 Unlisted classifications needed for work not included, within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively. bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. specond.msuspecs END OF GENERAL DECISION SC -12 CLASSIFICATION Rate Health Pension Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 $0.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 $0.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $1208 $0.76 $0.50 $0.05 $13.39 DRYWALL INSTALLER/CEILING INSTALLER $10.91 $0.00 $0.00 $0.00 $10.91 ELECTRICIAN $17.44 $2.16 $1.05 $1.05 $21.70 ELEVATOR MECHANIC $16.75 $3.85 $2.19 $1.50 $24.29 FIRE PROOFING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 GLAZIER $13.60 $224 $1.15 $0.54 $17.53 HEAVY EQUIPMENT OPERATOR $10.56 $0.00 $0.00 $0.00 $10.56 INSULATOR $13.75 $1.16 $0.92 $0.03 $15.86 IRON WORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 $0.00 $0.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 $0.00 $0.00 $0.00 $7.75 MASON $16.00 $0.00 $0.00 $0.00 $16.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 $0.34 $11.96 MILLWRIGHT $15.91 $1.63 $1.00 $0.00 $18.54 PAINTER/WALL COVERING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 PIPEFIIIER $18.10 $1.42 $1.80 $0.00 $21.32 PLUMBER $12.68 $0.00 $0.00 $0.00 $12.68 ROOFER $10.00 $0.00 $0.00 $0.00 $10.00 SHEET METAL WORKER $18.40 $2.39 $2.55 $0.33 $23.67 SPRINKLER FITTER $18.25 $3.40 $2.20 $0.00 $23.85 TERRAZZO WORKER $0.00* $0.00 $0.00 $0.00 $0.00* TILE SETTER $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER/CAULKER $10.64 $0.00 $0.00 $0.00 $10.64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COUNTY NAME: WILLIAMSON *$0.00 in the rate field indicated insufficient data was rece'ved to determine a prevailing wage rate for this classification. Government Code Title 10, Sec. 2258.023, paragraph C state: "A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided in Section 2258.022. (Property of General Services Commission, Based on 1996 Survey results) specond.msVspecs PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES SC -13 Date Printed: April 15, 1997 RESOLUTION NO. R- 99- 07- 08 -1007 WHEREAS, the City of Round Rock has duly advertised for bids for the construction of a materials storage building at the Public Works Facilities on Luther Peterson Boulevard, and WHEREAS, Chaco Contracting, Inc. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Chaco Contracting, Inc., Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Chaco Contracting, Inc. for the construction of a materials storage building at the Public Works Facilities on Luther Peterson Boulevard. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. ANNE TEST: City of Round Rock, Texas LAND, City Secretary K. \WPDOCS \RSSOLUfI \R90709C].WPD /, g THE STATE OF TEXAS COUNTY OF WILLIAMSON § AGREEMENT THIS AGREEMENT, made and entered into this 8 %4 day of 541Y , 1949 , by and between (Owner) City of Round Rock, Texas of the State of Texas, acting through Robert A. Stluka, Jr., Mayor, thereunto duly authorized so to do, hereinafter termed OWNER, and (Contractor) C i o t s e o (w7 I cU A'6 of 12oti...rp Ik , Texas, County of GUrI(%Anw.l , and State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: MATERIAL STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefor, as prepared by herein entitled the ARCHITECT, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within 20 calendar days after the date written notice to do so have been given to him, and to complete the same within calendar days after the date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions. 90 poslbid.msUspec master PBD -1 The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TF,XAS (OWNER) ATTEST: a y A. Stluka, Jr. Mayor its (Typed name) ATTEST: City Secretary (The following to be executed if the Contractor is a Corporation.) I, , certify that I am the Secretary of the Corporation named as Contractor herein; that , who signed this Contract on behalf of the Contractor was then (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is within the scope of its corporate powers. Corporate Seal postbid.msUspec master ietivtzU PBD -2 cff4sec £ o, /7 tcTi& (CONTRACTOR) BY: (Title) Secretary, if Contractor is a Corporation or otherwise registered with the Secretary of State Signed: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 In this event the bond will become the property of the Owner because of failure of the Bidder to comply with specified requirements TIME FOR COMPLETION AND LIQUIDATED DAMAGES The unders ed agrees to complete the work ready for the Owner's acceptance within 0 calendar days after notice to proceed with the work is given by the Owner, fully realizing that that the contract will carry liquidated damages provisions in the amount of fifty dollars ($50.00) per day. CITY BUILDING PERMITS City Building Permits will be waived. Contractor will be required to fill out and acquire building permit. City building inspections will be required. THE OWNER RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND MAY WAIVE INFORMALITIES. Respectfully submitted, (Seal if bid is by a corporation) CHASCO CONTRACTING Bidder P 0 BOX 1057 /ROUND ROCK, TEXAS 78680 Address Signature CHAZ GLACE, CEO Title JUNE 22. 1999 Date Authorized Officer proposal- Page 2 KNOW ALL MEN BY THESE PRESENTS, That we, MT HARTFORD Bid Bond Surety Department Bond No. CHASCO CONTRACTING as Principal, hereinafter called the Principal, and the HARTFORD FIRE INSURANCE COMPANY , a corporation created and existing under the laws of the State of CONNECTICUT , whose principal office is in HARTFORD , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF ROUND ROCK as Obligee, hereinafter called the Obligee, in the sum of 5% OF TOTAL AMOUNT BID Dollars ($ - -5% -- ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for MATERIALS STORAGE BUILDING, PUBLIC WORKS DEPARTMENT FACILITIES NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddings or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22ND day of JUNE A.D. 1999 Witness wha i Attest i - P Attest (Approved by the Ame rican Institute of Architects, A.1.A. Document No. A -310, 1970 Edition) Form S- 3266 -4 Printed in U.S.A. 12 -70 By CHASC (Title) RACTING tiff ' GLACE, CE Hartford Fire Insurance Company (SEAL) (SEAL) (SEAL) (SEAL) BY 1.1-4-:e4-Lt ijit c.L Violet Frosch Attorney -in -fact (Title) (s) HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint ROBERTJAMES NITSCHE, DAVID P. FERGUSON, VIOLET FROSCH, NINA SMITH end ROBERT K NITSCHE of GIDDINGS, TEXAS its hue and lawful Auomey(s) -in -Fed, with full power and authority to each of said Attorney(s) -in -Fad, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by slates and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s) -in -Fad may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the gut day of March, 1971. ARTICLE IV SECTION a. The President or any Vice-President. acting with any Secretary or Assistant Secretary, shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more Resident Y Presidents, liesidont Assistant Secretaries and Attorneys -inFad and at any time to remove any such Resident Von- President, Resitlem Assistant Secretary, or Attorney- in-Fact, and revoke the power and authority given to hbn. SECTION t t. Attorneys-.n -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf or the Company and to attach the seal of me Company thereto any and al bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by any such Atomey- -inFact shall be as binding upon the Company as 9 signed by an Executive Officer and sealed and attested by one other of such Officers. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 121h day of February, 1993. Resolved. mat the slgnahres or such Meer arc the seat ar me Company may Ee amw;d to 007 suck poem d atlaney «m am ceNfdate relating mwelo by haurik, and any seen power of attorney a cerd! to twain cunt Iauhrib signatures or Wcvmle seal stall ..lid and binding upon me Company end any such power so mewled and certified by facsimile synawres and facsimile seal sham be valid and belling upon the Company in me fuaxe With rnopetl m airy bond cr urd01a10g N wale, d k In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Vice- President, and its corporate seal to be hereto affixed, duly attested by its Secretary, This 151 day of May, 1995. Attest HARTFORD FIRE INSURANCE COMPANY STATE OF CONNECTICUT °J L bella COUNTY OF HARTFORD # act. Vice - President On (his 1st day of May. AD. 1995, before me personally came Paul L. Marabella, to me known, who being by me duly sworn, did depose and say: that he resales In the County of Hartford, State of Connecticut; that he is the Vide - President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described In and which exerted the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT COUNTY OF HARTFORD 1 Form 03507 -9 (HF) Printed In USA. Richard R. Henn.non Socnotary CERTIFICATE I, the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY. a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore. that the Resolutions of the Board of Directors, set forth in the Pourer of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the 22ND day of JUNE uaen n. waavaa woawy Public 10 Com,netion Expires June 90. 1999 R/- Robed L. Post Sacrpmry 109 DATE: July 2, 1999 SUBJECT: City Council Meeting — July 8, 1999 ITEM: 10.C.7. Consider a resolution authorizing the Mayor to execute a contract for the construction of a materials storage building at the Public Works Facilities on Luther Peterson Boulevard. Three bids were opened on June 22, 1999 and Chasco Contracting submitted the lowest bid with a base bid of $51,832.00. Other bidders included T -Corp. Construction with a bid of $69,944.00 and Pitt Building with a bid of $73,156.00. Staff recommends approval of Chasco Contracting for this project. Funding is being provided as budgeted from the streets & drainage capital outlay budget for this year. Staff Resource Person: Jim Nuse, Public Works Director.