Loading...
R-90-1495 - 8/23/1990 RESOLUTION NO. 1495R WHEREAS, the existing garbage collection contract between the City and Round Rock Refuse, Inc. expires on September 13 , 1990, and WHEREAS, the City wishes to enter into a revised contract with Round Rock Refuse, 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 for garbage collection with Round Rock Refuse, Inc. , a copy of said Contract being attached hereto and incorporated herein for all purposes. RESOLVED this 23rd day of August, 1990. " dL MIKE ROBINSON, Mayor City of Round Rock, Texas ATTEST: J NNE LAND, City Secretary RS08230D REFUSE COLLECTION CONTRACT STATE OF TEXAS . COUNTY OF WILLIAMSON ; This Contract is entered into this / '40-day ofaki6mi, 1990, by and between the City of Round Rock,--- a municipal corporation, hereinafter referred to as "City" and Round Rock Refuse, Inc. , a Texas corporation, hereinafter referred to as "Contractor. " In consideration of the mutual promises of the parties hereto, they do agree as follows: ARTICLE 1. SCOPE OF THIS CONTRACT The work to be done consists of furnishing all labor, tools, equipment and materials, supplies and services to perform all work and services necessary to satisfactorily collect all refuse from residential units within the City of Round Rock, transport collected refuse to the disposal location, and perform all other work or services incidental to refuse collection and transportation services in strict accordance with the terms and provisions of this contract. Collection shall also be provided to residential units located outside the City's corporate limits as specifically designated by the City. Except as specifically provided herein, this Contract does not include the collection of refuse from multi-family, commercial, industrial, institutional, governmental, or school uses or facilities. In addition, the Contractor shall offer special pick-up services. Special pick-up shall consist of materials requiring special handling, such as items not meeting specifications for bagging, containers, or not defined as refuse or bulky waste, or not on a regular collection day or at regular collection times. Special pick-up shall be requested by the customer and arrangements for payment shall be made between the Contractor and the customer. The Contractor agrees to provide at no additional charge refuse collection services to all City owned buildings and facilities including parks. ARTICLE 2 . DEFINITIONS Batts - Sacks designed to store refuse with sufficient wall strength to maintain physical integrity when lifted by the top. Total weight of a bag and its contents shall not exceed 50 pounds. Base Rate - The rate for collection of refuse as contracted herein. C-WPREFUSECO Bulky Waste - Stoves, refrigerators, water tanks, washing machines, furniture, bagged or containerized rubbish, newspapers, magazines and other waste, other than construction debris, dead animals, hazardous waste or stable matter with weights or volumes greater than those allowed for bins or containers, as the case may be. Brush - Tree parts, branches, shrubbery, foliage, grass, leaves and other coarse vegetation. Construction Debris - Waste building materials resulting from construction, remodelling, repair or demolition operations. Container - A receptacle with a capacity of greater than 20 gallons but not more than 32 gallons (unless approved by Contractor) constructed of plastic, metal or fiberglass having handles of adequate strength for lifting, and having a tight fitting lid capable of preventing entrance into the container by vectors. The mouth of the container shall have a diameter greater than or equal to that of the base. The weight of a container and its contents shall not exceed 50 pounds. Garbage - All normal and usual household waste products that are placed in approved containers for collection purposes and are usually a mixture of putrescible, combustible and incombustible materials, such as organic wastes from food preparation and consumption, wrapping and packaging materials, metal, glass and plastic containers and other items. Refuse - Refuse shall mean and include any combination of Garbage, Rubbish and Brush. Residential Unit - A dwelling unit occupied by a person or group of persons. A residential unit shall be deemed occupied when either water or domestic light and power services are being supplied thereto. Rubbish - A mixture of small, non-putrescible household, waste products containing a high percentage of combustible materials such as paper, cardboard, plastics, wood scrap, and including non-combustibles such as glass, crockery, cans and light scrap metals. ARTICLE 3 . TYPE OF COLLECTION The Contractor shall provide curbside collection of up to six sacks or bundles of refuse to each residential unit two (2) times per week, however, when collecting of refuse is limited to one time a week due to a holiday, Contractor shall collect up to twelve sacks or bundles of refuse. Containers, bags, etc. shall be placed at roadside for collections by 7: 00 a.m. on the designated collection day. Brush not placed in a sack or container shall be placed in bundles of no more than fifty (50) pounds and four (4) feet in length. Sacks or containers of solid waste shall be limited to fifty (50) pounds or less. The Contractor shall provide for collection on one regular pick-up day per week of bulky waste which meets the above specifications. This service shall be included in the cost for collection of service units. 2. When construction work is being performed on right-of-way, containers, bags, etc. shall be placed as close as practicable to an access point for collection vehicle. The Contractor may decline to collect any container, bag, etc. not so placed. Containers shall be replaced by the Contractor where found and placed upside down with the lid placed on top of the overturned container. Containers will be handled with utmost care and protected from damages by careful handling. Contractor shall not be required under this contract to enter private driveways to individual residential units. However, a residential unit shall pay an additional fee over and above that paid by the City under this contract for such special service directly to the Contractor. Contractor shall notify City of such arrangements and shall submit to the City a certificate or letter of indemnification satisfactory to the City from the residential unit prior to beginning any such special service. ARTICLE 4. OPERATION A. Hours of Operation - Collection of residential solid waste refuse shall not start before 7:00 a.m. or continue after 8:00 p.m. Provided however, in the event of mechanical breakdown or other similar unusual circumstance, Contractor may make reasonable exceptions to the designated hours of collection in order to complete the required collection. B. Routes of Collection - Collection routes shall be established by the Contractor. Contractor shall submit a map designating the collection route to the City for its approval. The Contractor may from time to time propose changes to the City for its approval. Contractor shall promptly give written notice to the affected service units. C. Holidays - Contractor shall not be required to collect refuse on the following holidays: New Years Day, Memorial Day, July 4th, Thanksgiving and Christmas. D. Complaints - All complaints shall be made directly to the Contractor and shall be given prompt and courteous attention. In the case of missed scheduled collections, the Contractor shall arrange for the collection of the refuse not collected within 24 hours after the complaint is received. A quarterly report of such complaints shall be made to the City and the Contractor may make an investigation to determine if such allegations are valid and shall make a report of said investigation to the City and the City shall have the option to investigate the complaint. E. Collection Equipment - The Contractor shall provide an adequate number of vehicles for regular collection service and spare vehicles in order to insure proper service level. All vehicles and other equipment shall be kept in good repair, appearance and in a sanitary condition. Each vehicle shall 3. have clearly visible on each side' the identity and telephone number or numbers of the Contractor and the vehicle number. All vehicles shall be radio dispatched. Vehicles shall not be housed in residential areas. Vehicles may be housed within the City in a location approved by the City. F. Office - Contractor shall maintain an office within the City limits, unless written approval of the City is obtained in advance, which approval shall not be unreasonably withheld. The approval of this Contract shall constitute the City's approval of the Contractor's office location on County Road 172 . It shall be staffed by a person with adequate authority and ability to maintain proper level of service and to immediately respond to complaints and problems. It shall be equipped with sufficient telephone lines and shall be opened from 8: 00 a.m. to 5:00 p.m. on regular collection days. Contractor's telephone system shall be of a type such that no customer anywhere in the City will need to call collect or pay for a long distance telephone service. G. Hauling - All refuse hauled by the contractor shall be contained or enclosed so that leaking, spilling, blowing and littering are prevented. All methods of hauling waste shall comply with applicable City, State and Federal laws and regulations. H. Disposal - All refuse collected for disposal by the contractor shall be hauled to the appropriate disposal site approved and permitted by the State Department of Health and at a location approved by the City of Round Rock. Any charge for disposal shall be included in the rate set forth herein. I. Notification - The Contractor shall notify all service units about complaint procedures, rates, regulations and days scheduled for solid waste collection and of any such changes thereof. Such notice shall be approved by the City. J. Point of Contact - All dealings, contacts, etc. between Contractor and the City shall be directed by the Contractor to the City Manager or his appropriate representative. K. Litter or Spillage - The Contractor shall not litter premises in the process of making collections, but he shall not be required to collect any refuse that has not been placed in approved containers or in a manner herein provided. During hauling, all solid waste shall be contained, tied or enclosed so that leaking, spillage or blowing are prevented. In the event of spillage by the Contractor, the Contractor shall be required to clean up the litter at no additional cost to the City. L. Refusal to Serve - The contractor may refuse to serve a location as specified under one or more of the following conditions: 4 . 1. Contractor may refuse to collect refuse which is not placed in an approved container, bag or properly bundled. 2 . Contractor may refuse to collect refuse which is not placed in a proper location as specified herein. 3 . Contractor will not be required to collect non-collectible waste except as directed as a special pick-up by the appropriate authority of the City or upon request directly from a residential unit. 4 . Contractor may refuse to collect refuse in excess of six (6) containers, bags or bundles, when regular twice a week collection is provided, and twelve containers, bags or bundles when a holiday limits collection to one time a week. The customer shall be notified of any refusal of service and a copy of said notice shall be sent to the City. Said notice shall inform the customer of the reason for the failure to serve him and shall designate instructions as to what will be necessary for service to be restored. M. Collection Personnel - The Contractor shall assign a qualified person or persons to be in charge of the operations in the City and shall furnish the name or names of such persons to the City. Information regarding the experience and qualifications of said persons shall be furnished and such persons shall have full authority to immediately respond to complaints or problems and shall be able to maintain adequate level of service. 1. Contractor's collection employees shall wear clean appropriate attire. 2 . Each employee shall carry a valid Texas operator's license for the type of vehicle he is operating. 3 . The Contractor, employees, officers or agents or agents or anyone acting or claiming to act on behalf of the Contractor shall at no time be allowed to identify themselves or in any way present themselves as being employees, officers, or agents of the City of Round Rock and any employee so representing himself may be discharged at the option of the City. 4 . The Contractor shall provide operating and safety training for all employees and shall comply with all OSHA regulations. ARTICLE 5. COMPLIANCE WITH LAWS The contractor shall conduct operations under this contract in compliance with all applicable City, State and Federal laws. 5. ARTICLE 6. LICENSES AND TAXES The Contractor shall obtain all licenses and permits and promptly pay all taxes required by all municipalities, the County and State. ARTICLE 7. TERM OF THE CONTRACT The term of this Agreement shall commence on October 1, 1990 and shall continue in effect for a minimum period of three (3) years. The term shall be automatically renewed from year to year such that the balance of the term remains three (3) years unless either party hereto shall give written notice of termination by certified mail to the other at least thirty (30) days prior to the last day of any contract year hereunder. Such notice shall serve to terminate the automatic one year renewal provisions and the agreement shall remain in effect for the remainder of the three year term then outstanding. ARTICLE 8. INSURANCE The Contractor shall at all times during the terms of this Contract maintain in full force and effect, Employer's Liability, Workman's Compensation, Public Liability and Property Damage Insurance. All insurance shall be by insurers and for policy limits acceptable to the City and before commencement of work hereunder the Contractor agrees to furnish the City certificates of insurance or other evidence of satisfactory to the City to the effect that such insurance has been procured and is in force. The certificates shall provide that the City is an additional named insured. For the purpose of the contract, the Contractor shall carry the following types of insurance in at least the limits specified below: COVERAGES: LIMITS OF LIABILITY: Workmen's Compensation Statutory Employer's Liability $500, 000 Bodily Injury Liability $500, 000 each occurrence Except Automobile $1, 000, 000 aggregate Property Damage Liability $500, 000 each occurrence Except Automobile $500, 000 aggregate Automobile Property Damage Liability $500, 000 each occurrence Automobile Bodily Injury Liability $500, 000 each person $1, 000, 000 each occurrence ARTICLE 9. PERFORMANCE BOND The Contractor shall furnish to the City a performance bond for the faithful performance of this agreement. It shall be executed by a surety company licensed to do business in this state and shall be in the penal sum of 25% of the estimated first annual year's billing (based on the 6. bid and the estimated number of residential 'and commercial customers to be served) . Said bond shall indemnify the City against any loss resulting from any failure of performance by the Contractor not exceeding, however the penal sum of the bond. Premium for the bond described above shall be paid by the Contractor. A certificate from the surety showing that the bond premiums are paid in full shall accompany the bond. The surety on the bond shall be a duly authorized corporate surety company authorized and licensed to do business and doing business in the State of Texas and shall be approved by the City. Attorneys in fact who sign performance bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. ARTICLE 10. COLLECTION RATES For collection and disposal of refuse as required by this Contract, Contractor shall charge $6.87 per unit per month. The Contractor may petition the City for rate adjustments at reasonable times on the basis of changes in its cost of operations, such as changes in statutes or the cost of utilizing land fills. Contractor shall be entitled to a fair, just and reasonable rate in relation to the cost of providing the service contemplated by this Contract. ARTICLE 11. BILLING AND COLLECTION The City will be responsible for billing and collecting of refuse accounts. The City will pay the Contractor for services rendered before the end of the month following the month of collection. Said billing and payment shall be based on the rate provided herein multiplied by total number of units being served. The City will withhold from payment to Contractor an amount equal to twenty (20%) percent of the total amount collected to cover the City's cost of billing, collection, and administration. Monthly payments to the Contractor shall be based on actual numbers of pick-ups for any unit not receiving a full month's service. The City shall under no circumstances be required to pay more than the cost of the standard City service under the contract, however, should any customer default in paying its share of the cost of the service actually provided, the Contractor shall not be required to continue any service to such customer until proper remedy of the default. ARTICLE 12 . TRANSFERABILITY OF CONTRACT No assignment of this Contract or any right occurring thereunder, or sale of stock or other ownership interest shall be made in whole or part by the Contractor, either voluntarily or involuntarily or by any 7. process of law and shall not be or come under the control of' creditors or trustees in bankruptcy of Contractor and any filing of bankruptcy petition, respite or otherwise, shall immediately, at the option of the City, terminate this contract; however, such termination shall not affect the liability of any performance bond and the City shall have the option to call upon the performance bond and the surety thereunder. Contractor shall not sub-contract any portion of this Contract to any person, party, or firm without the expressed written consent of the City. In the event of any sale transfer or assignment consented to by the City, the transferee as its legal representative shall agree in writing with the City to personally assume, perform, and be bound by the covenants, obligations, and agreements contained herein. ARTICLE 13 . OWNERSHIP Title to solid waste shall not pass to the Contractor but shall remain the property of the City of Round Rock until disposed in accordance with these specifications. ARTICLE 14. DISCONTINUED SERVICE AND OTHER BREACHES OF CONTRACT A. If the Contractor fails to provide the refuse collection services required by this agreement for a period in excess of five consecutive, scheduled, working days, the City may take the following actions: 1. At its option, take possession of all of the Contractor's equipment and facilities used in performance of this contract. 2 . Employ such means as it may deem advisable and appropriate to continue work until such matter is resolved and the Contractor is again able to carry out his operations under this contract. 3 . Deduct any and all operating expenses incurred by the City from any money then due or to become due the Contractor, and should the City's cost for continuing the operation exceed the amount due the Contractor, collect the amount due, either from the Contractor or surety or both and also to assert a lien on all properties of the Contractor. 4. During such period, the liability of the City to the Contractor for loss or damage to equipment and facilities so used shall be that of a bailee for hire, ordinary wear and tear being specifically exempt from such liability. 5. If the Contractor is unable, for any cause, to resume performance at the end of 30 days, all liability of the City to the Contractor under this agreement shall cease and the City shall be free to negotiate with other Contractors for the operation of said refuse collection service and/or take the actions provided below for 8. bankruptcy, default, breach of contract'. Such actions shall not release the Contractor herein of his liability to the City for such breach of agreement. B. In the event Contractor shall be adjudged bankrupt, either by voluntary or involuntary proceedings, then this Contract shall immediately terminate and in no event shall this Contract be, or be treated as, an asset of Contractor after adjudication of bankruptcy. If Contractor shall be proven insolvent, or fail in business, this Contract may be terminated at the option of the City. C. All terms, conditions and specifications of the Contract are considered material and failure to perform any part of the Contract shall be considered a breach of Contract. Should Contractor fail to perform any of his contractual obligations, the City may at its option terminate the Contract ten days after written notification to the Contractor to remedy the violation within said time. D. In the event of termination of the Contract for breach, default or bankruptcy as specified above, the City shall have the right to forthwith take possession of all of the Contractor's equipment, facilities and records used in performance of this contract as follows: 1. The City shall have the right to retain possession of said equipment, facilities and records until other such items can be acquired by the City for operation of the system or another Contractor is engaged to perform the service. 2 . The City shall have the right at its option to purchase Contractor's equipment and facilities at the depreciated value thereof. E. Should it become necessary for the City to employ an attorney to enforce the provisions of this contract, the Contractor shall be responsible for the payment of reasonable attorney fees. ARTICLE 15. CONTRACTOR'S PROPERTY A. The Contractor shall not transfer, sell, assign, lease, surrender, abandon or permit to lapse his title or right or possession in and to any real or personal property used in the performance of this Contract without the prior written consent of the City. Any attempt to do so without such permission shall constitute a material breach of contract. B. The Contractor shall maintain a complete inventory of all real property, building, furnishings, containers, vehicles and any other pieces of equipment necessary for the performance of this Contract and shall furnish the City with such inventory. 9. C. The Contractor shall inform the City of all additions to said inventory within a reasonable time but not more than thirty (30) days following any transaction. Deletion of equipment shall be made only after express approval of the City. D. Garbage collection equipment shall be of the enclosed load packer type and all equipment shall be kept in good repair, appearance, and in a sanitary, clean condition at all times. The Contractor shall have available at all times, reserve equipment which can be put into service and operation within two (2) hours of any breakdown. Such reserve equipment shall substantially correspond in size and capability, to the equipment used by the Contractor to perform its duties hereunder. ARTICLE 16. CONTRACTOR'S LIABILITY Contractor shall pay all just claims for the payment of all employees and mechanics for labor performed, for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used in the performance of the Contract. The Contractor shall upon request, submit evidence satisfactory to the City that all payrolls, disposal fees, equipment or material bills and other indebtedness pertaining to the performance hereof have been paid. ARTICLE 17. LIQUIDATED DAMAGES As a breach of the service provided by this contract would cause serious and substantial damage to the City and its occupants, and the nature of this contract would render it impracticable or extremely difficult to fix the actual damage sustained by the City by such breach, it is agreed that in case of breach of service, the City may elect to collect liquidated damages as specified below and not as a penalty, the amount set forth below, such sums being agreed to as the amount which the City will be damaged by the breach of such service. An election to seek such remedies shall not be construed as a waiver of any legal remedies the City may have as to any subsequent breach of service under this contract. A truck beginning residential collections prior to 7: 00 a.m. or continuing such $100.00 per day collection after 8: 00 p.m. per truck Failure to collect missed pick-ups within $20. 00 per missed 24 hours of notification to Contractor. pick-up Repetition of complaints on a route after notification of spilling, non-collection, or similar violation. $100.00 per day 10. Such liquidated damages as the City shall elect to 'collect will be deducted from the monthly payments due the Contractor. ARTICLE 18. SPECIAL PICK-UP RATES For the collection of refuse which does not meet the specifications provided for herein, or for other collection service requested by a unit, the Contractor shall charge no more than ten dollars ($10.00) per cubic yard with a minimum of thirty dollars ($30.00) per service call. ARTICLE 19 . MISCELLANEOUS PROVISIONS A. Independent Contractor It is expressly understood and agreed by and between the parties that the Contractor is hired and engaged as an independent contractor and is not an officer, agent or employee of the City. B. Indemnity Contractor shall indemnify and save harmless City and its agents and employees from all suits, actions, or claims of any character, type, or description brought or made for or on account of any injuries or damages received or sustained by any person or persons or property, arising out of, or occasioned by, the acts of Contractor or its agents or employees, in the execution or performance of this contract. C. Force Majeure In the event that the performance by Contractor of any of his obligations or undertakings hereunder shall be interrupted or delayed by any occurrence and not occasioned by the conduct of either party hereto, whether such occurrence be an act of God or the common enemy or the result of war, riot, civil commotion, sovereign conduct, or the act or conduct of any person or persons not party or privy hereto, then he shall be excused from such performance for such period of time as is reasonably necessary after such occurrence to remedy the effects thereof. D. Attorney's Fees If any legal action is brought by either of the parties hereto, it is expressly agreed that the party in whose favor final judgment shall be entered shall be entitled to recover from the other party reasonable attorney's fees in addition to any other relief which may be awarded. E. Cumulative Remedy Clause The rights and remedies granted in this agreement to City in the event of default are cumulative, and the exercise of such 11. rights shall be without prejudice to the enforcement of any other right or remedy authorized by law or this agreement. F. Venue Provision The obligations and undertakings of each of the parties to this agreement shall be performable in Williamson County, Texas. G. Entire Agreement Clause This agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof and contains all of the covenants and agreements between the parties with respect to said matter. Each party to this agreement acknowledges that no representations, inducements, promises, or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement, or promise not contained in this agreement shall be valid or binding. H. Partial Invalidity If any term, provision, covenant, or condition of this agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions shall remain in full force and effect and shall in no way be affected, impaired, or invalidated. I. Notice Any notice to be given hereunder by either party to the other shall be in writing and may be effected by personal delivery in writing or registered or certified mail, return receipt requested. Notice to City shall be sufficient if made or addressed to City of Round Rock, 221 E. Main Street, Round Rock, Texas, 78664, Attention: City Manager, and to Contractor at Round Rock Refuse, 1001 North Industrial Blvd. , Round Rock, Texas 78680. Each party may change the address for notice to him by giving notice of such change in accordance with the provisions of this paragraph. CONTRACTOR: Round Rock Refuse, Inc. By:—AVOA� R.4- 7-1-ER President (typed name) 12. • CITY: City of Round Rock, Texas By: )" Mike Robinson, Mayor ATTEST: Jo ne Land, City Secretary 13 . DATE: August 21 , 1990 SUBJECT: City Council Meeting, August 23 , 1990 ITEM: 9D. Consider a resolution authorizing the Mayor to enter into a contract for garbage services. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: The present garbage collection contract expires on September 13, 1990. The staff has reviewed and revised the existing contract to better reflect the current arrangement between the contracts and the City. The changes will be discussed at the meeting. JLZ COMMERCIAL N Lloyds Insurance Company TEXAS STATUTORY PERFORMANCE BOND (Penalty of this bond must be 100%of Contract amount) STATE OF TEXAS BD13083 COUNTY OF TRAVIS BOND NUMBER.......................... KNOW ALL MEN BY THESE PRESENTS: That—Round Rock Refuse, Inc. ........................................................................................................... CON .............................................. ............................................................... ........... (hereinafter called the Principal), as Principal, and COMMERCIAL LLOYD'S INSURANCE COMPANY (hereinafter called the Surety), as Surety, are held and firmly bound unto ................................. City of Round Rock ........................................................................................................................ .................................................................. ...................................................... ........................................................................................................................ (hereinafter called the Obligee), in the penal sum of.One Hundred Fifty.T�ousand and .... ............................... no/100 --------------------------------------------------------------- ...... .................................................................................................. Dollars ($..150.,0-Q 0.,Q-Q- for t he payment of which sum weII and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the Ist .................day of..Jul y................1993......., a copy of which is hereto attached and made a part hereof, for Refuse Hauling : - NOW,THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED HOWEVER, that this bond is executed pursuant to the provisions of Article 5160, Revised Civil Statutes of Texas and all liabilities on this bond shall be determined in accordance with the provisions thereof to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 1st ........................ day of ....July................ . 19..9.3 Round Rock Refuse, Inc. ................................................... ...................................................... ................................................... ........................................................ ............................................. F 1COMERCIAL LLPYD'S IN UR E=CO W 4.4 Y, _C............ ... ................................. By.. .......... .. . .............. W. Schuler Attomey-in-fadt 7 2 V Comm ercia�7..loyd's Insurance Company MMMERCIAL1308339of S.Lamar ..,,,,..��►► Austin,Texas 78704 UwS kumm COII1l " POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Union Commercial,Inc.,a Corporation duly organized and existing under the laws of the State of Texas,having its principal office in Austin,Texas,Attorney-In-Fact for the Underwriters at Commercial Lloyd's Insurance Company, pursuant to the following resolution which is now in full force and effect: "That each of the following officers: the President,or any Vice-President,may from time to time appoint Attorneys-in-Fact,and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority and other writings obligatory in the nature of a bond,and any of said officers may at any time remove any such appointee and revoke the power and authority given him," does hereby make,constitute and appoint: John W. Schuler Its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to sign,execute,acknowl- edge and deliver in its behalf,and as its act and deed,as follows: All bonds not to exceed on any single instrument one hundred fifty thousand and no/100 lL a IN WITNESS WHEREOF, Union Commercial,Inc.has caused these presents to be signed by its President,and its Corporate .0 Seal to be affixed,this 1st day of November, 1991. o�GOMwFRC/4 � �I SEAL John W. Schuler President U 46SlIN.J* } State of Texas ; County of Travis C C 1 On this 1 st day of November,in the year 1991,before me Shannon McBride,a notary public,personally appeared John W.Schuler,personally known to me to be the person who executed the within instrument as President,on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. Op SHANNON McBT tW i�j IM Commission Expires 2-5-94 Shannon McBride Notary Public CERTIFICATE I,the undersigned,Secretary of Commercial Lloyd's Insurance Company,DO HEREBY CERTIFY that the fryegoing and attached Power of attorney and Certificate of Authority remains in full force and has not been revoked: igned and Sealed at the said Company at Austin,Texas dated this 1st day of� i,�ly ' 19 93 SEAL Secretary 'usriw RECEIVED SureTec Insurance Company OCT 5 - 2007 Continuation Certificate Performance Bond The SureTec InsuranceCompany— (hereinafter called the Company) hereby continues in force its Bond No. 41snonn in the sum of One Hundred Fifty Thousand and 00/1 00th Dollars, ($ 150,000.00 ). On behalf of Round Rock Refuses Inc , as Principal and City of Round Rock , as Obligee for the (extended) term beginning on October 27, 2007 and ending on October 27, 2008 subject to al the covenants and conditions of said Bond, said bond and this and all continuations thereof being one continuous contract. This continuation is executed upon the express condition that the Company's liability under said Bond and this and all continuation thereof shall not be cumulative and shall in no event exceed the sum of One Hundred Fifty Thousand and 00/100th Dollars. IN WITNESS THEREOF, the Company has caused this instrument to be signed by its officers proper for the purpose and its corporate seal to be affixed on September 13 2007. SureTec Insurance Company Surety Witness By: Jo n W. Schuler ',Attorney-In-Fact POA tl• 4221095 SureTec Insurance Company umber: 4350000 MUTED POWER OF ATTORNEY Know AM Men by These Presents, u existing under the laws That SURETEC INSURANCE COMPANY (the "Company'), a corporation duly organized and make,constitute and appoint the State of Texas,and having its principal office in Houston,Harris County, Texas, does by these presents John W.Schuler of Austin, Texas its true and lawful Attorney(s)-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/]00($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until June 30 2008 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(*in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledgc and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such in stnnments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be tt Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20r'ojApril, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 20th day of June,A.D.2005. �SVRANt- RETEC INS CE COMPANY W By: , State of Texas ss: ?� � 12 Bill King, r It County of Harris ♦ ��`� On this 20th day of June,A.D.2005 before me personally came Bill King,to me known,who,being by me duly swom,did depose and say,that he resides in Houston, Texas,that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above Board of Directors of said Company;and instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the that he signed his name thereto by like order. M *9 Dwmy Noby Pubib • * liars d Texas ] Mr Cow*"EON Mich flee Denny,Notary pubrc 27,2008 My commission expires August 27,2008 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston,Texas this 13th day of September 2007 A.D. M.Brent Beaty,Assistant Se re ry Any Instrument Issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8.00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,Texas 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for,and the surety thereon shall not be liable for,molds,living or dead fungi, bacteria,allergins, histamines,spores,hyphae,or mycotoxins,or their related products or parts,nor the remediation thereof,nor the consequences of their occurrence,existence,or appearance. Triple Rider with Mold Excl.doc rev.1_1_06 1