Loading...
Project No. 24004 Manual atyo '144141111‘' Salina KANSAS DEPARTMENT OF PUBLIC WORKS PROJECT MANU A - PROJECT NO. 24004 2024 PAVEMENT SEALING FEBRUARY - 2024 GG Cityof KANSAS DEPARTMENT OF PUBLIC WORKS PROJECT MANUAL PROJECT NO. 24004 2024 PAVEMENT SEALING FEBRUARY-2024 I I 1 City of sairma KANSAS PROJECT NO. 24004 2024 Pavement Sealing Bill Longbine,Mayor COMMISSIONERS Trent W. Davis,M.D. Michael L. Hoppock Jerry Ivey II Greg Lenkiewicz Engineer's Seal Otti IIf11/11/ Michael D. Schrage, City Manager ���`�\v),•( .lO/� ;�ir,' e, 4i**• Nikki Goding, City Clerk ,v • 41 • Daniel R. Stack,P.E., City Engineer s"a Tr?� ;•2� * * * * �,����%• ••4 ' "/,,/SSIONA- FEBRUARY—2024 I 0 PUBLIC WORKS DEPARTMENT City of Jim Teutsch, Director 300 West Ash,Room 205 Jim.Teutsch@Salina.org P.O.Box 736 Daniel Stack, P.E., City Engineer Salina,KS 67402-0736 Dan.Stack@Salina.org TEL • (785)309-5725 Jim Kowach, P.E., Operations Manager FAX • (785)309-5713 JiKowach@Salina.org TDD • (785)309-5747 Sawww.Salina-KS.gov January 8, 2024 Subject: Project No. 24004 2024 Crack Seal Addendum Number 2 Dear Planholder: The specifications and plans for Project Number 24004, 2024 Crack Seal in the City of Salina, Kansas, dated February 2024, are hereby amended in the following particulars only; all other terms and conditions remain unchanged. 1. The bid form is hereby replaced with the attached bid form. The completion dates have been updated to the correct year. This addendum is hereby a part of the contract documents to the same extent as though contained in the original documents and all itemized listings thereof. Provisions in this document supercede similar and/or conflicting provisions in the original bid package. Sincerely, 6.4 C)),LA— Kent R. Johnson, P.E. Civil Engineer Attachments: Bid Form Engineering ♦Streets •"I raflic Control t 1ioc t Control • Central Garage • Sanitation : Landfill Our Mission is to Build and Maintain a Clean, Safe Community BID FORM TO THE BOARD OF COMMISSIONERS CITY OF SALINA,KANSAS Project Name: 2024 PAVEMENT SEALING Project:No.: 24004 Commissioners: 1. Proposal to Enter into Contract. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into a Contract with the City to perform all Work as specified or indicated in the proposed Contract Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the proposed Contract Documents. 2. Bidder's Acknowledgments. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request by the City. Bidder will sign and deliver the required number of counterparts of the Contract with the bonds and other required documents,within 10 days after the date of the City's notification of award. 3. Bidder's Representations. In submitting this Bid, Bidder represents that: a. Bidder has carefully reviewed the proposed Contract Documents and the following addenda,receipt of which is hereby acknowledged: 1. Added North Street, updated quantities 2. Updated completion dates on bid form 3. Bidder understands and agrees that in signing this Bid, Bidder waives all right to plead any misunderstanding regarding the Contract Documents or the above- referenced addenda. b. Bidder has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress, and performance of the Work. c. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the proposed Contract Documents,and the Engineer's written explanation is acceptable to Bidder. Revised 1-2-15 13 ADDENDUM 2 BID FORM 4. Bid Price. Bidder will complete the Work in accordance with the Contract Documents for the following unit prices: ITEM DESCRIPTION QUANTITY UNIT UNIT TOTAL NO. PRICE Blowing Out Bridge Expansion 1 Joints and Deck Drains 1 LS $ $ 2 Crack&Joint Sealing 298,293 LB $ $ 3 Street Sweeping 33,518 SY $ $ Total $ Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price bid items will be based on actual quantities, determined as provided in the Contract Documents. 5. Time of Completion. Bidder agrees that the Work will be substantially completed by DECEMBER 1, 2024, and will be completed and ready for final payment in accordance with the General Clauses by DECEMBER 31, 2024. Bidder accepts the provisions of the Contract as to liquidated damages. 6. Definitions. Terms used in this Bid shall have the meanings assigned to them in the General Clauses included with the proposed Contract Documents. 7. Business Designation. Bidder represents that its business designation is as follows (check one) Individual/Sole Proprietorship Partnership ❑ Kansas Corporation Kansas Limited Liability Company ❑ Corporation* Limited Liability Company* Other: *Please indicate the state in which entity is organized Revised 1-2-15 14 ADDENDUM 2 BID FORM NAME OF BIDDER: ADDRESS: E-MAIL ADDRESS: BY: TITLE: DATE SUBMITTED: Revised 1-2-15 15 ADDENDUM 2 BID FORM Revised 1-2-15 16 ADDENDUM 2 PUBLIC WORKS DEPARTMENTpf Jim Teutsch, Director 300 West Ash,Room 205 Jim.Teutsch@Salina.org P.O.Box 736 Daniel Stack, P.E., City Engineer Salina, KS 67402-0736 Dan.Stack@Salina.org TEL • (785)309-5725 Jim Kowach, P.E., Operations Manager FAX • (785)309-5713 Jim.KowachASalina.org TDD • (785)309-5747 Sawww.Salina-KS.gov January 8, 2024 Subject: Project No. 24004 2024 Crack Seal Addendum Number 1 Dear Planholder: The specifications and plans for Project Number 24004, 2024 Crack Seal in the City of Salina, Kansas, dated February 2024, are hereby amended in the following particulars only; all other terms and conditions remain unchanged. 1. The bid form is hereby replaced with the attached bid form. The quantities for crack seal and street sweeping have been updated for the addition of North Street west of Ohio Street. The quantities also reflect some other minor corrections. 2. Sheets D-1 through D-6 are hereby replaced with the attached sheets D-1 through D-6 to reflect the changes described above. This addendum is hereby a part of the contract documents to the same extent as though contained in the original documents and all itemized listings thereof. Provisions in this document supercede similar and/or conflicting provisions in the original bid package. Sincerely, 6'4 CPA-6.--- Kent R. Johnson, P.E. Civil Engineer Attachments: Bid Form Sheets D-1 through D-6 Engineering♦ Streets ♦Traffic Control • Flood Control •Central Garage ♦ Sanitation ♦ Landfill Our Mission is to Build and Maintain a Clean, Safe Community BID FORM TO THE BOARD OF COMMISSIONERS CITY OF SALINA,KANSAS Project Name: 2024 PAVEMENT SEALING Project:No.: 24004 Commissioners: 1. Proposal to Enter into Contract. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into a Contract with the City to perform all Work as specified or indicated in the proposed Contract Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the proposed Contract Documents. 2. Bidder's Acknowledgments. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request by the City. Bidder will sign and deliver the required number of counterparts of the Contract with the bonds and other required documents,within 10 days after the date of the City's notification of award. 3. Bidder's Representations. In submitting this Bid,Bidder represents that: a. Bidder has carefully reviewed the proposed Contract Documents and the following addenda,receipt of which is hereby acknowledged: 1. Added North Street, updated quantities 2. 3. Bidder understands and agrees that in signing this Bid, Bidder waives all right to plead any misunderstanding regarding the Contract Documents or the above- referenced addenda. b. Bidder has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress, and performance of the Work. c. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the proposed Contract Documents, and the Engineer's written explanation is acceptable to Bidder. Revised 1-2-15 13 ADDENDUM 1 BID FORM 4. Bid Price. Bidder will complete the Work in accordance with the Contract Documents for the following unit prices: ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL Blowing Out Bridge Expansion 1 Joints and Deck Drains 1 LS $ $ 2 Crack&Joint Sealing 298,293 LB $ $ 3 Street Sweeping 33,518 SY $ $ Total $ Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price bid items will be based on actual quantities, determined as provided in the Contract Documents. 5. Time of Completion. Bidder agrees that the Work will be substantially completed by DECEMBER 1, 2023, and will be completed and ready for final payment in accordance with the General Clauses by DECEMBER 31, 2023. Bidder accepts the provisions of the Contract as to liquidated damages. 6. Definitions. Terms used in this Bid shall have the meanings assigned to them in the General Clauses included with the proposed Contract Documents. 7. Business Designation. Bidder represents that its business designation is as follows (check one) Individual/Sole Proprietorship Partnership Kansas Corporation Kansas Limited Liability Company Corporation* Limited Liability Company* Other: *Please indicate the state in which entity is organized Revised 1-2-15 14 ADDENDUM 1 BID FORM NAME OF BIDDER: ADDRESS: E-MAIL ADDRESS: BY: TITLE: DATE SUBMITTED: Revised 1-2-15 15 ADDENDUM 1 BID FORM Revised 1-2-15 16 ADDENDUM 1 N m O N _ Q o Q .- Q CV ,-I PH saw!oN r-_'-__1 p -fi >, a I°oW,sa, 1 Ui , ti Aalsald p Ii,:; i a la `°awe{I( �. c I __.. \ :<8 4 j N to Q ( IO I(l auols+Wi9 1_-� .�o Y _lC �`• selanod U V •1,` o IO SaIeis3 i 1•°O_. U d I I -�. ____._ �ndt.D. )N I : •6ba/pgp'N .5 2 Glen Cr ` ea4d j j �y .14, :+: 6 c PN M a : . i i .0. Y x = ,� PN a Mei p j j I /i p0. O f o_ PII Poanasal� \ I L-'----I Z a�o o• Ay v W C Lord L. ( 8 x --11.14'4. : \ -- j �\ O as1e7 y m I adsy ,,\'' j I `\ Ise, c /)sB! u!II°N I c as I4a!Pa \ j L"-aey i - ° aV'6 t Ip s14awH �� oda muo ---gas /d aA, .= 3 ll�iy la4lN 4 tui \ —, I ,...,� \ t op 3,: k, Hives PI yJ •i < JQC�sr I ' j Idle Wilde °v'+ °Iuryl I'vd taO5 I ;p SU I ' n S v , ualk,l Iled I 'I c e a +O tiled any euWpul �.;pv"'mg"!g f>•�F ,\ •----, Y pooma,e1 4p ty c o Os c n i dv t 7. " Sd an any aNAMII I / w's m • \\\.\\ �') o ? 3 ° c P Os tl u 0� OO 3 -----"----1: es-f `Ts°!4�_-_ _ . !n 4)4" uo) n a o j I pi, j any -� an Q< 3 z o _' o \\. I ` suuell w. ta a r L ( is `.\ .* u an ., any o W k n I I . Gs ` i;qv4e.. A .any a .IO owl) I I c •lePia0 >e p < E.o �I ° p o J .-_'-_ 1IS Iuoy is luo,1 _._. I j j 15 NZ < i5• 15 NZ 15 PNZ p� 'w �is PN2 _� Is t DNF is paf is ibis is psi .,,o+,,,,,, L IS psi any H-sji ISV� ° vs1541OrnSr �Ppoo_-__-__- _-__- ),fy.�`� 1-.1 �:dIS VL 7i ° Is41111: '�.,� r z s 1 ` c 'E 41t < YY c I !s IS It 3 ° San` • - _ - 111I _ _- � c d IsB41g is 418 a-tl-= 1IST .-I \: - y is' 410135 '^ an W!UIS11 + � • iS 41£ g a m STii5ti5 410T o 410, rKr1c ,ttI +' V1 v 41ST K41 T �11TI _ "15 11TH ° a ' c S 15 El iS o ; IS 4171 Is `t y 41TI i ) I__-. _ / UM c, c IS an £T y, iS+aMvg 41Z[ 03 uI5412[ I E 1 j J' L..-8atr`Y ouAag sdgl! sMll! R .... 6'an o,W 1 - j a St•`� =N �,tlp V f IS an .- _l Idls = lS MI 0 aso.auoyy >Iwlu H o • IS>rlvU '"'- I } I° i------'j •_`,its t ago ss iS oga aS 03.3,4 oa•IS !,$n z aleld i = I \ empeol V �`�.= 1„Ana )a Ia41!w E ' c y,V O c Q I I ' \ any .;\-/t.17 ` - `` .- II!yaug,!ynn awnt 'per Z any auo4!0 OZ 1 ia�IOo iP4/8 r,^p �''�" J 11 I We,IP°,t a. 1ce = j Z L. 1 17 D-1 /- -' ' co m z II N i• y a,;, ,,l I (NI ..-1 !•------------------•----�_--- i O _3adK7 noo'Wun/7 lfl r: 9' ` s-1.% L kd I Ip Pb"PM^W LS:._..� m o >p a8p111 ; iv u r!ION RedloP,--��� 'c 1p lxunS 3` f0 ma Ridge !e m1�-playa>loo>8 -"---,i 1 s i-\ ai ^ O '>3lua E a/ r0 nsa,A Aad;> c 1sn uq V tJ _—_ I a r 1,41e 7 a bel O." I_ t- 01 lndsy>el rJo:I"( 4c'°1tPLn--:J U IJ — sh\eid3IiSa11°� 4,4*� i - ; r rlunowAlely Io VIIPO Overlook sc kir i ylels dody�' J. 0 /• ....„---,T.'lg H•g0Tr — — \y _. 1. 1 /' 1 l r l) sadd `I I / ago yT,< ( = ----------- Red N.---------f y U�I c fox toles J t _./' i� l)ale3lsei O4 RedhaWk 1_�...—. ' Y s,°On Courtnev Dr u7�lslup ul>,oi to v: al>euub o �� e}',s. c `o,„ paa o C 3 t\ to `_Q_ (' _—__—. .— z` b yl!ei x w Il uusn� °. °" - '° PN > i t __ E ptl yoolgnsopealy- .0 5 1, uuu o Y 0.p� .O au .•�C - as!h01,1 I i Q w.,,,„; 'r� $ 1p J la>°4S Mat.UoN I c 1 3 Q1 pL < a e q aP PH Pd .°n 'o�d�eya Asa IopesseVwtl s,,-,- 0 'I 1 l)< I a G I I 1 • So^' I aP =IJ = ai I I PT Ialsa >uew Pual' . D Ie. J V e sAI _ > 11 15.., ' .a i c - ,° ♦ anq hIP c a t�8._ any ; �' yO b d a 4Y Owe ♦ aloin. S Y ,.,'€.,,, M ' K s, f "' a WO S�/ S of P r S Y m e' uT " 3',,� Z ° rx. I a 1 x r a awe{ayy a u e KI cad L - g <i o Os III (Moil c a °> m C•,,,,, • ymo N_ m o tal'at,.t `i 2 Cys°U°a 0 f 10 Aileda a le >p L v` ip ssa.3o.d 1p?,sa,any I a>ouyl m F� \ Vo1S 75 puo a •>u a s r`o�.�5a�a• s m o is °8 t poonMel " rce c IIoN m o• , 4v o v •'UlIP ',5�1 .d ss C " S'st. .1 ¢ e I -F ----x a. a a a>-. 1. iy° O • ul eRpurl ep ,l lun+i,�N a � ° Am; b d e •q ba py u,Vo ",�, PN2 E iS(j51 .. 15 auwgs0 c O a te�o s a = 10 uoninwi I anq ca al' Y74 cr e P scar ani \to- 11 poohAm •. PNE c a 41► a PaiF°Al 5t ale ' S4 Aa!4 'Ksk 1nterpile Dr I N c 3 PH ls.nAl>oI 1• V 4 4 _ li C 6 a u Y E i5 > 3 a. - 3 > suowwi5 a`� ••¢' Mtl POeP 3!11 Markel SS . , . =Q an.Puel4!Fi C 31a s c' v P{ EE • ii I;"n ss '. °a 3 e ..ea i ueb P\anet ave .� t 1 4,e J f (--- r. r o E ISViuu 3 is Viol 4, t ~ I 3 LL 1S VITT S a c v. g a I) PIS _� c 4 I o IS aPuna45 IS 3u!yslad 15 +. a / _i ;4°±r _I,c E • !I-"--- se Vas JO 444*. c '44° .40'r .'6 seZr // I �' 1��� J d Ar burl • o JI I) ..I I .t *age q •pt u v a Il WM) pr 0/ / ^./ 5 Pro Io he Ct r psag s: 'Ir / 1, I l i a a u N El I ;—__—__—__—__- anq ars o . t a l,,s,.OtUSi i N °O,-,°°-//' y ll Uel�br 4.aa. e a`nq �$a 3 Be Ste '.�• z 'W L u gals CV`P`K wwod la Y E °,e 37 // '.- .1 m � Ip Pre; I anlr, Xl n Si"Vve � 01 sla39l{= a . s g� oloIxoi 11,o,,,„4a u is Pe43 / - 3 2 1 `• I 104309 'n a'�> w +, u _ 4, i ICI nsoll!M ----_ --- V " • _ I 1: o 1 anq arq u„..„ •—_----�1sY47!OQ'1S v - el ue> b.. _,-e: � '/ I 44 c,,a I _• 3 i . • r....,,, i 13 Plo i I YN Q I I Z j I , — — — — — — — — — — — — Z -401111111( U L. I O I I H Py uodllq 1 1 D-2 o i 1 I Crack Seal(Ib) Street AREA Sweeping Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) 5/1/2024 RXR @ 310 E NORTH OHIO ST 3347 34 12,644 7,296 12,644 NORTH ST (UBAS) EASTBOROUGH RD CITY LIMIT COUNTRY CLUB RD 2152 24 5,739 3,311 5/1/2024 NORTH ST NORTH END 325 33 1,192 688 S TH ST (CHIP) EUCLID AVE STIMMEL RD 2680 24 7,147 4,124 ARMORY RD GRAVEL(SOUTH) SOUTH ST 530 41 2,414 1,393 MONARCH RD BEGIN FRONTAGE RD 860 28 2,676 1,544 SOUTH ST WEST END BROADWAY BD 900 28 2,800 1,616 5TH ST PACIFICAVE EUCLID 2166 33 7,942 1,616 WEST END FAIRDALE RD 1030 28 3,204 1,849 APPLEWOOD LN FAIRDALE RD PVMT CHG 34 28 106 61 GEORGETOWN RD SEITZ DR 677 28 2,106 1,215 AULLWOOD RD BROOKWOOD LN GLEN AVE 1306 28 4,063 2,344 BEECHWOOD RD PHEASANT LN NORTHWOOD LN 1463 28 4,552 2,626 5/1/2024 BROOKWOOD LN MARYMOUNT RD BEECHWOOD/PVMT CH NG 581 28 1,808 1,043 (MICRO) GEORGETOWN RD BEGIN 1525 29 4,914 2,835 GEORGETOWN RD BROOKWOOD LN SEITZ DR 1198 28 3,727 2,151 CRAWFORD ST PVMT CHG(NORTH) 572 28 1,780 1,027 NORTHWOOD LN MARYMOUNT RD BEECHWOOD RD 591 28 1,839 1,061 FAIRDALE RD GLEN AVE 1407 28 4,377 2,526 PHEASANT CR BEGIN PHEASANT LN 335 28 1,042 601 PHEASANT LN MARYMOUNT RD FAIRDALE 1109 28 3,450 1,991 GEORGETOWN RD SEITZ DR 870 28 2,707 1,562 STEWART LN BROOKWOOD LN SEITZ DR 558 j 28 1,736 1,002 VILLAGE LN END(CUL-DE-SAC) FAIRDALE 1001 28 3,114 1,797 GEORGETOWN RD SEITZ DR 784 28 2,439 1,407 PHILLIPS AVE CHARLES ST PRESCOTT AVE 582 28 1,811 1,045 1,811 CRAWFORD ST CHARLES ST 554 28 1,724 994 5/1/2024 RETURN @ STARLIGHT DR 35 24 93 54 CRAWFORD ST RETURN @ ROLLING HI LS CIR 36 24 96 55 RETURN @ ASPEN RD 36 23 92 53 RETURN @ BRIARCLIFF RD 36 27 108 62 COLLEGE AVE 9TH ST 2,140 38 9,036 5,214 IRON AVE 4TH ST FRONT ST 1,106 68 8,356 4,822 9TH ST 4TH ST 1,516 68 11,454 6,609 NORTH ST CITY LIMIT(EAST) OHIO ST 3,876 33 14,212 8,200 10TH ST IRON AVE ASH ST 821 33 3,010 1,737 12/1/2023 BROADWAY BD INEZ AVE 2,192 33 8,037 4,638 (CRACK) PRESCOTT AVE MORRISON AVE 761 31 2,621 1,512 11 TH ST - PVMT CHG(SOUTH) WALNUT ST 774 42 3,612 2,084 WALNUT ST PVMT CHG(NORTH) 32 33 117 68 IRON AVE STATE ST 384 28 1,195 689 Subtotal (North) 86,521 14,455 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO DATE 1 SHEET 24004 1 JAN 24 D-3 ADDENDUM 1 Crack Seal(Ib) Street Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) 12TH ST PACIFIC AVE BROADWAY BD 866 33 3,175 1,832 5TH ST PACIFIC AVE GRAND AVE 1364 33 5,001 2,886 8TH ST PACIFIC AVE OTIS AVE 1968 33 7,216 4,164 ANTRI M AV 9TH ST 8TH ST 302 28 940 542 ASH ST OHIO ST RIVERSIDE DR 440 33 1,613 931 SANTA FE AVE OHIO ST 4302 28 13,384 7,723 ELM ST COLLEGE AVE 9TH ST 2119 38 8,947 5,162 9 TH ST SANTA FE AVE 968 51 5,485 3,165 ASH ST ELM ST 846 22 2,068 1,193 FRONT ST 12/1/2023 IRON AVE ASH ST 820 38 3,462 1,998 (CRACK) FRONTAGE RD(N.9TH) 9TH ST GOLD RD 1486 24 3,963 2,286 HARSH AVE 9TH ST BEGIN(EAST) 2,214 28 6,888 3,974 11 TH ST 12TH ST 331 28 1,030 594 I NEZ AVE BEGI N(WEST) 9TH ST 689 26 1,990 1,148 JOHNSTOWN AVE OHIO ST KANSAS AVE 355 35 1,381 797 OAKDALE AVE RIVERSIDE BD ELM ST 581 28 1,808 1,043 3 RD ST 4TH ST 335 28 1,042 601 OTIS AVE SANTA FE AVE 9TH ST 954 48 5,088 2,936 PARK ST RXR 9TH ST 2474 38 10,446 6,027 POPLAR ST PVMT CHG(EAST) OHIO ST 70 28 218 126 RIVERSIDE DR PVMT CHG(EAST) ELM ST 70 27 210 121 10TH ST 9TH ST 331 37 1,361 785 WOODLAND AVE 9 TH ST 2 ND ST 2311 37 9,501 5,482 Subtotal (North) 55,517 0 TOTAL(North) 142,038 14,455 1 1 I 1 1 CITY OF SALINA,300 W.ASH,SAUNA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO DATE I SHEET 24004 I JAN 24 D-4 ADDENDUM 1 Crack Seal(Ib) Street AREA Sweeping Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) 5/1/24 9TH ST CRAWFORD ST KIRWIN AVE 4310 38 18,198 10,500 (UBAS) CRAWFORD ST OHIO ST/PVMT CHG BRIARCLIFF RD 4819 50 26,772 15,448 CENTENNIAL RD MJK AIR TERMINAL 1,960 24 5,227 3,016 ARNOLD AVE MJK AIR TERMINAL ARNOLD CT 3990 28 12,413 7,162 ARNOLD CT SCANLAN AVE 950 24 2,533 1,462 ARNOLD CT ARNOLD AVE END(NORTH) 385 23 984 568 BAILEY RD BEGIN(SOUTH) ARNOLD AVE 944 24 2,517 1,453 ARNOLD AVE NORTH END 568 23 1,452 838 BERSCHEL AVE 5/1/2024 SUMMERS RD ARNOLD AVE 2270 23 5,801 3,347 (CHIP) COPPER CT CENTENNIAL RD END(EAST) 445 25 1,236 713 GENERAL JIM RD SCANLAN AVE BERSCHEL AVE 740 25 2,056 1,186 HEIN RD BEGIN TONY'S RD 2904 23 7,421 4,282 JUMPER RD ARNOLD AVE WEST END 459 23 1,173 677 KNEUBUHL CT BEGIN(WEST) ARNOLD AVE 292 23 746 431 ROGERS CT BEGIN(WEST) ARNOLD AVE 299 23 764 441 SUMMERS RD ARNOLD AVE CENTENNIAL RD 2,192 23 5,602 3,232 SUTHERLAND RD BERSCHEL AVE SCANLAN AVE 1939 23 4,955 2,859 SUTHERLAND CT BEGIN(WEST) ARNOLD AVE 285 23 728 420 TONY'S RD HEIN AVE END 673 24 1,795 1,036 5TH ST CRAWFORD ST REPUBLIC AVE 2,664 33 9,768 5,636 CLAFLIN AVE OSBORNE ST OHIO ST 3047 40 13,542 7,814 SANTA FE AVE OSBORNE ST 1191 50 6,617 3,818 EDGEWOOD DR PINECRESTCR MARYMOUNT 312 24 832 480 GAIL DR BEGIN(EAST) RAY AVE 472 28 1,468 847 5/1/2024 RAY AVE SCOTT AVE 1030 28 3,204 1,849 (MICRO) GARDEN AVE HAGEMAN AVE MAPLE AVE 318 28 989 571 HAGEMAN AVE SATURN DR JUPITER AVE 285 28 887 512 SOUTH END(Cul-de-sac) MOON DR 522 28 1,624 937 RENE ST RAY AVE SCOTT AVE 892 28 2,775 1,601 ISCOTT AVE NEAL AVE 358 28 1,114 643 JUPITER AVE HAGEMAN AVE TULANE AVE 735 28 2,287 1,319 LAURA ST RAY AVE SCOTT AVE 1004 28 3,124 1,802 MEADOWLARK LN HASKETT AVE SATURN 1132 26 3,270 1,887 NEAL CT NEAL AVE END 180 28 560 323 NEPTUNE AVE MEADOWLARK LN JUPITER AVE 289 28 899 519 PINECRESTCR CEDAR RIDGE DR EDGEWOOD DR 1342 28 4,175 2,409 SATURN AVE MEADOWLARK LN HAGEMAN AVE 551 28 1,714 989 SCOTT AVE SOUTH CUL-DE-SAC RAY AVE 1837 28 5,715 3,298 TIMBER RIDGE DR PVMT CHG PINECRESTCR 180 24 480 277 Subtotal (South) 96,600 0 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO DATE I SHEET 24004 I JAN 24 D-5 ADDENDUM 1 Crack Seal(Ib) Street AREA Sweeping Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) HAGEMAN AVE TULANE CT 1296 28 4,032 2,326 5/1/2024 TULANE AVE TULANE CT PVMT CHG(SOUTH) 121 28 376 217 (MICRO) MERCURY AVE SATURN AVE 568 28 1,767 1,020 OTTO/PVMT CHG (SOUTH) VENUS/PVMT CHG(SOUTH) 190 28 591 341 CLOUD ST CENTENNIAL RD NEW CONC/CHEROKEE 617 24 1,645 949 1,645 5/1/2024 LEWIS ST ALBERT AVE CLOUD ST 1,338 28 4,163 2,402 4,163 (PCC) NEAL AVE RXR OHIO ST 2789 32 9,916 5,722 9,916 SUNRISE DR ELLSWORTH AVE REPUBLIC AVE 1,073 28 3,338 1,926 3,338 BEECHCRAFT RD BEGIN(WEST LOOP) CENTENNIAL RD 2126 23 8,952 5,165 ROACH ST LEWIS ST 669 28 2,081 1,201 BELOIT AVE LEWIS ST I NTERSECTI ON&RETURNS 73 65 527 304 WEST END QUI NCY ST 331 28 1,030 594 LINDEN DR SHALIMAR DR 354 28 1,101 635 BENTLEY AVE SHALIMAR DR END 157 28 488 282 SHERWOOD LN LINDEN DR 266 28 828 477 BEGIN ROYAL DR 135 25 375 216 FLINT ST ROYAL DR CANTERBURY DR 623 25 1,731 999 GRANT CT EAGLECREST END(NORTH) 446 28 1,388 801 HIGHLAND AVE REPUBLIC AVE CRAWFORD ST 2264 33 8,301 4,790 12/1/2024 HOLLY LN BEGIN(SOUTH) CRAWFORD ST 846 25 2,350 1,356 (CRACK) HUNTER CT BEGIN(WEST) ROYAL DR 236 28 734 424 KATIE CT EAGLECREST AVE END(NORTH) 318 28 989 571 LEWIS ST MELLINGER DR MANOR RD 285 28 887 512 MANOR RD ROACH ST OHIO ST 1279 28 3,979 2,296 MIDLAND ST BEGIN(WEST) ROYAL DR 883 25 2,453 1,415 MILLWOOD DR OHIO ST ROACH ST 1280 28 3,982 2,298 NOBLE CT CANTERBURY DR END 180 28 560 323 NORTON ST WESLEY ST CLOUD ST 3259 28 10,139 5,850 TANGLEWOOD BEGIN 148 28 460 266 RIVER TRAIL MAGNOLIA RD TANGLEWOOD 1,260 28 3,920 2,262 SADDLEBROOK EAGLECREST NORTH END/PVMT CHG 696 28 2,165 1,249 SEQUOIA DR SHALIMAR DR HUNTINGTON RD 570 28 1,773 1,023 BENTLEY AVE HUNTINGTON RD 262 28 815 470 FALCONVIEW DR HUNTINGTON RD 705 28 2,193 1,266 SHERWOOD LN HUNTINGTON RD NOTTINGHAM DR 430 28 1,338 772 FALCONVIEW DR 325 28 1,011 583 NOTTINGHAM DR BENTLEY AVE 538 28 1,674 966 REDHAWK LN FALCON VIEW DR 407 28 1,266 731 SUNFLOWER LN CENTENNIAL END 538 24 1,435 828 WESLEY ST NORTON ST WAYNE AVE 630 28 1,960 1,131 BENTGRASS DR BEGIN(New North) LARKSPUR LN 1502 28 4,673 2,696 Subtotal (South) 59,655 19,063 TOTAL(South) 156,256 19,063 I COMBINED TOTAL 298,293 33,518 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO 1 DATE SHEET 24004 JAN 24 1 D-6 ADDENDUM 1 i II TABLE OF CONTENTS REQUEST FOR BIDS Q 7 INSTRUCTIONS TO BIDDERS 9 BID FORM 13 CONTRACT 17 PERFORMANCE BOND 23 STATUTORY PAYMENT BOND 27 NOTICE OF AWARD 29 NOTICE TO PROCEED 31 CERTIFICATE OF SUBSTANTIAL COMPLETION 33 CERTIFICATE OF FINAL COMPLETION 35 GENERAL CLAUSES TABLE OF CONTENTS 37 GENERAL CLAUSES 41 INSURANCE REQUIREMENTS 61 SPECIFICATIONS SECTION 1 —GENERAL 63 SECTION 50—JOB SPECIAL PROVISIONS 65 SECTION 120—TRAFFIC CONTROL 71 SECTION 211 —JOINT AND CRACK SEALING 73 DRAWINGS Revised 1-2-15 5 TABLE OF CONTENTS Revised 1-2-15 6 I REQUEST FOR BIDS The City of Salina, Kansas is currently accepting sealed bids for the following project, at the office of the City Clerk, City-County Building 300 West Ash,Room 206 Salina,Kansas, until 2:00 p.m.(Central),Thursday,January 11,2024,at which time the bids will be opened publicly and read aloud. 2024 PAVEMENT SEALING PROJECT NO. 24004 The drawings, specifications and other contract documents are the property of the City of Salina, Kansas, and are available for public inspection at the office of the City Engineer, City-County Building 300 West Ash, Room 205, Salina, Kansas. Please contact the Department of Public Works/Engineering at 785-309-5725 with any questions in regard to the project. The documents may be purchased from the office of the City Engineer or at www.salina-ks.gov/bids through the QuestCDN Link upon payment of$22.00,which is non-refundable. The successful bidder will be furnished three complete sets of plans and specifications.Additional sets required will be furnished at the current cost. The City of Salina, Kansas, reserves the right to reject any or all proposals and to waive any irregularities therein. THE CITY OF SALINA, KANSAS Is/Nikki Goding CITY CLERK Revised 3-22-16 WEN 7 REQUEST FOR BIDS Revised 3-22-16 WEN 8 INSTRUCTIONS TO BIDDERS 1. Terms used in these Instructions to Bidders shall have the meanings assigned to them in the General Clauses. 2. The Work to be done under this Contract is shown on the Drawings and described in the technical Specifications. 3. Each Bidder shall be acquainted with all conditions pertaining to the proposed Work, and shall personally examine the Site. Any prospective Bidder in doubt as to the meaning of any part of the Contract Documents may submit a written request for an interpretation to the project contact listed below. The person submitting such request shall be responsible for its prompt delivery. Official interpretation,modification,or revision of the Contract Documents will be made only by addendum duly issued and mailed or delivered to each party having a set of Contract Documents. The project contact assumes no liability for any other explanations or interpretations of the documents. 4. Bids shall be based on materials and equipment fully complying with the Drawings and Specifications. The Contractor shall be responsible, under the Contract Price, for furnishing and installing materials and equipment conforming to the stipulated requirements,even though the Contractor's Bid identifies other kinds or types of materials and equipment. 5. No Bidder shall be interested in more than one Bid. Submission of more than one Bid by any firm or individual under different names, or collusion among Bidders, shall be cause for rejection of all such Bids without consideration. 6. The attached Bid form shall be filled out in full. Bids for less than all the Work will not be considered, unless the Work is expressly divided into two or more parts,in which case each part covered by the Bid shall be filled out in full. Extensions and totals submitted in the Bid will be subject to audit and verification. Each Bid shall include the Bidder's name, exact post office address, and the names and addresses of all persons and parties participating in the Bid. Any person signing as an agent shall submit evidence of his or her authority determined acceptable by the City. 7. The unit price for each of the items in the Bid of each Bidder shall include its prorated share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total Bid. Any Bid not conforming to this requirement will be rejected. 8. The City reserves the right to reject any or all Bids, including without limitation the right to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if the City believes that it would not be in the best interest of the project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate Contract terms with the responsive Bidder to whom the City makes an award. Discrepancies between the multiplication of units of Work and Revised 1-2-15 9 INSTRUCTIONS TO BIDDERS unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 9. The City is exempt from Kansas sales tax on materials and equipment to be incorporated into the Work. Consequently, sales tax shall not be included in the Contract Price. 10. The City may make changes in the scope of the Work required to be performed by the Contractor under the Contract by making additions thereto,or by omitting work therefrom,without invalidating the Contract, and without relieving or releasing the Contractor from any of the obligations under the Contract or any guarantee given pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of the guaranty bonds. No limit will be fixed and no Change Order will be required for such increased or decreased quantities nor shall any adjustment in unit prices be allowed,provided the net monetary value of all such additive and subtractive change in quantities of such items of Work shall not increase or decrease the original total Contract Price by more than twenty-five percent(25%). 11. Each Bidder shall submit with its Bid a certified check, cashier's check on a solvent bank, or an acceptable bidding bond, in the amount of five percent(5%) of the total bid amount shown on the Bid. This security shall be made payable to the City and will serve as a guarantee that the Bidder will file all bonds and securities required and enter into any Contract awarded to Bidder in accordance with the terms of the Bid within ten(10) days after notice of award. If the successful Bidder fails to execute and deliver the Contract and furnish the required bonds within ten(10)days after the notice of award,the City may consider the Bidder to be in default,annul the notice of award, and the bid security of that Bidder shall be forfeited as liquidated damages and the money derived therefrom will be turned to the use of the City. 12. Bids shall be sealed, the outside of the envelope marked with the title of the improvements, and addressed to the City. The City's name and address, and the time and place for submission of Bids,are shown in the"Request for Bids." Bids received after the specified time will be returned,unopened,to the Bidder. Bids submitted by facsimile will not be accepted. 13. All Bids will remain subject to acceptance for sixty (60) days after the day of the Bid opening,but the City may, in its sole discretion, release any Bid security prior to that date. 14. Bidders are requested to be present at the opening of Bids. All Bids shall be made and received with the express understanding that the Bidder accepts the terms and conditions set forth in these instructions and the other Contract Documents. 15. Before award of the Contract,the successful Bidder will be required to satisfy the City as to the Bidder's experience and competence to construct the Work, the Bidder's integrity and reliability in carrying out the provisions of its performance bond, and the Bidder's resources for the vigorous prosecution of the Work. Revised 1-2-15 10 INSTRUCTIONS TO BIDDERS 16. All Bids must be regular in every respect and no interlineations, excisions, additions, deletions, alterations or special conditions shall be made on or included with the Bid form. If the Work is divided into two or more parts,the Bidder shall not tie the bids for the various parts of the Work together in any manner. Any Bid not conforming to these requirements will be rejected. 17. No Bid will be accepted from any person or firm who is in arrears to the City of Salina, Kansas upon debt of contract, who is in default as surety or otherwise upon any obligation to the City, who has failed in previous contracts to comply with the requirements of the specifications, or who has failed to fulfill any other terms or conditions of its other contracts with the City. 18. Questions regarding these Instructions to Bidders or the other Contract Documents shall be submitted in writing to the project contact no later than seven(7)days prior to the opening of Bids. The project contact shall respond in writing, via facsimile, to all plan holders in an expeditious manner, and no later than three (3)days prior to the opening of Bids. Revised 1-2-15 11 INSTRUCTIONS TO BIDDERS I Revised 1-2-15 12 BID FORM TO THE BOARD OF COMMISSIONERS CITY OF SALINA, KANSAS Project Name: 2024 PAVEMENT SEALING Project: No.: 24004 Commissioners: 1. Proposal to Enter into Contract. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into a Contract with the City to perform all Work as specified or indicated in the proposed Contract Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the proposed Contract Documents. 2. Bidder's Acknowledgments. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening,or for such longer period of time that Bidder may agree to in writing upon request by the City. Bidder will sign and deliver the required number of counterparts of the Contract with the bonds and other required documents,within 10 days after the date of the City's notification of award. 3. Bidder's Representations. In submitting this Bid,Bidder represents that: a. Bidder has carefully reviewed the proposed Contract Documents and the following addenda, receipt of which is hereby acknowledged: 1. Added North Street,updated quantities 2. Updated completion dates on bid form it 3. Bidder understands and agrees that in signing this Bid, Bidder waives all right to plead any misunderstanding regarding the Contract Documents or the above- referenced addenda. b. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. c. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the proposed Contract Documents,and the Engineer's written explanation is acceptable to Bidder. Revised 1-2-15 13 ADDENDUM 2 BID FORM 4. Bid Price. Bidder will complete the Work in accordance with the Contract Documents for the following unit prices: ITEM NO. UNIT DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 Blowing Out Bridge Expansion 1 LS $ $ Joints and Deck Drains 7,5o0 '7 500 2 Crack&Joint Sealing 298,293 LB $1 .5 q 1 .59 7q)46.8v 3 Street Sweeping 33,518 SY $ $ . 50 16, 459 Total $ yRa, 51111.67f Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price bid items will be based on actual quantities,determined as provided in the Contract Documents. 5. Time of Completion. Bidder agrees that the Work will be substantially completed by DECEMBER 1,2024, and will be completed and ready for final payment in accordance with the General Clauses by DECEMBER 31, 2024. Bidder accepts the provisions of the Contract as to liquidated damages. 6. Definitions. Terms used in this Bid shall have the meanings assigned to them in the General Clauses included with the proposed Contract Documents. 7. Business Designation. Bidder represents that its business designation is as follows (check one) Individual/Sole Proprietorship Partnership n Kansas Corporation Kansas Limited Liability Company Corporation* Limited Liability Company* — Other: *Please indicate the stale in which entity is organized Revised 1-2-15 14 ADDENDUM 2 f BID FORM NAME OF BIDDER: Circle C Paving And Construction ADDRESS: P.O X 631 Goddard, Ks 67052 E-MAIL ADDRESS: had@circlecpaving.com BY: Chad Alexander TITLE: Owner DATE SUBMITTED: 1/11/2024 Revised 1-2-15 15 ADDENDUM 2 • THE AMERICAN INSTITUTE OF ARCHITECTS NA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Circle C Paving &Construction, LLC P.O. Box 361, Goddard, KS 67052 as Principal, hereinafter called the Principal, and Merchants National Bonding, Inc. P.O. Box 14498, Des Moines, IA 50306-3498 a corporation duly organized under the laws of the State of IA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Salina 300 West Ash Street, Salina, KS 67401 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars (S 5% 1, 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 2024 Pavement Sealing; Project No. 24004 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 bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material 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 he null and void, otherwise to remain in full force and effect. Signed and sealed this 11th day of January, 2024 Circle C Paving & Construction, LLC (Principal) (Seal) (Witness) By: (Title) Merchants National Bonding, Inc. 0 1�� I (Surety) (Seal) Clara Navarro (Witness) (Title) Todd Alan Rambo , Attorney-in-fact AIA DOCUMENT A310•BID BOND•AIA"•FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y.AVE., N.W., WASHINGTON, D.C. 20006 ME RCHANT_� BONDING COM ['ANY-„ POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Clara R Navarro Abela; Desiree E Westmoreland;Myriah A Anderson;Timothy Smith;Todd Alan Rambo their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 16th day of August , 2023 """"• ••""• MERCHANTS BONDING COMPANY(MUTUAL) ..•`010.Nq • •. .•. \NG.00 •. MERCHANTS NATIONAL BONDING, INC. \44.PORq�F • �0 �P0g '. 9 d/bla MERCHANTS NATIONAL INDEMNITY COMPANY :<: z 0 : iz, 2003 >7, • 1933 •• By .0 `��: • •....•• `� •. •• President STATE OF IOWA '' ti7 COUNTY OF DALLAS ss. On this 16th day of August 2023 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Kim Lee Commission Nu 'L.r 702737 ._ Commission Expires April 14,202 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this l 111" day of Sa.A.,ary , tcLV .. '.. 0Nq.'•• •c ANG �y.GORPO/�90.y �'�OvO�POg4�• 9y�� ' . • 2003 rL? •Q' 1933 ;"c' Secretary •y • vd�•• ..ate;; *.‘-6;* ...... *Ian, '•• ':r ..• '...`•••. POA 0018 (10/22) """" CONTRACT BETWEEN THE CITY OF SALINA, KANSAS and CIRCLE C PAVING AND CONSTRUCTION, LLC for CONSTRUCTION OF PUBLIC IMPROVEMENTS This Contract is entered into1 4vi w,1/ Z/,2024 by and between the City of Salina,Kansas, (the"City")and Circle C Paving and Construction,a Kansas limited liability company(the"Contractor"). Recitals A. The City desires to contract for the construction of public improvements described as 2024 CRACK SEAL (the"Project")in compliance with federal,state,and local regulations. B. The Contractor has the requisite qualifications and experience to construct the Project for the City and desires to perform those services pursuant to the terms of this Contract. The parties,in consideration of the mutual promises set forth in this Contract,agree and covenant: 1. Definitions. Except as otherwise provided herein, capitalized words used in this Contract shall have the meanings indicated in the General Clauses. 2. Contract Documents. This Contract,together with the following documents and any Change Orders issued after execution of this Contract,shall comprise the"Contract Documents"for the Project: Mark with"X"if applicable: Request for Bids Instructions to Bidders Bid Form Performance Bond Statutory Payment Bond Specifications Drawings General Clauses Notice to Proceed(to be issued) Certificate of Completion(to be issued) Other: n There are no Contract Documents other than those above listed. 3. Responsibilities and Representations of the Parties. 3.1. Responsibilities. The parties agree to perform the responsibilities outlined in the Contract Documents. 3.2. Representations. In order to induce the City to enter into this Contract, the Contractor represents that it has: (a) examined and carefully studied the Contract Documents and the other related data identified in the Contract Documents; (b) visited the Site and become familiar with and is satisfied as to the general, local, and Site Revised 1/2/15 17 CONTRACT conditions that may affect cost,progress and performance of the Work;and(c)become aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 4. Schedule and Completion Times. 4.1. Time is of the Essence. All of the time limits for Milestones, if any, Substantial Completion,and completion and readiness for final payment as stated in the Contract Documents are of the essence of this Contract. 4.2. Completion Times. The Work will be substantially completed,and completed and ready for final payment in accordance with the General Clauses, on or before the date(s) or within the time(s) specified in the Contractor's Bid. 4.3. Liquidated Damages. The parties recognize that the City will suffer financial loss if the Work is not completed on or before the date(s)or within the time(s)specified in the Contractor's Bid,plus any extensions thereof allowed in accordance with the General Clauses. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Therefore, for each day that expires after the time specified in the Contractor's Bid for Substantial Completion until the Work is substantially complete as fixed in the certificate of Substantial Completion,and for each day that expires after the time specified in the Bid for completion and readiness for final payment until the Work is completed and ready for fmal payment as fixed in the certificate of final completion,the Contractor agrees to pay liquidated damages to the City in the amount of$100.00,in accordance with the General Clauses. 5. Payment. The City shall pay the sum or sums due the Contractor, at stated intervals and in the amounts certified by the City Manager, or his designated representative, in accordance with the provisions of the General Clauses and the Contractor's Bid. 6. Insurance Requirements. 6.1. Types and Amount of Coverage.The Contractor agrees to obtain insurance coverage as specified in the General Clauses, and shall not make any material modification or change from these specifications without the prior approval of the City. If the Contractor subcontracts any of its obligations under this Contract,the Contractor shall require each such subcontractor to obtain insurance coverage as specified in the General Clauses. Failure of the Contractor or its subcontractors to comply with these requirements shall not be construed as a waiver of these requirements or provisions and shall not relieve the Contractor of liability. 6.2. Rating. All insurance policies shall be issued by insurance companies rated no less than A-VII in the most recent"Bests" insurance guide, and admitted in the State of Kansas. Except as otherwise specified in the General Clauses, all such policies shall be in such form and contain such provisions as are generally considered standard for the type of insurance involved. 6.3. Certificate of Insurance. The parties acknowledge that the Contractor has provided the City with a certificate of insurance listing the City as the Certificate Holder and evidencing compliance with the insurance requirements in this Contract. The City reserves the right to require complete certified copies of all insurance policies procured by the Contractor pursuant to this Contract, including any and all endorsements affecting the coverage required hereunder. 7. Injury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s)or damage to property caused by its employees or agents in the performance of its duties under this Contract and shall immediately notify the City's Risk Management Department at(785)309-5705 in the event of such injury to person(s)or damage to property. 8. Indemnification. To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the City,its agents,representatives,officers,officials and employees from and against all claims,damages, losses and expenses(including but not limited to attorney fees and court costs)attributable to bodily injury,sickness, Revised 1/2/15 18 1 CONTRACT disease, death, or injury to, impairment, or destruction of property, including loss of use resulting therefrom, to the extent that such claims,damages, losses,and expenses relate to,arise out of,or are alleged to have resulted from the wrongful acts,errors,mistakes,omissions,or defective work or services of the Contractor,its employees,agents,or any tier of subcontractors in the performance of this Contract. 9. Voluntary Termination. See General Clauses. 10. Default. See General Clauses. 11. Remedies. See General Clauses. 12. Non-Assignable. Due to the unique qualifications and capabilities of the Contractor, neither the rights nor responsibilities provided for under this Contract shall be assignable by either party,either in whole or in part. 13. Notices. All notices required or permitted to be given pursuant to this Contract shall be in writing and delivered personally or sent by registered or certified mail, return receipt requested, or by generally recognized, prepaid, commercial courier or overnight air courier service. Notice shall be considered given when received on the date appearing on the return receipt,but if the receipt is not returned within five(5)days,then three(3)days after mailed, if sent by registered or certified mail or commercial courier service;or the next business day,if sent by overnight air courier service. Notices shall be addressed as appears below for each party,provided that if any party gives notice of a change of name or address,notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY OF SALINA,KANSAS CONTRACTOR City Clerk Circle C Paving and Construction,LLC Attn: Daniel R. Stack,P.E.,City Engineer P.O.Box 631 P.O.Box 736 Goddard,KS 67052 Salina,KS 67402-0736 III 14. Retention and Inspection of Records. The Contractor shall maintain complete, accurate, and clearly identifiable records with respect to all costs and expenses incurred under this Contract. The records shall be maintained during the term of this Contract,and for a period of three(3)years from the date of final payment under this Contract(the"Retention Period");provided,however,that if any litigation,claim or audit is commenced prior to the expiration of the Retention Period,then the Retention Period shall be extended until all litigation,claims or audit findings have been completely terminated or resolved,without right of further appeal. During the Retention Period, the Contractor shall allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to,or arising under,this Contract. The City agrees to responsibly utilize all information obtained pursuant to this paragraph for the purposes of reviewing, confirming, and verifying the nature and amount of all costs and expenses incurred under this Contract. The City agrees to take reasonable precautions not to disclose such information outside the scope of those stated purposes, subject to the Kansas open records act or other applicable law. 15. Non-appropriation. The City is subject to Kansas budget and cash basis laws, and operates on a calendar fiscal year. In the event that this Contract involves financial obligations spanning multiple fiscal years for the City,it is subject to annual appropriation by the City's governing body for future fiscal years. If the City's governing body does not appropriate the funds necessary to fulfill the City's fmancial obligations pursuant to this Contract,the City shall so notify the other parties to this Contract and this Contract shall be null and void for purposes of the fiscal year(s)affected by the decision of the governing body not to appropriate. Revised 1/2/15 19 CONTRACT 16. Relationship. It is expressly understood that Contractor in performing services under this Contract,does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which Contractor performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Contract are performed and rendered in a competent, efficient, and satisfactory manner. Contractor shall be exclusively responsible for all taxes,withholding payments,employment-based benefits,deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents,forms,or returns pertinent to the foregoing. 17. Subcontracting. See General Clauses. 18. Compliance with Applicable Law.Contractor shall comply with all applicable federal,state,and local law in the performance of this Contract. 19. Equal Opportunity. (a) In conformity with the Kansas act against discrimination and Chapter 13 of the Salina Code,the Contractor and its subcontractors,if any,agree that: (1) The Contractor shall observe the provisions of the Kansas act against discrimination and Chapter 13 of the Salina Code and in doing so shall not discriminate against any person in the performance of work under this Contract because of race,sex,religion,age,color,national origin,ancestry or disability; (2) The Contractor shall include in all solicitations, or advertisements for employees, the phrase "equal opportunity employer,"or a similar phrase to be approved by the city's human relations director; (3) If the Contractor fails to comply with the manner in which the Contractor reports to the Kansas human rights commission in accordance with the provisions of K.S.A. 44-1031 and amendments thereto, the Contractor shall be deemed to have breached this Contract and it may be canceled, terminated or suspended,in whole or in part,by the City; (4) If the Contractor is found guilty of a violation of Chapter 13 of the Salina Code or the Kansas act against discrimination under a decision or order of the Salina human relations commission or the Kansas human rights commission which has become final,the Contractor shall be deemed to have breached this Contract and it may be canceled,terminated or suspended,in whole or in part,by the City; (5) The Contractor shall not discriminate against any employee or applicant for employment in the performance of this Contract because of race, sex, religion, age, color, national origin, ancestry or disability;and (6) The Contractor shall include similar provisions in any subcontract under this Contract. (b) The provisions of this section shall not apply to this Contract if the Contractor: (1) Employs fewer than four employees during the term of this Contract;or (2) Contracts with the City for cumulatively$5,000 or less during the City's calendar fiscal year. 20. Administration of Contract. All references in this Contract requiring the City's participation or approval shall mean the participation or approval of the City Manager or his designee,unless otherwise provided herein. 21. Attorney Fees. If any suit or action is instituted by either party hereunder,including all appeals,the prevailing party in such suit or action shall be entitled to recover reasonable attorney fees and expenses from the non-prevailing party, in addition to any other amounts to which it may be entitled. Revised 1/2/15 20 CONTRACT 22. Right to Independent Legal Advice. The Contractor understands and acknowledges the right to have this Contract reviewed by legal counsel of the Contractor's choice. 23. Applicable Law;Venue. This Contract and its validity,construction and performance shall be governed by the laws of Kansas. In the event of any legal action to enforce or interpret this Contract,the sole and exclusive venue shall be in the Saline County,Kansas District Court. 24. Interpretation. This Contract shall be interpreted according to its fair meaning,and not in favor of or against any party. 25. Time. Time is of the essence of this Contract. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday that termination time shall extend to 5:00 p.m.of the next full business day. 26. Severability. The unenforceability,invalidity,or illegality of any provision of this Contract shall not render the other provisions unenforceable,invalid,or illegal. 27. Authority and Consent to Transaction. Each party represents to the other that the person executing this Contract has full and legal authority to bind such party to the terms of this Contract,and that the execution and delivery of this Contract have been duly and validly authorized by the governing body of each party. 28. Persons Bound. This Contract shall extend to and bind the heirs,executors,administrators,trustees,successors and authorized assigns of the parties hereto. 29. Counterparts. This Contract may be executed in any number of counterparts,each of which shall be deemed an original,or in multiple originals,and all such counterparts or originals shall for all purposes constitute one agreement. 30. Amendments.Neither this Contract nor any of its terms may be changed or modified,waived, or terminated except by an instrument in writing signed by an authorized representative of the party against whom the enforcement of the change,waiver,or termination is sought. 31. Waiver. No failure or delay by a party hereto to insist on the strict performance of any term of this Contract,or to exercise any right or remedy consequent to a breach thereof,shall constitute a waiver of any breach or any subsequent breach of such term. No waiver of any breach hereunder shall affect or alter the remaining terms of this Contract,but each and every term of this Contract shall continue in full force and effect with respect to any other then existing or subsequent breach thereof. 32. Conflict Resolution. No interpretation of this Contract shall be allowed to find the City has agreed to binding arbitration. 33. No Third Party Beneficiaries. Solely the parties to this Contract shall have rights and may make claims under this Contract. There are no intended third party beneficiaries under this Contract,and no third parties shall have any rights or make any claims hereunder. 34. Typewritten or Handwritten Provisions.Typewritten or handwritten provisions inserted or attached,and initialed by all parties,shall supersede all conflicting printed provisions. 35. Feminine-Masculine,Singular-Plural. Wherever used,singular shall include the plural,plural the singular,and use of any gender shall include all genders. 36. Headings. The headings of the sections of this Contract are included for the purposes of convenience only and shall not affect the interpretation of any provision hereof. Revised 1/2/15 21 . I CONTRACT 37. Merger Clause. These terms are intended by the parties as a complete,conclusive and final expression of all the conditions of their Contract. No other promises, statements,warranties, agreements or understandings, oral or written, made before or at the signing thereof,shall be binding unless in writing and signed by all parties and attached hereto. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their authorized representatives. CITY OF SALINA,KANSAS CONTRACTOR By: Michael D.Schrage,City Manager Signed By: ;taw Atte t: i 1 -.ding,City Clerk Printed Name Form: Le;,1 sel 1 e Air I Revised 1/2/15 22 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) �..---- 2/14/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME: IMA IMA Wichita Team IMA, Inc. -Wichita PO Box 2992 INC..No. Ext):316-267-9221 INC,No): Wichita KS 67201 E-MAIL ADDRESS: Certs@imacorp.com INSURER(S)AFFORDING COVERAGE NAIC# License#:PC-1210733 INSURERA: Kansas Builders Insurance Group 900704 _ INSURED CIRCCPA-01 INSURER B:The Travelers Indemnity Company of America 25666 Circle C Paving and Construction, LLC PO Box 361; 630 E Industrial St INSURER C:The Travelers Indemnity Company of Connecticut 25682 Goddard KS 67052-0361 INSURER D:Travelers Property Casualty Company of America 25674 INSURER E: _ I INSURER F: COVERAGES CERTIFICATE NUMBER:20539244 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MSR ADDLISUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE ,INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS B X COMMERCIAL GENERAL LIABILITY Y Y DTC05X715805TIA24 1/1/2024 1/1/2025 EACH OCCURRENCE $1,000,000 _ DAMAGE TO CLAIMS-MADE I X I OCCUR PREMISES Ea occu ence ) $1,000,000 X Contractual MED EXP(Any one person) _ $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X PEpi LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY V Y 8105X6652562426G 1/1/2024 1/1/2025 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ D X UMBRELLA LIAB X OCCUR Y Y CUP5X7166422426 1/1/2024 1/1/2025 EACH OCCURRENCE _ $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$In non $ A WORKERS COMPENSATION Y 20242518 1/1/2024 1/1/2025 X AND EMPLOYERS'LIABILITY V/N 1 STATUTE OTH- ER ANYPROPRIETOR/PARTNER/EXECUTIVEN E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1.000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Named Insured includes Circle C Transport, LLC on the General Liability,Automobile Liability and Umbrella Liability policies. General Liability Contractual Liability-Railroads applies per the terms and conditions of the policies. This policy does not include any exclusions for work within 50'of a railroad. All coverage is subject to the policy terms,conditions,limitations and exclusions. Certificate Holder and all other parties required by the contract are included as Primary Non-Contributory Additional Insured including Ongoing and Completed Operations on the General Liability and Umbrella Liability Policies and Primary Non-Contributory Additional Insured on the Automobile Liability Policy,if required by written contract or agreement,subject to the policy terms and conditions. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Salina ACCORDANCE WITH THE POLICY PROVISIONS. 300 West Ash PO Box 736 AUTHORIZED REPRESENTATIVE Salina KS 67402-0736 SAlmA4.41—Alei ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD v js a/ 1aq I 1 AGENCY CUSTOMER ID: CIRCCPA-01 LOC#: ACORD ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED IMA, Inc.-Wichita Circle C Paving and Construction,LLC PO Box 361;630 E Industrial St POLICY NUMBER Goddard KS 67052-0361 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE A Waiver of Subrogation is provided in favor of Certificate Holder and all other parties required by the contract on the General Liability,Automobile Liability, Umbrella Liability and Workers Compensation Policies,if required by written contract or agreement,subject to the policy terms and conditions. Umbrella Liability Policy is in excess of the General Liability,Automobile Liability and Employers Liability Policies,subject to the terms and conditions of the policy. Certificate Holder Includes:City of Salina("City"),its agents,representatives,officers,officials,and employees. RE:Project 24004,2024 Crack(Pavement)Sealing. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Salina,Kansas PERFORMANCE BOND "CONTRACTOR" "SURETY" Name Name and Principal Place of Business Circle C Paving and Construction, LLC Merchants National Bonding, Inc. Des Moines, Iowa Address Address P.O. BOX 361 P.O BOX 14498 City, State,Zip City, State,Zip Goddard, KS 67052 Des Moines, IA 50306 "CITY": "PERFORMANCE BOND" Bond Number City of Salina 100343161 P.O. Box 736 Salina,KS 67402-0736 Bond Amount Four Hundred Ninety Eight Thousand Five Hundred Forty Four and 87/100 Dollars ($498,544.87) Bond Date(not earlier than Contract date stated below) 1. The Contractor has,on the day of ,2024,entered into a contract with the City ("Contract"), for the furnishing of all materials and labor and doing all the work of whatever kind necessary to construct certain improvements for the City,which are generally described as follows: 2024 Crack (Pavement) Seal; Project No. 24004 (briefly describe project) all in accordance with the detailed plans and specifications for such work on file in the office of the City, and in accordance with the Contract. 2. Contractor and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the City for the performance of the Contract, which is incorporated herein by reference. 3. If the Contractor performs and fulfills all of the undertakings, covenants, terms, conditions, and agreements of the Contract, the Surety and the Contractor shall have no further obligation under this Performance Bond. Revised 1-2-15 23 , . 1 I I I 1 1 1 City of Salina,Kansas PERFORMANCE BOND 4. The Surety's obligation under this Performance Bond shall arise after the City has declared a Contractor Default as defined below, formally terminated the Contract or the Contractor's right to complete the Contract,and notified the Surety of the City's claim under this Performance Bond. 5. When the City has satisfied the conditions of Paragraph 4 above, the Surety shall, at the Surety's sole cost and expense,undertake one or more of the following actions: 5.1. Arrange for the Contractor to perform and complete the Contract, provided, however,that the Surety may not proceed with this option, except upon the express written consent of the City,which consent may be withheld by the City for any reason; 5.2. Undertake to perform and complete the Contract itself, through its agents or through independent contractors; 5.3. Obtain bids or negotiated proposals from qualified contractors acceptable to the City for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by the City and contractor selected with the City's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to the City the amount of damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the City resulting from the Contractor Default; or 5.4. Waive its right to perform and complete, arrange for completion, or obtain a new contractor,and with reasonable promptness under the circumstances: i. After investigation, determine the amount for which it may be liable to the City and, as soon as practicable after the amount is determined, tender payment therefore to the City; or ii. Deny liability in whole or in part and notify the City citing reasons therefore. 6. If the Surety does not proceed as provided in Paragraph 5 with reasonable promptness, the Surety shall be deemed to be in default on this Performance Bond three (3) business days after receipt of written notice from the City to the Surety demanding that the Surety perform its obligations under this Performance Bond, and the City shall be entitled to enforce any legal or equitable remedies available to the City. If the Surety proceeds as provided in subparagraph 5.4,and the City refuses the payment tendered or the Surety has denied liability, in whole or in part, the City shall be entitled without further notice to Surety to enforce any legal or equitable remedies available to the City. 7. After the City has terminated the Contract or the Contractor's right to complete the Contract, and if the Surety is proceeding under subparagraph 5.1, 5.2, or 5.3 above, then the responsibilities of the Surety to the City shall not be greater than those of the Contractor under the Contract, and the responsibilities of the City to the Surety shall not be greater than those of the City under the Contract. To the limit of the amount of this Performance Bond, but subject to commitment by the City of the Balance of the Contract Price to mitigation of costs and damages on the Contract, the Surety is obligated without duplication for: Revised 1-2-15 24 City of Salina,Kansas PERFORMANCE BOND 7.1. The responsibilities of the Contractor for correction of defective or unsuitable work and performance and completion of the Contract; 7.2. Additional legal,design professional, and delay costs incurred by the City as a result of the Contractor's Default, and as a result of the Surety's actions or failures to act under Paragraph 5 above; 7.3. Liquidated damages as specified in the Contract, or, if no liquidated damages are specified in the Contract, actual damages incurred by the City as a result of delayed performance or non-performance of the Contract by the Contractor or the Surety; and 7.4. Payment of all unpaid and due and owing fees or payments owed to the City under the Contract at the time of the Contractor Default. 8. To the extent of payment to the Surety of the Balance of the Contract Price,the Surety shall defend, indemnify, and hold harmless the City from all claims, suits, causes of actions, and demands (including all costs of litigation and reasonable attorneys' fees), which are brought against the City by the Contractor or any other party and which arise from or by reason of payment to the Surety the Balance of the Contract Price. 9. The Surety hereby waives notice of any change or modification to the Contract, including changes of time,or changes to related subcontracts,purchase orders, and other obligations. 10. Any proceeding, suit, or claim, legal or equitable, under this Performance Bond shall be instituted in the Saline County,Kansas District Court and shall be instituted within two years of the date on which the Surety refuses or fails to perform its obligations under this Performance Bond, in accordance with Paragraph 5 above. 11. All notices to the Surety or the Contractor shall be mailed or delivered to the respective addresses shown on the first page. In the event of a change in the address of the Surety or the Contractor, such party shall promptly provide notice to the City and the other party,with such notice to include a reference to the Contract and this Performance Bond. 12. This Performance Bond and its validity, construction, and performance shall be governed by the laws of Kansas. 13. Definitions. As used herein, the following terms shall have the following definitions: 13.1. "Balance of the Contract Price" shall mean the total amount payable by the City to the Contractor under the Contract after all proper adjustments have been made, including change orders and credits due the City,reduced by all valid and proper payments made to or on behalf of the Contractor under the Contract and reduced further by all direct costs and expenses incurred by the City as a result of the Contractor Default, including costs of additional supervision or inspection by the City of the Contractor's work under the Contract and fees and expenses paid to consultants or others hired by the City for purposes of monitoring or investigating the Contractor's work under the Contract. Revised 1-2-15 25 City of Salina,Kansas PERFORMANCE BOND 13.2. "Contract" shall mean the agreement between the City and the Contractor identified in Paragraph 1 above, including all related contract documents and changes thereto. 13.3. "Contractor Default" shall mean the failure of the Contractor to perform or otherwise comply with the terms of the Contract. IN TESTIMONY WHEREOF, the Contractor has hereunto set its hand, and the Surety has caused this Payment Bond to be executed in its name, and its corporate seal to be hereunto affixed,by its attorney-in-fact duly authorized to do so, as of this day of , 2024. CO RACTOR AS PRINCIPAL SURETY By: Si,�', e /L.. Surety's Name and Corporate Seal Merchants National Bonding Inc. it e 7/ 4 ltAr,v11v1 Titl By: Signature (Attach Power of Attorney) 'rint ,lame Alycia Marie Hoebener Title Attorney-in-Fact (A certified copy of the agent's Power of Attorney must be attached hereto.) Revised 1-2-15 26 r MERCHANT17 BONDING COMPANY-., POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Alycia Marie Hoebener;Clara R Navarro Abele;Desiree E Westmoreland;Myriah A Anderson;Timothy Smith;Todd Alan Rambo their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding, Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 17th day of January , 2024 • •••-••. •.. 1 O ' ,•. •• P MERCHANTS BONDING COMPANY(MUTUAL) qt Q.NG ...GCo..- ....'0... • MERCHANTS NATIONAL BONDING,INC. ��Gj.GOR R4...Z; .•430`:.• �R O? .q, d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY ;2:2 _o_ pG ••�:_? o_ R,. :%..' 2003 :'• 1933 .• By . J • 1. d••. ..` 6`�ly ••`1A •• Pres/0eident STATE OF IOWA • 7.,/t, .., 'Cr •0... COUNTY OF DALLAS ss. On this 17th day of January 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. -F'° Kim Lee rDs - , My Commission Number Expires &Li) Commission Expres � ,.-:` April 14,2024 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of , . 2/ Z2 _0_ 0':-: •�fy•-:= -o- .A• v;_,: e�f� :a•— — •z:— •3• '_'• 2003 :;,7; •y 1933 :c• Secretary POA 0018 (10/22) City of Salina, Kansas STATUTORY PAYMENT BOND (Pursuant to K.S.A. § 60-1111) "CONTRACTOR" "SURETY" Name Name and Principal Place of Business Circle C Paving & Construction, LLC Merchants National Bonding, Inc. Des Moines, Iowa Address Address P.O. BOX 361 P.O BOX 14498 City, State,Zip City, State,Zip Goddard, KS 67052 Des Moines, IA 50306 "CITY": "PERFORMANCE BOND" Bond Number City of Salina 100343161 P.O. Box 736 Salina,KS 67402-0736 Bond Amount Four Hundred Ninety Eight Thousand Five Hundred Forty Four and 87/100 Dollars ($498,544.87) Bond Date(not earlier than Contract date stated below) KNOW ALL BY THESE PRESENTS: THAT the Contractor and the Surety are held and firmly bound unto the State of Kansas in the amount of this Payment Bond, for the payment of which sum, well and truly to be made, said Contractor and Surety bind themselves, their heirs, administrators, executors, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT: WHEREAS,the Contractor has, on the day of ,2024, entered into a contract with the City("Contract"), for the furnishing of all materials and labor and doing all the work of whatever kind necessary to construct certain improvements for the City, which are generally described as: 2024 Crack (Pavement) Seal; Project No. 24004 (briefly describe project) all in accordance with the detailed plans and specifications for such work on file in the office of the City, and in accordance with the Contract,a copy of which is by reference made a part hereof. Revised 1-2-15 27 City of Salina,Kansas STATUTORY PAYMENT BOND (Pursuant to K.S.A. § 60-1111) NOW, THEREFORE, if the Contractor, or the subcontractor or subcontractors of the Contractor, shall pay all indebtedness incurred for labor furnished, materials, equipment or supplies, used or consumed in connection with, or in or about the construction or making of, the above described improvements, including gasoline, lubricating oils, fuel oils, greases, and similar items used or consumed directly in furtherance of such improvement,this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, the said Surety, for value received, hereby stipulates and agrees that no change,extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the specifications accompanying the same, shall in any way affect its obligations on this bond;and it does hereby waive notice of any such change,extension of time, alteration or addition to the terms of the Contract, or to the work, or to the specifications. PROVIDED FURTHER, the said Surety agrees that any person to whom there is due any sum for labor or materials furnished, as hereinbefore stated, or said person's assigns,may bring an action on this bond for the recovery of the indebtedness; PROVIDED, that no action shall be brought on the bond after six(6)months from the completion of said public improvements. IN TESTIMONY WHEREOF, the Contractor has hereunto set its hand, and the Surety has caused this Payment Bond to be executed in its name,and its corporate seal to be hereunto affixed, by its attorney-in-fact duly authorized to do so,as of this day of 2024. ' CON ' ' • CTOR AS PRINCIPAL SURETY By: Si: �.;e Surety's Name and Corporate Seal Merchants National Bonding, Inc. Print N nija/i/fica; er Title By: Signature (Attach Power of A e ey) P Nam- Alycia Marie Hoebener Title Attorney-in-Fact (A certified copy of the agent's Power of Attorney must be attached hereto.) Revised 1-2-15 28 . , . 1 • MERCHANT_S1 � BONDING COMPANY-. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Alycia Marie Hoebener;Clara R Navarro Abela;Desiree E Westmoreland;Myriah A Anderson;Timothy Smith;Todd Alan Rambo their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 17th day of January , 2024 (10 N ...' ••• •• MERCHANTS BONDING COMPANY(MUTUAL) • *O\N�.Co4;,o.• MERCHANTS NATIONAL BONDING,INC. :o..c • PO A•� •' •• O P R'•. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY : ;GOR Rg1., • • 0.., q�g„c. :Z:Z -o- v:0: .ti:2 _o- til: . • :_. 2003 ::.0:7 'I.':a' 1933 c' By :0 •y • ti. •• 7,7%,,_ ..„...........:;t1�.`� '. A,....:.••(•\.-•• President STATE OF IOWA '•. 1 .•` ••• • •• COUNTY OF DALLAS ss. ...""""..� On this 17th day of January 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 4,011 4 s Kim Lee o i Commission Number 702737 `p •- My Commission Expires ,.).. .1:iyil. 0x11-xn�i lame 46114,2024 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of , . �\.•'.. . .. 4 ••NO‘N•O C04.••. i•. .•0(�POR4.9,• ••O,.ORP09q.- . : 1/.,4,77.44ez:fri..c.,/ €,/ :;:z.:2. _o_ P'0::Yi •1...: -o- : • .0244.e/7A. : ' 2003 ?,0: •y 1933 •c• Secretary Sv • JQ;. • • �(.. POA 0018 (10/22) """"'• 7 IMA CONSIDER IT DONE PLEASE NOTE: None of the attached bonds or powers-of-attorney have been dated as the contract copy provided did not contain a contract date. Once the contract has been dated, it is important that the same date be inserted onto each bond and each power of attorney wherever a date is requested. Please notify IMA of the contract date once known. Thank you. Alycia M. Hoebener IMA Bond Department 316-266-6324 desiree.westmoreland@imacorp.com P: 316.267.9221 IMA of Kansas, Inc. IRISK MANAGEMENT, INSURANCE & F: 316.266.6254 P.O. Box 2992 EMPLOYEE BENEFITS SOLUTIONS www.imacorp.com Wichita KS 67201-2992 dba IMA of Kansas Insurance Services AFFILIATIONS:ASSUREX I INTERSURE California Lic k OD28748 PUBLIC WORKS DEPARTMENT TELEPHONE • (785)309-5725 Jim Teutsch,Director of Public Works City of FAX • (785)309-5713 Daniel Stack, P.E., City Engineer TDD • (785)309-5747 Jim Kowach,P.E., Operations Manager E-MAIL:jim.teutseh�a,salina.org dan.stack(a salina.org 300 West Ash • P.O.Box 736 jim.kowachAsalina.org Salina,Kansas 67402-0736 Salina WEB SITE • www.salina-ks.gov February 13,2024 Circle C Paving and Construction, LLC P.O. Box 631 Goddard,KS 67052 RE: Notice of Award for City of Salina Project No. 24004 Dear Circle C Paving and Construction,LLC: The City of Salina has considered your Bid dated 1/11/2024 for the above Project. You are the successful Bidder and are awarded a Contract for 2024, Pavement Sealing. The Contract Price of your Contract is Four Hundred Ninety-Eight Thousand,Five Hundred Forty- Four dollars and Eighty-Seven cents. ($498,544.87). The Proposed Contract accompanies this Notice of Award, along with one (1) copy of the Performance Bond and one(1) of the Statutory Payment Bond forms. As a condition precedent to the Contract award, you must deliver the following documents to the City Clerk, City- County Building, 300 W.Ash, Room 206, P.O. Box 736, Salina, Kansas 67402, within ten (10) days of the date you receive this Notice of Award: 1. Three(3) fully-executed counterparts of the Contract. 2. (3) Contract security (Bonds) on the forms enclosed and as specified in the General Clauses(paragraph 5),along with a check for the Statutory Payment Bond filing fee, in the amount of$36.00 and payable to"Clerk of the Saline County District Court." 3. The Certificate(s) of Insurance as specified in the General Clauses (paragraph 6). Failure to comply with these conditions within the time specified will entitle the City to consider you in default,annul this Notice of Award,and declare your Bid security forfeited. Within ten(10) days after your timely satisfaction of these conditions,the City will return to you one fully signed counterpart of the Contract. Please contact me if you have any questions. Sincerely, (144- GOA- -- Enclosures Engineering♦Streets ♦ Traffic Control ♦Flood Control ♦Central Garage ♦ Sanitation ♦Landfill Our Mission is to Build and Maintain a Clean, Safe Community NOTICE OF AWARD 30 DEPARTMENT OF PUBLIC WORKSTELEPHONETELEPHONE • (785)309-5725 FAX • (785)309-5713 Jim Teutsch,Director of Public Works TDD (785)309-5747 Jim Kowach,P.E., Operations Manager E-MAIL:jim.teutsch@salina.org jim.kowach�a salina.org 300 West Ash • P.O.Box 736 Salina,Kansas 67402-0736 Salina WEBSITE• www.salina-ks.gov NOTICE TO PROCEED February 23, 2024 Project: 2024,Pavement Sealing Owner: City of Salina Owner's Contract No.: Contract: Engineer's Project No.: 24004 Circle C Paving and Construction, LLC Contractor: P.O. Box 631 Goddard,KS 67052 You are notified that the Contract Times under the above Contract will commence to run on February 23, 2024. On or before that date,you are to start performing your obligations under the Contract Documents. In accordance with the Contract, the date of Substantial Completion is December 1, 2024, and the date of readiness for final payment is December 31,2024. Please contact our office (785-309-5725)3 weeks prior to beginning the planned work to schedule a Pre- Construction Meeting that will work with your schedule. CITY OF SALINA,KANSAS Owner Given by: (614- Authorized Signature KENT R.JOHNSON, P.E. CIVIL ENGINEER Date: February 23,2024 Copy to Engineer Engineering ♦Streets ♦ Traffic Control ♦Flood Control•Central Garage ♦ Sanitation ♦Landfill Our Mission is to Build and Maintain a Clean, Safe Community NOTICE TO PROCEED 32 CERTIFICATE OF SUBSTANTIAL COMPLETION Date of Issuance: Project: City of Salina Owner: P.O.Box 736 Owner's Contract No.: Salina,KS 67402-0736 Contract: Engineer's Project No.: Contractor: Contractor's Address: This Certificate of Substantial Completion applies to: ❑All Work under the Contract Documents: ❑The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete as of the date designated above. A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as provided in the Contract Documents except as amended as follows: ❑ Amended Responsibilities ❑Not Amended Owner's Amended Responsibilities: Revised 2-1-16 33 CERTIFICATE OF SUBSTANTIAL COMPLETION Contractor's Amended Responsibilities: The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Inspector Date Executed by Engineer Date Accepted by Contractor Date Accepted by Owner Date Revised 2-1-16 34 CERTIFICATE OF FINAL COMPLETION Date of Issuance: Project: City of Salina Owner: P.O. Box 736 Owner's Contract No.: Salina, KS 67402-0736 Contract: Engineer's Project No.: Contractor: Contractor's Address: This Certificate of Substantial Completion applies to: El All Work under the Contract Documents: ❑The following specified portions of the Work: Date of Final Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer. Per Section 45 of the City's General Clauses for Construction Contracts and written notice from the Contractor that the entire Work is completed and ready for final payment, the Engineer has made a final inspection. In the opinion of the Engineer, the contractor has satisfactorily completed the Work, including all punch list items. This certificate serves as the commencement date for the two-year warranty period pursuant to Section 46 of the General Clauses. If within two years after final acceptance of the Work as a whole,any Work is found to be defective,or if the repair of any damages to the land or areas made available for Contractor's use is found to be defective,the Contractor shall promptly,without cost to the City and in accordance with the City's written instructions: (a) Correct such defective Work; or (b)Repair such defective land or areas; or (c) If the defective Work has been rejected by the City,remove it from the Site and replace it with Work that is not defective;and satisfactorily correct or repair,or remove and replace, any damage to other Work,to the work of others, or other land or areas resulting therefrom. Revised 2-1-16 35 CERTIFICATE OF FINAL COMPLETION If the Contractor does not promptly comply with the terms of the City's written instructions,or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by the Contractor. Where defective Work (and damage to other Work resulting therefrom)has been corrected or removed and replaced under this section, the warranty period hereunder with respect to such Work will be extended for an additional period of two years after such correction or removal and replacement has been satisfactorily completed. The Contractor's obligations under this section are in addition to any other obligation or warranty, and shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitations or repose. Executed by Inspector Date Executed by Engineer Date Accepted by Contractor Date Accepted by Owner Date Revised 2-1-16 36 CITY OF SALINA KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS TABLE OF CONTENTS 1. APPLICATION GC-1 2. DEFINITIONS GC-1 a. Bid GC-1 b. Bidder GC-1 c. Change Order GC-1 d. City GC-2 e. Contract GC-2 f. Contract Documents GC-2 g. Contract Price GC-2 h. Contract Times GC-2 i. Contractor GC-2 j. Drawings GC-2 k. Engineer GC-2 1. Inspector GC-2 m. Milestone GC-2 n. Notice to Proceed GC-2 o. Site GC-2 p. Specifications GC-3 q. Standard Specifications and Test Methods GC-3 r. Substantial Completion GC-3 s. Work GC-3 3. TERMINOLOGY GC-3 a. Day GC-3 b. Defective GC-3 c. Furnish GC-3 d. Install GC-4 e. Perform; Provide GC-4 4. COMMENCEMENT OF CONTRACT TIMES;NOTICE TO PROCEED GC-4 5. BONDS GC-4 a. Performance Bond GC-4 b. Statutory Bond GC-4 6. INSURANCE REQUIREMENTS GC-4 7. PATENTED DEVICES AND PROCESSES GC-5 8. WATER, GAS AND ELECTRICITY GC-5 9. PERMITS, LICENSES AND REGULATIONS GC-5 Revised 1-11-18 37 CITY OF SALINA KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS TABLE OF CONTENTS 10. NOTICES GC-5 11. OBSTACLES AND OBSTRUCTIONS GC-5 a. Subsurface Obstructions GC-6 b. Surface Obstructions GC-6 c. Public Utilities GC-6 d. Trees and Shrubs GC-7 e. Sodded and Landscaped Areas GC-7 f. Privately Owned Obstructions GC-7 12. SALVAGED MATERIALS GC-7 13. MATERIALS FURNISHED BY CITY GC-7 14. BARRIERS AND LIGHTS GC-7 15. RESPONSIBILITY FOR PROPERTY DAMAGE GC-7 16. PUBLIC CONVENIENCE GC-8 17. QUALITY OF MATERIALS AND EQUIPMENT GC-8 18. WORKMANSHIP GC-8 19. PRESERVATION OF MONUMENTS AND MARKERS GC-8 20. TEST SAMPLES AND SPECIMENS GC-8 21. SPECIAL CONSTRUCTION METHODS GC-9 22. SHOP AND ERECTION DRAWINGS GC-9 23. REPRESENTATION GC-9 24. COOPERATION GC-9 25. INCIDENTAL WORK GC-10 26. FINAL CLEAN UP GC-10 27. RESPONSIBILITIES OF THE CONTRACTOR GC-10 28. SANITARY CONVENIENCES GC-11 Revised 1-11-18 38 CITY OF SALINA KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS TABLE OF CONTENTS 29. APPROVAL OF SUBCONTRACTORS GC 11 30. RESPONSIBILITY OF THE ENGINEER GC 11 31. INTERPRETATION OF CONTRACT DOCUMENTS GC 11 32. INSPECTION GC 11 33. WORK AFFECTED BY WEATHER GC-12 34. CONTROL AND REGULATION OF WORK GC-12 35. USE OF COMPLETED PORTIONS GC-12 36. VARIATIONS, CHANGES AND MODIFICATIONS GC-12 37. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT GC-13 38. CITY'S RIGHT TO SUSPEND WORK GC-13 39. CITY'S RIGHT TO TERMINATE CONTRACT GC-13 40. PAYMENTS TO CONTRACTOR GC-14 41. FORCE ACCOUNT GC-15 42. EXTENSION OF CONTRACT TIMES GC-15 43. LIQUIDATED DAMAGES GC-17 44. ALTERNATES GC-17 45. CERTIFICATES OF COMPLETION GC-17 a. Substantial Completion GC-17 b. Final Completion GC-18 46. CONTRACTOR'S TWO-YEAR WARRANTY PERIOD GC-18 47. MAINTENANCE OF PROJECT SITE GC-19 48. SCHEDULE A - INSURANCE REQUIREMENTS GC-21 Revised 1-11-18 39 CITY OF SALINA KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS TABLE OF CONTENTS Revised 1-11-18 40 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS APPLICATION. These General Clauses are a part of the Contract Documents and shall be binding upon all parties, except for the parts obviously not applicable to the particular Contract, or if specifically revised,modified or supplemented by the technical Specifications, Bid, or Change Order. 2. DEFINITIONS. When the following terms are used in the Specifications or other Contract Documents,the intent and meaning shall be interpreted as follows: (a) BID. The written offer of the Bidder to perform the contemplated Work in accordance with the Contract Documents and setting forth the prices for the Work to be performed. (b) BIDDER. Any individual, partnership, firm or corporation submitting a oration proposal for performing the Work. (c) CHANGE ORDER. A written proposal and agreement,executed by the Contractor and City and accompanied by new surety bonds in the full amount of the change order, covering Work not included in the original Contract Documents. The City reserves the right to waive the requirements of new surety bonds. Change orders shall include such supplemental drawings and technical specifications as may be required to show the location, character, details, and extent of the additions, deletions, or modifications. If applicable unit prices for these additions or deletions are not contained in the original Contract Documents or if the total net change increases or decreases the total Contract Price more than twenty-five percent (25%) the City shall, before ordering the Contractor to proceed with desired changes, request an itemized proposal from the Contractor covering the Work involved in the change. If the proposal is acceptable,the Engineer shall then prepare a Change Order which includes a detailed description of the change in the Work,a definite statement as to the resulting change in the Contract Price and/or time,and a statement that all Work involved in the change shall be performed in accordance with Contract requirements except as modified by the Change Order. If the proposal is not acceptable and prompt agreement between the two parties cannot be reached,the City may order the Contractor to proceed with the Work on a"Force Account"basis pursuant to Section 41 below. (d) CITY. The City of Salina, Kansas, a municipality, acting on its own behalf or through legally authorized officials. Revised 1-11-18 41 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS (e) CONTRACT. The written agreement covering the performance of the Work. (f) CONTRACT DOCUMENTS. Those items so designated as the "Contract Documents"in the Contract. (g) CONTRACT PRICE. The moneys payable by the City to the Contractor for completion of the Work in accordance with the Contract Documents and as stated in the Contract. (h) CONTRACT TIMES. The number of days or the dates stated in the Contract Documents to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and(iii)complete the Work so that it is ready for final payment. (i) CONTRACTOR. The individual, partnership, firm, or corporation executing a Contract, acting directly or through lawful agents or employees, and who is primarily liable for the acceptable performance of the Work under Contract and for payment of all legal debts pertaining thereto. (j) DRAWINGS. The working drawings, supplemental drawings, or reproductions of the drawings showing the location,dimensions, and details of the Work to be done. (k) ENGINEER. The City Engineer of the City of Salina, Kansas, or the City Engineer's designated consulting engineer. (1) INSPECTOR. An authorized representative of the Engineer or an authorized representative of the City assigned to inspect the Work performed or materials furnished by the Contractor, or all other duties required for construction of the project as set forth in the Specifications. (m)MILESTONE. A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. (n) NOTICE TO PROCEED. A written notice given by the City to the Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work on the Contract Documents. (o) SITE. Land or areas indicated in the Contract Documents as being furnished by the City upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by the City which are designated for the use of the Contractor. (p) SPECIFICATIONS. The directions,provisions,and requirements pertaining to the method and manner of performing the Work,to the kind and type of equipment,or Revised 1-11-18 42 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS to the qualities of materials to be furnished. (q) STANDARD SPECIFICATIONS AND TEST METHODS. All specifications and test methods of any society, association, or organization herein referred to are hereby made a part of the Contract Documents to the same extent as if fully set forth herein. Reference to such "Standard Specifications" shall be deemed to refer to the latest standard and tentative standards as are in force on the date Bids are received. (r) SUBSTANTIAL COMPLETION. The time at which the Work(or a specified part thereof)has progressed to the point where, in the opinion of the Engineer,the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that it can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to the"Substantial Completion"thereof. (s) WORK. The furnishing of all labor, materials, equipment, and other incidentals necessary or convenient to the successful completion of the construction project required to be provided under the Contract Documents, and the carrying out of all the duties and obligations imposed by the Contract. 3. TERMINOLOGY. The words and terms discussed below are not defined but, when used in the Contract Documents, have the following indicated meaning: (a) DAY. The word"day"means a calendar day of 24 hours measured from midnight to the next midnight. (b) DEFECTIVE. The word "defective,"when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: i. Does not conform to the Contract Documents; ii. Does not meet the requirements of any applicable inspection, reference standard,test, or approval referred to in the Contract Documents; or iii. Has been damaged prior to the Engineer's recommendation of final payment(unless responsibility for the protection thereof has been assumed by the City in accordance with Section 35). (c) FURNISH. The word"furnish,"when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site(or some other specified location)ready for use or installation and in usable or operable condition. Revised 1-1 1-18 43 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS (d) INSTALL. The word"install,"when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. (e) PERFORM; PROVIDE. The words "perform" or "provide," when used in connection with services,materials,or equipment, shall mean to furnish and install said services,materials, or equipment complete and ready for intended use. When "furnish," "install," "perform," or"provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. 4. COMMENCEMENT OF CONTRACT TIMES;NOTICE TO PROCEED. The Contract Times will commence to run on the thirtieth day after the effective date of the Contract, or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the effective date of the Contract. 5. BONDS. The Contractor shall furnish such surety bonds as hereinafter identified and described.Any and all bonds shall be so written as to make the Contract Documents a part thereof, whether by reference or attachment,in order to give the surety full notice of the conditions thereof. Each bond shall be a legally issued surety drawing in an amount not less than the total Contract Price,meeting the approval of the City and all other parties concerned as required by law as to form, tenor, execution and surety, and shall be delivered to the City, along with the executed Contract, within ten (10) days after the City's notice of award. The Contractor shall have no rights under the Contract until such acceptable bonds have been furnished and delivered. The City may waive the conditions as to time, and the acceptance of said bonds after expiration of the specified interval shall not affect the validity of the Contract or any such bonds. The Contractor shall furnish the following: (a) PERFORMANCE BOND. A performance bond, in the form provided by the City, running to the City, conditioned upon the prompt, full, and complete performance by the Contractor as principal of all covenants, obligations, and agreements contained in the Contract Documents. The performance bond shall remain in effect until completion of the two(2)year warranty period specified in Section 46 below. (b) STATUTORY BOND. A payment bond,in the form provided by the City,running to the State, conditioned that the Contractor as principal shall pay all indebtedness incurred for labor, supplies, equipment, and materials furnished in making the improvements called for by the Contract Documents. 6. INSURANCE REQUIREMENTS. The Contractor shall purchase and maintain, and shall require each of its authorized subcontractors to obtain and maintain, for the duration of the Contract, policies of insurance, Revised 1-11-18 44 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS providing such coverages and meeting such requirements as specified in Schedule A attached hereto. 7. PATENTED DEVICES AND PROCESSES. All fees,royalties, and licenses for any patented invention, device, article, or process used in, upon, or in connection with the construction, erection, or operation of the Work or any part thereof, shall be included in the Contract Price or prices; and the Contractor shall hold the City harmless against any claim or demand for payment of such. 8. WATER, GAS AND ELECTRICITY. Water, gas, and electricity required or used on the Work shall be provided by the Contractor, who shall contact the proper representative of the utility, make all required arrangements,ascertain the applicable rates,and pay for all such water,gas,and electricity so used, unless a specified exemption is made in the technical Specifications. 9. PERMITS, LICENSES AND REGULATIONS. Permits and licenses of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor. Permits, licenses, and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances,rules, and regulations bearing on the conduct of the Work as drawn and specified. 10. NOTICES. The Contractor shall give written notice, not less than twenty-four (24) hours before breaking ground for the project, to all persons in charge of any property that may be affected by the Work or related operations. The Contractor shall not hinder or interfere with any persons performing Work as required to care for and protect property from possible damage during construction of the proposed improvements.The Contractor shall notify the Engineer or Inspector prior to beginning, suspending, or resuming operations. Such notice shall be issued in sufficient time to allow the necessary preparations to be made and the proper persons to be present. 11. OBSTACLES AND OBSTRUCTIONS. Natural obstructions and publicly owned existing facilities and improvements encountered during construction shall be removed, relocated, reconstructed or worked around as herein specified, regardless of whether or not their existence or location is shown or noted on the Drawings. Care shall be used while excavating,trenching, or performing other Work adjacent to any facilities intended to remain in place. Except as otherwise specified, the Contractor shall be responsible for any damage to publicly owned items, and any repairs required shall be promptly made at the Contractor's expense. All Work in connection with removal and relocation shall be carefully done in accordance with accepted practices so as to result in the maximum salvage of materials suitable for reuse. Salvaged materials not utilized in relocation or reconstruction shall remain the property of the City and shall be transported and stored in warehouses or yards as directed. Waste materials shall be disposed of in a satisfactory manner at approved locations. Revised 1-11-18 45 i � I CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS Unless otherwise provided in the Bid, no separate or additional payment will be made for any Work in connection with removal,relocation,or restoration of obstructions and existing facilities. (a) SUBSURFACE OBSTRUCTIONS. Trenches may intersect water mains and services, gas mains and services, storm drains and pipe culverts, underground conduits,cables,and similar buried obstructions. The drawings indicate the general location of certain utilities and facilities; the Contractor shall make a reasonable effort to ascertain the existence of obstructions by inquiry and examination of public and private utility maps, and shall locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, responsible officials and other affected parties shall be notified and proper arrangements made for the prompt repair and restoration of service, subject to the requirements of Section 11(c)below. (b) SURFACE OBSTRUCTIONS. Sidewalks, curb and gutter, drainage structures, and similar obstructions may be tunneled under if the length of tunnel sections at pipe is not more than eight feet; otherwise the obstruction shall be cut in straight lines parallel to the pipeline,or removed to the nearest construction joint if located within five feet of the centerline of the trench; provided that, in no case shall the joint or line of cut be less than one foot outside the edge of the trench. Surface obstructions removed to permit construction shall be reconstructed as specified for new construction,or if not specified, in accordance with accepted standard practice and to the dimensions, lines,and grades of original construction. Backfill of tunnel sections shall be rammed in place as directed. (c) PUBLIC UTILITIES. Public utility pipelines, poles, cables, conduits, and wires which interfere with construction shall, where practicable, be bypassed or worked around by hand excavating, tunneling, or other approved methods at the Contractor's expense.Where not possible to bypass or work around the facility,the facility shall be removed or relocated by the respective utility company upon notification that such removal or relocation work is necessary to permit new construction to lines and grades designated. The cost of such removal or relocation work shall be borne by the City,provided that the facility to be removed or relocated has been installed at a specific location and specified depth under terms written in the franchise; otherwise all costs shall be borne by the utility company. The City shall notify the utility company in writing of the approximate date on which construction Work will begin. Such notice shall be given sufficiently in advance of beginning construction to allow adequate time for the removal or relocation Work to be accomplished by the utility company without interfering with construction schedules. In the event that required removal or relocation Work has not been accomplished prior to construction at the location,the obstructing facility may be removed or relocated by the Contractor at the expense of the utility company. Revised 1-11-18 46 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS (d) TREES AND SHRUBS. Existing trees and shrubs within the construction limits shall be removed or hauled away. Trees and shrubs not directly interfering with excavation shall be carefully preserved insofar as possible without resorting to hand methods of excavation,and due care shall be taken to prevent unnecessary damage to such vegetation or landscaping improvements. (e) SODDED AND LANDSCAPED AREAS. Sodded and landscaped areas such as parkings on or adjacent to improved property shall be disturbed only to the extent required to permit construction. Such areas shall not be used as storage sites for construction supplies and, insofar as practicable, shall be kept free from stockpiles of excavated materials. Upon completion of backfilling or trench compaction operations at each location,the trenches and other disturbed areas shall be carefully hand raked to allow the private property owner to re-seed grass or otherwise maintain the area. (f) PRIVATELY OWNED OBSTRUCTIONS. Privately owned obstructions on public property, such as fences, small buildings, or similar obstructions, will be removed by their respective owners upon notification from the City. Should progress of the Work be unduly delayed through such procedure, the Contractor may remove, relocate, or reconstruct portions of fences at the Contractor's own responsibility and expense, or by separate negotiation with the respective owner. 12. SALVAGED MATERIALS. All salvaged materials not the property of other parties or required for new construction shall remain the property of the City. The Contractor shall handle, transport, and store such salvaged materials at designated points or locations at no additional cost to the City. The Contractor shall be responsible for the care and protection of such materials until delivered to the designated location; and the Contractor shall make good any losses occasioned by damage,theft, or misappropriation while the materials are on the work site or in route to the place of storage. 13. MATERIALS FURNISHED BY CITY. All materials, supplies, or equipment furnished by the City for incorporation in the Work shall be handled and transported by the Contractor at the Contractor's expense from cars, warehouses, or yards where received or stored by the City. The Contractor shall include in the Contract Price or prices all costs in connection with handling,sorting,protecting,and installing all such materials, supplies, or equipment furnished by the City, and shall make good all losses and breakage due to carelessness or negligence while same are in the Contractor's possession. 14. BARRIERS AND LIGHTS. As required to prevent accidents to the general public and to workers,the Contractor shall provide all materials and labor to erect and maintain fences, barriers, barricades, and warning signs;provide and maintain flares, lanterns, and lights. Revised 1-1 1-18 47 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS 15. RESPONSIBILITY FOR PROPERTY DAMAGE. The Contractor shall make payment for all damage to buildings, structures, trees, shrubbery, or other property located outside the construction limits, or located within those limits but not designated for removal or reconstruction, providing such damage shall result from the wrongful acts, errors, mistakes, omissions, or defective Work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of the Work. 16. PUBLIC CONVENIENCE. During the progress of the Work,the convenience of the local public and of residents along the Work shall be considered and, where possible, their rights of access shall be preserved. Temporary driveways, approaches, and crossings shall be provided where practicable and maintained in good condition. Construction materials shall be so stored or stockpiled as to cause as little obstruction as possible and still be readily accessible for use or inspection. No material shall be stored within two feet of any tree or building nor within five feet of any fire hydrant;fire hydrants shall remain ready for immediate use by the fire department. 17. QUALITY OF MATERIALS AND EQUIPMENT. All materials shall meet the requirements of the technical Specifications or,if not specified, shall meet the generally accepted commercial standards for such materials when used for the intended purposes. No materials shall be incorporated in the Work until they have been examined and approved by the Inspector, nor shall construction equipment be used which has not received the Inspector's approval. All rejected materials and equipment shall be removed promptly from the site. Wherever in any of the Contract Documents an item of material or equipment is defined by describing a proprietary product, or by using the name of a manufacturer or vendor, the term "or equal," if not inserted,shall be implied. The specific item of material or equipment mentioned shall be understood as establishing a standard of type, function, efficiency, minimum basis of design, and quality desired. Other manufacturers' products of comparable quality, design, and efficiency,and suitable for the services intended will be considered. 18. WORKMANSHIP. All improvements shall be constructed in a neat and workmanlike manner. Improper or defective Work shall be corrected and if necessary removed, replaced, or reconstructed to comply with the plans and Specifications. The Contractor shall be held responsible for the quality of the entire Work; should the Contractor refuse or neglect to remedy defects when ordered to do so,the City may require the condemned portions to be replaced,restored,repaired,or reconstructed at the expense of the Contractor or the Contractor's surety. 19. PRESERVATION OF MONUMENTS AND MARKERS. The Contractor shall protect from disturbance all permanent monuments,benchmarks,and markers of the local, state, or federal government, and shall not excavate within five (5) feet of any of them without specific permission of the Engineer or Inspector. Revised 1-11-18 48 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS 20. TEST SAMPLES AND SPECIMENS. Properly identified test samples and specimens shall be submitted by the Contractor in ample time to permit tests to be conducted, and results determined, well in advance of the time such materials are to be incorporated in the Work. Samples and specimens shall be submitted in standard or ample sizes and quantities for the determination of all specified tests, and shall be shipped charges prepaid to an approved testing laboratory. Commercial laboratories shall be instructed to distribute copies of test results to the Contractor, City, Inspector, and Engineer. All costs in connection with sampling and testing, including materials, transportation charges, and commercial laboratory fees, shall be borne by the Contractor. No charges will be made for tests performed by the Engineer or his inspectors. 21. SPECIAL CONSTRUCTION METHODS. The Engineer or Inspector may assent to special methods of construction or means of prosecuting the Work other than as provided or stipulated in the technical Specifications, but his assent or his presence on the Work while such special methods are in use shall not constitute a waiver of the Contract, or any part thereof, by the City. Nor shall the fact the Engineer may have seen Work executed which later is found to be defective, nor shall any act of his assistants or inspectors,constitute a waiver of any part of the Contract. The Contractor shall be held responsible for the quality of the entire Work. 22. SHOP AND ERECTION DRAWINGS. The Contractor shall furnish and submit for review to the Engineer six copies of all shop and erection drawings for structural and reinforcing steel, special drawings, and layouts for equipment or machinery to be furnished under the Contract, and any similar or supplemental drawings required for prosecution of the Work. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviation from Drawings or Specifications,nor shall it relieve the Contractor from responsibility for errors of any sort in shop drawings or schedules. 23. REPRESENTATION. The Contractor shall be represented on the Work at all times by a competent superintendent,satisfactory to the Engineer or Inspector and capable of reading and understanding the Drawings and Specifications. The superintendent shall have full authority to employ required workers, order materials, arrange for construction equipment, and otherwise represent or act on behalf of the Contractor; any direction given to the superintendent by the Engineer or Inspector shall be as binding as if given to the Contractor. 24. COOPERATION. The Contractor shall give to the Work the constant attention necessary to facilitate the progress and shall cooperate in every possible way with the Engineer or his Inspectors, with the City,and with other contractors or constructors concerned in the Work. The Contractor shall plan and schedule the Work to the mutual benefit of all interested parties and shall perform the Work in accordance with the agreed schedule. In case of controversy, the Engineer will allocate the Revised 1-11-18 49 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS Work and designate the sequence in which it shall be performed. The Contractor shall accept and fulfill the directions of the Engineer when acting within his authority;willful failure or neglect to comply with such instructions shall be considered as sufficient cause for termination of the Contract by the City. 25. INCIDENTAL WORK. All Work to be done by the Contractor as shown on the Drawings and described in the Specifications, including any and all minor details not specifically shown or described but obviously essential to the proper completion of the Work,shall be considered as subsidiary to,and included with,the Work for which prices are named in the Contract Documents. The Contractor shall not be entitled to any extra or additional compensation for such incidental Work unless otherwise specified. 26. FINAL CLEANUP. Immediately upon completion of the Work or any usable unit,the Contractor shall remove all surplus or unused materials from the vicinity of the Work, leaving the entire site in a clean, sightly, and pleasing condition, conforming to the grades and contours shown on the Drawings or designated by the Inspector. 27. RESPONSIBILITIES OF THE CON TRACTOR. All Work shall conform to the technical Specifications for materials, workmanship, and methods of construction and shall be in accordance with the lines,grades, and dimensions shown on the Drawings or given by the Inspector. Before commencing Work, the Contractor shall be responsible for ensuring the correctness and meaning of all stakes and marks. No claim will be entertained for, or on account of, alleged inaccuracies unless the Contractor notifies the Engineer or Inspector thereof in writing before commencing the Work. The Contractor under the Contract Prices shall furnish and pay for all labor, equipment, accessories, and materials not salvaged or otherwise furnished as specified, and shall perform all operations necessary to construct and complete the improvements, ready for use, including all preparatory, temporary, and incidental Work. The Contractor shall be responsible for the protection of all Work under the Contract; any Work or materials damaged or impaired from any cause prior to final acceptance of the completed whole shall be restored or reconstructed by the Contractor at the Contractor's sole expense. All losses or damages arising from the nature of the Work to be done,from the action of the elements, or from unforeseen circumstances or difficulties, shall be sustained by the Contractor; such losses or damages shall not relieve the Contractor of responsibility to fulfill the Contract and to deliver a completed Work in accordance with the Contract Documents. The Contractor shall provide the Engineer and his representatives free access to any and all parts of the Work, whether within the construction limits or at any place where material intended for incorporation in the project is procured, produced, or manufactured. The Contractor shall furnish all required information relating to the Work or materials, including copies of invoices, bills of lading, waybills, and test reports. The Contractor shall be present at, and assist in, the final inspection of the project and shall furnish all labor and equipment required for final tests. Revised 1-11-18 50 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS The Contractor shall furnish all stakes, batter board, straight-edges, and grade string and shall furnish workers to set them under the direction of the Inspector. The Contractor shall notify the Inspector at least 48 hours in advance, stating where stakes are wanted,before requiring stakes on any section of the project. After construction stakes are set,the Contractor shall preserve them. Any Work done without lines and grades as given by the Inspector, or without supervision of any authorized representative of the Engineer,may be ordered removed and replaced at the expense of the Contractor. 28. SANITARY CONVENIENCES. The Contractor shall provide all necessary privy accommodations for the use of the Contractor's employees and shall maintain the same in a clean and sanitary condition. The Contractor shall not create or permit any nuisance to the public or to residents in the vicinity of the Work. 29. APPROVAL OF SUBCONTRACTORS. The Contractor shall file with the City and the Engineer the names of all subcontractors to whom the Contractor expects to sublet any portion of the Work, and shall not change subcontractors without written approval of the City and the Engineer. The approval of subcontracts shall not relieve the Contractor of any liabilities under the Contract. Should any subcontractor fail to satisfactorily perform its portion of the Work, the City may annul and terminate the contract of such subcontractor. 30. RESPONSIBILITY OF THE ENGINEER. The findings and determinations of the Engineer on all questions pertaining to materials and workmanship or as to interpretation of the Drawings and Specifications shall be final and binding on all parties to the Contract. 31. INTERPRETATION OF CONTRACT DOCUMENTS. The Contract Documents are complementary, and what is called for by one shall be as binding as though called for by all. In case of actual or alleged disagreement or discrepancy between the Contract and the Drawings or Specifications, the language and provisions of the Contract shall take precedence and prevail; if between the Drawings and Specifications, the Engineer will determine in each case whether the Drawings or Specifications shall rule and govern. 32. INSPECTION. The Inspector shall inspect all materials to be incorporated, construction equipment to be used, and all Work to be performed under the Contract. Such inspection shall extend to any and all parts of the Work and to the preparation or production of all materials to be incorporated. All sampling of Work shall be done by, or in the presence of,the Engineer or his representatives. The Inspector will conduct field tests on Work and materials whose physical characteristics and general suitability may be determined under such procedures. Inspectors shall have the authority to reject defective materials, to delay the respective construction while the suitability of materials is being determined or while equipment is being adjusted or calibrated, and to suspend operations on any Revised 1-11-18 51 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS part of the Work not meeting Contract requirements. Inspectors shall have no authority to deviate from or to relax the Specifications without written permission of the Engineer or to delay the Work by failing to inspect or field test any of the Work and materials with reasonable promptness. The Inspector will maintain a project record showing the chronological sequence of progress, and will prepare such progress reports as required during construction and at monthly intervals will prepare,and submit to the City,periodic payment estimates based on the amount and value of all Work performed to date by the Contractor. 33. WORK AFFECTED BY WEATHER. The Inspector may order such parts of the Work suspended should the weather or season be such that any part of the Work cannot be done properly and with due regard to durability,finish, or appearance. The Contractor may be required to protect the several parts of exposed Work from damage by the elements or other causes. 34. CONTROL AND REGULATION OF WORK. The Engineer or Inspector shall have the authority to exercise their judgment and initiative in the control and regulation of the Work. The Engineer or Inspector may regulate the amount of Work open or under construction in advance of completed portions and require the Contractor to place materials and perform Work in the manner, order, and sequence as required for the mutual advantage of all parties concerned. 35. USE OF COMPLETED PORTIONS. The City shall have the right to take possession of and use any completed portion or usable unit of the Work at any time, but such possession and use shall not be deemed an acceptance of any Work not constructed or completed in accordance with the Contract Documents. If such prior use delays the completion or increases the cost of the Work,the Contractor shall be entitled to such extension of time or extra compensation, or both, as the Engineer may determine. The City, in taking possession prior to final acceptance,shall agree to abide by the Engineer's decision relative to responsibility for damages to the Work during the period of such prior possession and use. 36. VARIATIONS, CHANGES AND MODIFICATIONS. The Work contemplated in the Contract Documents may be subject to such changes as normally occur during construction. The Engineer, as authorized by the City, may order minor variations in the Work,provided such variations are consistent with the intent of the Drawings and Specifications, and improve or expedite the Work. The Engineer may, without written order or other formality, correct obvious errors in the Drawings and Specifications or make such minor adjustments as are required to adapt the Work to existing conditions or circumstances, provided such corrections and revisions are consistent with the intent of the Drawings and Specifications,and do not materially affect the total Contract Price. The City reserves the right to make such changes in the Drawings,the Specifications, and other changes in the Contract quantities as may be considered necessary or desirable; provided Revised 1-11-18 52 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS such changes, alterations, and modifications are affected legally and in accordance with the following procedures. No Work may be performed under any Change Order until all documents have been approved by the Engineer and executed by the contracting parties. After such approval and execution, all Work included shall be subject to the terms, conditions, and provisions of the original Contract Documents, except as otherwise specifically stipulated. In case a satisfactory adjustment in price or other basis cannot be obtained, the Work may be ordered done by force account. 37. CON IRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT. If,through no fault of the Contractor,the Work be stopped for a period of three months or more under order from any court or other public authority; or if the Engineer fails to issue any estimate for payment within fourteen(14)days after the due date; or if the City fails to pay to the Contractor within ten (10) days after due presentation any sum certified by the Engineer or awarded by arbitrators; the Contractor may, upon the seventh day after written notice to the City and to the Engineer, stop Work or terminate the Contract and recover from the City full payment for all Work properly executed,together with invoice cost of unincorporated materials purchased by the Contractor or on irrevocable order plus the actual cost of handling and storing said materials, provided said handling and storing cost does not exceed five percent (5%) of the invoice cost. 38. CITY'S RIGHT TO SUSPEND WORK. The City may suspend Work on any or all parts of the Work pending settlement of disputes on any point of controversy. The Contractor will not be entitled to any claim for loss or damage by reason of such delay;nor shall the Contractor be entitled to any extension of time for completion of the Contract, except at the City's option. 39. CITY'S RIGHT TO TERMINATE CONTRACT. (a) The occurrence of any one or more of the following events will justify termination for cause: i. The Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment); ii. The Contractors persistent disregard of laws,ordinances, or regulations, or the directions of the Engineer; or iii. The Contractor's violation in any substantial way of any provisions of the Contract Documents. (b) If one or more of the events identified in Section 39(a) above occur,the City may, after giving the Contractor and its surety ten(10)days written notice of its intent to terminate the services of the Contractor,terminate the Contract or the Contractor's right to complete the Contract, and: Revised 1-1 1-1 8 53 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS i. Exclude the Contractor from the Site, and take possession of the Work and of all the Contractor's tools, appliances, construction equipment, and machinery at the Site,and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass or conversion); ii. Incorporate in the Work all materials and equipment stored at the Site or for which the City has paid the Contractor but which are stored elsewhere; and iii. Complete the Work as the City may deem expedient. (c) If the City proceeds as provided in subsection (b) above, the Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims,costs,losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court costs) sustained by the City arising out of or relating to completing the Work,such excess will be paid to the Contractor. If such claims,costs,losses,and damages exceed such unpaid balance,the Contractor shall pay the difference to the City. When exercising any rights or remedies under this section, the City shall not be required to obtain the lowest price for the Work performed. (d) Notwithstanding the foregoing,the Contractor's services will not be terminated if the Contractor begins within ten(10)days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than thirty(30)days of receipt of said notice. (e) If the Contractor's services have been terminated by the City,the termination will not affect any rights or remedies of the City against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the City will not release the Contractor from liability. 40. PAYMENTS TO CONTRACTOR. Five days prior to the City's first regularly scheduled meeting of each month a periodic estimate,based on Work completed or on receipted invoices for approved materials and equipment stored at the project site, shall be prepared by the Engineer. Periodic estimates for a lump sum Contract will be based on an itemized breakdown of all Work included in the Contract, prepared by the Contractor, and submitted to the Engineer for approval prior to preparation of the initial periodic estimate. The breakdown shall include all costs in connection with each major classification of construction items and shall show quantities, unit prices and extensions, the sum of which shall be the total amount of the Contract. In making partial payments,ten percent(10%) will be retained from each payment. Upon the Engineer's certification of the Project's final completion and readiness for final payment pursuant to Section 45(b)below,the Owner shall make payment of retainage. In measuring Work for payment the actual length, width, depth, area, Revised 1-11-18 54 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS contents, or number shall be considered, and the length shall be measured along the centerline of the Work whether straight or curved. No extras of any kind will be allowed unless covered by written order or agreement specifically describing such extras. 41. FORCE ACCOUNT. Where it is specified, or agreed during the course of the Work, that any portion of the construction shall be done by "force account,"the Contractor shall keep an accurate record of all materials, labor, and equipment used and shall furnish the Inspector a copy of each day's record within twenty-four (24) hours to permit an accurate check thereof. The City shall pay for such construction at the actual cost to the Contractor of materials and labor, including the costs of insurance, social security, taxes and bonds, chargeable to this portion of the Work; plus fifteen percent (15%) for superintendence, overhead, and the use of tools and appliances. The use of equipment on such construction shall be paid for at rental rates recommended by the Association of General Contractors, modified for Kansas by the Kansas Department of Transportation; such price and payment being full compensation for all costs in connection with operation, repair,maintenance, overhead, depreciation, and profit. 42. EXTENSION OF CON TRACT TIMES. (a) DELAYS CAUSED OTHER THAN BY WEATHER. If the Contractor is delayed at any time in the commencement or progress of the Work by an act or neglect of the City, or of a separate contractor employed by the City; or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's reasonable control that the Engineer determines may justify delay, excluding the occurrence of unusually severe weather at the Site, then the Contract Time shall be extended by Change Order for such reasonable time as the Engineer may determine, if such adjustment is essential to the Contractor's ability to complete the Work within the Contract Times. Notwithstanding the foregoing, the Contractor acknowledges and agrees that adjustments in the Contract Time will be permitted for a delay only to the extent such delay: (1) is not cased, could not have been reasonably anticipated and mitigated, by the Contractor; and (2) could not be limited or avoided by the Contractor's timely notice to the Owner of the delay. If the delay is due to causes beyond the reasonable control of the City, an extension of the Contract Times shall be the Contractor's sole and exclusive remedy for the delay. (b) DELAYS CAUSED BY WEATHER. i. The Contract Times may be extended by Change Order due to the occurrence of unusually severe weather if the Engineer determines that the following conditions have been satisfied: 1. The weather experienced at the project Site during the Contract period must be found to be unusually severe,as evidenced by weather that is more severe Revised 1-11-18 55 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS than the adverse weather anticipated at the Site during any given month; and 2. The unusually severe weather must actually cause a delay to the completion of the Work. The delay must be beyond the control and without the fault or negligence of the Contractor. ii. The following schedule of monthly anticipated adverse weather delays is based on National Oceanic and Atmospheric Administration (NOAA) or similar data for the project Site and will constitute the baseline for the Engineer's monthly evaluations of the Contractor's entitlement to an extension of the Contract Times under this Section. The Contractor's progress schedule must reflect these anticipated adverse weather delays in all weather dependent activities for the duration of the Work. MONTHLY ANTICIPATED ADVERSE WEATHER DELAY WORK DAYS BASED ON FIVE-DAY WORK WEEK* Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec (10) (6) (4) (5) (5) (6) (5) (4) (5) (4) (3) (7) iii. Upon acknowledgment of the Notice to Proceed and continuing throughout the duration of the Contract,the Contractor shall record daily the occurrence of adverse weather and resultant impact to normally scheduled work. Actual adverse weather delay days must prevent work on critical path activities for fifty percent (50%) or more of the Contractor's scheduled work day. On or before the 10th day of each month,the Contractor shall provide the Engineer with written report of its proposed dates of actual adverse weather delay days for prior month. The report shall: (1) list the number of actual adverse weather delay days and include days impacted by actual adverse weather(even if such adverse weather occurred in previous month); (2) be calculated chronologically from the first to the last day of each month, and be recorded as full days; and (3) include documentation and all details reasonably available to demonstrate the nature and duration of the delays and their effect on the critical path activities. If the number of actual adverse weather delay days exceeds the number of days anticipated in subsection (b) above, the Engineer will convert any qualifying delays to calendar days and the Contract Time shall be extended by Change Order. After the original Contract Times have expired, adverse weather that causes delay to the completion of the Work will be granted day-for-day without deducting anticipated adverse weather delay days and will be converted from work days to calendar days. iv. Monthly anticipated weather delay days shall be adjusted proportionally if Work is scheduled to be performed greater than or less than five (5) days during any work week. The following formula shall be used to adjust the monthly anticipated weather delays: Adjusted monthly anticipated weather delays=A multiplied by(B divided by C);where Revised 1-11-18 56 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS A = The monthly anticipated adverse weather delay for a particular month based on a five-day work week. B=The actual average number of days work is scheduled to be performed in a work week during that particular month. C =The number five (5). Example-If the monthly anticipated adverse weather delay for January based on a five day work week is 10 days, but the Contractor actually scheduled an average of a 6-day work week for that month,the monthly anticipated weather delay would be adjusted by applying the above formula as follows: 10 x(6/5) = 12 days. Monthly anticipated weather delay days shall also be adjusted proportionally for those situations involving a fractional part of a month. The following formula shall be used to adjust the monthly anticipated weather delays: Adjusted monthly anticipated weather delays= D multiplied by(E divided by F);where D=The monthly anticipated adverse weather delay for a particular month. E = The number of calendar days during that fractional part of a particular month. F=The number of calendar days in that particular month. Example - The monthly anticipated adverse weather delay for the particular month is 9 days. The original contract completion date is on the 20th day of a 30-day month. The monthly anticipated adverse weather delay would be adjusted by applying the above formula as follows: 9 x(20/30)=6 days. 43. LIQUIDATED DAMAGES. In the event the Contractor shall fail to complete any portion of the Work within the applicable Contract Times, then the City shall be entitled to deduct liquidated damages, in the amount set forth in the Contract, from any sum or sums due the Contractor in final settlement between the parties. In addition, the Contractor shall be held liable for and shall pay the wages of the Inspectors on the Work after said time limit has expired,which wages shall be deducted from any amount found to be due the Contractor on such final settlement. Nothing herein contained shall be deemed to be a waiver of the right of the City to insist upon the timely performance of the Contract, or to prevent the City from looking to the sureties of the Contractor for any and all damages caused by any such delay, or as a consent to or waiver of any abandonment of the said Work by the Contractor, either before or after the date fixed by completion. 44. ALTERNATES. To receive consideration for any proposed alternate for material, equipment, or item specified in the Contract Documents,the Contractor shall submit a full description of the proposed alternate not later than ten (10) days prior to the date of receiving proposals by the City, for the purpose of evaluation and approval. Revised 1-11-18 57 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS 45. CERTIFICATES OF COMPLETION. (a) SUBSTANTIAL COMPLETION. When the Contractor considers the Work, or a portion thereof which the City agrees to accept separately, substantially complete, the Contractor shall notify the City and Engineer in writing that the Work or designated portion thereof is substantially complete and request that the Engineer issue a certificate of Substantial Completion. If the Engineer considers the Work or designated portion thereof substantially complete,the Engineer will execute and deliver a certificate of Substantial Completion, which shall fix the date of Substantial Completion and shall be accompanied by an attached "punch list" of items to be completed or corrected before the Work or designated portion thereof is deemed completed and ready for final payment. The certificate of Substantial Completion shall also provide for the division of responsibilities, pending final payment to the Contractor,with respect to security,operation,safety,and protection of the Work,maintenance,utilities, insurance, and warranties and guarantees. (b) FINAL COMPLETION. After the issuance of a certificate of Substantial Completion, and upon written notice from the Contractor that the entire Work is completed and ready for final payment, the Engineer will promptly make a final inspection. If the Contractor has, in the opinion of the Engineer, satisfactorily completed the Work, including all punch list items, the Engineer will execute and deliver a certificate of Final Completion, which shall fix the date of Final Completion and readiness for final payment. The final completion date will also serve as the commencement date for the two-year warranty period pursuant to Section 46 below. 46. CON IRACTOR'S TWO-YEAR WARRANTY PERIOD. If within two years after final acceptance (as indicated on the Certificate of Completion provided pursuant to Section 45 above)of the Work as a whole,any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use is found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City's written instructions: (a) Correct such defective Work; or (b) Repair such defective land or areas; or (c) If the defective Work has been rejected by the City, remove it from the Site and replace it with Work that is not defective; and satisfactorily correct or repair, or remove and replace, any damage to other Work,to the work of others,or other land or areas resulting therefrom. If the Contractor does not promptly comply with the terms of the City's written instructions,or in an emergency where delay would cause serious risk of loss or damage,the City Revised 1-11-18 58 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims,costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by the Contractor. Where defective Work(and damage to other Work resulting therefrom)has been corrected or removed and replaced under this section, the warranty period hereunder with respect to such Work will be extended for an additional period of two years after such correction or removal and replacement has been satisfactorily completed. The Contractor's obligations under this section are in addition to any other obligation or warranty, and shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitations or repose. 47. MAINTENANCE OF PROJECT SITE. The Contractor shall be responsible for keeping a neat and orderly job site. Locations for storing equipment and materials shall be at the Inspector's discretion. Grasses and other cover crops necessary for erosion control shall be kept under 12" in height and trimmed away from pavements, curbs, and sidewalks. The Contractor shall perform corrective maintenance promptly upon notification from the Inspector. Revised 1-1 1-18 59 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS Revised 1-11-18 60 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS SCHEDULE A INSURANCE REQUIREMENTS (Construction Services) Pursuant to Section 6 of the Contract and Section 6 of the General Clauses, the Contractor shall obtain,pay for, and maintain—and shall require each of its authorized subcontractors to obtain and maintain — for the duration of the Agreement, policies of insurance meeting the following requirements: 1. General Requirements. A. Additional Insured. With the exception of any workers' compensation and professional liability policies to be obtained by the Contractor hereunder, all policies shall name the City of Salina ("City"), its agents, representatives, officers, officials, and employees as additional insured(s). Insurance for the additional insured shall extend to Products/Completed Operations and be as broad as the insurance for the named insured, including defense expense coverage, and,with respect to the commercial general liability policy required hereunder, shall be endorsed to apply as primary and non-contributory insurance before any other insurance or self- insurance, including any deductible,maintained by, or provided to,the additional insured(s). B. Waiver of Subrogation. Where allowed by law, all policies will include a waiver of subrogation in favor of the City, its agents,representatives, officers, officials, and employees. C. Claims Made Policies. If coverage is written on a claims-made basis for any of the policies required by this Contract, the Contractor must maintain the coverage for a minimum of two (2)years from the date of final completion of all work under the Contract. D. Premium and Deductible Expenses. The Contractor shall be responsible for all premiums and retention or deductible expense for any and all policies required by this Contract. 2. Specific Coverage Requirements. A. Commercial General Liability ("CGL"). The Contractor shall maintain CGL coverage written on ISO Occurrence form CGOO 01 or an industry equivalent and shall cover liability arising from Personal Injury, Bodily Injury, Property Damage, Premises and Operations, Products and Completed Operations, Contractual Liability, Independent Contractors and Advertising Injury. The policy limits shall not be less than the following: • Each occurrence $1,000,000 • General aggregate $2,000,000 • Personal and Advertising Liability $1,000,000 The policy shall contain an endorsement that modifies the general aggregate to apply separately to each project. The Contractor shall maintain the Products and Completed Operations liability coverage for a period of at least two(2)years after completion of all work under the Contract. Revised 1-11-18 61 CITY OF SALINA, KANSAS GENERAL CLAUSES FOR CONSTRUCTION CONTRACTS SCHEDULE A INSURANCE REQUIREMENTS (Construction Services) B. Business Automobile Liability ("BAL"). The Contractor shall maintain BAL coverage written on ISO form CA 00 01 or an industry equivalent. Coverage shall be applicable to all autos and other vehicles subject to compulsory auto liability laws that are owned, hired, rented or used by the Contractor and include automobiles not owned by but used on behalf of the Contractor. The BAL policy limits shall not be less than the following: • Combined single limit $1,000,000 C. Workers' Compensation/Employer's Liability. The Contractor shall maintain workers' compensation and employer's liability coverage with policy limits not less than the following: • Workers' Compensation(Coverage Part A) o Statutory • Employer's Liability(Coverage Part B) o $100,000 each accident o $500,000 disease—policy limit o $100,000 disease—each employee Revised 1-11-18 62 SECTION 1 - GENERAL 1. SCOPE The work provided for in these Contract Documents shall consist of furnishing all labor, materials, appliances, and equipment, and performing all work and operations in connection with the construction of items and all other incidental and related work to complete the proposed project ready for use and service. 2. LOCATION All work will be done on property owned or controlled by the City of Salina,Kansas. 3. SALES TAX EXEMPTION Bid items, materials, equipment and service incorporated into this project will be exempt from the payment of sales tax under the laws of the State of Kansas, and such sales tax shall not be included in the proposals of the bidders. The Owner, when requested, will provide the Contractor with proper exemption documentation. Upon issuance of proper exemption documentation to the Contractor, the Contractor shall assume full responsibility for his or her own proper use of the number and shall pay all costs of any legally assessed penalties relating to the Contractor's improper use of the exemption documentation. 4. SPECIFICATIONS The work shall conform to these Specifications and to the "Standard Specifications" where reference is made herein. "Standard Specifications" mean the current edition of the Kansas Department of Transportation's Standard Specifications for State Road and Bridge Construction and the Salina Code, with such revisions, amendments, and supplements as are contained herein. 5. COORDINATION OF CONTRACT DOCUMENTS The contract documents are intended to be complementary and to describe and provide for a complete work. In case of discrepancy among contract documents, the governing ranking will be: (a)Job Special Provisions (Sections 1 —99) (b)Plans (c) Standard Drawings (d) Standard Specifications(Sections 100+) (e)Bid Items or Quantities 6. BONDS Statutory and performance bonds are required for all contracts of$50,000 or more. Bid bonds are required for all bids. More information about statutory and performance bonds can be found in the General Clauses. More information about bid bonds can be found in the Information for Bidders. Revised 12-19-2023 KRJ 63 SECTION 1 - GENERAL I Revised 12-19-2023 KRJ 64 SECTION 50 -JOB SPECIAL PROVISIONS 1. PROJECT CONTACT FOR CONTRACTOR/BIDDER QUESTIONS All questions concerning this project during the bidding process shall be forwarded to the project contact listed below. Kent R. Johnson, P.E.,Project Contact 300 W Ash,P.O. Box 736 Salina,KS 67402-0736 (785)-309-5725 Kent.Johnson@Salina.org 2. PROTECTION OF MANHOLE AND VALVE BOX COVERS Existing manhole and valve box covers shall be protected from or cleaned following the application of the material. 3. INSPECTION, SAMPLING&TESTING The Contractor shall allow the Inspector access to sample all materials for quality assurance purposes. 4. SCHOOL AND INDUSTRY ACCOMMODATIONS Construction, including striping, adjacent to elementary, middle/junior high, and senior high schools shall be performed during the schools' summer break (generally around June 1st to August 10th)to minimize impacts to the schools. Construction, including striping, adjacent to Kansas Wesleyan shall be performed during its summer break(generally around May 15th to August 1st)to minimize impacts to the school. Construction, including striping, adjacent to Great Plains and Schwan's shall be coordinated with representatives from the business to determine an acceptable interruption to their operations.Weekend work may be required as a result of this coordination. 5. SANITATION SCHEDULE Streets shall not be closed to traffic on the street's regularly scheduled sanitation collection day. A map showing the sanitation collection schedule is included at the end of this section. The contractor is strongly encouraged to consider the sanitation schedule when developing the construction schedule. Blemishes caused by inadequate curing prior to sanitation pickups shall be corrected at no additional pay. 6. WORK HOURS The City of Salina reserves the right to have an Inspector present for all work. The City of Salina recognizes the following holidays: New Year's Day; Martin Luther King, Jr. Day; Presidents Day; Memorial Day; Juneteenth National Independence Day; Independence Day;Labor Day;Veterans Day;Thanksgiving Day;the day after Thanksgiving Day; Christmas Day; one additional day before or after Christmas Day. When the holiday falls on a 65 SECTION 50 —JOB SPECIAL PROVISIONS Saturday, the City of Salina observes the holiday the Friday before. When the holiday falls on a Sunday,the City of Salina observes the holiday the Monday after. Work shall be performed from 7 a.m. to 6 p.m. Monday through Friday. Work outside those hours may be allowed if a City of Salina inspector is available. If enough advanced notice is provided and the Inspector consents,work will be allowed outside those hours at no cost to the contractor. Otherwise, work may be allowed with a$37.50/hour deduct to cover the Inspector's overtime costs. 7. WORK HOUR RESTRICTIONS There are three major summer holiday periods - Memorial Day, Independence Day and Labor Day—and four major summer events—the Smoky Hill River Festival(Thursday - Sunday of the second weekend in June), Skyfire (Independence Day), the KKOA Lead Sled Spectacular (Thursday — Sunday of the last weekend in July), and the Saline County Fair (first Tuesday in August—following Sunday). Primary elections, if held, are held on the first Tuesday of August in even numbered years and general elections are held on the first Tuesday following the first Monday in November each year. All lanes as determined by the Inspector shall be scheduled to be open to traffic during these periods,from 5 p.m. on the last working day preceding the holiday or event until 8 a.m. on the first working day subsequent to the holiday or event. The contractor shall not perform any construction operation on the active lanes during restricted periods, holiday periods, special events or as otherwise specified in the contract documents,without written approval from the Engineer. The contractor shall not perform any work between the hours of%2 hour before sunset until %2 hour after sunrise.No nighttime work will be allowed without submission of an adequate traffic control plan to cover nighttime operations and prior approval by the engineer. 8. EDGE OF CURB The joint between the toe of the curb and existing pavement shall be sealed when directed by the Inspector. 9. ORDER OF WORK Streets scheduled for OTHER City of Salina maintenance projects shall be cracksealed first under this contract to allow maximum cure time prior to the other projects. These streets and deadlines are identified on the summary of quantities. These deadlines may be relaxed if the work schedules of the other projects allow. 10. RESIDENT ACCOMMODATIONS "Residents"are hereby defined as the occupants of a residential property or the owner and customers of a commercial property. Each residential street may be closed to traffic for one day between the hours of 8:00 a.m. and 5:00 p.m. Residents shall be allowed to park on the side streets nearest their homes,thus each residential street and the nearest side streets may not be closed to traffic during the same day. 66 SECTION 50 -JOB SPECIAL PROVISIONS Residents shall be provided two nights' notice of changes to traffic on the streets upon which their property is addressed. When weather causes the cancellation of work,the work shall be rescheduled to provide an additional two nights' advance notice. The contractor shall maintain access to all commercial businesses during business hours. The contractor may be required to make allowances for businesses run from homes such as daycares,beauty salons,etc. Each Friday, the contractor shall provide a schedule to City of Salina staff indicating the work that the contractor plans for the week following to assist City staff in preparing a news release. The contractor shall provide a door hanger template to the Inspector for review and approval. Door hangers shall state that failure to move vehicles from street may result in vehicles being towed at owners' expense and shall include contractor's name and telephone number for resident/property owner questions. The contractor shall distribute door hangers to area residents/property owners at least three business days in advance and one business day in advance of work and shall make necessary accommodations to minimize the disruption to all residents adjacent to the project work areas. Contractor shall receive and return all calls within 24 hours from citizens who have questions or concerns about the project. If, following adequate notice by the contractor, vehicles remain on streets where work is occurring,the vehicles shall be towed to the nearest adjacent street where work is not occurring at the City's expense. 11. BLOWING OUT BRIDGE EXPANSION JOINTS AND DECK DRAINS This work shall include utilizing blower used to clean cracks for joint sealing to clean expansion joints and deck drains at bridges in Salina as described below. Bridge Location #Lanes Traffic Control? Expansion Devices Deck Drains Broadway n/o Ash 4 Yes 2 18 Crawford s/o Bill Burke Park 4 Yes 12 Grand e/o Barney 2 No 4 Iron w/o Marymount 2 No 2 Mulberry e/o 2nd 2 No 4 Ninth Southbound s/o 1-70 2 Yes 4 Ninth Northbound s/o 1-70 2 Yes 4 Oakdale n/o Tony's Pizza Events Center 2 No 2 Ohio s/o Pacific 4 Yes 2 Walnut e/o Front 2 No 2 TOTAL 22 34 67 SECTION 50 -JOB SPECIAL PROVISIONS Expansion device work shall be completed in the spring following winter sand and salt applications when temperatures are as cold as possible and the expansion devices are as open as possible. Expansion devices are typically filled with rubber or a latex membrane. Care shall be exercised to remove road debris without damaging the existing rubber or latex membrane. Debris shall be removed such that it will not return to the joint or deck drain from which it came or another joint or deck drain on the same bridge. Blowing debris to the edge of the bridge and shoveling it over the side of the bridge such that it does not endanger people or animals is acceptable. Blowing debris downstream of all devices such that it cannot return either via stormwater or traffic momentum to the cleaned devices is also acceptable. Where in doubt, debris shall be removed or deposited downstream to the satisfaction of the inspector. Deck drains are generally filled with dirt and trash. Debris shall be either flushed from the drain and removed from the deck in like manner as described for expansion devices or forced through the deck drain to the channel below. Work may be assisted by poking a piece of rebar or like device through the grate. Work included in this pay item shall be limited to these two items —blowing and poking. Where this is insufficient, contractor shall notify inspector immediately to discuss possible additional measures at additional pay to clean deck drains before removing any traffic control. Contractor should notify inspector prior to the work starting to ensure the inspector is available. Need for traffic control is recommended in the table primarily based on observed levels of traffic. Traffic control is anticipated to consist of lane closures or one or more trailing trucks with mounted flashing arrow panels and is recommended during the lower traffic periods of 8 a.m. to noon and 1 p.m. to 5 p.m. Contractor shall exercise caution in avoiding pelting vehicles with debris. Roads not recommended for traffic control have traffic levels such that work can proceed with little traffic control and interruption to the operation. 68 SECTION 50 -JOB SPECIAL PROVISIONS 69 City of I -.441111S I- .A • Sahna y W Stimmel Rd °°'" E Stimmel Rd E Stimmel F. AMINO -�. z ra+ - 1 o`a N.g -. . -.. a...A : G 40 : 1 / I -- ,,.. U. ' ae _ i z I 8 - w I I /' xi__ _ DeCit6N St ,_. a a Locoln A g t s. xa Ay K 1•P W North St r'� .� w�,. s< IMINIIII I_l 3 u Pl , I w�, d 1-J w �. * ,.n t Z .. ... A - a 'awm>:. „,t—,/,,, p n_ k i �.�,'11 ^'i ..0'01 _ 9 e 1 £A Sr mk,w aromrn�uF tM ro.e a x, nii ° '., t °��:� Fp{®a , e _ AOR© r- _c a s 8. III 111111111411 I E U. Vtlleae ., ICF a H a.�� _ ^®� E Crawford �__--_ b a ill11.1111� irE• > Cr O. Crarlview4 tkall III n 3 I lima ., ggarini '\ TLwiern Mrc fp 4.e c* d s4r ii �, t t-t I ( iirtokriv minim IL�Ems p'r” t< d 8 IDr I a ' 1 l EX.715/al °colt,.-i ''� ,. o-0`a n e a- 1 i -,,, 8P. � 4 f: 4 ;E<ona iw.w_j `\ MIIMEI - -s nIP 8 1 i ' r• 4011_1M ME114 ia II a .. caw<.cy '.� Man., '1 avtunee°,.�� . � I 3f Badyna Art L A v.,..CI `l W 11 2 I'x 'M Yas'a.,°e^<v fr d w•3 > 1 Mill s�eDn 1Cr IMNI t -' ` � � a Sanitation Routes T�y * i1?iL- 1 ,m Monday ,.: I 4 ° N f Tuesday .2_ • , 24.2222 W E1.-"::(-6,,A e.,iii IIIIi ed wn g€ aMx. _ 1 Wednesday sday Thursday s 4 R, ,o I I r ] Friday Pk Porn .1 SECTION 120 -TRAFFIC CONTROL 1. GENERAL Work under this section shall meet the requirements of the latest version of Section 805 of the Kansas Department of Transportation Standard Specifications or as herein. 2. TRAFFIC CONTROL PLAN A traffic control plan of streets being affected by this work must be submitted to the City Engineer to help coordinated in the least practicable delay and inconvenience to traffic. Unless otherwise directed, all roads shall have one lane of traffic open in each direction at all times. A flyer or handout must be given to any property being affected by any work (24) hours prior to construction. 3. HANDLING OF TRAFFIC If traffic signals need to be temporarily changed for the project, the Contractor needs to contact the City of Salina (24) hours prior to construction and notify them when completed. The Engineer may shut down all or part of the work to handle traffic safely during periods of inclement weather or heavy traffic. The Contractor is not entitled to additional monetary compensation for these temporary suspensions. 4. TRAFFIC CONTROL DEVICES The Contractor's subletting of traffic control devices does not reduce the Contractor's responsibility or liability to the public and workers for failing to provide, erect or maintain these devices. A subcontractor's delay in providing acceptable traffic control devices or a subcontractor's delay in repairing or replacing unacceptable devices does not excuse the Contactor's obligation to perform this work timely. Sufficient flagmen, warning signs and barricades shall be provided by the Contractor to properly control traffic and to prevent traffic from traveling in the fresh materials. Barricades and barricading, signs and other warning devices will be in accordance with the Federal Highway Administration "Manual on Uniform Traffic Control Devices" provisions for "Traffic Controls for Street and Highway Construction and Maintenance Operations." Inspect traffic control devices frequently during the day, and when needed, at night. Immediately upon discovering or receiving notification of unacceptable traffic control devices, either repair or remove and replace the unacceptable devices. The Engineer holds the right to change or remove traffic control devices as needed to suit the needs of the project. 6. MEASUREMENT AND PAYMENT Payment for this work will be considered subsidiary to the project or stated in the contract documents at the contract lump sum price for"Traffic Control." Revised 10-20-2022 KRJ 71 SECTION 120 -TRAFFIC CONTROL Revised 10-20-2022 KRJ 72 SECTION 211 - JOINT/CRACK SEALING 1. SCOPE The work shall consist of furnishing all labor, equipment and materials to apply joint/crack sealant in accordance with the latest version of Section 835 of the Kansas Department of Transportation (KDOT) Standard Specifications and as amended herein. 2. DESCRIPTION This work shall consist of the application of a hot-pumped joint/crack sealant to include the cleaning,drying and sealing of joints and cracks(including transverse edge joints) 1/4 inch in width or greater in asphalt pavements or as directed by the Engineer. 3. MATERIALS The joint/crack sealant shall consist of a single component, hot applied, petroleum based product such as: • RoadSaver 34518,manufactured by CRAFCO, Inc. of Halls, TN; • Deery 180, manufactured by Deery American,Grand Junction, CO; • D-5078 Class B,manufactured by Right Pointe Company, DeKalb, IL; • Dura-Fill 320,manufactured by P&T Products, Inc., Sandusky, OH; • Elastoflex 650,manufactured by Maxwell Products, Inc., Salt Lake City, UT; • or an approved equal. The material is to be heated and applied as recommended by the manufacturer. Provide documentation to the Inspector including Product Data Sheet, Material Data Safety Sheet and manufacturer's recommended installation instructions. 4. MANUFACTURER'S REPRESENTATIVE Notify the sealant manufacturer's technical representative of the starting date of the initial installation. In the presence of the Inspector and manufacturer's technical representative, demonstrate competence in applying sealants. This requirement will be waived for experienced Contractor's crews. Submit waiver request, along with a list of joint sealant crews successfully completed joint and crack sealing projects,to the Engineer for consideration. 5. PREPARATION OF SURFACE All joints and cracks to be sealed shall be heat lanced to remove all foreign materials and moisture which would prevent bonding between the sealant and the faces of the joints and cracks. Contaminants on the surface adjacent to the joints and cracks shall also be removed. Do not burn the pavement(indicated by smoke)with the heat lance. Heat lancing may be deemed unnecessary by the Inspector if pavement is sufficiently dry. Loose pavement material shall be removed prior to sealant installation. The joints and cracks shall be inspected and approved by the Inspector prior to placing the crack sealant material. Final joint and crack cleaning will be the same day of the sealing operation except as otherwise approved by the Inspector. Foreign materials shall be removed to a depth of two times the width of the joint or crack to be sealed or as directed by the inspector. Contractor shall control dust from the cleaning operation. Measures shall be taken to prevent damage to adjacent property from the cleaning operation. Debris that results from the Revised 2-28-2022 KRJ 73 SECTION 211 - JOINT/CRACK SEALING cleaning operation shall be removed from the streets and adjacent properties. 6. EQUIPMENT All equipment, tools, and machines used in the performance of this work shall be maintained in satisfactory working order at all times. The heat lance shall conform to requirements recommended by the manufacturer of the sealant product being installed. It shall be equipped for safe operation to protect its operators and other workers from injury.It shall also be equipped to gauge its distance from the pavement surface to allow for proper heating and to prevent overheating of pavement surface. The Contractor shall provide the Inspector with a copy of the sealant manufacturer's recommended specifications and operating procedures for the heat lance that will be used. The joint sealing machine shall be capable of production of crack filling mixes. The machine shall be capable of applying the product at a high pressure(100 psi)through one or more applicator wands. The asphalt material is to be heated indirectly by a heating oil chamber. Automatic temperature controls and an automatic safety shut-off system shall be used. The equipment must be capable of circulating the heating oil.The unit shall be equipped with all lights necessary for safe and legal operation on public roads. Dial-type temperature gauges shall be mounted so as to allow monitoring of the temperature of the product in the tank and the heating oil. The tank shall be insulated. The mixing shall be accomplished by a paddle-type agitator. Direction of rotation and speed of the auger or paddles are to be controlled hydraulically. 7. MAINTENANCE OF TRAFFIC/PUBLIC SAFETY Prior to the start of work, the contractor shall submit a traffic control plan to be approved by the Engineer. Closing of streets for this work shall be at the discretion of the Engineer and coordinated to result in the least practicable delay and inconvenience to traffic. Unless otherwise directed, all roads shall have one lane of traffic open in each direction at all times.The lanes being sealed shall be closed and guarded until cured . In the case of a full street closure, the contractor must door hang and/or notify residents or businesses that are inconvenienced by the construction. Sufficient flagmen, warning signs, flashing arrow panels (truck mounted or stand-alone), and barricades shall be provided by the Contractor to properly control traffic and to prevent traffic from traveling in the freshly applied materials. The Contractor shall repair any damage to the uncured sealant/membrane surface at no additional cost to the City. All vehicles shall be equipped with properly functioning flashing lights to indicate construction in progress. If the distance between the beginning of the operation and the uncured sealant exceeds 200 feet, then additional flagmen shall be required. Any worker within the work zone shall be required to wear a minimum class II garment conforming to Occupational Safety and Revised 2-28-2022 KRJ 74 I I SECTION 211 - JOINT/CRACK SEALING Health Administration requirements. Barricades and barricading, flashing arrow panels, signs and other warning devices will be in accordance with the Federal Highway Administration "Manual on Uniform Traffic Control Devices" provisions for "Traffic Controls for Street and Highway Construction and Maintenance Operations." Flashing arrow panels shall be required for all operations. 8. MIXING AND APPLYING MATERIAL The material shall be heated, agitated and installed according to the manufacturers recommended heating times, temperatures and procedures. If the temperature of the material is allowed to exceed the temperatures and heating times recommended by the manufacturer,then that material is unacceptable and must not be incorporated into the project. The sealant/membrane shall be placed on all roadway cracks 0.25" to 1.5" wide. Cracks shall be completely filled to full depth with the finished sealant surface level (flush) with the pavement surface. The sealant/membrane shall be installed in a one-step extrusion process with the overlay membrane 2" to 3" wide and shall be centered over the joint or crack utilizing an applicator designed for such results. Before the street is opened to traffic, a straight edge will be laid across the sealed cracks to determine that the finished sealant surface is level in relation to the pavement surface within a 1/16 inch tolerance. Crack sealant that is found to outside the acceptable tolerance shall be removed and the crack shall be re-sealed properly before the contractor is allowed to continue sealing more streets. Traffic shall not be allowed under normal conditions on the sealant until it has cured and the possibility of tracking does not exist. If traffic is allowed on the pavement prior to proper curing,contactor shall dust with fine aggregate or spray with a liquid soap/water mixture to prevent pick up of the sealant. The Engineer will determine, in conjunction with the Contractor,when this condition exists. Contractor shall clean up all excess material from the pavement and other adjacent surfaces. 9. SURFACE RESTORATION Pavements that receive a substantial amount of crack seal material may lose their skid resistance. The contractor shall lightly sand cracks less than two feet apart to increase skid resistance. The sand shall be type FA-A from a KDOT pre-qualified non-reactive siliceous source per the latest version of Section 1116 of the KDOT Standard Specifications or other pavement suitable fine aggregate as approved by the Inspector. The sand shall be applied to the crack seal material while the material is hot directly following application of the material to achieve embedment of the sand in the material. Sand coverage shall be approximately 10% of the material surface or as directed by the Inspector. Revised 2-28-2022 KRJ 75 SECTION 211 - JOINT/CRACK SEALING Provided sand coverage is generally as directed, no clean up of excess material will be required. The need for clean up of excess material will be determined by the Inspector prior to opening the road to traffic. Crack seal material shall not bleed into adjacent cracks, causing large patches of pavement covered by crack seal material. Contractor shall consult with the inspector and engineer prior to placing crack seal in areas where this could occur. Corrections required for failing to comply with this provision shall be at the contractor's expense. 10. STREET SWEEPING Following curing of the crack seal material,each concrete street shall be swept with a rotary power broom or vacuum sweeper free of debris, which shall be removed and disposed of legally. Street shall generally be left with the same or less debris as before the crack seal operation. 11. QUALITY CONTROL The Contractor shall bear the responsibility for product quality and installation quality. Operations and procedures, which are considered by the manufacturer's technical representative as being detrimental to the effectiveness of the sealant,will not be permitted. 12. WEATHER LIMITATIONS No material shall be applied unless the atmospheric temperature is 40°F or 32°F and rising along with pavement being warmed to 40°F (4°C) or higher with a Hot Air Lance. No material shall be applied while the surface is wet or when the impending weather conditions are such that proper curing may not be obtained. 13. MEASUREMENT AND PAYMENT Payment shall be made on the amount of completed and accepted work measured in-place at the contract unit price bid per pound for"Crack&Joint Sealing"and per square yard for"Street Sweeping." Measurements for payment of crack and joint sealing shall be based upon total weight of material applied and not upon the area or length of individual joints/cracks actually sealed. Revised 2-28-2022 KRJ 76 0 z o v- Q fN NI - N.-- N 1--1 S— -- ,—I \ I.Co o (p o-,4 o r 1n .— 2, l 41 I 4 Aalsa,d p`I '_'awe{!I o • �j j - 11)11 f0 — \' r ,p 2--1p5uo- 1___1 -1__- - ,� r sel8n00 8 io saieis3 III 10 :1. ,\ 4 ` __-__------ = , ap "Id e c c 0 nor, — j j al ,, a earl , I. 4 ! Ger ` i _ jy DQvPaaM f v:-............_„HEAta_ pi p a 1p �'� ti a: -Izuaaaa c m , .0 sio uillow \ _ r _ �\ 0 a4el Y c:, !..: A p adsy I C ,p l4a!pe _r o j �(o Q� lgs7y3pN oda \ any —. ( a-��t 4 ,\ ( _.�sb /4 46 = 3 D!W udgn c�ti H is Tr 3 7 'P ager PS ``e1J :. _ J°`� 1 r----------,\ o ( s,F�/dao ,) snrll a� s j� °, 1S j ' i Idiewilde' a;e, suoos!M , ..vol, `\r u °pp, 41ed •) a „ V. mss:. ,e Te 44,•911!9 ;s\, 0 o G 0'Id any cue!pu! y ot °' I.n pooma5el Oe ily a p+ •\ •—__-1 d n .:co s' sde any any amnselap Ar'. O y,Os m L \\--------------__—.11 jrl j — ysWOs In 4lauua) N Q v cy r s 3 I o4,a1 `rso!4O- r r NGe v8`' G any y ap an: >G fjr LC* a 4 aaprrywnl,ea ei4wno) 'yo° 4a is p s _ yt 1 my uu ~ e Q Y Y 4 e09 jw i s �aleP4'.' ° any e9 '".°(j P b' S .r 1p own I ,,j •j •IeP4ep o e 1. Y E o` I .. V J •-------� =--+---------N1w$1 IS WW1 •1 15 1.0,1 Y . I j j • IS:.NZ < 15 PN IS NZ 15 PN? p N IS PN7 j j 15 Pac IS PVT IS SIE ISPef a 1'�e L t IS PSI any l r--J t5 Vt ° 3 IS 41' 4th St I• ie4 o y I K P00 , •--__- KVIi-� « 1541 .X 1 - v S 15 • _,� r¢ l; is 5S0'4 E S P is 8 O. 419 3 IS418 di¢ a^y' y I r N s7 IS c .1 an.weulnd `\ c I \"--------I'S < " 4101 3S r _1' g 410T c K N IS 15412 ...4 a' ie LL IS ��T o 410T t d j' I- 1, 41 "`S c 4111 1541 S -IV 1T1 is 4121 1S 1171.'.o_ 4111 1T3� ° �------' /'-'�_) 15 fT a 3 IS lav = d ----`--� I---• - !� 4141 G 1S an L L ...tug VIZI M 3- ° IS 4121 N 1 _ ; .J'.'..''�._.—o.1 rr,y 'I°S14a sdpl! tll!� t _ '0 6 a'an c« St y n 3 1` I I Id " asopuoW von.154,e1) 1541 ) c} H 1p ` Ij -i-- C ago St Is"' �) isoSeNsp o8e,!y) z elect j •J .. rt°I is Ana )'a .a41rw i j'C �y `c Q I (__—' \ an4 t. Z any! Wo,oa!N 0 j la4,o \Ilt Q i O Z 01111( O j pHe sanel'n' �� J 1 _ W e sP s _ or --i 1 giad pl___ I - /_ )\K i i ---'-----,, ,Q)*(r --___ 1 D-1 fn 2 a1 F O Tr — r– Z �— •1 O LL./ 1 ?meld I ' y i N .`-I ..-._-_--__-__-_•-_•-__-is----a t O -'E• %,,, kl Pooayunfl Ln, •--I - u 10 PM..PN11W w --$O--- .• --'3 .t O ' nOsurIS tr.°N f RrdtoP ti O IasunS L CO 70 o ' 11ed\�-_playa�ooi8 __- a1 a1 in ' 181ba t d nO Mar^Aa Z D` Vco I Faadase t° 30 p et r 4 11 1,0 ' i c_ ai ul otOm v'am ' , 1 ,°�Z JhoPN auW AJ is �� _-._.r i_----- `/-�' '.. O IunosuAreyl / E — 0 r0 lfueB Overlook u W .....1"3--.....----..- JL3--....---�. ate. Dr / I ,He4S 4i,}o1`,a.� ,? . /' i 1s `Y 11 C3 .� n I t,-_„r” add L_.t T. • r , ' don ove Red �) S �� ,1 �" _ I ,A , laep,rp #11111 :,.,- -__- -__-. i ----__-__ se 111[1 a lox to io J '1 'T "'/, 1 ,, 7)alePise3 ul Appv u p,ah Redhasek ,�" '�^! • � ' li r e Os Courtney Or lea, c to tok 411euurd o• 1 A.. �.. 1 c 1 z •041.1 x Z5 M 1)upsny c c e' c A Py c ,1 c�SP I' 1 -__-_ .b DN yoolpnwpeayl. S a if` L upu o x 0� 40411741 ca 1 Q�- • i_ _-__-'I o c ss N r 10 °ys MaC,buN I aslldd 3 Pa q a 3 6 Pb Pd 'ndcn 0s lopessegwy Y��.-, 1 a e OI = I - c I i e'Pl alsaylueyy q r m,ie_ > L IP, J e1sA1 - > • 1 o LL 'I p - .O �. 4 any Aan) _ - J���gj• NT `f1�—•_—__—_•—__ �__—.. any 41111114: & t c�'o d q ....,,p,-„,, S t :• i r 5 a ..t t c = a 51 enoln• AaA c Y = IS suaa f ,u 1a's ..fP 1 t'i „?..1,.... > v S Y m' ? ul v u l m i ° K 1111 c;'.7'�`"r"7"X\al c o hi i Ca "OA O a aruelapy a ° IS o u is. caco YI ppo8 c e n f•a Pool r,'7- o s•s fJ`J Ca1o� 'e f 10 AuedC-e' _ f no 2 u 10 ssar2°d 10�sai2OI4_ f c u IS w Yu'a' �' i E s .+s s o - C cI. r alowiT • ? 1 uoI SP115 °L, y Seo 4ta`.`s m I IO v c So.'s` s, 8 P"') 3 o` A ••L'1.► Hca a > c 1 ,,,.,.1 _i F �SJo,....0 ---x-4 z' g a ' I cap' O .° ss ul spoil Pe ulns `• I Pea L 15 ISz _ 1S auwgsC a O aPo �e �v - O 3'_ Pa u'p,U an ens Quorslnw I Pooh o P11F o is c a 419 a Paido AT St ave.; 4y p AaX �skteV t nter pole Dr 1 t a1 ^ c .$ ` < 1 PITsrnirvo11 1• y 1uv _ g . E - t c e I S H 1'ti'=�:¢ 5 ¢ an. ° srxwlwr5a 3 G' ds'1 Y< any puny 1p Markel i I 'i i.::r.rc P - o i _ Pu el40!H Cts a r: O u PI -; r• —.. i 1110. c Q u a F e > 1 ue51 sdanr't p'e =, Y `'� Q�Z,� ' J 1 - c n 3 e t N o E is 4111 1 ,� Is um a t' - 1 e t `....----....--,, ,:o c I y•.Loy 15 uewray5 115 7u!yuaI 4.IT I i l5 t f d O r) 1115 ✓jr� \. « 1S also) 3w sr i. ueu7�e e / - -- Q i -�-� ` Na y 4 I • _ I y, r c_ is..p,, S uoisunl Coronado q a c <P�` L 1 /� 1 CV-,-.Q__ Aa>II1 u1o{td11 -�--e— _ >any 111 lO¢ M•ed N V `u' 0 /__ > C V .G 1 _ H lasunS 911----.�._.,.y ari' l I ca _Kf-vv 3,41-I_--_-1 ' e ' �o V- u y . l .o iwA 10 c�eld 7 r Os. s l an a8 tt` 1 set sd 1 c valla,0 ycA N y rad I •0 I,1f *o 111°0 4'1', 0 6 s°Sa .r.,��l/adq,A-•—.....I z �.F 'SL a I 2 N "c Al alue7 I g Ne q u 01 Y 1)PnoD„O,hod'- , ^•./ 41ooPIV 1) e S h , I e Q' Osag s,o E c °toa / \ I = .1A11j u �` ,-__-__ o aL 't 1511e0 St o .. °O`0 1_. a� a u mob >3t any a`" a'Ml $< 3 u ,,,e, ,c t' /� 1}Uel b a e u ,'ail ch Pvt 1eUuod Y 5 amore 3 1i 'S m '` K c�ti I any.,` 10 a Sys Nee 3_. tri sra89a= v ..E F ono xo 1 •wale '7a-'0"Y^' a4>edy __— —__.___— —__—_.—__—_ydy_. _ s,e _—_--__—__ lop»la H " > w u a P":„.„ F.-q',q �c i�nvallIM - 1 u c y 3 i ranaa Ct - an u 1111 > nrH •-__-...r,y�o�i 11111111 pb a^y el >S 3 r I u � p — — — — — — — — — — — ' z O -_I I = 1 D-2 0 ul1 Crack Seal(Ib) Street AREA Sweeping Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) 5/1/2024 NORTH ST RXR @ 310 E NORTH OHIO ST 3347 34 12,644 7,296 12,644 (UBAS) EASTBOROUGH RD CITY LIMIT COUNTRY CLUB RD 2152 24 5,739 3,311 5/1/2024 NORTH ST NORTH END 325 33 1,192 688 5TH ST (CHIP) EUCLID AVE STIMMEL RD 2680 24 7,147 4,124 ARMORY RD GRAVEL(SOUTH) SOUTH ST 530 41 2,414 1,393 MONARCH RD BEGIN FRONTAGE RD 860 28 2,676 1,544 SOUTH ST WEST END BROADWAY BD 900 28 2,800 1,616 5 TH ST PACI FI C AVE EUCLID 2166 33 7,942 1,616 WEST END FAIRDALE RD 1030 28 3,204 1,849 APPLEWOOD LN FAIRDALE RD PVMT CHG 34 28 106 61 GEORGETOWN RD SEITZ DR 677 28 2,106 1,215 AULLWOOD RD BROOKWOOD LN GLEN AVE 1306 28 4,063 2,344 BEECHWOOD RD PHEASANT LN NORTHWOOD LN 1463 28 4,552 2,626 5/1/2024 BROOKWOOD LN MARYMOUNT RD . BEECHWOOD/PVMT CH NG 581 28 1,808 1,043 (MICRO) GEORGETOWN RD BEGIN 1525 29 4,914 2,835 BROOKWOOD LN SEITZ DR 1198 28 3,727 2,151 GEORGETOWN RD CRAWFORD ST PVMT CHG(NORTH) 572 28 1,780 1,027 NORTHWOOD LN MARYMOUNT RD BEECHWOOD RD 591 28 1,839 1,061 FAIRDALE RD GLEN AVE 1407 28 4,377 2,526 PHEASANT CR BEGIN PHEASANT LN 335 28 1,042 601 PHEASANT LN MARYMOUNT RD FAIRDALE 1109 28 3,450 1,991 GEORGETOWN RD SEITZ DR 870 28 2,707 1,562 STEWART LN BROOKWOOD LN SEITZ DR 558 28 1,736 1,002 VILLAGE LN END(CUL-DE-SAC) - FAIRDALE 1001 28 3,114 1,797 GEORGETOWN RD SEITZ DR 784 28 2,439 1,407 PHI LLI PS AVE CHARLES ST PRESCOTT AVE 582 28 1,811 1,045 1,811 CRAWFORD ST CHARLES ST 554 28 1,724 994 5/1/2024 RETURN @ STARLIGHT DR 35 24 93 54 CRAWFORD ST RETURN @ ROLLING HILS CIR 36 24 96 55 RETURN @ ASPEN RD 36 23 92 53 RETURN @ BRIARCLIFF RD 36 27 108 62 COLLEGE AVE 9TH ST 2,140 38 9,036 5,214 IRON AVE 4TH ST FRONT ST 1,106 68 8,356 4,822 9 TH ST 4TH ST 1,516 68 11,454 6,609 NORTH ST CITY LIMIT(EAST) OHIO ST 3,876 33 14,212 8,200 10TH ST IRON AVE ASH ST 821 33 3,010 1,737 12/1/2023 BROADWAY BD INEZ AVE 2,192 33 8,037 4,638 (CRACK) PRESCOTT AVE MORRISON AVE 761 31 2,621 1,512 11TH ST PVMT CHG(SOUTH) WALNUT ST 774 42 3,612 2,084 WALNUT ST PVMT CHG(NORTH) 32 33 117 68 IRON AVE STATE ST 384 28 1,195 689 Subtotal (North) 86,521 14,455 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO DATE I SHEET 24004 I JAN 24 D-3 ADDENDUM 1 Crack Seal(Ib) Street Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) 12TH ST PACIFIC AVE BROADWAY BD 866 33 3,175 1,832 5 TH ST PACIFIC AVE GRAND AVE 1364 33 5,001 2,886 8TH ST PACIFIC AVE OTIS AVE 1968 33 7,216 4,164 ANTRIM AV 9TH ST 8TH ST 302 28 940 542 ASH ST OHIO ST RIVERSIDE DR 440 33 1,613 931 SANTA FE AVE OHIO ST 4302 28 13,384 7,723 ELM ST COLLEGE AVE 9TH ST 2119 38 8,947 5,162 9TH ST SANTA FE AVE 968 51 5,485 3,165 FRONT ST ASH ST ELM ST 846 22 2,068 1,193 12/1/2023 IRON AVE ASH ST 820 38 3,462 1,998 (CRACK) FRONTAGE RD(N.9TH) 9TH ST GOLD RD 1486 24 3,963 2,286 HARSH AVE 9TH ST BEGIN(EAST) 2,214 28 6,888 3,974 11 TH ST 12TH ST 331 28 1,030 594 INEZ AVE BEGIN(WEST) 9TH ST 689 26 1,990 1,148 JOHNSTOWN AVE OHIO ST KANSAS AVE 355 35 1,381 797 OAKDALE AVE RIVERSIDE BD ELM ST 581 28 1,808 1,043 OTIS AVE 3RD ST 4TH ST 335 28 1,042 601 SANTA FE AVE 9TH ST 954 48 5,088 2,936 PARK ST RXR 9TH ST 2474 38 10,446 6,027 POPLAR ST PVMT CHG (EAST) OHIO ST 70 28 218 126 RIVERSIDE DR PVMT CHG(EAST) ELM ST 70 27 210 121 WOODLAND AVE 10TH ST 9TH ST 331 37 1,361 785 9 TH ST 2ND ST 2311 37 9,501 5,482 Subtotal (North) 55,517 0 TOTAL(North) 142,038 14,455 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO I DATESHEET 24004 JAN 24 I D-4 ADDENDUM 1 Crack Seal(Ib) Street AREA Sweeping Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) 5/1/24 9TH ST CRAWFORD ST KIRWIN AVE 4310 38 18,198 10,500 (UBAS) CRAWFORD ST OHIO ST/PVMT CHG BRIARCLIFF RD 4819 50 26,772 15,448 CENTENNIAL RD MJK AIR TERMINAL 1,960 24 5,227 3,016 ARNOLD AVE MJK AIR TERMINAL ARNOLD CT 3990 28 12,413 7,162 ARNOLD CT SCANLAN AVE 950 24 2,533 1,462 ARNOLD CT ARNOLD AVE END(NORTH) 385 23 984 568 BAILEY RD BEGIN (SOUTH) ARNOLD AVE 944 24 2,517 1,453 BERSCHEL AVE ARNOLD AVE NORTH END 568 23 1,452 838 5/1/2024 SUMMERS RD ARNOLD AVE 2270 23 5,801 3,347 (CHIP) COPPER CT CENTENNIAL RD END(EAST) 445 25 1,236 713 GENERAL JIM RD SCANLAN AVE BERSCHEL AVE 740 25 2,056 1,186 HEIN RD BEGIN TONY'S RD 2904 23 7,421 4,282 JUMPER RD ARNOLD AVE WEST END 459 23 1,173 677 KNEUBUHL CT BEGIN(WEST) ARNOLD AVE 292 23 746 431 ROGERS CT BEGIN(WEST) ARNOLD AVE 299 23 764 441 SUMMERS RD ARNOLD AVE CENTENNIAL RD 2,192 23 5,602 3,232 SUTHERLAND RD BERSCHEL AVE SCANLAN AVE 1939 23 4,955 2,859 SUTHERLAND CT BEGIN(WEST) ARNOLD AVE 285 23 728 420 TONY'S RD HEIN AVE END 673 24 1,795 1,036 5TH ST CRAWFORD ST REPUBLIC AVE 2,664 33 9,768 5,636 OSBORNE ST OHIO ST 3047 40 13,542 7,814 CLAFLIN AVE SANTA FE AVE OSBORNE ST 1191 50 6,617 3,818 EDGEWOOD DR PINECREST CR MARYMOUNT 312 24 832 480 GAIL DR BEGIN(EAST) RAY AVE 472 28 1,468 847 5/1/2024 RAY AVE SCOTT AVE 1030 28 3,204 1,849 (MICRO) GARDEN AVE HAGEMAN AVE MAPLE AVE 318 28 989 571 HAGEMAN AVE SATURN DR JUPITER AVE 285 28 887 512 SOUTH END(Cul-de-sac) MOON DR 522 28 1,624 937 RAY AVE SCOTT AVE 892 28 2,775 1,601 IRENE ST SCOTT AVE NEAL AVE 358 28 1,114 643 JUPITER AVE HAGEMAN AVE TULANE AVE 735 28 2,287 1,319 LAURA ST RAY AVE SCOTT AVE 1004 28 3,124 1,802 MEADOWLARK LN HASKETT AVE SATURN 1132 26 3,270 1,887 NEAL CT NEAL AVE END 180 28 560 323 NEPTUNE AVE MEADOWLARK LN JUPITER AVE 289 28 899 519 PINECREST CR CEDAR RIDGE DR EDGEWOOD DR 1342 28 4,175 2,409 SATURN AVE MEADOWLARK LN HAGEMAN AVE 551 28 1,714 989 SCOTT AVE SOUTH CUL-DE-SAC RAY AVE 1837 28 5,715 3,298 TIMBER RIDGE DR PVMTCHG PINECREST CR 180 24 480 277 Subtotal (South) 96,600 0 1 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NODATE SHEET 24004 I JAN 24 I D-5 ADDENDUM 1 Crack Seal(Ib) Street AREA Sweeping Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local (SY) HAG EMAN AVE TULANE CT 1296 28 4,032 2,326 5/1/2024 TU LANE CT PVMT CHG (SOUTH) 121 28 376 217 TULANE AVE (MICRO) MERCURY AVE SATURN AVE 568 28 1,767 1,020 OTTO/PVMT CHG(SOUTH) VENUS/PVMT CHG(SOUTH) 190 28 591 341 CLOUD ST CENTENNIAL RD NEW CONC/CHEROKEE 617 24 1,645 949 1,645 5/1/2024 LEWIS ST ALBERT AVE CLOUD ST 1,338 28 4,163 2,402 4,163 (PCC) NEAL AVE RXR OHIO ST 2789 32 9,916 5,722 9,916 SUNRISE DR ELLSWORTH AVE REPUBLIC AVE 1,073 28 3,338 1,926 3,338 BEECHCRAFT RD BEGIN(WEST LOOP) CENTENNIAL RD 2126 23 8,952 5,165 ROACH ST LEWIS ST 669 28 2,081 1,201 BELOIT AVE LEWIS ST INTERSECTION&RETURNS 73 65 527 304 WEST END QUI NCY ST 331 28 1,030 594 LINDEN DR SHALIMAR DR 354 28 1,101 635 BENTLEY AVE SHALIMAR DR END 157 28 488 282 SHERWOOD LN LINDEN DR 266 28 828 477 FLINT ST BEGIN ROYAL DR 135 25 375 216 ROYAL DR CANTERBURY DR 623 25 1,731 999 GRANT CT EAGLECREST END(NORTH) 446 28 1,388 801 HIGHLAND AVE REPUBLIC AVE CRAWFORD ST 2264 33 8,301 4,790 12/1/2024 HOLLY LN BEGIN (SOUTH) CRAWFORD ST 846 25 2,350 1,356 (CRACK) HUNTER CT BEGIN(WEST) ROYAL DR 236 28 734 424 KATIE CT EAGLECREST AVE END(NORTH) 318 28 989 571 LEWIS ST MELLINGER DR MANOR RD 285 28 887 512 MANOR RD ROACH ST OHIO ST 1279 28 3,979 2,296 MIDLAND ST BEGIN (WEST) ROYAL DR 883 25 2,453 1,415 MILLWOOD DR OHIO ST ROACH ST 1280 28 3,982 2,298 NOBLE CT CANTERBURY DR END 180 28 560 323 NORTON ST WESLEY ST CLOUD ST 3259 28 10,139 5,850 RIVER TRAIL TANGLEWOOD BEGIN 148 28 460 266 MAGNOLIA RD TANGLEWOOD 1,260 28 3,920 2,262 SADDLEBROOK EAGLECREST NORTH END/PVMT CHG 696 28 2,165 1,249 SEQUOIA DR SHALIMAR DR HUNTINGTON RD 570 28 1,773 1,023 BENTLEY AVE HUNTINGTON RD 262 28 815 470 FALCON VIEW DR HUNTINGTON RD 705 28 2,193 1,266 SHERWOOD LN HUNTINGTON RD NOTTINGHAM DR 430 28 1,338 772 FALCON VIEW DR 325 28 1,011 583 NOTTINGHAM DR BENTLEY AVE 538 28 1,674 966 REDHAWK LN FALCON VIEW DR 407 28 1,266 731 SUNFLOWER LN CENTENNIAL END 538 24 1,435 828 WESLEY ST NORTON ST WAYNE AVE 630 28 1,960 1,131 BENTGRASS DR BEGIN(New North) LARKSPUR LN 1502 28 4,673 2,696 Subtotal (South) 59,655 19,063 TOTAL(South) 156,256 19,063 COMBINED TOTAL 298,293 33,518 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO DATESHEET 24004 JAN 24 I D-6 ADDENDUM I rx W 7 — O o r z r•.! "r� s-+ N r pa saw!oH ------") N •--1 .-- o I �e e G > ° la o o.� I T. a 1ootpise) I e •1 ;a. Aalsald p`( i 'Z awed(--._ r, ' - - `\- : sellno0 o p sc;els3 �, O._. m m 1, '\ 4 Ac 1> V i I 4aZ Q r 1 oa Ild y �1 u ig Glen Cr 1 ll I I - I. !L o - a pa m..,6- : i1 — m z Pa a — 0 I -.E. 1 ,� , W_ Pa po°Mlla„ z cow c wtord r t `,�---_--__ I ;2s 8. Y alaa c =3u p adsy \ 0 ayel e. u ,�/.•-- I I �\ lsvl e , 1)s11!1 •!11021 I " ilto Pa i b si43wN orfs I any c I— WIN 'bn is Tr 'xwo '\ 1— .1/4.4 U d 3 N It. ItIve PI P O a 1 t -/ C I sN.. /° 1) mewl a s Idlesu '';P� suoas X Z e1 Mloy ,• c W !n4, a d —__—__—_._. .—__—•'1 I '9 v c< vs 121 M,ad CO-2N 1:�,aym8 II!g io• 6 P°OMay PI v/I.L al 4P;fid. G Y to \� ILis • L o o c s' o.,- any W d ms!of%. t4 � m _.--( \___ o _ Ps O� a 0 O C 3irlZS3 >s In 4»000) ra o a ! -Nle. '� • . pie e c a 4' = any q aO an. Q Q :S o L $ '\�. � g snuv,y m ••.u,• any , - d iV __• N v aw !gwnl'' Q '!gwnIo) S. 1 Y 1 o` 15 i` Y -swy uu e pp 4.::11.1 o any y1, E N+Q 1 i ,a { > �aleP^'s c ;ppm O O` •y� Y ;o t o —__—._,� ,-.a___—__—_y5yysy .. IS Paul '1 is iuo)l Y is++P7 I ' I 15 NZ i 3SPN IS NZ ISPNZ up N 1SPNZ ' 1` I - IS PSf $PYP 55 IS PSI a, t IS P5 any 1 I• (-.J IS 418 1"-- 5411 4Th Ss o Cr tS S __.__—__ _— 11S4tS_-a �' u ig.i. _ r K41 v, ,. I— + 4 `, - IS4J5' .7----= C B E o 5 Q c �'V z ``1 s�°m w Y �i1w1 _. « . +s lLLe Is K Li 3 1s 418 d Z s i Q awv w+wMor ti / C v 418 If •r ' 17 is ,. T a Y _._.—.•l • C \:—__—__—a - yy ° 4 OI 3S .'^ f�� W a 3S �� " _ SS 41T d< a' m ,' TT it T Qlip:, o 1' ^s 41iiis 4![i� i IF 41 K41T �LLIT IS 41ZT a 41Tt — — —� I — — -�` -? ;T elft 15154afi an IS > 3+s'a e9 Nil' 213 o num ' ll'-r L.--1WrsrY I°S�aa sd!II! 'sdfll!� ' r . p a a'` -o 4. 'p I St �, c u ," f Is ans -v, is‘ 'C.. Id I9 Istl1 ) asottuoN 50)0 H 10 S • IS'1.13 I.-_._.— IS ole 15 ''• e,vld 1 -�C ago Se 43 IS o!e>,sn o!e)!g) eICI � II I ( \ :\ Aen+Peolj v 0 75 it. c sl, iJ 11S A11a1 G 12141!0 a any O 11 Z \ II!414!4M any 4e I lal)04 c I, O i \\IZ .444 V J V P^/9 sa^p o i J = I ,,,,co'' I —__1 Blvd ce LI_ I D-1 1147 Crack Seal(Ib) AREA Deadline Route Route Back Route Ahead Length Width (SY) Arterial Collector Local 12/1/2023 SW EXPO CTR PARKING KENWOOD PARK DR BOB FLAHERTY DR 565 269 16,887 9,744 (CRACK) EAST EXPO CTR PARKING BOB FLAHERTY DR THE MIDWAY 450 298 14,900 8,597 Total (Change Order) 18,341 CITY OF SALINA,300 W.ASH,SALINA,KANSAS PUBLIC WORKS-ENGINEERING-UTILITIES SUMMARY OF QUANTITIES PROJ NO I DATESHEET 24004 JAN 24 I D-7 (CHANGE ORDER 1 I